LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

Similar documents
RETRO REFLECTIVE GLASS BEADS

De-Icing Fluid. 3.3 Bidder shall furnish the required information typed or written in ink.

TERMS AND CONDITIONS OF THE INVITATION TO BID

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

SECTION A - INSTRUCTIONS

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

REQUEST FOR PROPOSAL Enterprise Asset Management System

SECTION INSTRUCTIONS TO BIDDERS

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

INSTRUCTIONS TO BIDDERS Medical Center

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

INVITATION TO BID MAIL DATE: 06/20/2013

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

REQUEST FOR PROPOSAL Police Department Roof System Renovation

INVITATION FOR BID Annual Water Meter Purchase

REQUEST FOR BID # TIRE DISPOSAL SERVICES

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

BID INVITATION. Bid Invitation

Commercial Carpet Replacement

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

Saddles for Sale RFSB # N

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

Instructions to Bidders Page 1 of 8

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

ATTENTION ALL BIDDERS

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

CITY OF LEESBURG FLORIDA INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift)

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

ATTENTION ALL BIDDERS

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

City of Rialto Purchasing Division Purchasing Manager: William Jernigan Phone: (909) Fax: (909)

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

INVITATION FOR BID Bid #1012 Ambulance Graphics

LOBBYIST SERVICES REQUEST FOR QUALIFICATIONS RENO-TAHOE INTERNATIONAL AIRPORT

Diesel Engine Replacement for. Gillig Low Floor Buses

KENYA TSETSE AND TRYPANOSOMIASIS ERADICATION COUNCIL TENDER NO.KENTTEC/5/ FOR SUPPLY OF ALPHACYPERMETHRINE 10%

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

INVITATION FOR BID Chipeta Lake Park Tree Trimming

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

INVITATION FOR BID ¾ TON 2DR UTILITY TRUCK

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

SUPPLY, INSTALLATION AND COMMISSIONING OF A HELPDESK SYSTEM TENDER NO: ERC/PROC/4/2/17-18/089

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

00400 BID FORMS AND SUPPLEMENTS

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

City of Mexico Beach Replacement of Fire Department Roofing Shingles

Bid Documents for BID # Merced Campus Welding Lab Booth Equipment

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018


City of Myrtle Beach Invitation for Bid. IFB 17-B0052 Type Title/Short Description of Bid Here. Issue Date: April 11, 2017

INVITATION TO BID ISSUE DATE: AUGUST 2, 2016

Request for Bids (RFB) Warehouse Stock - Paper

TENDER DOCUMENT SUPPLY, INSTALLATION AND COMMISSIONING OF BANKNOTE PROCESSING EQUIPMENT TENDER NO. CBK/34/

COUNTY OF LOUISA, VIRGINIA

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

TENDER NO. TCG/F&P/14/ FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT)

DOCUMENT INSTRUCTIONS TO BIDDERS

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.

COVER PAGE. Bid Proposal # Ready Mix Concrete

CITY OF HOPKINSVILLE

FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP JET A FUEL

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

Transcription:

The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for a light emitting diode (LED) system, Invitation to Bid Number 12/13-03, on behalf of the Facilities and Maintenance Section. 1. SCOPE AND INTENT It is the intent of this bid to select a single qualified supplier to provide all material, transportation, warranty, and all incidental items necessary for provision of LED lighting as described. 2. BID RECEIPT AND OPENING TIME It is mandatory that bids be signed by a duly authorized representative of the firm, and be received and time recorded in the Airport Authority Purchasing and Materials Management Division not later than 2:30 p.m., Pacific Daylight Time, September 11, 2012. 2.1 Late bids shall be disqualified from consideration. 2.2 Sealed bids shall be opened in the Airport Authority Purchasing and Materials Management Division at 2:30 p.m. Pacific Daylight Time, September 11, 2012. 3. PREPARATION OF THE BID Bidder shall examine all drawings, specifications, attachments, special instructions, and terms and conditions of the Invitation to Bid. Failure to do so will be at the bidder s risk. 3.1 Any irregularities or lack of clarity in the Invitation to Bid should be brought to the attention of the Airport Authority Purchasing Division for correction or clarification. 3.2 Any addenda issued shall forthwith become an integral part of the bid. Bidder shall be required to acknowledge receipt of addenda by signing and returning the addenda with the original bid document. 3.3 Bidder shall furnish the required information typed or written in ink. 3.4 The person signing the bid must initial erasures or other changes in ink. 3.5 In the space provided, a duly authorized representative of the bidding firm shall sign the bid document. 3.6 Bidder shall proofread his bid carefully for errors. 3.7 Prices quoted shall be F.O.B. destination and exclusive of federal and state taxes. 3.8 In the event of a difference between a unit price and the extended price, the unit price shall govern. Invitation to Bid 12/13-03 Page 1 of 11 Terms and Conditions

3.9 Bidder shall state a realistic delivery date including Saturdays, Sundays and holidays. Delivery time shall be a consideration in award of bid. 3.10 All equipment or supplies offered shall be new, currently in production, and of the manufacturer s latest design, unless otherwise stated. 3.11 Certain products, including equipment, materials, articles and services are designated in the specifications by a trade name or manufacture s name. The use of the name of a manufacturer, model number, or catalog number in the specifications restricts prospective bidders to that manufacturer s product unless otherwise stated in this bid document. The reference is used to indicate principal operating characteristics, the quality of the items desired, or those manufacturer s products that have been approved by the Airport Authority as being acceptable for its use. Bids will not be considered on other manufacturers products. 3.12 Where a particular brand is not specified or where an approved equal is permitted, in the specifications, a Material Safety Data Sheet (MSDS) is required, a sample of the product may be requested of the apparent low bidder, at no charge to the Airport Authority to be used for evaluation purposes. Failure to submit required samples upon request shall be cause for rejection of bid. The Airport Authority s decision with respect to equality shall be final. 4. SUBMISSION OF BID Bidder shall sign where indicated and return the entire bid document. 4.1 Bid documents and addenda thereto shall be enclosed in a sealed envelope addressed to the Reno-Tahoe Airport Authority Purchasing and Materials Management Division, 2770 Vassar Street, Reno, Nevada 89502 or delivered to the office in person. Bid envelope must indicate the name and address of the bidder, bid number, and opening date. Should the bidder elect to utilize a courier agent to deliver his bid (e.g. UP, Federal Express, etc.), and the outer bid envelope is enclosed in the courier agent s delivery envelope, then the courier s delivery envelope and/or address label must clearly indicate the Invitation to Bid number. 4.2 In order for a bid to be considered, it shall be mandatory that the bid document be received and time recorded in the Airport Authority Purchasing and Materials Management Division no later than the receiving time specified in the bid document. 4.3 The Airport Authority assumes no responsibility for errant delivery of bids, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 4.4 The Airport Authority shall not be responsible for the premature opening of a bid that is not properly addressed or identified. 4.5 A bid submitted by telephone, telegraphic notice, or facsimile will not be accepted. Invitation to Bid 12/13-03 Page 2 of 11 Terms and Conditions

4.6 Prices offered shall only be considered if they are provided in the appropriate space(s) on the bid document. For consideration, any additions or deductions to the bid prices offered must be shown under the exceptions section of the bid. Extraneous numbers, prices, comments etc. appearing elsewhere on the bid shall be deemed to have no effect on the prices offered in the designated locations. 4.7 The Airport Authority shall provide a copy of the bid results to those bidders requesting such, provided that a stamped, self-addressed envelope is included with the bidder s response. 5. LATE BID A bid received after the receiving time specified shall be rejected. 6. WITHDRAWAL OF BID A bid may be withdrawn by written or telegraphic notice provided such notice is received prior to the date and time set for the bid opening. 6.1 A request for withdrawal of a bid received after award will not be considered. 7. NO BID In the event the bidder chooses not to bid on the Invitation but wishes to remain on the bid list, indicate NO BID on the face of the return envelope or Technical Specifications page of the bid document, affix firm name and address and return it according to the instructions in Section 4, Submission of Bid above. 7.1 Two (2) NO BID responses may result in removal of your firm from the database for the category. 8. DELIVERY Prices quoted shall include transportation costs F.O.B. Destination to the following location: Reno-Tahoe Airport Authority Central Receiving 2770 Vassar Street Reno, NV 89502 8.1 Each delivery must be clearly marked with the purchase order number. 8.2 The Airport Authority reserves the right to inspect products prior to acceptance at delivery and refuse shipment for visible damage. 8.3 Should defective products be found upon opening for use, the entire case may be returned for full credit or replacement at supplier s expense. 8.4 Bidder agrees that there shall be no restocking charges for products returned. 8.5 All large case shipments to be palletized and shrink-wrapped. Invitation to Bid 12/13-03 Page 3 of 11 Terms and Conditions

9. PLANS AND SPECIFICATIONS The bid documents and specifications may be obtained from the Airport Authority website, renoairport.com or from the Purchasing and Materials Management Division, 2770 Vassar Street, Reno, Nevada 89502, (775) 328-6670. 10. AWARD OF BID This Invitation to Bid solicitation is in accordance with the requirements contained in N.R.S. 332. Award of bid shall be made to the lowest, responsive, and responsible bidder on the basis of line items, groups, or as a whole whichever is most advantageous to the Airport Authority. In all instances, the decision rendered by the Board of Trustees shall be final. 10.1 The Airport Authority reserves the right to reject any or all bids, or parts thereof, at any time during the bid process and to waive any informalities or irregularities. 10.2 The Airport Authority reserves the right to hold bids for a period of ninety (90) days from the date of opening before awarding or rejecting said bids. 10.3 Severability exists with regard to acceptance or rejection of any item, group of items, or section unless bidder has stipulated specific limitations. 10.4 A purchase order and/or contract issued to the successful bidder shall be considered sufficient notification of award of the bid. 10.5 A contract shall not be assigned to any other person or entity without the consent of the Reno-Tahoe Airport Authority. Requests for assignment shall be submitted, in writing, to the Purchasing and Materials Management Manager. 11. DISCOUNTS Prompt payment discounts shall be included in the bid evaluation ONLY if discount period offered is ten (10) or more days. 11.1 Discount period will be computed from the date of completed delivery/performance or from the date Accounts Payable, if later than the delivery date, receives the correct invoice. For the purpose of earning discounts, payment is deemed to be made on the date appearing on the Airport Authority warrant. 12. APPEAL BY UNSUCCESSFUL BIDDER Any unsuccessful bidder may appeal a pending bid award prior to award by the Airport Authority. The appellant must: 12.1 Submit a written appeal to the Manager of Purchasing and Materials Management within five (5) business days after the date the bids were opened. 12.2 The written notice of appeal must include a statement setting forth, with specificity, the reason(s) the person filing the notice believes the applicable provisions of law were violated. Invitation to Bid 12/13-03 Page 2 of 11 Terms and Conditions

12.3 Post, with the written appeal, a bond with good and solvent surety authorized to do business in this state or submit other security in a form approved by the Reno-Tahoe Airport Authority, who will hold the bond or other security until a determination is made on the appeal. 12.4 Post the bond or other security with the notice of appeal in an amount equal to the lesser of twenty-five percent (25%) of the total value of the bid submitted by the person filing the notice of appeal or two hundred fifty thousand dollars ($250,000). 12.5 A notice of appeal filed in accordance with the provisions herein operates as a stay of action in relation to the awarding of any contract until a determination is made by the Reno-Tahoe Airport Authority on the appeal. 12.6 A person who makes an unsuccessful bid may not seek any type of judicial intervention until the Reno-Tahoe Airport Authority has made a determination on the appeal and awarded the contract. 12.7 The Reno-Tahoe Airport Authority is not liable for any costs, expenses, attorney s fees, loss of income, or other damages sustained by a person who makes a bid, whether or not the person files a notice of appeal pursuant to this section. 12.8 If an appeal is granted, the full amount of the posted bond will be returned to the appellant. If the appeal is denied or not upheld, the Reno-Tahoe Airport Authority may make a claim against the bond or other security in an amount equal to the expenses incurred by the Reno-Tahoe Airport Authority because of the unsuccessful appeal. Any money remaining after the claim has been satisfied shall be returned to the appellant. 13. QUESTIONS/CLARIFICATIONS Questions regarding the Invitation to Bid shall be directed, in writing to Robin Ramsey, Senior Buyer, at rramsey@renoairport.com or faxed to (775) 328-6646 and must be submitted no less than seven (7) calendar days prior to bid opening. 13.1 Communications from prospective bidders, such as by telephone, voice-mail, electronic mail, facsimile or other similar means, to any Trustee, officer, agent or employee of the Airport Authority, other than the Buyer are prohibited. Except for inquiries directed through the Buyer, the Airport Authority, through its employees, will not meet nor otherwise communicate individually with prospective bidders. The Airport Authority may, at its sole discretion, disqualify any bidder who fails to observe this requirement. 13.2 If any questions or responses require revision to this solicitation as originally published, such revisions will be by formal addendum only. 14. ADDENDA The Airport Authority Purchasing and Materials Management Division in writing shall issue all addenda to the Invitation to Bid. Material changes affecting the work or the bidder s cost estimate shall have no standing with the Airport Authority if not sanctioned by written addenda. Invitation to Bid 12/13-03 Page 3 of 11 Terms and Conditions

15. TAX EXEMPTION Purchases made for the Reno-Tahoe Airport Authority are exempt from state sales tax and federal excise tax. Do not include them in your bid or on your invoices. 16. CHANGE ORDERS No change orders shall be authorized without the express written permission of the Airport Authority Purchasing and Materials Management Division. 17. DISCLOSURE OF PRINCIPALS Bidders shall complete and return with their bid response the single copy of the form entitled Disclosure of Principals included with this Invitation to Bid. 18. ASSIGNMENT No assignment of any agreement resulting from award of this bid shall be allowed including the right to receive payment without the express written permission of the Purchasing and Materials Management Manager or her designee. 19. EXCEPTIONS TO SPECIFICATIONS In the space provided on the Bid Proposal, bidders shall note any and all exceptions to the specifications and/or the terms and conditions contained herein. Submittal of a specification sheet alone shall not be considered sufficient notification of exceptions. 19.1 Failure to note exceptions on the Bid Proposal shall be interpreted to convey that the bidder agrees to perform in the manner described and/or specified in this Invitation to Bid. 20. LIQUIDATED DAMAGES FOR FAILURE TO PERFORM Should the successful bidder be unable to provide the items or is unable to do so at the price(s) bid, for any reason save and except the fault of the Authority, the Authority may, at its option, declare the successful bidder in default of contract and recover any actual damages or losses, or if a part of the contract, liquidated damages from the bidder in default. Such remedies may include, but are not limited to, the Airport Authority s refusal to deal with the defaulting bidder for a period of time not less than six months or more than one year, reduction in the bid price by an amount equal to the item or items authorized for substitution, and/or holding the defaulting bidder liable for any increased amount which results from the Airport Authority s procuring the item or items from an alternate source. 21. FUNDING RESTRICTIONS The Airport Authority reserves the right to cancel the award in whole or in part or reduce the scope necessary without prejudice or liability to the Airport Authority if funding is not available or if legal restrictions are placed upon the expenditure of monies for this category of services. Should this occur, the Airport Authority shall advise the successful bidder in writing. 22. TIME OF AWARD Consideration of award of contracts under $50,000 will be made following evaluation of all bids received. Contracts in excess of $50,000 may be made at the Board of Trustees regularly scheduled meeting, or such later date as they may designate. Invitation to Bid 12/13-03 Page 4 of 11 Terms and Conditions

23. AWARD CRITERIA Award shall be made to the lowest, responsive, and responsible bidder and shall be judged on the basis of: 23.1 Price; 23.2 Conformance to specifications; 23.3 Bidder s qualifications, including the bidder s past performance; 23.4 Quality and utility of equipment offered and its adaptability to the required purpose and in the best interest of the public. The Airport Authority shall evaluate one bid at a time beginning with the apparent low bidder. If that bid is fully acceptable, it shall be deemed the lowest, responsive, and responsible. If not, the Airport Authority shall proceed up the bid ladder, one bid at a time, until a fully acceptable low, responsive, and responsible bidder is determined. Invitation to Bid 12/13-03 Page 5 of 11 Terms and Conditions

TECHNICAL SPECIFICATIONS The Reno-Tahoe Airport Authority is currently soliciting bids for LED lighting for areas at Reno-Tahoe International Airport. The successful bidder shall be responsible to deliver and warrant the materials. ALL FEATURES OF THE LIGHTINGH DESCRIBED HEREIN SHALL BE IN STRICT ACCORDANCE WITH THE MOST CURRENT APPLICABLE FEDERAL, STATE, AND LOCAL FIRE AND SAFETY REGULATIONS AND REQUIREMENTS AND ANY OTHER STANDARD OR SPECIFICATION AS MAY BE NOTED IN THIS INVITATION TO BID. Offers made as an alternate to those specified shall be given consideration in the bid evaluation process PROVIDED said alternatives shall be fully described using specifications, literature, or any combination thereof, accompanying and deemed an integral portion of the bidder s response. Bidder shall indicate in the spaces provided below each specification any requirement of these Technical Specifications that is not met in his response package. ITEM A 1. QUANTITY AND MATERIALS Lithonia Architectural Coffer Light Emitting Diode (ACLED) 1.1 Two foot by four foot (2x4) 1.2 Lithonia part number 2ACL4 48L D50 LP840 N100 1.3 Seventy (70) each Exceptions: Brand Part Number Each Price Total Price Each Price x 70 ITEM B 1. QUANTITY AND MATERIALS Lithonia Architectural Coffer Light Emitting Diode (ACLED) with 1400 lumen battery pack 1.1 Two foot by four foot (2x4) 1.2 Lithonia part number 2ACL4 48L D50 EL14L LP840 N100 1.3 Ten (10) each Exceptions: Brand Part Number Each Price Total Price Each Price x 10 Invitation to Bid 12/13-03 Page 6 of 11 Terms and Conditions

ITEM C 1. QUANTITY AND MATERIALS Control Touch Screen, Lithonia Acuity Brands Lighting 1.1 Lithonia part number NPOD GFX WH 1.2 One (1) each Exceptions: Brand Part Number Each Price Total Price Each Price x 1 ITEM D 1. QUANTITY AND MATERIALS Control Bridge, Lithonia Acuity Brands Lighting 1.1 Lithonia part number NBRG 8 KIT 1.2 Five (5) each Exceptions: Brand Part Number Each Price Total Price Each Price x 5 ITEM E 1. QUANTITY AND MATERIALS Cable, Category 5 Plenum 1.1 Eighty (80) each - twenty feet (20 ) long Exceptions: Brand Part Number Each Price Total Price Each Price x 80 Invitation to Bid 12/13-03 Page 7 of 11 Terms and Conditions

DISCLOSURE OF PRINCIPALS. PRINT OR TYPE Company Name Street Address City, State, and Zip Code NAMES OF OFFICERS, MEMBERS, OR OWNERS, PARTNERSHIP, ETC. Name Official Capacity Street City, State, and Zip Code Name Official Capacity Street City, State, and Zip Code Name Official Capacity Street City, State, and Zip Code Name Official Capacity Street City, State, and Zip Code If further space is required, please attach additional pages. Invitation to Bid 12/13-03 Page 8 of 11 Terms and Conditions

BID PROPOSAL MINORITY STATUS: Has this firm been certified as a minority, woman, or disadvantaged business enterprise by any governmental agency? Yes No If yes, please specify government agency: Date of Certification The above is for information only. The Airport Authority encourages minority business participation, however, no preferences shall be given. EXCEPTIONS: Does the bidder take exception to any of the terms and conditions of this Invitation to Bid and attachments hereto or the plans, drawings, or specifications? Yes No If yes, please indicate the specific nature of the exception or clarification in the space provided below. Attach additional sheet(s) if necessary. Firm Name: Address: City: State: Zip Code: Telephone: Fax: Email: Delivery days after order. Terms % days Bidder s Federal Tax ID # In compliance with the Invitation to Bid and subject to all the terms and conditions thereof, the undersigned offers and agrees if this bid is accepted to furnish any and all goods and services described herein at the prices, term and delivery stated. Signed Print Name Print Title Invitation to Bid 12/13-03 Page 9 of 11 Terms and Conditions