Contract Award - Department of Administrative Services (DAS)

advertisement
CONTRACT SUPPLEMENT
SP-37 Rev. 7/08
Prev. Rev. 4/08
STATE OF CONNECTICUT
Tony Deluca
Contract Specialist
(860)713-5070
Telephone Number
DEPARTMENT OF ADMINISTRATIVE SERVICES
PROCUREMENT DIVISION
165 Capitol Avenue, 5th Floor South
HARTFORD, CT 06106-1659
CONTRACT AWARD NO.:
05PSX0181
Contract Award Date:
1 August 2005
Bid Due Date:
13 July 2005
SUPPLEMENT DATE:
26 June 2009
CONTRACT AWARD SUPPLEMENT #6
IMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCY
PURCHASE ORDER.
DESCRIPTION: Airport Lighting Fixtures, Parts and Accessories.
FOR: Department of Transportation
2800 Berlin Turnpike
Newington, CT 06111
All Using State Agencies and
Political Sub-Divisions
TERM OF CONTRACT / DELIVERY DATE REQUIRED:
From date of Contract Award through August 31, 2011
CHANGE TO IN STATE (NON-SB) CHANGE TO DAS-CERTIFIED SMALL
BUSINESS CONTRACT VALUE
CONTRACT VALUE
-
AGENCY REQUISITION NUMBER: 00020132
CHANGE TO TOTAL CONTRACT
CHANGE TO OUT OF STATE
AWARD VALUE
CONTRACT VALUE
-
-
-
NOTICE TO CONTRACTORS: This notice is not an order to ship. Purchase Orders against contracts will be furnished by the using
agency or agencies on whose behalf the contract is made.
INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.
NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchase
amounts (actual or implied). They are for CHRO use only.
NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning items
delivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specifications
or which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure of the contractor to deliver within a reasonable
period of time specified. Please issue orders and process invoices promptly.
CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be taken unless
payment is made within the discount period.
PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extra
charge is to be made for packing or packages.
CONTRACTOR INFORMATION:
REFER TO THE CONTRACT ON THE DAS PROCUREMENT WEB PAGE FOR THE MOST CURRENT CONTRACTOR INFORMATION.
(http://www.das.state.ct.us/Purchase/New_PurchHome/Busopp.asp)
Company Name: Crouse Hinds Airport Lighting Products
Remittance Address: P.O. Box 640239, Pittsburgh, PA 15264-0239
Address: 1200 Kennedy Road, Windsor, CT 06095
Tel. No.: (860) 683-4315 or (888) 683-4315 Fax No.: (860) 683-4354
Contact Person: Kathy Hine
Certification Type (SBE, MBE, WBE or None): None
Terms: Net 45 Days
Company E-mail Address and/or Company Web Site
Contract Value: $400,000.00 (est)
Delivery: 4 – 6 Weeks
Agrees to Supply Political SubDivisions:
Yes
Kathy.Hine@Crouse-Hinds.com - www.chalp.com
Crouse Hinds has received a price increase effective 6/18/2009 based on the “Master Sales Price List June 2009”
NOTE: All terms and conditions not otherwise affected by this supplement remain unchanged and in full force and effect.
APPROVED__________________________________
TONY DELUCA
Contract Specialist
(Original Signature on Document in Procurement Files)
CONTRACT SUPPLEMENT
SP-37 Rev. 4/08
Prev. Rev. 5/07
Tony DeLuca
Contract Specialist
(860)713-5070
Telephone Number
STATE OF CONNECTICUT
DEPARTMENT OF ADMINISTRATIVE SERVICES
PROCUREMENT DIVISION
165 Capitol Avenue, 5th Floor South
HARTFORD, CT 06106-1659
CONTRACT AWARD NO.:
05PSX0181
Contract Award Date:
3 August 2005
Bid Due Date:
13 July 2005
SUPPLEMENT DATE:
16 September 2008
CONTRACT AWARD SUPPLEMENT #5
IMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCY
PURCHASE ORDER.
DESCRIPTION: Airport Lighting Fixtures, Parts and Accessories
FOR: All Using State Agencies and Political Sub-Divisions
CHANGE TO IN STATE (NON-SB) CHANGE TO DAS-CERTIFIED SMALL
CONTRACT VALUE
BUSINESS CONTRACT VALUE
-
TERM OF CONTRACT / DELIVERY DATE REQUIRED:
August 31, 2008 through August 31, 2011
AGENCY REQUISITION NUMBER:
CHANGE TO OUT OF STATE
CHANGE TO TOTAL CONTRACT
CONTRACT VALUE
AWARD VALUE
-
-
-
NOTICE TO CONTRACTORS: This notice is not an order to ship. Purchase Orders against contracts will be furnished by the using
agency or agencies on whose behalf the contract is made.
INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.
NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchase
amounts (actual or implied). They are for CHRO use only.
NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning items
delivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specifications
or which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure of the contractor to deliver within a reasonable
period of time specified. Please issue orders and process invoices promptly.
CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be taken unless
payment is made within the discount period.
PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extra
charge is to be made for packing or packages.
Company Name:.GexPro
Address: 90 Murphy Road, Hartford, CT 06114
Tel. No.: (860) 524-2133 or (800) 243-0053 Fax No.: (860) 525-3957
Contact Person: Dale Nosel
Certification Type (SBE, MBE, WBE or None): None
Terms: Net 45 Days
Contract Value: $100,000.00 (est)
Delivery: 4 – 6 Weeks
Agrees to Supply Political SubDivisions:
Yes
Remittance Address: P.O. Box 100275 Atlanta, GA 30384
Company E-mail Address and/or Company Web Site dale.nosel@gexpro
This contract previously awarded to GE Supply has been assigned to and assumed by GexPro
NOTE: All terms and conditions not otherwise affected by this supplement remain unchanged and in full force and effect.
APPROVED__________________________________
TONY DELUCA
Contract Specialist
(Original Signature on Document in Procurement Files)
CONTRACT SUPPLEMENT
SP-37 Rev. 4/08
Prev. Rev. 5/07
Tony DeLuca
Contract Specialist
(860)713-5070
Telephone Number
STATE OF CONNECTICUT
DEPARTMENT OF ADMINISTRATIVE SERVICES
PROCUREMENT DIVISION
165 Capitol Avenue, 5th Floor South
HARTFORD, CT 06106-1659
CONTRACT AWARD NO.:
05PSX0181
Contract Award Date:
3 August 2005
Bid Due Date:
13 July 2005
SUPPLEMENT DATE:
27 August 2008
CONTRACT AWARD SUPPLEMENT #4
IMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCY
PURCHASE ORDER.
DESCRIPTION: Airport Lighting Fixtures, Parts and Accessories
FOR: All Using State Agencies and Political Sub-Divisions
CHANGE TO IN STATE (NON-SB) CHANGE TO DAS-CERTIFIED SMALL
CONTRACT VALUE
BUSINESS CONTRACT VALUE
-
TERM OF CONTRACT / DELIVERY DATE REQUIRED:
August 31, 2008 through August 31, 2011
AGENCY REQUISITION NUMBER:
CHANGE TO OUT OF STATE
CHANGE TO TOTAL CONTRACT
CONTRACT VALUE
AWARD VALUE
-
-
-
NOTICE TO CONTRACTORS: This notice is not an order to ship. Purchase Orders against contracts will be furnished by the using
agency or agencies on whose behalf the contract is made.
INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.
NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchase
amounts (actual or implied). They are for CHRO use only.
NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning items
delivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specifications
or which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure of the contractor to deliver within a reasonable
period of time specified. Please issue orders and process invoices promptly.
CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be taken unless
payment is made within the discount period.
PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extra
charge is to be made for packing or packages.
CONTRACTOR INFORMATION:
Company Name: Crouse Hinds Airport Lighting Products
Address: 1200 Kennedy Road, Windsor, CT 06095
Tel. No.: (860) 683-4315
Fax No.: (860) 683-4354
Contact Person: Kathy Hine
Certification Type (SBE, MBE, WBE or None): None
Terms: Net 45 Days
Contract Value: $400,000.00 (est)
Delivery: 4 – 6 Weeks
Agrees to Supply Political SubDivisions:
Yes
Contract Value: $100,000.00 (est)
Delivery: 4 – 6 Weeks
Agrees to Supply Political SubDivisions:
Yes
Remittance Address: P.O. Box 640239, Pittsburgh, PA 15264-0239
Company E-mail Address and/or Company Web Site Kathy.hine@cooperindustries.com
Company Name: G.E. Supply d.b.a.GexPro
Address: 90 Murphy Road, Hartford, CT 06114
Tel. No.: (860) 524-2133 or (800) 243-0053 Fax No.: (860) 525-3957
Contact Person: Dale Nosel
Certification Type (SBE, MBE, WBE or None): None
Terms: Net 45 Days
Remittance Address: P.O. Box 100275 Atlanta, GA 30384
Company E-mail Address and/or Company Web Site dale.nosel@gexpro
This contract has been extended through August 31, 2011
NOTE: All terms and conditions not otherwise affected by this supplement remain unchanged and in full force and effect.
APPROVED__________________________________
TONY DELUCA
Contract Specialist
(Original Signature on Document in Procurement Files)
CONTRACT SUPPLEMENT
SP-37 Rev. 4/08
Prev. Rev. 5/07
Tony Deluca
Contract Specialist
(860)713-5070
Telephone Number
STATE OF CONNECTICUT
DEPARTMENT OF ADMINISTRATIVE SERVICES
PROCUREMENT DIVISION
165 Capitol Avenue, 5th Floor South
HARTFORD, CT 06106-1659
CONTRACT AWARD NO.:
05PSX0181
Contract Award Date:
3 August 2005
Bid Due Date:
13 July 2005
SUPPLEMENT DATE:
9 July 2008
CONTRACT AWARD SUPPLEMENT #3
IMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCY
PURCHASE ORDER.
DESCRIPTION: Airport Lighting Fixtures, Parts and Accessories
FOR: All Using State Agencies and Political Sub-Divisions
CHANGE TO IN STATE (NON-SB) CHANGE TO DAS-CERTIFIED SMALL
BUSINESS CONTRACT VALUE
CONTRACT VALUE
-
TERM OF CONTRACT / DELIVERY DATE REQUIRED:
Date of Award through August 31, 2008
AGENCY REQUISITION NUMBER:
CHANGE TO TOTAL CONTRACT
CHANGE TO OUT OF STATE
AWARD VALUE
CONTRACT VALUE
-
-
-
NOTICE TO CONTRACTORS: This notice is not an order to ship. Purchase Orders against contracts will be furnished by the using
agency or agencies on whose behalf the contract is made.
INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.
NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchase
amounts (actual or implied). They are for CHRO use only.
NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning items
delivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specifications
or which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure of the contractor to deliver within a reasonable
period of time specified. Please issue orders and process invoices promptly.
CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be taken unless
payment is made within the discount period.
PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extra
charge is to be made for packing or packages.
CONTRACTOR INFORMATION:
Crouse Hinds Airport Lighting Products
Remittance Address: P.O. Box 640239, Pittsburgh, PA 15264-0239
Address: 1200 Kennedy Road, Windsor, CT 06095
Tel. No.: (860) 683-4315
Fax No.: (860) 683-4354
Contact Person: Kathy Hine
Certification Type (SBE, MBE, WBE or None): None
Terms: Net 45 Days
Company Name:
Company E-mail Address and/or Company Web Site
Contract Value: $400,000.00 (est)
Delivery: 4 – 6 Weeks
Agrees to Supply Political SubDivisions:
Yes
Kathy.hine@cooperindustries.com
Effective 7/1/2008 there is a revised price list - #PL9_July 2008
NOTE: All terms and conditions not otherwise affected by this supplement remain unchanged and in full force and effect.
APPROVED__________________________________
TONY DELUCA
Contract Specialist
(Original Signature on Document in Procurement Files)
CONTRACT SUPPLEMENT
SP-37 Rev. 05/07
Prev. Rev. 02/99
STATE OF CONNECTICUT
Cynthia Shea
Contract Specialist
(860)713-5278
Telephone Number
DEPARTMENT OF ADMINISTRATIVE SERVICES
PROCUREMENT DIVISION
165 Capitol Avenue, 5th Floor South
HARTFORD, CT 06106-1659
CONTRACT AWARD NO.:
05PSX0181
Contract Award Date:
1 August 2005
Bid Due Date:
13 July 2005
SUPPLEMENT DATE:
20 June 2007
CONTRACT AWARD SUPPLEMENT #2
IMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCY
PURCHASE ORDER.
DESCRIPTION: Airport Lighting Fixtures, Parts and Accessories.
FOR: Department of Transportation
2800 Berlin Turnpike
Newington, CT 06111
All Using State Agencies and
Political Sub-Divisions
CHANGE TO IN STATE (NON-SB) CHANGE TO DAS-CERTIFIED SMALL
CONTRACT VALUE
BUSINESS CONTRACT VALUE
TERM OF CONTRACT / DELIVERY DATE REQUIRED:
From date of Contract Award through August 31, 2008.
AGENCY REQUISITION NUMBER: 00020132
CHANGE TO OUT OF STATE
CHANGE TO TOTAL CONTRACT
CONTRACT VALUE
AWARD VALUE
N/C
N/C
NOTICE TO CONTRACTORS: This notice is not an order to ship. Purchase Orders against contracts will be furnished by the using
agency or agencies on whose behalf the contract is made.
INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.
NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchase
amounts (actual or implied). They are for CHRO use only.
NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning items
delivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specifications
or which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure of the contractor to deliver within a reasonable
period of time specified. Please issue orders and process invoices promptly.
CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be taken unless
payment is made within the discount period.
PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extra
charge is to be made for packing or packages.
CONTRACTOR INFORMATION:
REFER TO THE CONTRACT ON THE DAS PROCUREMENT WEB PAGE FOR THE MOST CURRENT CONTRACTOR INFORMATION. (http://www.das.state.ct.us/busopp.asp)
Company Name: Crouse
Hinds Airport Lighting Products
Remittance Address: P.O. Box 640239, Pittsburgh, PA 15264-0239
Address: 1200 Kennedy Road, Windsor, CT 06095
Tel. No.: (860) 683-4315 or (888) 683-4315 Fax No.: (860) 683-4354 Contract Value: $400,000.00 (est)
Contact Person: Kathy Hine Delivery: 4 – 6 Weeks
Certification Type (SBE, MBE, WBE or None): None Terms: Net 45 Days Agrees to Supply Political SubDivisions: Yes
Company E-mail Address and/or Company Web Site Kathy.Hine@Crouse-Hinds.com - www.chalp.com
Effective July 1, 2007, there will be a price increase on Crouse-Hinds Airport Lighting Products. Please refer to Master Sales
Price List July 2007 for product pricing. A copy of the price list can be obtained by contacting the vendor directly.
NOTE: All terms and conditions not otherwise affected by this supplement remain unchanged and in full force and effect.
APPROVED__________________________________
CYNTHIA SHEA
Contract Specialist
Date Issued: 20 June 2007
(Original Signature on Document in Procurement Files)
CONTRACT SUPPLEMENT
SP-37 NEW. 11/97 (Rev. 2/99)
STATE OF CONNECTICUT
Cynthia Shea
Contract Specialist
(860)713-5278
Telephone Number
DEPARTMENT OF ADMINISTRATIVE SERVICES
PROCUREMENT SERVICES
165 Capitol Avenue, 5th Floor South
PO Box 150414
HARTFORD, CT 06115-0414
CONTRACT AWARD NO.:
05PSX0181
Contract Award Date:
1 August 2005
Bid Due Date:
13 July 2005
SUPPLEMENT DATE:
6 September 2006
CONTRACT AWARD SUPPLEMENT #1
IMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCY
PURCHASE ORDER.
DESCRIPTION: Airport Lighting Fixtures, Parts and Accessories.
FOR: Department of Transportation
2800 Berlin Turnpike
Newington, CT 06111
All Using State Agencies and
Political Sub-Divisions
CHANGE TO IN STATE (NON-SB) CHANGE TO DAS-CERTIFIED SMALL
CONTRACT VALUE
BUSINESS CONTRACT VALUE
TERM OF CONTRACT / DELIVERY DATE REQUIRED:
From date of Contract Award through August 31, 2008.
AGENCY REQUISITION NUMBER: 00020132
CHANGE TO OUT OF STATE
CHANGE TO TOTAL CONTRACT
CONTRACT VALUE
AWARD VALUE
N/C
N/C
NOTICE TO CONTRACTORS: This notice of award is not an order to ship. Purchase Orders against contracts will be furnished by
the using agency or agencies on whose behalf the contract is made.
INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.
NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchase
amounts (actual or implied). They are for CHRO use only.
NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning items
delivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specifications
or which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure of the contractor to deliver within a reasonable
period of time specified. Please issue orders and process invoices promptly.
CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be taken
unless payment is made within the discount period.
PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extra
charge is to be made for packing or packages.
CONTRACTOR INFORMATION:
Company Name: Crouse
Hinds Airport Lighting Products
Remittance Address: P.O. Box 640239, Pittsburgh, PA 15264-0239
Address: 1200 Kennedy Road, Windsor, CT 06095
Tel. No.: (860) 683-4315 or (888) 683-4315 Fax No.: (860) 683-4354 Contract Value: $400,000.00 (est)
Contact Person: Kathy Hine SSN/FEIN No.: 314156620 Delivery: 4 – 6 Weeks
Certification Type (SBE, MBE, WBE or None): None Terms: Net 45 Days Agrees to Supply Political SubDivisions: Yes
Company E-mail Address and/or Company Web Site Kathy.Hine@Crouse-Hinds.com - www.chalp.com
Effective immediately, there is new pricing in effect for Cooper Crouse Hinds products. Please use the Master Sales Price List,
dated June, 2006 for most current pricing. A copy of the price list can be obtained by contacting the vendor directly.
NOTE: All terms and conditions not otherwise affected by this supplement remain unchanged and in full force and effect.
APPROVED__________________________________
CYNTHIA SHEA
Contract Specialist
Date Issued: 6 September 2006
(Original Signature on Document in Procurement Files)
CONTRACT AWARD
SP-38 rev. 11/97
Pamela Anderson
Contract Specialist
STATE OF CONNECTICUT
DEPARTMENT OF ADMINISTRATIVE SERVICES
PROCUREMENT SERVICES
165 Capitol Avenue, 5th Floor South
PO Box 150414
HARTFORD, CT 06115-0414
(860) 713-5088
Telephone Number
CONTRACT AWARD NO.:
05PSX0181
Contract Award Date:
3 August 2005
Bid Due Date:
13 July 2005
CONTRACT AWARD
IMPORTANT: THIS IS NOT A PURCHASE ORDER. DO NOT PRODUCE OR SHIP WITHOUT AN AGENCY PURCHASE ORDER.
DESCRIPTION: Airport Lighting Fixtures, Parts and Accessories.
FOR: Department of Transportation
2800 Berlin Turnpike
Newington, CT 06111
All Using State Agencies and Political Sub-Divisions
IN STATE (NON-SB)
CONTRACT VALUE
DAS CERTIFIED SMALL
BUSINESS CONTRACT VALUE
TERM OF CONTRACT / DELIVERY DATE REQUIRED:
From date of Contract Award through August 31, 2008.
AGENCY REQUISITION NUMBER: 00020132
OUT OF STATE
TOTAL CONTRACT
CONTRACT VALUE
AWARD VALUE
$500,000.00 est.
$500,000.00 est.
NOTICE TO CONTRACTORS: This notice of award is not an order to ship. Purchase Orders against contracts will be furnished by
the using agency or agencies on whose behalf the contract is made.
INVOICE SHALL BE RENDERED DIRECT TO THE ORDERING AGENCY.
NOTE: Dollar amounts listed next to each contractor are possible award amounts, however, they do not reflect any expected purchase
amounts (actual or implied). They are for CHRO use only.
NOTICE TO AGENCIES: A complete explanatory report shall be furnished promptly to the Procurement Manager concerning items
delivered and/or services rendered on orders placed against awards listed herein which are found not to comply with the specifications
or which are otherwise unsatisfactory from the agency’s viewpoint, as well as failure of the contractor to deliver within a reasonable
period of time specified. Please issue orders and process invoices promptly.
CASH DISCOUNTS: Cash discounts, if any, shall be given SPECIAL ATTENTION, but such cash discount shall not be taken
unless payment is made within the discount period.
PRICE BASIS: Unless otherwise noted, prices include delivery and transportation charges fully prepaid f.o.b. agency. No extra
charge is to be made for packing or packages.
CONTRACTOR INFORMATION:
Crouse Hinds Airport Lighting Products
Remittance Address: P.O. Box 640239, Pittsburgh, PA 15264-0239
Address: 1200 Kennedy Road, Windsor, CT 06095
Tel. No.: (860) 683-4315 or (888) 683-4315 Fax No.: (860) 683-4354
Contact Person: Kathy Hine
SSN/FEIN No.: 314156620
Certification Type (SBE, MBE, WBE or None): None
Terms: Net 45 Days
Company Name:
Company E-mail Address and/or Company Web Site
Company Name: G.E. Supply
Contract Value: $400,000.00 (est)
Delivery: 4 – 6 Weeks
Agrees to Supply Political SubDivisions:
Kathy.Hine@Crouse-Hinds.com - www.chalp.com
Remittance Address: P.O. Box 100275 Atlanta, GA 30384
Address: 90 Murphy Road, Hartford, CT 06114
Tel. No.: (860) 524-2133 or (800) 243-0053 Fax No.: (860) 525-3957
Contact Person: Joe Leto
SSN/FEIN No.: 140-68-9340
Certification Type (SBE, MBE, WBE or None): None
Terms: Net 45 Days
Company E-mail Address and/or Company Web Site
Yes
Contract Value: $100,000.00 (est.)
Delivery: 4 – 6 Weeks ARO
Agrees to Supply Political SubDivisions:
Joseph.Leto@GESupply.com -
Yes
WWW.GESupply.com
APPROVED__________________________________
PAMELA L. ANDERSON
Contract Specialist
Date Issued: 3 August 2005
(Original Signature on Document in Procurement Files)
STANDARD BID
TERMS AND CONDITIONS
SP-19 Rev. 1/05
(Prev. Rev. 11/02)
Pamela Anderson
Contract Specialist
(860) 713-5088
Telephone Number
STATE OF CONNECTICUT
DEPARTMENT OF ADMINISTRATIVE SERVICES
BID NO.:
05PSX0181
PROCUREMENT SERVICES
165 Capitol Avenue, 5th Floor South
PO Box 150414
HARTFORD, CT 06115-0414
Standard Bid and Contract Terms and Conditions - Page 1 of 4
All Invitations For Bids issued by the Department of
Administrative Services, Procurement Services will bind
Bidders to the terms and conditions listed below, unless
specified otherwise in any individual Invitation For Bids.
Incorporated by reference into this contract are
applicable provisions of the Connecticut General Statutes
including but not limited to Sections 4a-50 through 4a-80
and applicable provisions of the Regulations of
Connecticut State Agencies including but not limited to
Sections 4a-52-1 through 4a-52-22.
The contractor agrees to comply with the statutes
and regulations as they exist on the date of this contract
and as they may be adopted or amended from time to
time during the term of this contract and any
amendments thereto.
Submission of Bids
1. Bids must be submitted on forms supplied by
Procurement Services. Telephone or facsimile bids will not be
accepted in response to an Invitation For Bids.
2. The time and date bids are to be opened is given in each
bid issued. Bids received after the specified time and date of
bid opening given in each bid proposal shall not be
considered. Bid envelopes must clearly indicate the bid
number as well as the date and time of the opening of the bid.
The name and address of the Bidder should appear in the
upper left hand corner of the envelope.
3. Incomplete bid forms may result in the rejection of the
bid. Amendments to bids received by Procurement Services
after the time specified for opening of bids, shall not be
considered.
An original and one copy of the proposal
schedule shall be returned to Procurement Services. Bids
shall be computer prepared, typewritten or handwritten in
ink. Bids submitted in pencil shall be rejected. All bids shall
be signed by a person duly authorized to sign bids on behalf
of the bidder. Unsigned bids shall be rejected. Errors,
alterations or corrections on both the original and copy of the
proposal schedule to be returned must be initialed by the
person signing the bid proposal or their authorized designee.
In the event an authorized designee initials the correction,
there must be written authorization from the person signing
the bid proposal to the person initialing the erasure,
alterations, or correction. Failure to do so shall result in
rejection of bid for those items erased, altered or corrected
and not initialed.
4. Conditional bids are subject to rejection in whole or in
part. A conditional bid is defined as one which limits,
modifies, expands or supplements any of the terms and
conditions and/or specifications of the invitation for bids.
5. Alternate bids will not be considered. An alternate bid is
defined as one which is submitted in addition to the bidders
primary response to the invitation for bids.
6. Prices should be extended in decimal, not fraction, to be
net, and shall include transportation and delivery charges
fully prepaid by the Contractor to the destination specified in
the bid, and subject only to cash discount.
7. Pursuant to Section 12-412 of the Connecticut General
Statutes, the State of Connecticut is exempt from the payment
of excise, transportation and sales taxes imposed by the Federal
Government and/or the State. Such taxes must not be included
in bid prices.
8. In the event of a discrepancy between the unit price and
the extension, the unit price shall govern.
9. By its submission the Bidder represents that the bid is not
made in connection with any other Bidder submitting a bid for
the same commodity or commodities and is in all respects fair
and without collusion or fraud.
10. All bids will be opened and read publicly and upon award
are subject to public inspection.
Guaranty or Surety
11. Bid and or performance bonds may be required. Bonds
must meet the following requirements: Corporation - must be
signed by an official of the corporation above their official title
and the corporate seal must be affixed over the signature; Firm
or Partnership - must be signed by all the partners and indicate
they are “doing business as”; Individual - must be signed by the
owner and indicated as “Owner”. The surety company executing
the bond or countersigning must be licensed in Connecticut
and the bond must be signed by an official of the surety
company with the corporate seal affixed over their signature.
Signatures of two witnesses for both the principal and the
surety must appear on the bond. Power of attorney for the
official signing the bond for the surety company must be
submitted with the bond.
Samples
12. Accepted bid samples do not supersede specifications for
quality unless sample is superior in quality. All deliveries shall
have at least the same quality as the accepted bid sample.
13. Samples are furnished free of charge. Bidder must indicate
if their return is desired, provided they have not been made
useless by test. Samples may be held for comparison with
deliveries.
Award
14. Award will be based on quality of the articles or services to
be supplied, their conformance with specifications, delivery
terms, price, administrative costs, past performance, and
financial responsibility.
15. Procurement Services may reject any bidder in default of
any prior contract or guilty of misrepresentation or any bidder
with a member of its firm in default or guilty of
misrepresentation.
16. Procurement Services may correct inaccurate awards
resulting from clerical or administrative errors.
Contract
17. The existence of the contract shall be determined in
accordance with the requirements set forth above. However, the
award of the contract is not an order to ship.
18. The Contractor shall not assign or otherwise dispose of
their contract or their right, title or interest, or their power to
STANDARD BID
TERMS AND CONDITIONS
SP-19 Rev. 1/05
(Prev. Rev. 11/02)
Pamela Anderson
Contract Specialist
(860) 713-5088
Telephone Number
STATE OF CONNECTICUT
DEPARTMENT OF ADMINISTRATIVE SERVICES
BID NO.:
05PSX0181
PROCUREMENT SERVICES
165 Capitol Avenue, 5th Floor South
PO Box 150414
HARTFORD, CT 06115-0414
Standard Bid and Contract Terms and Conditions - Page 2 of 4
execute such contract to any other person, firm or corporation
without the prior written consent of Procurement Services.
19. Bidders have ten days after notice of award to refuse
acceptance of the award; after ten days the award will be
binding on the Contractor. If the Contractor refuses to accept
the award within the ten day period, the award will be made
to the next lowest responsible qualified bidder.
20. Failure of a Contractor to deliver commodities or perform
services as specified will constitute authority for Procurement
Services to purchase these commodities or services on the
open market. The Contractor agrees to promptly reimburse
the State for excess cost of these purchases. The purchases
will be deducted from the contracted quantities.
21. Rejected commodities must be removed by the Contractor
from State premises within 48 hours. Immediate removal may
be required when safety or health issues are present.
22. Contractor agrees to: hold the State harmless from
liability of any kind for the use of any copyright or
uncopyrighted composition, secret process, patented or
unpatented invention furnished or used in the performance of
the contract; guarantee their products against defective
material or workmanship; repair damages of any kind, for
which they are responsible to the premises or equipment, to
their own work or to the work of other contractors; obtain and
pay for all licenses, permits, fees etc. and to give all notices
and comply with all requirements of city or town in which the
service is to be provided and to the State of Connecticut; to
carry proper insurance to protect the State from loss.
23. Notwithstanding any provision or language in this
contract to the contrary, the Commissioner may terminate
this contract whenever he/she determines in his/her sole
discretion that such termination is in the best interests of the
State. Any such termination shall be effected by delivery to
the Contractor of a written notice of termination. The notice
of termination shall be sent by registered mail to the
Contractor address furnished to the State for purposes of
correspondence or by hand delivery. Upon receipt of such
notice, the Contractor shall both immediately discontinue all
services affected (unless the notice directs otherwise) and
deliver to the State all data, drawings, specifications, reports,
estimates, summaries, and such other information and
materials as may have been accumulated by the Contractor in
performing his duties under this contract, whether completed
or in progress.
All such documents, information, and
materials shall become the property of the State. In the event
of such termination, the Contractor shall be entitled to
reasonable compensation as determined by the Commissioner
of the Department of Administrative Services, however, no
compensation for lost profits shall be allowed.
Delivery
24. All products and equipment delivered must be new
unless otherwise stated in the bid specifications.
25. Delivery will be onto the specified State loading docks by
the Contractor unless otherwise stated in the bid
specifications.
26. Deliveries are subject to re-weighing on State sealed scales.
27. Payment terms are net 45 days after receipt of goods or
invoice, whichever is later, unless otherwise specified.
28. Charges against a Contractor shall be deducted from
current obligations. Money paid to the State by the Contractor
shall be payable to the Treasurer, State of Connecticut.
Tangible Personal Property
29. (a) For any contract for provision of tangible personal
property to the state entered into on or after the effective date of
this section, each department head, as defined in section 4-5 of
the general statutes, shall enter into an agreement with the
contractor pursuant to which such contractor shall agree, on its
own behalf and on behalf of each affiliate, as defined in
subsection (d) of this section, of such contractor, for the term of
the state contract, to collect and remit to the state on behalf of
its customers any use tax due to the state under the provisions
of chapter 219 of the general statutes for items of tangible
personal property sold by the contractor or by any of its
affiliates in the same manner as if the contractor and its
affiliates were engaged in the business of selling tangible
personal property for use in this state and had sufficient nexus
with this state to be required to collect use tax due to the state.
(b) The following provisions shall apply to and be made part of
any agreement entered into pursuant to subsection (a) of this
section: (1) The contractor and its affiliates are not liable for
use tax not paid to them by a customer; (2) A customer's
payment of a use tax to the contractor or its affiliates relieves
the customer of liability for the use tax; (3) The contractor and
its affiliates shall remit all use taxes they collect from customers
on or before the due date specified in the agreement, which may
not be later than the last day of the month next succeeding the
end of a calendar quarter or other tax collection period during
which the tax was collected; and (4) Any contractor or affiliate
who fails to remit use taxes collected on behalf of its customers
by the due date specified in the agreement shall be subject to
the interest and penalties provided for persons required to
collect sales tax under chapter 219 of the general statutes. (c)
Any agreement entered into under subsection (a) of this section
may provide that the contractor and its affiliates shall collect
the use tax only on items that are subject to the six per cent
rate of tax. (d) For purposes of this section, "affiliate" means
any person, as defined in section 12-1 of the general statutes,
that controls, is controlled by, or is under common control with
another person. A person controls another person if the person
owns, directly or indirectly, more than ten per cent of the voting
securities of the other person. For purposes of this subsection,
"voting security" means a security that confers upon the holder
the right to vote for the election of members of the board of
directors or similar governing body of the business, or that is
convertible into, or entitles the holder to receive, upon its
exercise, a security that confers such a right to vote. "Voting
security" includes a general partnership interest. (PA 03-01
Sec.105)
Saving Clause
30. The Contractor shall not be liable for losses or delays in the
fulfillment of the terms of the contract due to wars, acts of
public enemies, strikes, fires, floods, acts of God or any other
acts not within the control of or reasonably prevented by the
STANDARD BID
TERMS AND CONDITIONS
SP-19 Rev. 1/05
(Prev. Rev. 11/02)
Pamela Anderson
Contract Specialist
(860) 713-5088
Telephone Number
STATE OF CONNECTICUT
DEPARTMENT OF ADMINISTRATIVE SERVICES
BID NO.:
05PSX0181
PROCUREMENT SERVICES
165 Capitol Avenue, 5th Floor South
PO Box 150414
HARTFORD, CT 06115-0414
Standard Bid and Contract Terms and Conditions - Page 3 of 4
Contractor. The Contractor will give written notice of the
cause and probable duration of any such delay.
Advertising
31. Contractors may not reference sales to the State for
advertising and promotional purposes without the prior
approval of Procurement Services.
Rights
32. The State has sole and exclusive right and title to all
printed material produced for the State and the contractor
shall not copyright the printed matter produced under the
contract.
33. The Contractor assigns to the State all rights title and
interests in and to all causes of action it may have under
Section 4 of the Clayton Act, 15 USC 15, or under Chapter
624 of the general statutes. This assignment occurs when the
Contractor is awarded the contract.
33. Contractor agrees that it is in compliance with all
applicable federal, state and local laws and regulations,
including but not limited to Connecticut General Statutes
Sections 4a-60 and 4a-60a. The Contractor also agrees that it
will hold the State harmless and indemnify the State from any
action which may arise out of any act by the contractor
concerning lack of compliance with these laws and
regulations.
34. All purchases will be in compliance with Section 22a-194
to Section 22a-194g of the Connecticut General Statutes
related to product packaging This contract is subject to the
provisions of Executive Order No. Three of Governor Thomas
J. Meskill promulgated June 16, 1971, the provisions of
Executive Order No. Seventeen of Governor Thomas J. Meskill
promulgated February 15, 1973 and section 16 of P.A. 91-58
nondiscrimination regarding sexual orientation, and the
provisions of Executive Order No. Sixteen of Governor John G.
Rowland promulgated August 4, 1999 regarding Violence in
the
Workplace
Prevention
Policy.
STANDARD BID
TERMS AND CONDITIONS
SP-19 Rev. 1/05
(Prev. Rev. 11/02)
Pamela Anderson
Contract Specialist
(860) 713-5088
Telephone Number
STATE OF CONNECTICUT
DEPARTMENT OF ADMINISTRATIVE SERVICES
BID NO.:
05PSX0181
PROCUREMENT SERVICES
165 Capitol Avenue, 5th Floor South
PO Box 150414
HARTFORD, CT 06115-0414
Standard Bid and Contract Terms and Conditions - Page 4 of 4
Records, Files, and Information
35. The contract resulting from the ITB is subject to the
provisions of §1-218 of the Connecticut General Statutes, as it
may be modified from time to time. In accordance with this
section, each contract in excess of two million five hundred
thousand dollars between a public agency and a person for
the performance of a governmental function shall (1) provide
that the public agency is entitled to receive a copy of records
and files related to the performance of the governmental
function, and (2) indicate that such records and files are
subject to the Freedom of Information Act and may be
disclosed by the public agency pursuant to the Freedom of
Information Act. No request to inspect or copy such records or
files shall be valid unless the request is made to the public
agency in accordance with the Freedom of Information Act.
Any complaint by a person who is denied the right to inspect
or copy such records or files shall be brought to the Freedom
of Information Commission in accordance with the provisions
of sections 1-205 and 1-206 of the Connecticut General
Statutes.
36. Incorporated by reference into this contract is Section 461dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General
Statutes which prohibits contractors from taking adverse
action against employees who disclosed information to the
Auditors of Public Accounts or the Attorney General.
Health Insurance Portability and Accountability Act
(HIPAA)
37. Under
the
Health
Insurance
Portability
and
Accountability Act (HIPAA) of 1996, Bidders are expected to
adhere to the same standards as the state agency/covered
entity as to Protected Health Information (PHI), to maintain
compliance with Title 45 CFR Part 164.504, Uses and
Disclosures: Organizational Requirements, Bidder Contracts.
Protected Health Information (PHI) includes information
related to claims, health services, federal and state tax
information, financials, criminal/court related information
and other personally identifiable records. Bidder agrees that
34.
it shall be prohibited from using or disclosing the PHI provided
or made available by the state agency/covered entity or viewed
while on the premises for any purpose other than as expressly
permitted or required by this Contract.
These uses and
disclosures must be within the scope of the Bidder’s services
provided to the state agency/covered entity. Bidders shall
establish and maintain reasonable safeguards to prevent any
use or disclosure of the PHI, other than as specified in this
Contract or required by law. Bidder agrees that anytime PHI is
provided or made available to any subcontractors or agents,
Bidder must enter into a subcontract, which contains the same
terms, conditions and restrictions on the use and disclosure of
PHI as contained in this Contract. Bidder agrees to make
available and provide a right of access to PHI by the individual
for whom the information was created and disclosed. Bidder
agrees to make information available as required to provide an
accounting of disclosures. Bidder agrees to make its internal
practices, books, and records relating to the use or disclosure of
PHI received from, or created or received by Bidder on behalf of
the state agency/covered entity, available to the Secretary of
Health and Human Services (HHS) for purposes of determining
compliance with the HHS Privacy Regulations. At termination
of this Contract, Bidder agrees to return or destroy all PHI
received from, or created by the state agency/covered entity. If
not feasible, extend the protections of this agreement to the PHI
and limit further uses and disclosures.
Bidder will have
procedures in place for mitigating any harmful effects from the
use or disclosure of PHI in a manner contrary to this Contract
or the HHS Privacy Regulations. Bidder must develop and
implement a system of sanctions for any employee,
subcontractor or agent who violates this Contract or the HHS
Privacy Regulations. The PHI shall be and remain the resources
of the state agency/covered entity. Bidder agrees that it
acquires no title or rights to the information, including any deidentified information, as a result of this Contract. Bidder
agrees that the state agency/covered entity has the right to
immediately terminate this Contract if the state agency/covered
entity determines that Bidder has violated a material term of
this HIPAA Compliance Agreement above.
STATE OF CONNECTICUT – DEPARTMENT OF TRANSPORTATION
AIRPORT LIGHTING FIXTURES, PARTS AND ACCESSORIES
SPECIAL BID TERMS AND CONDITIONS
Bid #05PSX0181
Page 1 of 7
SCOPE:
This contract is intended to cover the State of Connecticut, Department of Transportation’s normal requirement for
Airport Lighting Fixtures, Parts and Accessories. The contract will be from date of award to July 31, 2008, a
period of three (3) years. The State reserves the right to extend this contract for a period of up to the full original
contract term or parts thereof.
MANDATORY EXTENSION OF CONTRACT FOR USE BY POLITICAL SUBDIVISIONS OR NOT-FOR-PROFIT
ORGANIZATIONS:
Bidders are required to offer this contract (including pricing, terms and conditions) to Political Subdivisions of the
State, including but not limited to towns, municipalities, public school systems and certain Not-for-profit Organizations.
When a Political Subdivision and/or Not-for-profit Organization utilizes this contract all references to the "State" are
hereby replaced with the name of the using Political Subdivision or Not-for-profit Organization.
SPECIAL REQUIREMENTS:
This contract will allow CROUSE HINDS, POINT LIGHTING and GE manufacturers AS SO NOTED ON THE
PROPOSAL SCHEDULE. It will also allow for items that are “Approved Equal” as described below.
APPROVED EQUAL:
When material or equipment is referred to by a brand name and/or model, consider the term “or approved equal” to
follow unless “no substitute” is noted. Bidders not providing or offering the brand and model suggested MUST supply
documentation and/or specifications, illustrations or other pertinent information as evidence that the substitute offered
is equal to or better than the brand and model noted in the specifications. Bids not supplying the additional
documentation are subject to rejection.
SAMPLES:
All parts for this contract need to be compatible with the existing airport lighting; therefore samples may be needed of
each item bid whose part number is not listed on the Proposal Schedule. Samples will be requested after the bid
opening and before the bid award is made. Failure to submit samples and specifications may result in rejection of bid.
State of Connecticut
Department of Transportation
P.O. Box 317546
Newington, CT 06131-7546
Attn.: John Swanson – W1B
If requested, bidding vendors must submit a representative sample of one (1) of each item they are bidding. Samples
must be CLEARLY TAGGED WITH THE BIDDING VENDOR'S NAME, ITEM NUMBER REPRESENTED
ON THE PROPOSAL SCHEDULE AND THE CONTRACT NUMBER.
PLEASE NOTE THAT THESE SAMPLES MAY BE PICKED UP AT BIDDER’S EXPENSE AFTER AWARD
IS MADE.
STATE OF CONNECTICUT – DEPARTMENT OF TRANSPORTATION
AIRPORT LIGHTING FIXTURES, PARTS AND ACCESSORIES
SPECIAL BID TERMS AND CONDITIONS
Bid #05PSX0181
Page 2 of 7
CONNDOT DELIVERY:
Routine deliveries of all goods offered under this contract will be 21 days either ARO or after confirmation by an
authorized CONNDOT representative with the vendor. Routine delivery times are 8:00 a.m. to 3:30 p.m., Monday
through Friday.
All transportation and delivery charges for items delivered under this contract will be fully prepaid by the vendor,
F.O.B. Destination. The vendor shall be responsible for the delivery of material in first class condition at the point of
delivery and in accordance with good commercial practices.
The PRIMARY delivery location is:
Department of Transportation - Store #150
Bradley International Airport – Building 236
Windsor Locks, CT 06096
Telephone: (860) 627-3119
Attention: Robert Carpe
Other delivery locations are:
Danielson Airport
Danielson, CT 06239
Telephone: (860) 774-5008
Groton/New London Airport
Groton, CT 06340
Telephone: (860) 445-8549
Waterbury/Oxford Airport
Oxford, CT 06583
Telephone: (203) 264-8010
Hartford Brainard Airport
Hartford, CT 06114
Telephone: (860) 566-7037
Windham Airport
Rural Route 2
Box 39
North Windham, CT 06256
Telephone: (860) 423-9348
Store #133
100 Chase River Road
Waterbury, CT 06714
Telephone: (203) 596-4219
Attention: Marty Rajcok
Store #136
486 River Road
Lisbon, CT
Telephone: (860) 889-6181
Attention: Mary Dauphinais
Store #140
Rte. 12, Industrial Park Rd.
Putnam, CT
Telephone: (860) 963-1951
Attention: Mark Beausoleil
PARTS INVENTORY PROTECTION PLAN:
The vendor shall offer a parts inventory protection plan which will allow the State to return new, unused parts in
resaleable condition for credit. This shall include obsolete parts purchased by ConnDOT from any awarded
manufacturer, during the previous or current contract periods. Bidders are to complete the PARTS INVENTORY
PROTECTION PLAN form and return with bid.
STATE OF CONNECTICUT – DEPARTMENT OF TRANSPORTATION
AIRPORT LIGHTING FIXTURES, PARTS AND ACCESSORIES
SPECIAL BID TERMS AND CONDITIONS
Bid #05PSX0181
Page 3 of 7
BID PRICES:
ITEMS 1 THROUGH 94
Bidder shall quote the net unit price, per item, on the proposal schedule at which the State will be billed.
ITEMS 95 & 96
Bidder shall quote the discount rate in the appropriate space on the proposal schedule, which will determine
the net unit price at which the State will be billed during the term of the contract for ALL PARTS IN THE
LATEST ISSUE CATALOG EXCLUDING ITEMS 1 THROUGH 94.
Prices shall include all packages and packaging with transportation and delivery charges fully prepaid by the vendor,
F.O.B. Destination. CONNDOT may, on a limited basis, pick up materials at the vendor's place of business.
BIDDING VENDORS MUST SUBMIT MANUFACTURER'S PARTS CATALOG AND CORRESPONDING
PRICE LISTS THAT THEY ARE BIDDING WITH THE BID RETURN.
PRICE INCREASES:
Bid prices will remain firm for the first year of the contract period. After the first year of the contract period and every
year thereafter, the awarded vendor may file for a price increase consistent with and relative to price changes
originating with the manufacturer. Request for such an increase must be fully and properly documented and, if
approved, shall be firm for the remainder of the contract.
The State reserves the right to reject any requested price increase deemed excessive in the opinion of the State and
cancel the contract. The vendor must submit a formal request for an increase to the Department of Administrative
Services/Procurement Services, Box 150414, Hartford, CT 06115-0414, Attn.: Pamela Anderson, no later than TEN
(10) DAYS prior to the effective price increase date. The request shall contain the date the increase takes effect. No
retroactive increases will be allowed. In the event a retroactive request for a price increase is received, the Department
of Administrative Services will set the effective date of the price increase as ten (10) days from the receipt of the
request.
Any purchase orders issued by any State agency prior to the effective date will be honored by the vendor at the price in
effect at the time of the issuance of the purchase order.
THE NEW PRICING MEDIUM MUST BE SENT WITH REQUEST FOR INCREASE.
PRICE DECREASES:
Price decreases will become effective immediately on the date specified in the manufacturer's printed notice of change.
The vendor shall bill the State at the reduced price on all deliveries made on or after the date of the manufacturer's price
reduction. The vendor also shall promptly provide D.A.S./Procurement Services with a letter of notice concerning the
change.
STATE OF CONNECTICUT – DEPARTMENT OF TRANSPORTATION
AIRPORT LIGHTING FIXTURES, PARTS AND ACCESSORIES
SPECIAL BID TERMS AND CONDITIONS
Bid #05PSX0181
Page 4 of 7
BASIS OF AWARD:
The following factors, not necessarily in order of importance, will be taken into consideration in awarding the contract:
-
Adherence to specifications
Ability of vendor to deliver in adequate time frame
Ability of vendor to supply required quantities
Lowest overall price
Overall completeness of proposal schedule
The State reserves the right to award by item, group of items or total bid and to purchase whatever material is required
from the most economical source of supply. The State further reserves the right to reject any or all bids, waive
technicalities and to make awards in a manner deemed in the best interest of the State.
CONNDOT INVOICING:
The vendor shall invoice the State promptly after the delivery of goods. Questions regarding payments status may be
directed to Accounts Payable at (860) 594-2315.
All ConnDOT billing MUST BE FORWARDED DIRECTLY TO ACCOUNTS PAYABLE AT:
State of Connecticut – Dept. of Transportation
P.O. Box 317546
2800 Berlin Turnpike
Newington, CT 06131-7546
Attn: Accounts Payable Unit - SW1A
INVOICES FORWARDED TO ANY ADDRESS OTHER THAN NOTED ABOVE MAY NOT BE
PROCESSED FOR PAYMENT.
PACKING:
All items shall be packed in accordance with prevailing commercial practices in such a manner to ensure delivery in
good condition.
PRICE/PARTS CATALOGS:
The awarded vendor(s) will be required to furnish the Department of Transportation with four (4) complete sets of Parts
Catalogs and corresponding Price Books at no extra charge.
AUDIT:
At the option of the State and at its own expense, periodic audits may, at reasonable times, be made of the vendor's
books and records insofar as they pertain to the Contract. Such audits will be conducted by the State or a representative
appointed by the State. Said books and records shall be made available to the Auditors of Public Accounts of the State
of Connecticut.
STATE OF CONNECTICUT – DEPARTMENT OF TRANSPORTATION
AIRPORT LIGHTING FIXTURES, PARTS AND ACCESSORIES
SPECIAL BID TERMS AND CONDITIONS
Bid #05PSX0181
Page 5 of 7
REPORTING REQUIREMENTS:
The awarded vendors are required to furnish the Department of Administrative Services with a summary of the total
purchases made under this contract on a yearly basis.
INSURANCE:
Upon request, the awarded vendor must provide the State with current insurance certificate(s). The awarded vendor
shall carry insurance during the term of this contract according to the nature of the work to be performed to "save
harmless" the State from any claims, suits or demands that may be asserted against it by reason of any act or omission
of the contract, subcontractor or employee of either the vendor or subcontractor in providing services of this contract.
SUBLETTING/ASSIGNING OF CONTRACT:
The contract or any portion thereof, or the work provided for therein, or the right, title, or interest of the vendor therein
or thereto may not be sublet, sold, transferred, assigned or otherwise disposed of to any person, firm, or corporation, or
other entity without the prior written consent of the State. No person, firm or corporation, or other entity, other than the
vendor to whom the project was awarded is permitted to commence work on the project unless such consent has been
granted.
GIFT AFFIDAVITS:
The awarded vendor will be required to annually submit an updated Gift/Campaign Contribution Affidavit.
WARRANTY:
All parts furnished under this contract, supplied by the awarded vendor will be warranted against defects in material
and/or workmanship. The warranty shall provide the full costs of the part(s) required to replace the defective parts.
INDEMNIFICATION:
The vendor shall indemnify, defend and hold harmless the State and its successors and assigns from and against any
and all (1) actions, suits, claims, demands, investigations and legal, administrative or arbitration proceedings pending or
threatened, whether mature, unmatured, contingent, known or unknown, at law or in equity, in any forum (collectively,
"Claims") arising, directly or indirectly, in connection with this Invitation to Bid and resulting Contract, including any
environmental matters, and including the acts of commission or omission (collectively, the "Acts") of the vendor or any
of its members, directors, officers, shareholders, representatives, agents, servants, consultants, employees or any other
person or entity with whom the vendor is in privity of oral or written contract (collectively, "vendor Parties"); (2)
liabilities arising, directly or indirectly, in connection with this Invitation to Bid and resulting Contract, out of the
vendor's or vendor Parties' Acts concerning its or their duties and obligations as set forth in this Invitation to Bid and
resulting Contract; and (3) all damages, losses, costs and expenses, including but not limited to, attorneys' and other
professionals' fees, that may arise out of such Claims and/or liabilities for bodily injury, death and/or property damages.
The vendor shall reimburse the State, for any and all damages to the real or personal property of the State caused by
the Acts of the vendor or any vendor Parties. The State shall give to the vendor reasonable notice of any such Claim.
The vendor shall also use counsel reasonably acceptable to the State in carrying out its obligations under this section.
This Section shall survive the expiration or early termination of the Contract, and shall not be limited by reason of any
insurance coverage.
STATE OF CONNECTICUT – DEPARTMENT OF TRANSPORTATION
AIRPORT LIGHTING FIXTURES, PARTS AND ACCESSORIES
SPECIAL BID TERMS AND CONDITIONS
Bid #05PSX0181
Page 6 of 7
BUSINESS OPERATIONAL CHANGES:
In the event that the awarded vendor moves, updates telephone numbers, or changes their name, it is the responsibility
of the vendor to advise the State of such changes in writing. The State will not be held responsible if payments or
purchase orders are delayed due to additional routing caused by lack of notification on the vendor's part. Business
operational changes must be forwarded to:
DAS/Procurement Services
Box 150414
Hartford, CT 06115-0414
Attn.: Pamela Anderson
P-CARD (PURCHASING CREDIT CARD):
The State of Connecticut may use a MasterCard purchasing card for order placement and payment in many instances.
Suppliers who accept credit cards should anticipate that some or all orders issued as a result of this bid may be paid by
using the purchasing card. The Supplier shall be aware that he/she is responsible for the credit card user-handling fee
associated with credit card purchases. Suppliers should only charge to the State’s MasterCard when the goods are
delivered (physical receipt of goods, at store), or are shipped.
Questions regarding the State of Connecticut MasterCard Program should be directed to Ms. Kerry DiMatteo,
Procurement Card Program Administrator at (860) 713-5072.
E-COMMERCE - CORE CT SUPPLIER KIT:
The State of Connecticut has begun utilizing an internet-based E-Procurement ordering system (PeopleSoft), known as
Core-CT. With Core-CT, companies receiving awards from this quote/bid will receive purchase orders from the State
of Connecticut through this system.
Companies will be required to provide the State of Connecticut with functional data files including detailed product and
pricing information. These files will then be loaded into a catalog on this system for ordering and inventory purposes.
Companies that do not and/or cannot comply with these requirements when required, and/or fail to provide functional
data files within a reasonable amount of time (as specified by the State) may be terminated from a contract award.
Please go to http://www.das.state.ct.us/Purchase/Info/supplier_kit.asp for additional detailed information on ECommerce/Data File Requirements & Core-CT or contact the Contract Specialist reference on this bid/rfp package.
ESTIMATED QUANTITIES & EXPENDITURES:
Quantities listed on the proposal schedule are ESTIMATED ONLY. Actual quantities will be stated at the time of
purchase order issuance. CONNDOT'S estimated annual usage is $213,000.00 or $639,000 for the term of the contract.
STATE OF CONNECTICUT – DEPARTMENT OF TRANSPORTATION
AIRPORT LIGHTING FIXTURES, PARTS AND ACCESSORIES
SPECIAL BID TERMS AND CONDITIONS
Bid #05PSX0181
Page 7 of 7
QUESTIONS:
Questions should be submitted in writing to:
DAS/Procurement Services
Box 150414
Hartford, CT 06115-0414
Attn: Pamela Anderson
at least TEN (10) DAYS prior to the bid opening date. Verbal responses shall be considered non-binding.
AFTER THE CONTRACT AWARD, technical questions may be directed to Department of Transportation, John
Swanson, Purchasing Officer 1 at (860) 594-2350.
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 1 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
10
Each
$24.48
Part #
20496
Each
$0.80
Part #
__________________
Each
$16.35
Part #
__________________
Each
$0.86
Part #
__________________
Each
$35.63
Part #
__________________
Each
$113.16
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
1.
LAMP, 115W, DCR
for L-850C fixture
Crouse Hinds No. 20496
D.O.T. Cat. No. 329-01-0097
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
2.
SCREW, FLATHEAD, COUNTERSUNK
36
for L-850C fixture
Crouse Hinds No. 10000-252M
D.O.T. Cat. No. 329-01-0098
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
3.
CONNECTOR, 2 PIN
5
for taxi replacement
Crouse Hinds No. 823KS-OPS8
D.O.T. Cat. No. 329-01-0110
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
4.
O-RING, FIXTURE
18
for L-850A & B fixture
Crouse Hinds No. 10035-33-010
D.O.T. Cat. No. 329-01-0117
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
5.
COUPLING, FRANGIBLE
SUPPLEMENTAL WIND SOCK
1
Crouse Hinds No. ML4913
D.O.T. Cat. No. 329-01-0120
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
6.
ISOLATION TRANSFORMER, 5000V,
1
5.5 AMPS/6.2 AMP
Crouse Hinds No. 33101
D.O.T. Cat. No. 329-01-0123
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 2 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
1
Each
$120.14
Part #
__________________
Each
NO AWARD
Part #
__________________
Each
$0.80
Part #
__________________
Each
$7.13
Part #
__________________
Each
$5.99
Part #
Q50MR16C/NSP
Each
$33.50
Mfg.
Crouse- Hinds
Part #
10050-22
Est. Yrly.
Contractor - Cooper Crouse Hinds
7.
ISOLATION TRANSFORMER, 5000V,
5.5 AMPS/6.2 AMP
Crouse Hinds No. 33102
D.O.T. Cat. No. 329-01-0124
8.
OR Approved Equal
(Must be compatible with Crouse Hinds)
ISOLATION TRANSFORMER, 5000V,
1
5.5 AMPS/6.2 AMP
Crouse Hinds No. 33103
D.O.T. Cat. No. 329-01-0125
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
9.
TERMINAL, FAST-ON 14-16 AWG
1
for L-850A & B runway fixture
Crouse Hinds No. 10047-416
OR Approved Equal
D.O.T. Cat. No. 329-01-0127
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
10.
SOCKET KIT
43
for C.H. AGS Signs
Crouse Hinds No. 60901
D.O.T. Cat. No. 329-01-0130
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - GE Supply
11.
LAMP, 50W, High Performance,
55
Ext. 150, 12V, 12 Deg. Beam H344
G.E. Q50MR 16C/NSP
D.O.T. Cat. No. 329-01-0131
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
12.
GREEN/RED GLOBE, HRLQ-4 (Outer)
1
for L-862 High Intensity Runway Edge Light
Crouse Hinds No. 10050-22 or Point Lighting PL10240-GR
D.O.T. Cat. No. 329-01-0132
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 3 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
8
Each
$14.00
Mfg.
Crouse- Hinds
Part #
__________________
Each
$33.50
Mfg.
__________________
Part #
__________________
Each
$7.00
Mfg.
__________________
Part #
__________________
Each
NO AWARD
Mfg.
__________________
Part #
__________________
Each
$3.56
Part #
__________________
Each
$6.07
Mfg.
__________________
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
13.
CLEAR GLOBE, Clamp-on type, ERL-5
for L-861 Medium Intensity Runway Edge Light
Crouse Hinds No. ML5411 or Point Lighting # PL10003
D.O.T. Cat. No. 329-01-0133
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
14.
RED/GREEN GLOBE, HRLQ-4 (Outer)
1
for L-862 High Intensity Edge Light
Crouse Hinds No. 10050-21 or Point Lighting PL10240-RG
D.O.T. Cat. No. 329-01-0134
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
15.
LEAD ASSEMBLY (22"-30" FIXED HEIGHT)
8
FOR L-861 & L-862 Light Fixture
Crouse Hinds No. 40749 or Point Lighting # PL10050-30Q
D.O.T. Cat. No. 329-01-0135
16.
OR Approved Equal
(Must be compatible with Crouse Hinds)
BI-PIN SOCKET for Quartz
15
for L-862 High Intensity Runway Light
Crouse Hinds No. 40918-7 or Point Lighting # PL10075-CH
D.O.T. Cat. No. 329-01-0136
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
17.
GASKET for Globe HRLQ-4
1
for L-862 High Intensity Runway Light
Crouse Hinds No. 40989
D.O.T. Cat. No. 329-01-0137
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
18.
CLAMP BAND
1
for L-861 Medium Intensity Runway Light
Crouse Hinds No. 50107 or Point Lighting # PL10039
D.O.T. Cat. No. 329-01-0138
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 4 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
11
Each
$3.15
Mfg.
__________________
Part #
__________________
Each
$6.24
Part #
__________________
Each
$19.90
Part #
50A21-30V
Each
$18.27
Part #
__________________
Each
$42.78
Part #
__________________
Each
$15.55
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
19.
BRACKET SOCKET MOUNTING
for L-861 Medium Intensity Runway Light
Crouse Hinds No. 40937 or Point Lighting # PL10212
D.O.T. Cat. No. 329-01-0139
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
20.
CLAMP BAND
1
for L-862 High Intensity Runway Light
Crouse Hinds No. 40947
D.O.T. Cat. No. 329-01-0140
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - GE Supply
21.
LAMP, 50 Watt, 30 Volt, A21
1
Inside Frost Train & Country Home
OR Approved Equal
D.O.T. Cat. No. 329-01-0141
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
22.
COUPLING, BREAKABLE
2
for AGS Sign
Crouse Hinds No. 60683-3
D.O.T. Cat. No. 329-01-0142
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
23.
FLANGE for AGS - 2"
1
Crouse Hinds No. 60831
D.O.T. Cat. No. 329-01-0144
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
24.
CONNECTOR, KIT ELASTIMOLD
1
54-D4-D4, C Cable
Crouse Hinds No. 823KP-D4-D4
D.O.T. Cat. No. 329-01-0154
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 5 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
11
Each
$16.35
Part #
__________________
Each
$15.55
Part #
__________________
Each
$3.14
Mfg.
__________________
Part #
__________________
Each
$14.50
Mfg.
__________________
Part #
__________________
Each
$14.50
Mfg.
Crouse Hinds
Part #
ML 2075
Each
$14.00
Mfg.
Crouse Hinds
Part #
S0122-C
Est. Yrly.
Contractor - Cooper Crouse Hinds
25.
CONNECTOR, KIT, ELASTIMOLD
No. 90P/136(1)
Crouse Hinds No. 823KS-OP-B6
D.O.T. Cat. No. 329-01-0155
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
26.
CONNECTOR, KIT, ELASTIMOLD
1
No. 54-F4-F4-B Cable
Crouse Hinds No. 823KP-F4-F4
D.O.T. Cat. No. 329-01-0156
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
27.
COUPLING, 1 - 1/2" X 12"
32
for L-861 fixture
Crouse Hinds No. 50049 or Point Lighting # PL10040
D.O.T. Cat. No. 329-01-0157
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
28.
LENS, TAXIWAY, BLUE, LINE, MATERIAL
1
for ERLP L-861
Crouse Hinds No. 40932-B or Point Lighting # PL10002
D.O.T. Cat. No. 329-01-0158
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
29.
LENS, RED, OBSTRUCTION
15
4-26-05 CH NO. ML2075
Crouse Hinds No. 40932-R or Point Lighting # PL10001
D.O.T. Cat. No. 329-01-0159
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
30.
LENS, CLEAR
1
for Crouse Hinds No. ERLT - L-861
Crouse Hinds No. 50011-C or Point Lighting # PL10003
D.O.T. Cat. No. 329-01-0160
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 6 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
28
Each
$53.00
Mfg.
Crouse Hinds
Part #
33001
Each
$97.25
Part #
33006
Each
$36.40
Part #
__________________
Each
$40.85
Part #
__________________
Each
$279.49
Part #
__________________
Each
$249.56
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
31.
TRANSFORMER, 6.6/6.6 30/45W
for 40938 Head Assembly
Crouse Hinds No. 50034-2 or Point Lighting PL10045
D.O.T. Cat. No. 329-01-0161
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
32.
TRANSFORMER, 6.6/6.6
Crouse Hinds No. 850C2-B-115-CY
D.O.T. Cat. No. 329-01-0162
7
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
33.
LAMP, 45W F/L852 FIXTURE
Crouse Hinds No. 19464
D.O.T. Cat. No. 329-01-0163
2
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
34.
LAMP, 65W, F/L852 FIXTURE
Crouse Hinds No. 20927
D.O.T. Cat. No. 329-01-0164
2
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
35.
OPTICAL ASSY. YELLOW, F/L852 FIXTURE
Crouse Hinds No. 85204-8-YX-NF
D.O.T. Cat. No. 329-01-0165
1
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
36.
OPTICAL ASSY. GREEN F/L852 FIXTURE
Crouse Hinds No. 85204-4-GX-NF
D.O.T. Cat. No. 329-01-0166
OR Approved Equal
(Must be compatible with Crouse Hinds)
1
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 7 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
14
Each
$440.37
Part #
__________________
Each
$491.75
Part #
__________________
Each
$332.38
Part #
__________________
Each
$332.38
Part #
__________________
Each
$347.20
Part #
__________________
Each
$233.31
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
37.
FIXTURE, L-850A
C/L
CC
Crouse Hinds No. 850A3-CC-12F-P2
OR Approved Equal
D.O.T. Cat. No. 329-01-0167
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
38.
FIXTURE, L-850A
C/L
CR
Crouse Hinds No. 850A3-CR-12F-P2
D.O.T. Cat. No. 329-01-0168
14
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
39.
FIXTURE, L-850B
TDZ L
Crouse Hinds No. 850B3-6-12F-P1-L
D.O.T. Cat. No. 329-01-0169
18
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
40.
FIXTURE, L-850B
TDZ R
Crouse Hinds No. 850B3-C-12F-P1-R
D.O.T. Cat. No. 329-01-0170
16
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
41.
FIXTURE, Less Ductile Ring
Crouse Hinds No. 850A3-CR-NSR-P2
D.O.T. Cat. No. 329-01-0173
12
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
42.
FIXTURE, Less Ductile Ring
Crouse Hinds No. 850B3-C-NSR-P1-L
D.O.T. Cat. No. 329-01-0174
12
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 8 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
12
Each
$233.31
Part #
__________________
Each
$527.38
Part #
__________________
Each
$584.32
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
43.
FIXTURE, Less Ductile Ring
Crouse Hinds No. 850B3-C-NSR-P1-R
D.O.T. Cat. No. 329-01-0175
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
44.
FIXTURE
Crouse Hinds No. 850C3-CC-P1
D.O.T. Cat. No. 329-01-0176
6
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
45.
FIXTURE
Crouse Hinds No. 850C3-CY-P1
D.O.T. Cat. No. 329-01-0177
6
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
46.
FIXTURE
Crouse Hinds No. 850C3-YC-P1
D.O.T. Cat. No. 329-01-0178
6
OR Approved Equal
Each
Part #
$584.52
Each
$130.74
Part #
__________________
Each
$28.37
Part #
__________________
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
47.
RING ADAPTER, f/Fixture
Crouse Hinds No. 21151
D.O.T. Cat. No. 329-01-0179
2
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
48.
LAMP, 45W, f/L850 Fixture
Crouse Hinds No. 21116
D.O.T. Cat. No. 329-01-0180
200
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 9 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
50
Each
$40.00
Part #
__________________
Each
$16.71
Part #
__________________
Each
$527.38
Part #
__________________
Each
$16.27
Part #
61062 - 1
Each
$9.43
Part #
__________________
Each
$7.85
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
49.
LENS REPLACEMENT KIT, CLEAR
Crouse Hinds No. 21126-C
D.O.T. Cat. No. 329-01-0181
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
50.
COUPLING, f/L862
100
Crouse Hinds No. 60683E
D.O.T. Cat. No. 329-01-0182
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
51.
FIXTURE L850C CLR/CLR
2
Crouse Hinds No. 850C3-CC-P1
D.O.T. Cat. No. 329-01-0188
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
52.
COUPLING, FLANGIBLE
3
Crouse Hinds No. 10037-108
OR Approved Equal
D.O.T. Cat. No. 329-03-0165
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
53.
COUPLING, BREAKABLE
26
for Edge Light - New Runway 6-24
Crouse Hinds No. 50184
D.O.T. Cat. No. 329-03-0173
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
54.
COUPLING, FLANGIBLE, 1 1/2" -
1
12 UNF, ERL TYPE, ALUMINUM
Crouse Hinds No. 50186
D.O.T. Cat. No. 329-03-0174
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 10 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
1
Each
$17.09
Part #
__________________
Each
$7.85
Part #
__________________
Each
$65.00
Mfg.
__________________
Part #
__________________
Each
$11.74
Part #
__________________
Each
$58.59
Part #
__________________
Each
$970.07
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
55.
COUPLING, FLANGIBLE
for 3 & 5 AGS Signs
Crouse Hinds No. 60647-3
D.O.T. Cat. No. 329-03-0177
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
56.
COUPLING, BREAKABLE
200
1.5" Frangible Coupling, 1/4" Screw ERL (Metal)
Crouse Hinds No. 50186
D.O.T. Cat. No. 329-03-0180
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
57.
FIXTURE, RUNWAY
238
Crouse Hinds No. 40938-B-30-24 or Point Lighting # PEL 50000-B-30Q-24
D.O.T. Cat. No. 329-06-0011
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
58.
FLANGE, FLOOR
1
Crouse Hinds No. 25684-1
D.O.T. Cat. No. 329-06-0018
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
59.
FIXTURE, RUNWAY & TAXIWAY W/29" LEADS
1
for 40938 Head Assembly
Crouse Hinds No. 50034-2
D.O.T. Cat. No. 329-06-0026
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
60.
FIXTURE, RUNWAY, SEMI-FLUSH
Crouse Hinds No. 850C2-B-115-CY
D.O.T. Cat. No. 329-06-0027
1
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 11 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
5
Each
$175.74
Part #
__________________
Each
$16.52
Part #
__________________
Each
$194.96
Part #
__________________
Each
$194.96
Part #
__________________
Each
$22.00
Mfg.
__________________
Part #
__________________
Each
$17.96
Part #
620-S40/1P
Est. Yrly.
Contractor - Cooper Crouse Hinds
61.
FIXTURE, LIGHT ELEVATED EDGE
Runway 6-24
Crouse Hinds No. 86242-E-CC-120-24 OR Approved Equal
D.O.T. Cat. No. 329-06-0029
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
62.
FILTER, COLOR AMBER 180 DEGREE
4
for Edge Light, Runway 6-24
Crouse Hinds No. 40959
D.O.T. Cat. No. 329-06-0030
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
63.
FIXTURE, RUNWAY ELEVATED THRESH
Crouse Hinds No. 86241-T-GR-120-24
D.O.T. Cat. No. 329-06-0031
1
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
64.
FIXTURE, RUNWAY ELEVATED THRESH
Crouse Hinds No. 86241-T-RG-120-24
D.O.T. Cat. No. 329-06-0032
4
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
65.
GLOBE, CLEAR OUTER
4
Crouse Hinds No. 10050-20 or Point Lighting PL10240-CC
D.O.T. Cat. No. 329-07-0029
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - GE Supply
66.
LAMP, CLEAR, 620 WATT, 120 VOLT,
4
MOGUL PF BASE AIRPORT
Crouse Hinds No. 620-S40/1P or GE 21950 620PS 40/1P
D.O.T. Cat. No. 329-12-0100
OR Approved Equal
(Must be compatible with Crouse Hinds)
21950
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 12 of 16
Item
No.
67.
DESCRIPTION OF COMMODITY AND/OR SERVICES
LIGHT AIRPORT SEMI-FLUSH
Crouse Hinds No. 48039
D.O.T. Cat. No. 329-12-0117
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
1
Each
NO AWARD
Part #
__________________
Each
$67.40
Part #
__________________
Each
$8.25
Mfg.
__________________
Part #
__________________
Each
$22.09
Part #
__________________
Each
$10.74
Part #
__________________
Each
$22.56
Part #
__________________
Est. Yrly.
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
68.
LUBRICANT, DOW-CORNING FS1292
1
8 oz., for fixture L-850
Crouse Hinds No. 10048-25
OR Approved Equal
D.O.T. Cat. No. 329-12-0126
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
69.
LAMP, TAXIWAY SEPCO ADB WATT I-024 6.6
186
Crouse Hinds No. 40737 or Point Lighting # PL10030
D.O.T. Cat. No. 329-12-0143
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
70.
LAMP, 6.6A/T4Q/CL/2PPF
48
for L-862 Airport
Crouse Hinds No. 20172
D.O.T. Cat. No. 329-12-0144
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
71.
LAMP, RUNWAY for L-862 FIXTURE
104
R/W 6-24, 115W, HRLQ N003
Crouse Hinds No. 20058
D.O.T. Cat. No. 329-12-0169
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
72.
LAMP, QUARTZLINE, 45 W
11
Halogen #Q45T4/CL/DCR T4 Base
Crouse Hinds No. 20553 or GE 41541
D.O.T. Cat. No. 329-12-0173
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 13 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
1
Each
$84.64
Part #
__________________
Each
$14.58
Part #
__________________
Each
$15.19
Part #
__________________
Each
$30.11
Part #
__________________
Each
$8.25
Mfg.
__________________
Part #
__________________
Each
$9.00
Mfg.
__________________
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
73.
LAMP, AIRPORT, 200 WATT, GE Q-6-6A
PAR-56/3 for Groton Airport
Crouse Hinds No. 10047-1608
D.O.T. Cat. No. 329-12-0191
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
74.
LAMP, QUARTZLINE, 45 WATT, GE
19
Q45T4/CL 6.6 AMP BI-PIN for Runway Fixture
Crouse Hinds No. 20056
D.O.T. Cat. No. 329-12-0192
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
75.
LEAD ASSEMBLY, 24" TYPE ERL,
1
Medium Intensity
Crouse Hinds No. 40918-7
D.O.T. Cat. No. 329-12-0200
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
76.
LAMP, QUARTZ, 185 WATT, 6.6 AMP
3
Semi-Flush for Runway
Crouse Hinds No. 20538
D.O.T. Cat. No. 329-12-0204
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
77.
LAMP, QUARTZ, 45 WATT, 6.6 AMP
35
BI-PIN for Taxiway, Medium Intensity
Crouse Hinds No. 40732 or Point Lighting # PL10031
D.O.T. Cat. No. 329-12-0205
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
78.
LENS, RED INNER
1
for Runway Light
Crouse Hinds No. 10050-23-R or Point Lighting PL 10241-R
D.O.T. Cat. No. 329-12-0206
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 14 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
2
Each
$9.00
Mfg.
__________________
Part #
__________________
Each
$20.36
Part #
__________________
Each
NO AWARD
Part #
__________________
Each
$22.09
Part #
20172
Each
$44.80
Part #
__________________
Each
$39.89
Mfg.
__________________
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
79.
LENS, GREEN INNER
for Runway Light
Crouse Hinds No. 10050-23-G or Point Lighting PL10241-G
D.O.T. Cat. No. 329-12-0207
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
80.
LAMP, 6.6 AMP,
321
for All Size AGS Signs
Crouse Hinds No. 20590
D.O.T. Cat. No. 329-02-0209
81.
OR Approved Equal
(Must be compatible with Crouse Hinds)
LEG,
1
for All Size AGS Signs
Crouse Hinds No. 60670
D.O.T. Cat. No. 329-12-0210
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
82.
LAMP, QUARTZ, 200 WATT, 6.6 AMP
3
for Airport End Lighting
Crouse Hinds No. 10047-2235
D.O.T. Cat. No. 329-12-0212
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
83.
OPTICAL ASSEMBLY & LEAD
1
for 2" Runway Fixture
Crouse Hinds No. 40992-2
D.O.T. Cat. No. 329-15-0001
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
84.
PLATE, BASE ASSEMBLY W/GASKET AND BOLT
31
W/1 1/2-12 UNF THREAD
Crouse Hinds No. AP-1935 or Point Lighting # JAQ1935
D.O.T. Cat. No. 329-16-0121
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 15 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
63
Each
$39.89
Part #
__________________
Each
$3.25
Part #
__________________
Each
$20.35
Mfg.
__________________
Part #
__________________
Each
$39.72
Part #
__________________
Each
$87.35
Part #
__________________
Each
$74.46
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
85.
PLATE, BASE ASSEMBLY W/GASKET AND BOLTS
with 2" Thread
Crouse Hinds No. AP-1932
D.O.T. Cat. No. 329-16-0124
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
86.
RING-O, (SQUARE) 12"
207
for Center Line Light L-850
Crouse Hinds No. 18874-1
D.O.T. Cat. No. 329-18-0077
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
87.
SEALANT, RIV-106, 3 oz. Tube
2
for runways
Crouse Hinds No. 10048-2 or G.E. RTV-106 3 oz.
D.O.T. Cat. No. 329-19-0055
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
88.
SWITCH, SERVICE
1
Crouse Hinds No. 60206
D.O.T. Cat. No. 329-19-0077
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
89.
TRANSFORMER, ISOLATION, 6.6/6.6
1
100W
Crouse Hinds No. 33004
D.O.T. Cat. No. 329-20-0067
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
90.
TRANSFORMER, ISOLATION 6.6/6.6
1
65W
Crouse Hinds No. 33003
D.O.T. Cat. No. 329-20-0068
OR Approved Equal
(Must be compatible with Crouse Hinds)
AWARD SCHEDULE
SP-39 NEW. 11/97
STATE OF CONNECTICUT
BID NO.: 05PSX0181
PROCUREMENT SERVICES
Pamela Anderson
Buyer Name
AWARD SCHEDULE
05PSX0181
(860) 713-5088
Telephone Number
Page 16 of 16
Item
No.
DESCRIPTION OF COMMODITY AND/OR SERVICES
Qty.
Unit of
Issue
DELIVERED NET
UNIT PRICE
1
Each
$34.19
Part #
__________________
Each
$7.12
Part #
__________________
Each
$5.51
Mfg.
__________________
Part #
__________________
Each
$115.00
Part #
__________________
Est. Yrly.
Contractor - Cooper Crouse Hinds
91.
COUPLING, BREAKABLE
Crouse Hinds No. FL949A
D.O.T. Cat. No. 330-03-0377
92.
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
CLAMP,
for Taxiway Fixture C.H. No. ER-2 ML2699
Crouse Hinds No. 4676-BH
D.O.T. Cat. No. 330-03-0409
1
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
93.
LAMP, 45W, 06.6AV
200
GE No. 6.6A/T10P, Med Prefocus Base
Crouse Hinds No. 10047-1497
D.O.T. Cat. No. 345-12-0174
OR Approved Equal
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
94.
WINDSOCK, ORANGE, NYLON, 18" X 8"
6
Crouse Hinds No. 71073-ON
OR Approved Equal
D.O.T. Cat. No. 388-19-0015
(Must be compatible with Crouse Hinds)
Contractor - Cooper Crouse Hinds
95.
CROUSE HINDS PARTS
20.00%
Discount Percentage
AS PER LATEST ISSUE CATALOG NOT LISTED IN ITEMS ABOVE
Price Column:
________________
Parts Catalog No.:
________________
Price Sheet No.:
96.
POINT LIGHTING PARTS
PL-9
NO AWARD
Discount Percentage
AS PER LATEST ISSUE CATALOG NOT LISTED IN ITEMS ABOVE
Price Column:
________________
Parts Catalog No.:
________________
Price Sheet No.:
________________
Download