<<

PURCHASING DEPARTMENT TERMS: TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 1 VENDOR

PEST CONTROL SERVICE

Provide Pest Control Service on a monthly basis from October 1, 2014 through September 30, 2016 (24 months) with an option to renew for an additional two-year contract under the same terms and conditions if agreeable to both PTC and Vendor.

One service is monthly pest control application for insects such as, but not limited to, ants, waterbugs, silverfish, fleas, ground beetles, ticks, spiders, roaches, mice and rats. Please see attached PTC Specifications titled “Specification for Monthly Pest Control at PTC.”

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

Time for bid opening is 11:00 AM, local time. PTC will only provide the original bid document. Please make a copy for your records. All bids must be received and time-stamped in the Strategic Sourcing Department located at 700 S. Eisenhower Blvd., Middletown, PA, no later than the assigned bid opening time, or they will be refused and returned. Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission by the announced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids.

Bid Response: All bid quotations must be returned in sealed envelope addressed exactly as shown on the attached “Quotation Delivery Instructions”. Failure to address envelope properly and include all essential information will be deemed sufficient reason for rejection of quotation.

Bonding. Bid security in the form of bond or check is not required for this bid. Performance bond will not be required of successful bidder(s). This sealed bid is subject to the terms of the attached conditions and instructions.

There will be a mandatory pre-bid meeting at the Central Administration Building on Tuesday, August 26, 2014 at 10:00 A.M. for discussion of bid and to tour the Administration Building. Failure of bidders to attend and register with Commission representative at the time of meeting will be sufficient cause for rejection of proposal. No other pre-bid date will be scheduled. Bidders are encouraged to visit a selection of representative locations to gather the necessary information to prepare a bid response. Bidders attending the mandatory pre-bid meeting will be furnished with an Introduction Letter. This letter will allow inspection personnel from the Bidder to inspect other PTC properties as needed.

Vendor Contact Information

Respondent’s Name

Title Fax #

Phone # E-mail

PURCHASING DEPARTMENT TERMS: COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 2 Insurance Requirements: Services shall not commence until the successful Contractor has obtained all of the insurance as listed on the attached “Insurance Requirements” specification and such insurance has been approved by the Commission. If Bidder has the required insurance coverage, please attach certificate(s) giving evidence of coverage to your bid proposal.

References: All vendors must submit three (3) references with their proposal. Failure to provide this information shall be cause for rejection of proposal.

Evaluation & Award: It is the intention of the PA Turnpike Commission to award contract(s) in a manner most beneficial to the Commission.

------General Contract Terms.

Taxes: The Pennsylvania Turnpike Commission is exempt from Federal and State Excise Taxes. No tax shall be included in the bid price.

Inspection & Rejection: No item(s) received by the Commission shall be deemed accepted until the Commission has had a reasonable opportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to the specification may be rejected upon initial inspection or at any later time if the defects contained in the item(s) were not reasonably ascertainable upon the initial inspection. It shall thereupon become the duty of the Vendor to remove rejected item(s) from the premises without expense to the Commission within fifteen (15) days after notification. Upon notice of rejection, the Vendor shall immediately replace all such rejected item(s) with others conforming to the specifications and which are not defective.

Invoicing: • Vendor must furnish itemized Invoices which clearly reference the Purchase Order reference number. • Delivery fuel surcharges are not permissible. • Contractor will be responsible for all tolls required for delivery or performance of service.

Price Adjustments: • Item pricing shall not change during the first twelve (12) months after the effective date of this Contract. After twelve (12) months, price change requests may be submitted in writing forty-five (45) days prior to the expiration of the anniversary date of the Contract. All requests must be accompanied by appropriately documented market justification. Any price changes must be approved by the Commission in writing in order to be effective. • SPECIAL REQUEST PRICE ADJUSTMENTS prior to the 45 day contract expiration date must be made in writing addressed to the Buyer. This request must include vendor business case to support requested price adjustment. The Buyer may require additional support documentation as part of the evaluation process.

Evaluation & Award: It is the intention of the PA Turnpike Commission to award contract(s) in a manner most beneficial to the Commission. The contract shall be awarded to the responsible bidder whose bid results in the lowest projected cost to the PTC.

Exceptions: The bidder shall list on a separate sheet of paper any variations from, or exceptions to, the conditions and specifications of this bid. This sheet shall be labeled “EXCEPTIONS TO BID CONDITIONS AND SPECIFICATIONS” and shall be attached to the bid.

PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 3

------I. PEST CONTROL – MONTHLY SERVICE Vendor must submit bid based on a minimum of one district within each section.

Section A: Fare Collection Locations

Note: Interchanges have separate, free-standing utility sheds.

COLUMN A COLUMN A x 24 # # Price Total Price Line LOCATION Bldgs Booths (Monthly Service) (24 Services) DISTRICT 6 GATEWAY INT. #2 1 M.P. 1.4 BURKEY ROAD 1 6 ENON VALLEY, PA 16120 WARRENDALE INT. #30 2 117 PLAZA LANE 1 13 WARRENDALE, PA 15086 BUTLER VALLEY INT. #39 3 M.P. 39.1, R.D. #2 1 6 GIBSONIA, PA 15044 ALLEGHENY VALLEY INT. #48 4 M.P. 47.7, R.D. #2 1 8 CHESWICH, PA 15024 MT. JACKSON INT. 5 M.P. 16.28, ROUTE 108 2 4 NEWCASTLE, PA 16102 WEST 18 - 3376 6 MILEPOST 18.09 1 6 NEW CASTLE, PA 16102 MORAVIA INT. 7 M.P. 19.96, ROUTE 168 2 4 WAMPUM, PA 16157 DISTRICT 6 FARE COLLECTION OFFICE MILEPOST 25.71 8 1 ROUTE 351 NEW GALILEE, PA 16141 BEAVER FALLS INT. 9 M.P. 28.79, WALLACE RUN ROAD 2 4 BEAVER FALLS, PA 15010 EAST 30 - 376 10 M.P. 30.5, ROUTE 51 1 6 BEAVER FALLS, PA 15010 DISTRICT 1 PITTSBURGH INT. #57 11 M.P. 56.5, R.D. #1 1 11 TURTLE CREEK, PA 15145 PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 4

COLUMN A COLUMN A x 24 # # Price Total Price Line LOCATION Bldgs Booths (Monthly Service) (24 Services) IRWIN INT. #67 12 M.P. 67.4, ROUTE 30 1 8 IRWIN, PA 15642 ROUTE 66 INTERCHANGE 13 M.P. G9.40 1 4 DELMONT, PA 15626 ROUTE 130 INTERCHANGE 14 M.P. G7.77 1 4 JEANETTE, PA 15644 ROUTE 30 INTERCHANGE 15 M.P. G6.30 1 4 GREENSBURG, PA 15601 MAINLINE INTERCHANGE 16 M.P. G4.70 1 8 GREENSBURG, PA 15601 ROUTE 136 INTERCHANGE 17 M.P. G4.03 1 4 GREENSBURG, PA 15601 NEW STANTON INT. #75 18 M.P. 75.5, RT. 119 & I-70 1 11 NEW STANTON, PA 15672 MON FAYETTE M 52 2001 MAINLINE TOLL PLAZA, 19 1 6 RT. 43 JEFFERSON HILLS, PA 15025 MON FAYETTE RAMP 48 20 3870 FINLEYVILLE ELRAMA RD. 1 4 GASTON VILLE, PA 15336 MON FAYETTE RAMP 44 520 CRACKER JACK ROAD, 21 1 4 M.P. 43.8 MONONGAHELA, PA 15063 COYLE CURTIN INT. 22 RAMP M39 1 4 MON-FAYETTE EXPRESSWAY M18 Mon-FayetteExpressway 23 174 Upper Middletown road 2 4 Smock PA 15480 M19 Mon-FayetteExpressway 24 1098 Fox Ridge Road 2 4 New Salem PA 15468 CALIFORNIA INT. M.P.4.96 MON-FAYETTE EXP.WAY 25 1 6 R.D. 1, BOX 283 COAL CENTER, PA 15423 MAINLINE PLAZA M.P. 4.7, MON-FAYETTE EXP.WAY 26 1 6 RUBLES MILL ROAD SMITHFIELD, PA 15478 PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 5

COLUMN A COLUMN A x 24 # # Price Total Price Line LOCATION Bldgs Booths (Monthly Service) (24 Services) RAMP 15 - MON-FAYETTE EXPSWY 27 MP 15 ROUTE 43 2 4 NORTH UNION TOWNSHIP PA 15401 RAMP 22 - MON-FAYETTE EXPSWY 28 MP 22 ROUTE 43, REDSTONE WAY 2 4 GRINDSTONE PA 15442 RAMP 26 - MON-FAYETTE EXPSWY 29 MP 26 ROUTE 43, LUZERNE TOWNSHIP 2 4 BROWNSVILLE PA 15417 DISTRICT 2 DONEGAL INT. #91 30 M.P. 90.7, RT. 31 & 711 1 4 DONEGAL, PA 15628 SOMERSET INT. #110 31 M.P. 109.9, WATERWORKS ROAD 1 7 SOMERSET, PA 15501 BEDFORD INT. #146 M.P. 145.5 RD #2 32 1 4 BUSINESS RT. 220 BEDFORD, PA 15522 DISTRICT 2 FARE COLLECTION MILEPOST 154.2 33 2 207 ASHCOM ROAD EVERETT, PA 15537 BREEZEWOOD INT. #161 34 M.P. 162.8, 1 MI. S. OF RT. 30 1 10 BREEZEWOOD, PA 15533 FORT LITTLETON INT. #180 35 M.P. 179.5, ROUTE 522 1 3 FORT LITTLETON, PA 17223 WILLOW HILL INT. #189 36 M.P. 188.6, RT. 75 PATH VALLEY RD. 1 3 WILLOW HILL, PA 17271 BLUE MOUNTAIN INT. #201 M.P. 201.3 37 1 3 CUMBERLAND HIGHWAY RT. 997 NEWBURG, PA 17240 DISTRICT 3 CARLISLE, INT. #226 38 M.P. 226.3 & RT. 11 1 8 CARLISLE, PA 17013 GETTYSBURG PIKE INT. #236 39 M.P. 236 & RT. 15 1 6 MECHANICSBURG, PA 17055 HARRISBURG WEST INT. #242 40 M.P. 241.9, R.D. #1 1 7 NEW CUMBERLAND, PA 17070 PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 6

COLUMN A COLUMN A x 24 # # Price Total Price Line LOCATION Bldgs Booths (Monthly Service) (24 Services) DISTRICT 3 FARE COLLECTION OFFICE M.P. 241.9 41 1 R.D. 1 NEW CUMBERLAND, PA 17070 HARRISBURG EAST INT. #247 42 M.P. 247.3, I283 1 7 HIGHSPIRE, PA 17034 LEBANON-LANCASTER INT. #266 43 M.P. 266.4, 3018 LEBANON ROAD 1 4 MANHEIM, PA 17545 READING-LANCASTER INT. #286 44 M.P. 285.9, 316 REAR LAUSCH ROAD 1 8 DENVER, PA 17517 MORGANTOWN INT. #298 45 M.P. 298, RT. 10 1 6 MORGANTOWN, PA 19543 DOWNINGTOWN INT. #312 46 M.P. 312, RT. 100 POTTSTOWN PIKE 1 8 UWCHLAND, PA 19480 DISTRICT 4 VALLEY FORGE INT. #326 47 M.P. 326.3 SCHUYKILL EXP.WAY 1 21 KING OF PRUSSIA, PA 19406 NORRISTOWN INT. #333 48 M.P. 333.1, GERMANTOWN PIKE 3 8 PLYMOUTH MEETING, PA 19462 MID COUNTY INT. #20 49 M.P. 333.15, GERMANTOWN PK & RT. 476 1 16 PLYMOUTH MEETING, PA 19462 FORT WASHINGTON INT. #339 50 M.P. 338.5, ROUTE 309 1 9 FORT WASHINGTON, PA 19034 WILLOW GROVE INT. #343 51 M.P. 342.9, ROUTE 611 1 11 WILLOW GROVE, PA 19090 PHILADELPHIA INT. #351 52 M.P. 351.3, ROUTE 1 1 16 BENSALEM, PA 19020 DELAWARE VALLEY INT. #358 53 M.P. 357.7, ROUTE 13 1 4 BRISTOL, PA 19007 DELAWARE RIVER BRIDGE INT. #359 54 M.P. 358.1, AIRPORT RD. & GREEN LN. 1 11 BRISTOL, PA 19007 DISTRICT 5 LANSDALE INT. #31, RT. 9 55 M.P. A30.3, RT. 63 1 9 KULPSVILLE, PA 19443 PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 7

COLUMN A COLUMN A x 24 # # Price Total Price Line LOCATION Bldgs Booths (Monthly Service) (24 Services) QUAKERTOWN INT. #44, RT. 9 56 M.P. A43.9, RD #2, BOX 342 1 7 QUAKERTOWN, PA 18951 LEHIGH VALLEY INT. #56, RT. 9 57 M.P. A57.2, RT. 22 1 12 ALLENTOWN, PA 18105 DISTRICT 5 FARE COLLECTION MILEPOST A70.1 58 1 2952 MOUNTAIN ROAD SLATINGTON, PA 18080 MAHONING VALLEY INT. #74, RT. 9 59 M.P. A75.7, 1649 INT. RD. ON RT209 1 4 LEHIGHTON, PA 18235 POCONO INT. #95, RT. 9 60 M.P. A94.7, JUNCTION I80 & RT940 1 7 WHITE HAVEN, PA 18661 WILKES BARRE INT. #105, RT. 9 61 M.P. A105.3, RT. 115 1 3 BEAR CREEK, PA 18601 WYOMING VALLEY INT. #115, RT. 9 62 M.P. 112.6, RT. 315 1 6 PITTSTON, PA 18640 KEYSER AVE. INT. 63 MILEPOST A121.5, KEYSER AVE. 5 TAYLOR, PA 18517 CLARK SUMMIT TOLL PLAZA #131 64 M.P. 130, EXIT 58 OFF I81, RT. 9 3 CLARK SUMMIT, PA 18411

PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 8 Section B: Maintenance Locations

COLUMN A COLUMN A x 24 # Price Total Price Line LOCATION Bldgs (Monthly Service) (24 Services) DISTRICT 1 HOMEWOOD MAINTENANCE BUILDING M.P. 11.8 65 1 286 FOXWOOD ROAD WAMPUM, PA 16157 SEARIGHTS MAINT. BLDG. MILEPOST 18.1 66 1 135 UPPER MIDDLETOWN ROAD SMOCK, PA 15480 GIBSONIA MAINTENANCE WAREHOUSE M.P. 39.6 67 1 3000 HABERLEIN ROAD GIBSONIA, PA 15044 GIBSONIA MAINTENANCE FACILITY M.P. 39.6 68 1 3000 HABERLEIN ROAD GIBSONIA, PA 15044 HARRISON CITY MAINT. FACILITY M.P. 63.2 (WESTMORELAND CO.) 69 1 R.D. #6, BOX 397-B HARRISON CITY, PA 15636 DONEGAL MAINT. BUILDING MILEPOST 88.8 70 1 R.D. #1, BOX 331 ACME, PA 15610 JEFFERSON HILLS MAINT. FACILITY M.P. M51.4 NB 71 1 4000 ROUTE 43 JEFFERSON HILLS, PA 15025 GREENSBURG MAINT. FACILITY M.P. G7.2 NB 72 1 R.D. 2, BOX 352 JEANETTE, PA 15644 DISTRICT 2 SOMERSET MAINTENANCE FACILITY M.P. 113.9 (SOMERSET CO.) 73 2 202 MENSER ROAD SOMERSET, PA 15501 SOMERSET STATE POLICE FACILITY (UNDER CONSTRUCTION) M.P. 113.9 (SOMERSET CO.) 74 1 177 MENSER ROAD SOMERSET, PA 15501 ALLEGHENY 75 MILEPOST 122.1 SOMERSET COUNTY, PA PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 9

COLUMN A COLUMN A x 24 # Price Total Price Line LOCATION Bldgs (Monthly Service) (24 Services) TRAINING SITE 76 M.P. 122.1 1 EB @ WEST PORTAL ALLEGHENY TUNNEL KEGG MAINT. BUILDING MILEPOST 132.2 77 3 R.D. #1, BOX 197.0 MANNS CHOICE, PA 15550 EVERETT MAINTENANCE WAREHOUSE & RADIO COMMUNICATIONS BUILDING 78 MILEPOST 154.2 2 203 ASHCOM ROAD EVERETT, PA 15537 EVERETT MAINTENANCE FACILITY MILEPOST 154.2 79 1 203 ASHCOM ROAD EVERETT, PA 15537 BURNT CABINS MAINT. BUILDING MILEPOST 186.00 80 1 HC 62, BOX 522 SHADE GAP, PA 17255 TUSCARORA TUNNEL 81 MILEPOST 186.1 BLUE-KITT 82 EAST & WEST PORTALS 4 MILEPOST 197.4 DISTRICT 3 NEWVILLE MAINT. BUILDING MILEPOST 214.2 83 3 246 CENTER ROAD NEWVILLE, PA 17241 NEW CUMBERLAND MAINTENANCE FACILITY MILEPOST 243.8 84 1 519 MARSH RUN ROAD NEW CUMBERLAND, PA 17070 MT. GRETNA MAINT. BUILDING MILEPOST 265.5 85 2 3014 PINCH ROAD MANHEIM, PA 17545 BOWMANSVILLE MAINTENANCE BUILDING MILEPOST 288.3 86 4 411 PANORAMA DRIVE DENVER, PA 17517 DISTRICT 4 DEVAULT MAINTENANCE BUILDING MILEPOST 316.2 87 2 RT. 1, BOX 44 VALLEY HILL ROAD MALVERN, PA 19355 PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 10

COLUMN A COLUMN A x 24 # Price Total Price Line LOCATION Bldgs (Monthly Service) (24 Services) PLYMOUTH MEETING MAINT. BUILDING MILEPOST 333.6 88 5 402 GERMANTOWN PIKE PLYMOUTH MEETING, PA 19462 NEW PLYMOUTH MEETING MAINT. (UNDER CONSTRUCTION) 89 M.P. 333.1, GERMANTOWN PIKE 5 PLYMOUTH MEETING, PA 19462 PLYMOUTH MEETING WAREHOUSE & TRADES 90 1801 GALLAGHER RD 1 PLYMOUTH MEETING PA 19462 TREVOSE MAINT. BUILDING MILEPOST 353.1 91 1 PA TURNPIKE & GALLOWAY ROAD BENSALEM, PA 19020 DISTRICT 5 QUAKERTOWN MAINT. BUILDING MILEPOST A43.7 92 1 R.D. #2, BOX 345 QUAKERTOWN, PA 18951 SLATINGTON MAINT. BUILDING MILEPOST A70.1 93 1 R.D. 4, BOX 400 SLATINGTON, PA 18080 LEHIGH TUNNEL 94 NORTH & SOUTH PORTALS MILEPOST A70.7 EASTERN TRAINING SITE 95 M.P. A70.13 2 NB @ LEHIGH TUNNEL POCONO MAINT. BUILDING MILEPOST A94.6 96 1 BOX 18, STAR ROUTE WHITE HAVEN, PA 18661 WYOMING VALLEY MAINT. BUILDING MILEPOST A114.6 97 1 ROUTE 315 PITTSTON, PA 18640

Section C: Administrative Locations

COLUMN A COLUMN A x 24 # Price Total Price Line LOCATION Bldgs (Monthly Service) (24 Services) WESTERN REGIONAL OFFICE 98 2200 NORTH CENTER AVENUE 1 NEW STANTON, PA 15672 PURCHASING DEPARTMENT TERMS: PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2014 DATED 08/14/14 Contract Negotiator Karen Ruch – 717-831-7283 email: [email protected] DUE DATE 09/10/14 Buyer Chuck Gress PAGE 11

COLUMN A COLUMN A x 24 # Price Total Price Line LOCATION Bldgs (Monthly Service) (24 Services) CENTRAL ADMINISTRATION BUILDING 99 700 SOUTH EISENHOWER BLVD. 1 MIDDLETOWN, PA 17057 PA TURNPIKE TIP BUILDING 100 2850 TURNPIKE INDUSTRIAL DRIVE 1 MIDDLETOWN, PA 17057 PTC WAREHOUSE 101 2715 SOUTH FRONT STREET 1 STEELTON, PA 17113 EASTERN REGIONAL OFFICE MILEPOST 330.1E 102 1 251 FLINT HILL ROAD KING OF PRUSSIA, PA 19406

Section D: Engineering Trailers

COLUMN A COLUMN A x 24 # Price Total Price Line LOCATION Bldgs (Monthly Service) (24 Services) GIBSONIA ENGINEERING TRAILER 103 M.P. 39.6 DONEGAL ENG. TRAILER 104 MILEPOST 88.8 SOMERSET ENG. TRAILER M.P. 113.9 105 R,D, #5, BOX 113 SOMERSET, PA 15501 EVERETT ENG. TRAILER 106 MILEPOST 154.2 WYOMING VALLEY ENG. TRAILER 107 MILEPOST A114.6

------II. POWER SPRAYING & SPECIAL APPLICATIONS

Power Spray for Infestations - Vendor must agree to offer power spray service on an as-needed basis at any contracted location, in accordance with Section E of the attached specifications. If it is agreed that power spray is required, the vendor must provide a quotation for power spraying of the affected Fare Collection offices, Maintenance buildings, Administrative Offices or Trailers, and a separate Purchase Order will be issued for the service.

Special Applications – Vendor must agree to offer additional pest control services not covered under monthly application, as stated in Section D.7 of the attached specifications. Special services shall be quoted on an as needed basis, and a separate Purchase Order will be issued for the service.

August, 2010 page 1

SPECIFICATIONS FOR MONTHLY PEST CONTROL AT PTC

A. SCOPE OF MONTHLY SERVICE

1. Inspection of interior of building including, but not limited to the following: basement, tunnels, mechanical rooms, storage areas, offices, bathrooms, hallways, break rooms, locker rooms, etc. 2. Inspection and treatment of exterior of building. 3. Treatment of interior of building as necessary. 4. Treatment of Toll Booths. 5. Inspection and treatment of the exterior of the utility sheds located at Interchanges. 6. Interior and exterior structural problems should be noted on a monthly basis and submitted with the service call slip at the time of monthly service as outlined under "REPORTS". 7. Upon each visit the technician will update the service log that will be provided to the PTC by the successful vendor. This log will be kept at each PTC location and will contain the following: • Pest sighting sheet log • MSDS sheets for all products used at that location. • Copy of PTC Pest Control Service Specifications. • Floor Plan of any rodent control devices that are deployed.

B. PEST CONTROL PRODUCTS

1. Non-pesticide methods of control are to be utilized whenever possible. However, when a pesticide must be used in order to provide necessary control, the products and techniques used must be chosen to minimize the exposure to people and the environment. 2. All products must be approved by the Commonwealth of Pennsylvania Department of Agriculture for the control of insects such as ants, waterbugs, silverfish, fleas, moths, ticks, mayflies, spiders, centipedes, roaches and rodents (mice and rats). 3. Vendor must maintain all applicable Commonwealth of Pennsylvania pesticide applicator certifications to perform services under this contract.

C. ON-SITE PROCEDURE

1. Meet PTC contact person. 2. Discuss current conditions and changes since last visit. 3. Check sighting log. 4. Perform inspection. 5. Complete services as appropriate. 6. Meet with PTC contact person to explain what was done, what they can expect as a result of what was done, and what to do if there is a problem prior to the next scheduled visit. 7. Update log and service slip.

D. SPECIAL APPLICATIONS/PROCEDURES

1. The removal of bee nests is required as part of this contract. 2. Locked bait stations are to be used around perimeter of buildings. 3. Pest Control for interchanges (Fare Collection Facilities) must include rodent control and removal of dead rodents in all utility tunnels. 4. Rodent control must include maintenance of traps and the removal of dead rodents from appliances at lease once for every 2 week peiod, from either locked outdoor bait stations, the tunnels or indoor glue boards or mechanical traps as required. 5. The cafeteria at the Central Administration Building will require service two times per month. 6. Treatment of the windows at the Central Office Building is handled as part of the window washing contract and is not part of this contract. 7. Although not required under the monthly pest control service, vendor must have capability to resolve other pest control issues such as , but not limited to birds, groundhogs, termites, mayflies, moths, etc.

PTC Pest Control Specifications August, 2010 page 2

E. POWER SPRAYING

1. Power spraying of facilities to control insects & pests under this contract will be optional. PTC personnel and vendor must agree on the need to power spray a facility. If necessary, all power spraying must be done with non-handheld equipment. 2. Special power spray service for ticks may also be required at the Willow Grove Interchange or other Interchanges. Power spray service for ticks may include power wash and exterior spray around toll booths, buildings, and weeds surrounding the Interchange as well as treatment of grass and forested areas adjacent to the Interchange.

F. BUSINESS HOURS

1. All Interchanges and associated buildings and all Maintenance sheds and associated buildings should receive service between the hours of 7:30 AM and 2:30 PM, Monday through Friday, with the following exceptions: a. The following Interchanges work 6:00 AM to 2:00 PM daylight shift. These locations will have to be serviced accordingly to enable the technician to meet with an ADM, shift leader or janitor. - All District 4 Interchanges # 24-30. - District 5 Interchanges # 31, 32 and 33 only. 2. The Central Administrative Building (CO), Eastern Regional Office (ERO) and Western Regional Office (WRO), should be serviced after 3:30 PM using the receipt procedure explained under “REPORTS”.

G. PTC HOLIDAYS (Pest Control Service cannot be performed on the following holidays except in emergency situations)

New Year's Day Martin Luther King Jr.'s Birthday Washington's Birthday Good Friday Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Christmas Day

H. TECHNICIANS

1. Technicians must be individually licensed by the Commonwealth of Pennsylvania Department of Agriculture. 2. Technicians must be uniformed and drive a marked business licensed vehicle. 3. Technicians must present a professional appearance and must be able to communicate effectively in English.

I. RESPONSE TIME

Call back for return service should be within 24 hours. Emergency service call response will be within 8 hours. Vendor will provide telephone number for after-hours service.

PTC Pest Control Specifications August, 2010 page 3

J. UNSATISFACTORY SERVICE

There will be "NO CHARGE" for a return visit if service is unsatisfactory to control pest conditions that existed at the time of monthly service.

K. ADDITIONAL CHARGES There will be no additional charges for any pests covered under this agreement. Any extraordinary services that exceed the spirit of the contract will continue to be discussed on an individual site basis and bid estimates submitted to the Purchasing Department.

L. REPORTS

1. A statement must be presented by the vendor to the Location Supervisor listing products used after each service. 2. A service ticket signed by the technician and PTC Supervisor must be left with Location Supervisor. Unmanned interchanges are the exception. 3. Vendor must provide at least bi-annual "conditions reports" by location from every location serviced, to include comments from technicians and PTC personnel and any extraordinary services requested or provided. This report must be provided to PTC Buyer at Central Administration Building by March 15 and September 15 for periods ending February 28 and August 31.

M. SUB-CONTRACTING

No sub-contracting will be permitted without written approval of the PTC.

N. CANCELLATION OF CONTRACT

The PTC may cancel this contract due to unsatisfactory service at any time upon 30-day written notice.

PTC Pest Control Specifications PA Turnpike Commission Strategic Sourcing & Asset Management Department Insurance Requirements

A. General Insurance Requirements 1. Services shall not commence until the Contractor has obtained, at their own expense, all of the insurance as required hereunder and such insurance has been approved by the Commission; nor shall the Contractor allow any Subcontractor to commence work on any Commission projects until all insurance required of the Subcontractor has been so obtained and approved by the Contractor. Approval of insurance required of the Contractor will be granted only after submission to the Commission, original certificates of insurance signed by the representatives of the insurers or, at the Commission’s request, certified copies of the required insurance policies.

2. All insurance required herein Insurance shall be written on an “occurrence” basis and not a “claims-made” basis.

3. The Commission, its commissioners, agents, servants, employees and representatives shall be named as additional insured on the Contractor’s liability (General Liability, Automobile Liability and Umbrella Liability insurance) insurance program with respect to the liability arising out of the Contractor’s work (including products and completed operations as well as ongoing operations) and the certificate of insurance, or the certified policy, if required, must also state this. This coverage should be provided, along with evidence of such coverage, for a period of two years after completion of the project.

4. All insurance policies required hereunder shall be endorsed to provide that the policy is not subject to cancellation, non- renewal, or material reduction in coverage until thirty (30) days prior written notice has been given to the Owner.

5. Insurance provided to the Commission as specified herein shall be primary and non-contributory.

6. No acceptance and/or approval of any insurance by the Commission shall be construed as relieving or excusing the Contractor or the Contractor’s Surety (if applicable) from any liability or obligation imposed upon either or both of them by provisions of this Contract.

7. All insurance companies shall have an AM Best’s rating of A- or better and be licensed to do business in the State of Pennsylvania.

8. There shall be no liability upon the Commission, public officials, their employees, their authorized representatives, or agents either personally or as officials of the Commission in carrying out any of the provisions of the Contract nor in exercising any power or authority granted to them by or within the scope of the Contract, it being understood that in all such matters they act solely as agents and representatives of the Commission.

9. Waiver of Rights of Recovery and Waiver of Rights of Subrogation:

a. The Contractor and subcontractors waive all rights of recovery against the Owner and all the additional insureds for loss or damage covered by any of the insurance maintained by the contractor or subcontractor. b. If any of the policies of insurance required under this contract require an endorsement to provide for the waiver of subrogation, then the named insured of such policies will cause them to be so endorsed.

10. Any type of insurance or any increase in limits of liability not described above which the contractor requires for its own protection or on account of statute shall be its own responsibility and at its own expense.

PTC Insurance Requirements SSAM Department page 1

B. Contractor Liability Insurance Requirements • The Contractor shall purchase the following insurance coverage’s for the minimum limits specified below or required by law.

• Commercial General Liability insurance for bodily injury, personal injury, and property damage including loss of use, etc. with minimum limits of: $1,000,000 each occurrence; $1,000,000 personal and advertising injury; $2,000,000 general aggregate; and $2,000,000 products/completed operation aggregate.

This insurance shall include coverage for all of the following • Coverage is to be provided by the standard Commercial General Liability insurance policy (“Occurrence Form”); • General aggregate limit applying on a per project/ location basis; • Liability arising from premises and operations; • Liability arising from the actions of independent contractors; • Contractual liability including protection for the Contractor from bodily injury and property damage claims arising out of liability assumed under this Contract; • Liability arising from the explosion, collapse or underground (XCU) hazards (If Applicable) • Products/Completed Operations Coverage must be maintained for a period of at least two (2) years after final payment (including coverage for the Additional Insureds as set forth in these Insurance Requirements).

• Business Auto Liability insurance with a minimum limit of $1,000,000 per accident and including, but not limited to, coverage for all of the following: • Liability arising out of the ownership, maintenance or use of any auto; • Auto non-ownership and hired car coverage • Contractual Liability Coverage (including Liability for Employee Injury assumed under a Contract as provided in the standard ISO policy form)

• Workers’ Compensation insurance with statutory benefits as required by any state or federal law, including standard “other states” coverage; employer’s liability insurance with minimum limits of:

$1,000,000 each accident for bodily injury by accident; $1,000,000 each employee for bodily injury by disease; and $1,000,000 policy limit for bodily injury by disease.

1. Including Waiver of Right to Recover from Others Endorsement (WC 00 0313) where permitted by state law. 2. United States Longshore & Harbor Workers Act Coverage, where applicable; and 3. Maritime Coverage under the Jones Act, where applicable.

• Umbrella Liability or Excess Liability insurance with minimum limits of: $5,000,000 per occurrence; $5,000,000 aggregate for other than products/completed operations and auto liability; and $5,000,000 products/completed operations aggregate.

Policy to apply excess of the Commercial General Liability (following form, Per Project / location), Commercial Automobile Liability and Employers Liability Coverage.

PTC Insurance Requirements SSAM Department page 2 PTC FORM #79-11B (Rev. 2/13)

(Continuation of Proposal) Sales made to the Pennsylvania Turnpike Commission are exempt from the provisions of the fair trade law, the Pennsylvania Sales Tax, and certain Federal Excise Taxes.

CASH DISCOUNT OFFERED: Bidder hereby agrees that in the event of an award if payment is made within______( ) days after receipt of material he will offer the Pennsylvania Turnpike Commission a ______% discount. (NOTE: Discount offered will not be used for the purpose of evaluating lowest bid received.)

The Bidder agrees that the Commission may set off the amount of any state tax liability or other obligation of the Contractor or its subsidiaries to the Commonwealth of PA against any payments due the Contractor under any contract with the Commission.

BID In compliance with the within proposal, and subject to all the conditions thereof, the undersigned offers and agrees, if this bid be accepted, to furnish any or all items upon which prices are quoted, at the price set opposite each item, delivered at the point(s) specified. This bid will remain firm for sixty (60) days.

Executed at______this______day of______City, State Month, Year

(IF A SOLE PROPRIETOR): ______Name of Company

(SEAL) Owner

TYPE OR PRINT NAME HERE ______

(IF A PARTNERSHIP): ______Name of Company

(SEAL) Owner

TYPE OR PRINT NAME HERE ______

(IF A CORPORATION): (See Instructions) ______Name of Company

Attest: ______

BY:______

______Title Title

Type or Print Name Here ______

Address______

______

Telephone No.______

Please check all that apply to your business:  Minority Business Enterprise  Small Business Enterprise  Woman Business Enterprise  Veteran Business Enterprise  Service Disabled Veteran-Owned Business Enterprise

PTC FORM #79-1 2 (Rev. 12/13)

PENNSYLVANIA TURNPIKE COMMISSION Harrisburg, Pennsylvania GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS

The foregoing proposal is subject to the following conditions and instructions, all interpretations of which shall be at the sole discretion of the Pennsylvania Turnpike Commission: A. DEFINITION OF TERMS: "APPROVED EQUAL": Wherever in these proposal forms and specifications an article or material is defined by using a trade name or the name and catalog number of a manufacturer or vendor, the term "OR APPROVED EQUAL", if not inserted therewith, shall be implied. It is understood that any reference to a particular manufacturer's product, either by trade name or by limited description, has been made solely for the purpose of more clearly indicating the minimum standard of quality desired. The term "OR APPROVED EQUAL" is defined as meaning any other make equal in material, workmanship, and service, and as efficient and economical in operation. An article meeting these conditions may be accepted, unless specifically noted other wise in the bid document.

B. EXECUTION OF PROPOSAL 1. All blank spaces in the proposal and bid shall be filled in clearly where indicated, either typed or written in ink. Altering or changing any part of this proposal or bid will be sufficient reason for rejection. 2. It is the bidder's responsibility to contact the Pennsylvania Department of Revenue or the Internal Revenue Service to determine the applicability of taxes. Generally though, direct sales to the Commission (an instrumentality of the Commonwealth of Pennsylvania) of tangible personal property that will not become a permanent part of real estate are exempt from Pennsylvania sales tax. Any other applicable tax may not be stated as a separate line item in the bid. Successful bidders will be required to furnish Tax Exemption Forms with their invoices. Relevant exemption numbers and certificates are available by email request to [email protected]. 3. Bidders shall submit a separate unit price for each item, a total bid, a total lump sum bid covering all items in each group, and a total lump sum bid covering all items of all groups. Award will be made on separate unit price, total bid, or a total lump sum bid covering all items in each group, or a total lump sum bid for all items of all groups, whichever is to the best interest of the Pennsylvania Turnpike Commission. In case of a discrepancy, the unit price will be considered as the price bid. The extension figures are only for the information of the Commission and will not be considered as part of the bid. 4. The bid must be signed by the owner, if the bidder is a sole proprietor; or by a general partner, if the bidder is a partnership. If the bidder is a corporation, the bid must be signed by the president or vice-president, and attested by the secretary or treasurer or assistant secretary or treasurer. A corporate bidder may, in the alternative, execute a bid other than by the formality set forth above, by signing such bid by an officer, employee or agent having express authority by reason of a power of attorney identifying that officer or agent by name and title; a copy of the power of attorney (signed by the president or vice-president, attesting to the corporate minutes setting forth the resolution of authority and certified by the secretary or treasurer or assistant secretary or treasurer) shall be attached to each such bid. 5. Unless specifically noted as a bid requirement, time, terms of delivery, and cash discounts offered by any bidder shall not be considered in making an award. However, if cash discounts are offered by any bidder, the Pennsylvania Turnpike Commission reserves the right to take advantage of such offer. 6. In the event of tie bids, time, terms of delivery and terms of payment shall be considered as factors by the Commission in making an award.

C. BONDING Proposal, performance, and payment guaranty to be provided in accordance with terms set forth in the RFQ document.

D. FURNISHING OF SAMPLES Samples, if required, must be furnished at the expense of the bidder and will become the property of the Pennsylvania Turnpike Commission.

E. QUESTIONS All questions regarding this Request for Quotation must be submitted in writing to the email address of the Buyer provided in the bid document. Questions received within 48 hours prior to the bid due date and time will be answered at the discretion of the Commission. All questions received will be answered in writing and/or formally issued as an addendum at the discretion of the Buyer. The Buyer shall not be bound by any verbal information that is not either contained within the Request for Quotation or formally issued as an addendum. The Commission does not consider questions to be a protest of the specifications or of the solicitation.

F. ELECTRONIC VERSIONS OF THE REQUEST FOR QUOTATION If the RFQ is being made available by electronic means, and the Bidder electronically accepts the RFQ, the Bidder acknowledges and accepts full responsibility to insure that no changes are made to the RFQ. In the event of a conflict between a version of the RFQ in the Bidder’s possession and the Commission’s version of the RFQ, the Commission’s version shall govern.

G. WITHDRAWAL OF BID PRIOR TO OPENING Each bidder who submits his bid specifically waives any right to withdraw it except as hereinafter provided. Bidders will be given permission to withdraw any bid after it has been deposited with the Commission, provided the bidder makes his request by telephone or in writing to the Manager of Strategic Sourcing and Asset Management. Withdrawal by telephone or in writing must be made not later than twenty-four (24) hours before the time fixed for the bid opening. Requests pertaining to withdrawal by telephone must be confirmed in writing by the bidder and must reach the Manager of Strategic Sourcing and Asset Management, Pennsylvania Turnpike Commission, not later than one (1) hour prior to the time fixed for the opening of bids.

PA Turnpike Commission – GENERAL CONDITIONS & INSTRUCTIONS TO BIDDERS Page1

PTC FORM #79-1 2 (Rev. 12/13)

H. ACCEPTANCE OR REJECTION OF BID; CONFORMITY TO SPECIFICATION; ELIGIBILITY FOR AWARD 1. The Pennsylvania Turnpike Commission reserves the right to reject any and all bids, to waive technical defects, and to accept or reject any part of any bid if, in its judgment, the best interests of the Pennsylvania Turnpike Commission are thereby served. 2. The Commission may reject all bids not meeting specifications. 3. No award will be made to any bidder who, in the opinion of the Manager of Strategic Sourcing and Asset Management of the Pennsylvania Turnpike Commission, is in default of any bid, purchase order, or contract with the Pennsylvania Turnpike Commission, prior to the date of the bid under consideration.

I. BID RESULTS 1. Request for bid summary information for this RFQ will be given only when accompanied by stamped self-addressed envelope. No telephone inquiries honored. 2. Request for previous bid results or any other details of previous purchases or contracts is considered a request for public records under the Right-to-Know Law (RTKL), Act 3 of 2008 and shall comply with the Commission’s policies, process and procedures for requesting such records. RTKL requests may be submitted online at www.paturnpike.com.

J. UNDERTAKING BY BIDDER In submitting the foregoing bid, the bidder certifies that: 1. The bidder shall be responsible for all damage to life and property due to negligence or other tortious acts, errors, and omissions arising from or related to the work of this Agreement. The bidder shall indemnify and hold harmless the Commission, and their agents and employees from and against all liability, claims, damage, losses, and expenses arising from or related to the work of the bidder or that of the bidder's employees or subcontractors. This indemnification provision shall survive the termination of this contract. 2. The prices in this bid are neither directly nor indirectly the result of any agreement with any other bidder. 3. To the best of the knowledge of the person signing the proposal for the Bidder and except as otherwise disclosed by the Bidder in its proposal, the Bidder has no outstanding, delinquent obligations to the Commonwealth including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Bidder that is owed to the Commonwealth. 4. The Bidder is not currently under suspension or debarment by the Commonwealth, or any other state, or the federal government, and if the Bidder cannot certify, then it shall submit along with the proposal a written explanation of why such certification cannot be made. 5. Each Bidder, by submitting its proposal, authorizes all Commonwealth agencies to release to the Commission information related to liabilities to the Commonwealth including, but not limited to, taxes, unemployment compensation, and workers’ compensation liabilities.

K. DELIVERY OF MATERIALS; INSPECTION; REMEDIES OF COMMISSION FOR NON-CONFORMITY TO SPECIFICATIONS 1. Delivery must be made strictly in accordance with the proposal. The material listed in the proposal must be delivered F.O.B. the point or points shown on the proposal. Delivery must be made on, or before, the date specified in the proposal. 2. If upon inspection of the material, any article that is defective or fails in any way to meet the terms of the contract or purchase order will be rejected. The decision of the Pennsylvania Turnpike Commission shall be final and the rejected material will be replaced by, and at the expense of, the supplier. 3. If a supplier furnishes articles not meeting specifications, and does not replace such articles, or if there is a failure to deliver any purchase within the specified time, the Commission may purchase the same in the open market and deduct the expense, including any excess in price over that called for in the contract, from the amount due the supplier from the Pennsylvania Turnpike Commission. If the amount due the supplier is not sufficient to meet such expenses in excess price paid for, the Commission may proceed against the supplier or his sureties or both. 4. All materials, equipment, and supplies must conform to the regulations of the Pennsylvania Turnpike Commission or the Department of Labor & Industry or any other of the Departments of the Commonwealth of Pennsylvania, with established standards. 5. In accordance with the provisions of the Act of 1978, No. 3, 73 P.S. 1881 et seq., as amended by Act No. 161 of 1982 and Act. No. 144 of 1984 (Steel Products Procurement Act), all vendors, suppliers, or contractors shall use or furnish only steel products produced in the United States in the performance of the contract or purchase order.

L. NO SUBLETTING OR ASSIGNMENT No contract may be assigned, sublet, or transferred without prior written consent of the Pennsylvania Turnpike Commission.

M. CAUSE FOR REMOVAL FROM BID LIST Any vendor not responding two (2) consecutive times or any vendor who does not receive an award for a period of five (5) years shall be purged from the mailing list, unless specifically noted otherwise in the bid document. A "NO BID" is considered a reply.

N. NON-DISCRIMINATION CLAUSE The Pennsylvania Turnpike Commission's Non-Discrimination Clause shall be considered a part of this proposal. Copies of the Non- Discrimination Clause can be obtained by contacting the Purchasing Office.

O. NON-WAIVER OF ADDITIONAL RIGHTS The enumeration in these Conditions and Instructions of certain rights and remedies in the Commission shall not be construed to preclude the exercise by the Commission of other and additional rights and remedies which are available generally at law or which may be implied from the foregoing.

P. CONTRACTING OFFICER for this bid and for any Purchase Orders issued as a result of this bid is the Manager of Strategic Sourcing and Asset Management.

PA Turnpike Commission – GENERAL CONDITIONS & INSTRUCTIONS TO BIDDERS Page2

QUOTATION DELIVERY INSTRUCTIONS: (DO NOT DISCARD)

QUOTATION ENCLOSED (Check One) BID □ NO-BID □ Bid # 939700-2014 Due Date 09/10/14 PENNSYLVANIA TURNPIKE COMMISSION STRATEGIC SOURCING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106-7676

• All bid quotations must be returned in a sealed envelope addressed exactly as shown above. The label may be cut out and affixed firmly to the response envelope. Failure to address envelope properly and include bid number and due date on face of envelope will be deemed sufficient reason for rejection of quotation.

• For Overnight or Express Delivery of bid documents, quotation must be sealed in a separate envelope addressed exactly as shown above. The sealed quotation may then be sent to:

Pennsylvania Turnpike Commission 700 South Eisenhower Boulevard Middletown, PA 17057

• Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission located 700 South Eisenhower Boulevard, Middletown, PA by the announced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids.