Bid For Cameras on Police Cars



MUNICIPALITY OF MONROEVILLE

ADVERTISEMENT

NOTICE TO BIDDERS

Sealed bids for the following electrical supplies will be received by the Municipality of Monroeville, Allegheny County, Pennsylvania: PUBLIC SAFETY TRAINING CENTER; ELECTRICAL DISTRIBUTION SUPPLY LIST.

A copy of the Bid Documents may be obtained at the Municipality of Monroeville,

2700 Monroeville Boulevard, Monroeville, Pennsylvania 15146, Monday through Friday, between the

hours of 9 a.m. and 3:30 p.m., beginning on March 17, 2004.

Bids may also be solicited electronically through South West Pennsylvania Purchasing Group. Follow the link on the Municipality of Monroeville website; monroeville.pa.us, click on “Bidding Opportunities with Monroeville.”

All bids must be submitted to the Municipal Manager, Municipality of Monroeville, 2700 Monroeville Boulevard, Monroeville, Pennsylvania 15146 and marked PUBLIC SAFETY TRAINING CENTER; ELECTRICAL DISTRIBUTION SUPPLY LIST on or before April 6, 2004, 10 a.m. and will be publicly opened and read in the Municipal Council Chambers immediately thereafter.

Each bid shall remain firm for a period of sixty (60) days.

The Municipality of Monroeville reserves the right to waive any information or to reject any or all bids and to enter into such a contract as may be deemed to be in the best interest of the Municipality of Monroeville.

MUNICIPALITY OF MONROEVILLE

Marshall W. Bond

Municipal Manager

Advertisement Dates:

Times Express, March 17, 2004

Times Express, March 24, 2004

BIDlinepainter.doc

GENERAL REQUIREMENTS OF BIDS:

1. Bid prices must be delivered prices.

2. Bid prices are to be free of any state, local or federal tax since the Municipality is a tax-exempt jurisdiction.

3. All sealed bids must be received by the Municipal Manager of the Municipality of Monroeville, Pennsylvania 15146 by the time and date stated on the advertisement and marked (PUBLIC SAFETY TRAINING CENTER; ELECTRICAL DISTRIBUTION SUPPLY LIST.)

4. The bid must me accompanied by a certified, bank treasurer’s or cashier’s check; postal money order; or bidder’s bond drawn to the order of the Municipality of Monroeville in the amount of ten (10) percent of the bid.

5. Bid must be submitted on forms supplied by the Municipality of Monroeville and must be based upon and in accordance with Specification and Instructions to Bidders.

6. All items bid must meet specifications and descriptions provided. If an item is substituted, it must

be equal to or greater then the item requested.

7. Bids will be awarded in whole or in part by section.

8. Any technical questions concerning this bid please contact Dominic LaGorga, Foreman

Monroeville Public Works Department at 412-856-1137.

BIDDERS MUST MEET ALL OF THE ABOVE GENERAL REQUIREMENTS.

.

PUBLIC SAFETY TRAINING CENTER

ELECTRICAL DISTRIBUTION SUPPLY LIST

SECTION 1

Item # Qnty Description EA Total

1) 5200’ 4” PVC Conduit underground _________ __________

2) 350’ 2” PVC Conduit underground _________ __________

3) 200’ 1 1/4” PVC Conduit underground _________ __________

4) 1000’ 1” PVC Conduit underground _________ __________

5) 36 4” 90o PVC Elbows _________ __________

6) 6 2” 90o PVC Elbows _________ __________

7) 2 1 1/4” 90o PVC Elbows _________ __________

8) 50 1” 90o PVC Elbows _________ __________

9) 7 24” x 36” x 18” Quazite Model #PG2436BA18 or equivalent _________ __________

10) 5 Telephone Quazite Model #PG2436CG43P cover/gasketed or equivalent _________ __________

11) 5 Electric Quazite Model #PG2436CG17P

cover/gasketed or equivalent _________ __________

12) 3 24” x 36” x 18”

Quazite Model #PG2436BA12 or equivalent _________ __________

13) 6 4” Caps PVC Conduit _________ __________

14) 5 2” Caps PVC Conduit _________ __________

15) 1 12 pole electrically held lighting contactor with

120 volt coil in a NEMA 1 enclosure _________ __________

16) 1 4 pole electrically held lighting contactor with

120 volt coil in a NEMA 1 enclosure _________ __________

17) 4 6 electrically held lighting contactor with

120 volt coil in a NEMA 1 enclosure _________ __________

18) 3 120 Volt photocells _________ __________

19) 1 240/120 volt 1PH, 3W Flush Mount Copper BUS

42 circuit with 225A Main Distribution panel

with following breakers. _________ __________

20) 6 20A 2P Breakers _________ __________

21) 20 20A 1P Breakers _________ __________

22) 1 30A 2P Breakers _________ __________

23) 1 240/120 volt 1PH, 3W Copper BUS 150A Main Distribution Panel with

following breakers. _________ __________

24) 3 20A 2P Breakers _________ __________

25) 4 30A 2P Breakers _________ __________

26) 8 20A 1P Breakers _________ __________

27 1 50KVA non-ventilated single phase transformer

240V primary/480Vsecondary

Sq. D. #50S3HNV or equivalent _________ __________

28) 1 50KVA non-ventilated single phase transformer

480V primary/240Vsecondary

Sq. D. #50S3HNV or equivalent _________ __________

29) 2 Stainless steel free standing cabinet 62” x 48” x 12”

Hoffman # A62H4812SS6LP modified for three point latch and black power glide handles that will maintain NEMA 4x rating.

Hoffman mounting panels A60P48 included or equivalent _________ __________

30) 1 Stainless steel free standing cabinet 78” x 72” x 12”

with removable center post

Hoffman # A74H7212SS6LP modified for three point latch

with black power glide handles maintaining NEMA 4x rating.

Interior steel panels Hoffman #A72P72 mod to accommodate taller height of cabinet or equivalent _________ __________

31) 1 S100 meter socket _________ __________

32) 1 24” x 32” x 10” NEMA 3R Cabinet _________ __________

33) 1 Wall mount 600A/2P type MA circuit breaker used as main _________ __________

34) 1 20A/2P Type FH circuit breaker _________ __________

35) 1 20A/1P Type FH circuit breaker _________ __________

36) 1 150A/2P Type KA _________ __________

37) 20 ¾” x 10” copper clad ground rods _________ __________

38) 24 20AMP ground fault type receptacles Hubbell #GF53621 or equivalent _________ __________

39) 24 Polycarbonate cover plates to permit in-use function Hubbell #WPF826MPH or equivalent _________ __________

40) 2800’ 350KCMIL THHN/THWN copper wire _________ __________

41) 2300’ #6 green THNN/THWN copper wire _________ __________

42) 3600’ 500KCMIL THHN/THWN copper wire _________ __________

43) 3000’ #10 Solid THHN/THWN copper wire _________ __________

44) 2 200 AMP fused disconnects NEMA

3R rating 200/2/00 _________ __________

45) 100’ Non-metallic uni-strut _________ __________

46) 2000’ Electric identification tape _________ __________

47) 2000’ Telephone identification tape _________ __________

48) 4000’ #18 nylon pull rope with minimum

breaking strength of 170 lbs. _________ __________

TOTAL $________________

PUBLIC SAFETY TRAINING CENTER

ELECTRICAL DISTRIBUTION SUPPLY LIST

SECTION 2

The following lighting package shall be equivalent or better to the following RUUD Lighting specifications:

QTY ITEM DESCRIPTION EA TOTAL

1) 24 FS3440-M FS16 400MH MT 2ADJ _________ __________

2) 6 PR2440-M PR 400MH MT EPM _________ __________

3) 4 AC2440-M AC16 400MH MT EPM _________ __________

4) 3 AC3440-M AC16 400MH MT 2ADJ _________ __________

5) 8 PN3499-M PN22 100MH MT 2ADJ _________ __________

6) 2 PS4S30S2BZ POLE, ST SQ

4x30x.188 (2) BZ _________ __________

7) 2 CS006S02 TMPLT, 4SQ STEEL _________ __________

8) 8 CZ066X02R0 ANCH BLT

¾-10x30+3.0 GA _________ __________

9) 2 HHCVR-S HAND HOLE CVR

STEEL BZ _________ __________

10) 2 PBASECVR-4 POLE BASE COVER

4-IN BZ _________ __________

11) 2 PCAP-4 POLE CAP 4-IN

SQ STL BZ _________ __________

12) 6 PS4S30S1BZ POLE, ST SQ

4X30X.188 (1) BZ _________ __________

13) 6 CS006S02 TMPLT, 4SQ STEEL _________ __________

14) 24 CZ066X02R0 ANCH BLT

¾-10X30+3.0 GA _________ __________

15) 8 HHCVR-S HAND POLE

CVR STEEL BZ _________ __________

16) 6 PBASECVR-4 POLE BASE

COVER 4-IN BZ _________ __________

17) 6 PCAP-4 POLE CAP 4-IN

SQ STL BZ _________ __________

18) 8 PS4S30STBZ POLE, ST SQ

4X30X.188 (T) BZ _________ __________

19) 8 CS006S02 TMPLT, 4SQ STEEL _________ __________

20) 32 CZ066X02R0 ANCH BLT

¾-10X30+3.0 GA _________ __________

21) 8 HHCVR-S HAND HOLE COVER

STEEL BZ _________ __________

22) 8 PBASECVR-4 POLE BASE COVER

4-IN BZ _________ __________

23) 8 PB-3A4 V-TEN, ST

TRP@180(4SQ)BZ _________ __________

24) 3 PS5S30STBZ POLE, ST SQ

5X30X.188(T)BZ _________ __________

25) 3 CS011S01 TMPLT, 5SQ STEEL _________ __________

26) 12 CZ066X03R0 ANCH BLT

1.0-8X36+4.0 GAL _________ __________

27) 3 HHCVR-S HAND HOLE

CVR STEEL BZ _________ __________

28) 3 PBASECVR-5S POLE BASE CVR

F-5IN ST BZ _________ __________

29) 3 PW-1A3(5) MID-POLE BRKT

SNGL 5IN BZ _________ __________

30) 3 PB-3A5 V-TEN, ST

TRP@180(5SQ)BZ _________ __________

31) 2 PS4S19CTBZ POLE, ST SQ

4X19X.125(T)BZ _________ __________

32) 2 CS006S02 TMPLT, 4SQ STEEL _________ __________

33) 8 CZ066X02R0 ANCH BLT

¾-10X30+3.0 GA _________ __________

34) 2 HHCVR-S HAND HOLE CVR

STEEL BZ _________ __________

35) 2 PBASECVR-4 POLE BASE COVER

4-IN BZ _________ __________

36) 2 PB-2A4 V-TEN,

ST TWN@180(4SQ)BZ _________ __________

TOTAL $_________________

INSTRUCTIONS TO BIDDERS

MUNICIPALITY OF MONROEVILLE

1. The Bidder is responsible for submitting a bid that will conform to all-existing Federal, State, and Municipal regulations. Attention is called specifically to the State requirement relative to licensing of corporation and regulations of partnership and fictitious names.

2. It is agreed by the parties hereto that whenever the words "Municipal Manager" or the pronoun in place thereof occurs in the contract, articles of agreement of specifications, it is hereby expressly understood that the "Municipal Manager" is acting only under the authority of and subject to the approval of the Municipal Council.

3. The proposal and bidding schedule are furnished to you to be filled out, signed and submitted to the Office of the Municipal Manager of the Municipality of Monroeville in accordance with the appropriate specification; and one copy of the bid proposal is to be retained by the bidder. Bid proposals must be submitted on official Municipal forms.

4. Each proposal shall be clearly marked on the outside of an envelope as a Sealed Bid. The name of the item for which the bid is submitted also shall be indicated on the outside envelope. If multiple bids are submitted, each item shall be presented in a separate envelope.

5. No responsibility will attach to any Municipal representative or employee for the premature opening of a bid not properly addressed and identified.

6. Each bid proposal shall be accompanied by a certified, bank treasurer's or cashier's check; postal money order; or bidder's bond drawn to the order of the Municipality of Monroeville in the amount of ten (10) percent of the bid. This amount may be forfeited to the Municipality as specified in the bid proposal.

7. The ten (10) percent bond or deposit will be returned to the successful bidder after the satisfactory completion of the contract. The bidders bond or deposit will be returned to all unsuccessful bidders within thirty (30) days after award of the contract.

8. All bidders must be recognized dealers in the material or equipment specified and be qualified to advise in their application or use. A bidder, at any time requested, must satisfy the Municipal Manager and the Council that he has the requisite organization, capital, plant, stock, ability, and experience to satisfactorily execute the contract in accordance with the provisions of the contract in which he is interested.

9. Any alterations, erasures, addition, or omission of required information or any change of specifications, or bidding schedule is done at the risk of the bidder any may result in the rejection of his bid. In case of discrepancies or omissions or if the bidder is in doubt as to the meaning of specifications or bidding schedules, he should at once notify the Municipal Manager. Changes in specification will be issued in official supplements and copies sent simultaneously to any and all bidders.

10. All prices quoted shall be based upon delivery, after receipt of formal purchase order issued by the Purchasing Office, to any and all points within the limits of the Municipality of Monroeville (unless otherwise specified) with all charges prepaid to any point of actual delivery.

11. All discounts offered must be for at least a period of thirty (30) days to be considered in the awarding of contracts and discount periods shall be from date to delivery, otherwise bids should not be met.

12. Prices will be quoted without Federal Excise or Transportation Taxes of Commonwealth of Pennsylvania Sales Tax, as the Municipality is exempt from such taxes. An exemption certificate will be issued to cover the amount of such applicable Federal and Commonwealth of Pennsylvania taxes.

13. It is understood by both the Municipality and bidder that all trade names, catalog numbers of bids "as per sample" offered on a bid meet the specifications. It is further understood that the decision of the items shall be final.

14. The Municipality will reject any equipment that does not meet the specification, even through the bidder lists, the trade name, or names of such materials on the bid or price quotation form.

15. Only the latest model equipment, as evidenced by the manufacturer's equipment in production will be acceptable. Equipment shall be composed of new parts and materials. Any unit containing used parts or having seen any service, other than the necessary tests, will be rejected. In addition to the equipment specifically called for in the specification, all equipment cataloged by the manufacturer as standard or required by the Pennsylvania Department of Revenue shall be furnished with the equipment.

16. All materials, equipment, and supplies shall be subject to rigid inspection, under the immediate supervision of the Municipal Manager. If defective material, equipment or supplies are discovered, the contractor, upon being instructed by the Municipal Manager, shall remove, or make good such material, equipment or supplies without extra compensation. It is expressly understood and agreed that the inspection of materials by the Municipality will in no way lessen the responsibility of the contractor or release him from his obligation to perform and deliver to the Municipality sound and satisfactory materials, equipment, or supplies. The contractor agrees to pay the cost of all tests on defective materials, equipment, or supplies or allow the cost to be deducted from any monies due him from the Municipality.

17. Unless otherwise specified by the Municipal Manager all materials, supplies, or equipment quoted herein must be delivered within thirty (30) days from date of notification.

18. A contract will not be awarded to any corporation, firm, or individual who is, from any cause, in arrears to the Municipality, or who has failed in any contract with the Municipality to perform work satisfactory, either as the character of the work, the fulfillment of warranty, or the time consumed in completing the work.

19. Reasonable grounds for supposing that any bidder is interested in more than one proposal for the same item will be considered sufficient cause for rejection of all proposals in which he is interested.

20. Submitting a proposal when it is intended to sublet the contract may be a cause for rejection of bids or cancellation of the contract.

21. Unless otherwise specified the Municipality reserves the right to award each item separately or on a lump sum basis whichever is in the best interest of the Municipality.

22. In case of error where extension of prices is requested, the unit price shall prevail.

23. The Municipality reserves the right to reject any and all bids or quotations, to waive any minor discrepancies in the bids, quotations or specifications, when deemed to be in the best interest of the Municipality, and also to purchase any part, all or none of the materials, supplies or equipment specified.

24. Failure to the bidder to sign the bid or have the signature of an authorized representative or agent on the bid proposal IN THE SPACE PROVIDED will be cause for rejection of the bid. Signature must be written in ink. Typewritten or printed signatures are not acceptable.

25. Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn in the sixty (60) day period after bids are received.

26. It is mutually understood and agreed that if at any time the Municipal Manager shall be of the opinion that the contract or any part thereof is unnecessarily delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is willfully violating any of the conditions or covenants of the agreement, or is executing the same in bad faith, the Municipal Manager shall have the power to notify the aforesaid contractor of the nature of the complaint. Notification shall constitute delivery of notice, or letter to the address given in proposal. If after three working days of notification the conditions are not corrected to the satisfaction of the Municipal Manager, he shall there upon have the power to take whatever action he may deem necessary to complete the work or delivery herein described, or any part thereof. The expense thereof shall be deducted from any payment due the said contractor by the Municipality, under and by virtue of this agreement. In case such expense shall exceed the last said sum, the bondsman or the contractor, his executors, administrators, successors, or assigns, shall pay the amount of such excess to the Municipality, on notice by the Municipal Manager of the excess due.

27. It is mutually understood and agreed that a purchase order constitutes a valid contract in accordance with the specifications, articles of agreement and instruction to bidders when an order is accepted from the Municipality of the materials specified thereon.

28. Under the Motor Vehicle Procurement Act, Municipalities are required to purchase or lease only motor vehicles manufactured or assembled in North America. If the vehicle is assembled, but not manufactured in North America, it qualifies where a majority of the parts have been manufactured in North America. The provisions of the Act must be met before the Municipality makes a payment to any contractor supplying motor vehicles. A certification is required to be submitted from the manufacturer with your bid proposal.

MUNICIPALITY OF MONROEVILLE

BID SPECIFICATIONS

SUBMITTAL SHEET FOR

PUBLIC SAFETY TRAINING CENTER

ELECTRICAL DISTRIBUTION SUPPLY LIST

Please provide details of any exceptions taken to this bid.

Documentation on above items MUST be provided.

TOTAL SECTION ONE $______________________

TOTAL SECTION TWO $______________________

GRANDTOTAL $______________________

________________________________________

Name of Company (Please Type or Print)

_____________________________________ ____________________________________

Authorized Representative Signature of Authorized Representative/Contact Person

________________________________________

Address

________________________________________

City State Zip

________________________________________

Phone

________________________________________

Date

State Delivery Time on bid sheet.

Any questions contact Nick A. Travisano, Purchasing Coordinator at 412-856-3339

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download