request for bid for led lighting project for the city of moline ...

14
REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE PUBLIC WORKS DEPARTMENT, 2016 BUDGET 1 October 21, 2016 NOTICE TO BIDDER: The City of Moline requests bids on the purchase of LED lighting, per the enclosed specifications. Bids shall be in a sealed envelope and clearly marked on the front LED Lighting Project…Do Not Open”. Bids will be received at the office of the Municipal Services General Manager, 3635 4th Avenue, Moline, Illinois, until 1:00 p.m. (local time), on Monday, October 31st, at which time they will be "publicly opened and read aloud" in the Public Works Conference Room #1, 3635 4th Avenue, Moline, Illinois. No electronically transmitted bids will be accepted. Bids must be submitted on the required forms and signed by an authorized agent to be considered responsive to the request for bid. The City of Moline reserves the right to accept or reject any or all bids, decide what products meet, exceed or are equal to specifications and to waive any technicalities. Pursuant to the Moline Code of Ordinance Section 27-3106, the City of Moline reserves the right to cancel the bid request anytime prior to the acceptance of the bid. All bids shall be FOB delivered. The following items must be included with your bid or be subject to disqualification: 1. Bid Specification Sheet - Specifications are a minimum and if your equipment exceeds the specifications, then you are in compliance. Equipment being bid must be documented in full and that line sheet must be included in your bid. Any exceptions to the specifications must be noted by the bidder and identified in your bid documents. 2. EEO Policy Statement - Sign and date this page and include your own, if applicable. 3. Vendor Information Sheets - All information available about the equipment being bid must accompany your bid to confirm the equipment meets specifications. Technical questions must be submitted in writing and directed to the individual contact person listed below. All questions and answers will be listed as an addendum to this document and made available on the City’s website until the bid closing date and time. All questions should be directed to: Rodd Schick Municipal Services General Manager (309) 524-2401 or by email: [email protected] GENERAL CONDITIONS Award of the bid will be based upon compliance with the specifications, availability of parts, quality of the product being bid, price, and delivery. Delivery shall be firm and the City of

Transcript of request for bid for led lighting project for the city of moline ...

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

1

October 21, 2016

NOTICE TO BIDDER: The City of Moline requests bids on the purchase of LED lighting, per

the enclosed specifications. Bids shall be in a sealed envelope and clearly marked on the front

“LED Lighting Project…Do Not Open”. Bids will be received at the office of the Municipal

Services General Manager, 3635 4th Avenue, Moline, Illinois, until 1:00 p.m. (local time), on

Monday, October 31st, at which time they will be "publicly opened and read aloud" in the Public

Works Conference Room #1, 3635 4th Avenue, Moline, Illinois. No electronically transmitted

bids will be accepted. Bids must be submitted on the required forms and signed by an authorized

agent to be considered responsive to the request for bid. The City of Moline reserves the right to

accept or reject any or all bids, decide what products meet, exceed or are equal to specifications

and to waive any technicalities. Pursuant to the Moline Code of Ordinance Section 27-3106, the

City of Moline reserves the right to cancel the bid request anytime prior to the acceptance of the

bid.

All bids shall be FOB delivered. The following items must be included with your bid or be

subject to disqualification:

1. Bid Specification Sheet - Specifications are a minimum and if your equipment exceeds

the specifications, then you are in compliance. Equipment being bid must be

documented in full and that line sheet must be included in your bid. Any exceptions

to the specifications must be noted by the bidder and identified in your bid

documents. 2. EEO Policy Statement - Sign and date this page and include your own, if applicable.

3. Vendor Information Sheets - All information available about the equipment being bid

must accompany your bid to confirm the equipment meets specifications.

Technical questions must be submitted in writing and directed to the individual contact person

listed below. All questions and answers will be listed as an addendum to this document and made

available on the City’s website until the bid closing date and time. All questions should be

directed to:

Rodd Schick

Municipal Services General Manager

(309) 524-2401 or by email: [email protected]

GENERAL CONDITIONS

Award of the bid will be based upon compliance with the specifications, availability of parts,

quality of the product being bid, price, and delivery. Delivery shall be firm and the City of

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

2

Moline reserves the right to cancel an order not delivered within the quoted time. Bidders shall

be fully aware that this project involves a highly visible client with a strategically important

contract that has mission-critical elements and will require the full commitment and support of

the successful bidder. The successful award of this contract will be based upon complete

evaluation of the offered products, contractual constraints, conformity with current equipment

and the completeness of the overall bid; therefore, the lowest priced bid will not automatically

constitute the award of the contract.

OPTIONAL REQUIREMENTS

The City of Moline reserves the right to require the following items during bid evaluations:

1. References

2. Financial statement and/or company background

PRICING

In pricing the bid, vendors must state the price per unit of quantities required and make

calculations based on total quantity requested. The City of Moline reserves the right to correct

extension errors. The City of Moline will correct the total price based on price per unit. All

entities shall receive the same price per unit. No additional delivery costs will be accepted. If

additional costs are associated with disposal, the price must be noted separately.

PRICE CONFIRMATION

The successful bidder shall warrant and guarantee that the price bid will be firm and that there

will be no escalation of cost or price at the time of delivery. All prices shall remain firm for

sixty (60) days from the bid opening date to allow the approval by all participating entities.

DISCOUNTS AND TAXES

The City of Moline is a local government agency. The City of Moline is eligible for state and

local government discounts. The City of Moline is exempt from Federal excise tax, state sales

tax and local sales tax, and as such, these taxes should be excluded from the prices contained

herein. For your convenience, the City of Moline's Tax Exempt Certificate Number is: E9993-

6951-07.

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

3

DELIVERY

All prices quoted shall be for FOB delivered to the following location within 30 days of receipt

of the City's Purchase Order or sooner, Dealer to state date on page with bid price. Equipment

shall be furnished fully at the following location:

City of Moline

Public Works Department

3635 4th Avenue

Moline, Illinois 61265

Contact: Rodd Schick, Municipal Services General Manager (309-524-2401)

WARRANTY

Purchased equipment is warranted against defects in workmanship and material under normal

use. This warranty is void if failure of the equipment is due to unauthorized modification,

misuse, lack of normal maintenance, abnormal conditions of operation, or unauthorized attempts

to repair. The Vendor will be promptly notified of any suspected defects in equipment operation.

Furthermore, the Vendor is not aware of any infringement or basis for an infringement for any

patent, copyright, trade secret, or other propriety right in the bid specification, and will

indemnify and defend the City of Moline in the event of any infringement suites.

The equipment must have a minimum warranty per specifications based on make/model

beginning from the date of delivery and acceptance by the City of Moline of the complete unit.

A copy of the warranty coverage must accompany each bid. In the event of a malfunction during

the warranty period, the Vendor must specify the procedure under which the equipment will be

serviced. This policy must be included in the Request for Bid.

In instances of repeated failures, the City of Moline reserves the right to require replacement of

equipment. Such replacement shall be at the expense of the Vendor. The City of Moline Public

Works Director will make this judgment. If such replacement is required, the City of Moline

first will give written notice to the Vendor outlining the problem and allowing thirty (30) days

from notification to resolve the problem.

The Vendor will be expected to warrant, at a minimum, that the unit(s) will perform in

accordance with the bid documents it submits in response to this Request for Bid.

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

4

DISPOSAL

The Vendor must facilitate a method of disposal and haul away of existing light bulbs and

fixtures. Any cost for disposal should be specified separate from the total bid amount.

STATEMENT OF CERTIFICATION

The Vendor must submit a statement of certification, in the response to the Request for Bid, that

the equipment is new, not used and is Original Equipment Manufacturer Certified.

CONFLICTS OF INTEREST

The City of Moline reserves the right to request the Vendor to file a statement that no City of

Moline official or employee has an interest in the bid for purchase.

ASSIGNMENT

Neither the provisions of this Request for Bid, nor any of the obligations of either party, shall be

assigned or transferred in whole or in part to any person, firm, or corporation without the prior

written consent of the other party. Any such assignment or transfer shall not release either party

from its obligation to the other party.

RISK OF LOSS OR DAMAGE

During the period the equipment is in transit, or in the possession of the Vendor, up to the time

delivery is completed, the Vendor agrees to insure the equipment for all risk of loss or damage to

the same.

After delivery is complete, the risk of loss or damage shall pass to the City of Moline.

SPECIFICATIONS

All equipment must meet or exceed the specifications on the attached specification sheets, must

be UL listed and meet the current 2016 MidAmerican Energy Company lighting rebate

requirements.

The quantities listed on the specification sheet reflect the minimum number needed. When

bidding, please identify a cost per unit for the minimum number specified and allow for

additional quantities if necessary.

Item #Manufacture/ Model

NumberDescription Size/Type Warranty

Input

WattsVoltage

Fixture

MountingTOTAL Cost / Unit

1 RAIL150NW RAB 5 Year 150 120 66

(Replacing 400MH highbay)

2LLHV 4 40 U W ST ED U

HUBBELL5 Year 423 120 54

(Replacing 1000MH

highbay)3 LCL8 40 HL EU 5 Year 47 120 113

(Replacing 4 lamp 2x4 lay in

fixtures)4 LAW4 40 ML EU Hubbell 5 Year 48 120 383

(Replacing 2 lamp

wraparound fixture)5 LCL4 40 ML EU Hubbell 5 Year 48 120 41

(Replacing 4 ' 1 lamp strip

fixture)

6LCAT24 40 HL G EDU

Hubbell5 Year 47 120 409

(Replacing 4 lamp lay in

fixture)

7LCAT22 40 ML G EU

Hubbell5 Year 30 120 27

(Replacing 2 lamp lay in

fixture)8 APL 13W 6T GX23 2 40K 3 Year 13 120 45

(Replacing can twin

compact flourscent lamp)

9RLC6LED8 120 6LCLED 9

40K 8 WH WT Hubbell5 Year 70 120 5

(Replacing 50MH can lights,

9" diameter can)

10 FLL 28L Hubbell Flood light 5 Year 100 120 3

(Replacing 250MH flood

light)11 S9777 Satco 5 Year 17 120 4478

(Replacing T8 4' tube lights)

High Bay LED

4' strip light

COMPACT

FLOURSCENT LAMP

2x2 TROFFER

FIXTURE

2x4 TROFFER

FIXTURE

4' WRAPAROUND

FIXTURE

retrofit for LED

cans

High Bay LED

8' Strip Light

4' T8 LED lamp

4000K LED, 5000 LUMENS

LAMP

GROUND MOUNT

RETROFIT

Pendant

LED LIGHTING PROJECT SPECIFICATIONS

Pendant

LAY IN

SURFACE

SURFACE

LAY IN

LAY IN

4000K LED, 5600 LUMENS

4000K LED, 5350-6200 LUMENS

4000K LED, 47250-54325

LUMENS

4000K LED, 15582 LUMENS

4000K LED, 2200 LUMENS

5000K LED, 8054 LUMENS

4000K LED, 3000 LUMEN

4000K LED, 1300 LUMEN

4000K LED, 3200-3400 LUMENS

4000K LED, 5350-6200 LUMENS

LAMP

Item #Manufacture/ Model

NumberDescription Size/Type Warranty

Input

WattsVoltage

Fixture

MountingTOTAL Cost / Unit

12APL 20W 10T G24Q 40K

MAXLITE5 Year 20 120 85

(Replacing 32W triple 4 pin

compact flourescent)

13APL 13W 6T G24Q 40K

MAXLITE5 Year 13 120 60

(Replacing 26W double 4

pin compact flourescent)

14 TRP/RDI/QSP-30L4K 053 5 Year 96 120 7

(Replacing 250W MH

Wallpak)

155SP 15 40K XX STK TBR DS

Insight5 Year 15 120 22

(Replacing 70PAR30 CMH

bullett)

16WGH 110L 4K U M PBT1

Hubbell5 Year 53 120 8

(Replacing 250W MH

wallpak)

17 LNC 9LU 4K 3 1 PC Hubbell 5 Year 16.6/22 120 20

(Replacing 70W MH

wallpaks)

18 S9838 Satco 3 Year 9.5 120 225

(Replacing A lamp bulbs)

19 LAW4 40HL EU HUBBELL 5 Year 55 120 62

(Replacing 4 lamp existing

wraparound fixture)

20 S9622 Satco 3 Year 9.5 120 10

(Replacing 65BR30 lamps)

21 S9636 Satco 3 Year 11.5 120 23

(Replacing 75PAR30 lamp)

LANDSCAPE LED

BULLET

TRAPIZOD

WALLPAK

4' WRAPAROUND

FIXTURE

WALLPAK

OUTDOOR

LED 4 PIN LED

LED 4 PIN LED

WALLPAK

OUTDOOR

PAR 30 LAMP

PAR 30 LAMP

A19 LED lamp

4000K LED, 1000 LUMENS

4000K LED, 807 LUMENS

4000K LED, 830 LUMENS

4000K LED, 5600 LUMENS

4000K LED, 860 LUMENS

4000K LED, 1441/1806 LUMENS

4000K LED, 4888 LUMENS

LAMP

LAMP

LAMP

LAMP

SURFACE

SURFACE/WALL

OUTDOOR

SURFACE/WALL

OUTDOOR

SURFACE/WALL

OUTDOOR

LAMP

LANDSCAPE

4000K LED, 5062 LUMENS

4000K LED, 1300 LUMENS

4000K LED, 2000 LUMENS

Item #Manufacture/ Model

NumberDescription Size/Type Warranty

Input

WattsVoltage

Fixture

MountingTOTAL Cost / Unit

22 LCL2 40 ML EU Hubbell 5 Year 25 120 2

(Replacing 2' 1 lamp strip

fixture)

23WTZ 30WLED UNIV 40 RAFL

ILP5 Year 30 120 SURFACE 120

(Replacing 2 lamp T8

vaportite fixtures)24 SMSBULLET2X12NA RAB 10 Year 24 120 3

(Replacing 75PAR30

Fixture)

25PVL3 30L U 4K BZ PC

Hubbell5 Year 72.7 120 12

(Replacing 175W MH

wallpaks)26 LCL8 40 ML EU Hubbell 5 Year 96 120 21

(Replacing 2 lamp 8'

industrials)

27 LAW4 40 ML EDU Hubbell 5 Year 48 120 27

(Replacing 2 lamp existing

wraparound fixture)

28 SQ2 22WLED UNIV 40 ILP 5 Year 22 120 2

(Replacing 2ft 2 lamp vanity

light)29 VWGL1 Hubbell 5 Year 11 120 6

(Replace jelly jar fixtures )

30WGH 225L 4K U L PBT 1

Hubbell5 Year 97 120 2

(Replacing 400W MH

wallpak)

31 GH24 190WFRL ILP 5 Year 190 120 28

(Replacing 4 lamp 2x4 lay in

fixtures)32 S8952 Satco 3 Year 4.5 120 3

(Replacing 40w mini base

lamp)

2FT WALL MOUNT

4' WRAPAROUND

HEAD FLOOD LIGHT

W/ SENSOR

4' VAPORTITE

FIXTURE

Candelabra base

JELLY JAR

8' STRIP LIGHT

WALLPAK

OUTDOOR

4' STRIP LIGHT

2X4 HIGHBAY

TROFFER

WALLPAK

OUTDOOR

4000K LED, 10100 LUMENS

4000K LED, 5337 LUMENS

4000K LED, 1664 LUMENS

4000K LED, 3602 LUMENS

4000K LED, 2500 LUMENS

3000K LED, 310 LUMENS

4000K LED, 23,994 LUMENS

4000K LED, 10151 LUMENS

4100K LED, 757 LUMENS

4000K LED, 2595 LUMENS

4000K LED, 4700 LUMENS

LAMP

HIGHBAY LAY IN

WALL MOUNT

WALL MOUNT

SURFACE

SURFACE

SURFACE

SURFACE/WALL

OUTDOOR

SURFACE/WALL

OUTDOOR

SURFACE/WALL

OUTDOOR

Item #Manufacture/ Model

NumberDescription Size/Type Warranty

Input

WattsVoltage

Fixture

MountingTOTAL Cost / Unit

33 LAW2 40 ML EU Hubbell 5 Year 49 120 22

(Replacing 2 lamp 2x2

wraparound fixture)

34 LNC5L U 4K 3 1 PC Hubbell 5 Year 12.9 120 3

(Replacing 50W MH

wallpaks)

35 FSL 7 PC1 Hubbell 5 Year 26 120 4

(Replacing 100W MH Flood

light)

GROUND MT

OUTDOOR

FLOOD LIGHT

OUTDOOR

WALLPAK

OUTDOOR

2' WRAPAROUND

FIXTURE

5000K LED, 2470 LUMENS

4000K LED, 980 LUMENS

4000K LED, 4300 LUMENS

SURFACE

OUTDOOR

SURFACE

Optional: Parking Ramps

Item # Manufacture/ Model Number Description Size/Type WarrantyInput

WattsVoltage

Fixture

MountingTOTAL Cost / Unit

1 S9777 Satco 5 Year 17 120 73

(Replacing T8 4' tube lights)2 WGH 110L 4K U M PBT1 Hubbell 5 Year 53 120 18

(Replacing 250W MH wallpak)3 WGH 225L 4K U L PBT 1 Hubbell 5 Year 97 120 20

(Replacing 400W MH wallpak)

4 LNC5L U 4K 3 1 PC Hubbell 5 Year 12.9 120 30

(Replacing 50W MH wallpaks)

5 UFO 58WLED UNIV 40 ILP 5 Year 57 120 201

(Replacing 175W MH canopy lights)

6 APL 13W 6T G24Q 2 40K 5 Year 13 120 15

(Replacing 26 TBX lamp)7 CL1 A 90L U 4K 3 4K DB Hubbell 5 Year 210 120 11

(Replacing 400W MH pole mount)

8 S9142 Satco 3 Year 7 120 54

(Replacing 35PAR20 lamps)9 TRP RDI QSP 30L 4K 053 Hubbell 5 Year 53 120 10

(Replacing 150W MH wallpak)10 CL1 AD 60L U 3 4K GR WB 5 Year 140 120 36

(Replacing 250MH wall bracket)

11MC10LED P 3L 40K 8 WFL45 CL 26

BA5 Year 33.9 120 10

(Replacing 50W MH Pendant)

LAMP

4000K LED, 3426

LUMENS

4000K LED, 12036

LUMENS

4000K LED, 5062

LUMENS

4000K LED, 560 LUMENS

4000K LED, 16973

LUMEN

4000K LED, 1300 LUMEN

4000K LED, 7135

LUMENS

4000K LED, 980 LUMENS

4000K LED, 10151

LUMENS

4000K LED, 4888

LUMENS

4000K LED, 2200

LUMENS

PENDANT

WALL BRACKET

LAMP

SURFACE/WALL

OUTDOOR

SURFACE/WALL

OUTDOOR

SURFACE/WALL

OUTDOOR

POLE MOUNT

LAMP

SURFACE CEILING

SURFACE

OUTDOOR

COMPACT

FLOURESCENT

LED LIGHTING PROJECT SPECIFICATIONS

WALLPAK

OUTDOOR

WALLPAK

OUTDOOR

4' T8 LED lamp

WALL BRACKET

PENDANT

WALLPAK

OUTDOOR

CANOPY LIGHT

LAMP

SHOEBOX POLE TOP

WALLPAK

OUTDOOR

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

5

Total Overall

Cost Including

Delivery: $_________________

Any Discounts

Extended: $_________________

Delivery Date: __________________

Disposal Cost: $_________________

Optional Bid: $_________________

The undersigned certified that he/she is a representative of the company shown below and as such

representative is authorized to submit this bid on their behalf.

Federal Tax Identification Number:____________________________________

Company: _____________________________________________________________

Address: _____________________________________________________________

City/State/Zip: ______________________________________________________

Telephone Number: ____________________Fax Number: ____________________

Authorized Signature: ________________________________________________

Name/Title: __________________________________________________________

Date: ________________________________________________________________

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

6

POLICY STATEMENT

EQUAL EMPLOYMENT OPPORTUNITY

It is the policy of __________________________________(insert firm name) to provide equal

employment opportunity to all persons regardless of race, color, religion, sex or national origin.

Accordingly, we will take Affirmative Action to insure that we will:

1. Recruit, hire and promote in all job classifications regardless of race, color, religion, sex or

national origin.

2. Make promotional decisions that are in accordance with principles of equal opportunity by

imposing only valid requirements for promotional opportunities.

3. Incorporate our equal employment opportunity policy in all personnel actions such as

compensations, benefits, transfers, layoffs, returns from layoffs, company sponsored

training, education and tuition assistance.

4. Conduct social and recreation programs sponsored by out agency without regard to race,

color, sex and religion.

Firm Name _______________________________________________________

Authorized Signature ____________________________________________

Title ___________________________________________________________

Date ____________________________________________________________

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

7

CERTIFICATION

IN COMPLIANCE WITH 720 ILCS T/33E-11

ILLINOIS REVISED STATUTE, CHAPTER 38, SECTION 33E-11 The undersigned individual certifies that he or she is not barred from bidding on this contract as

a result of a violation or either 720 ilcs 5/33e-3 or 720 ilcs 5/33e-4 bid-rigging or bid-rotating.

INDIVIDUAL: Signature of Bidder: ____________________________________________________

Business Address: _____________________________________________________

Business Phone Number: ________________________________________________

SUBSCRIBED AND SWORN to before me on

______________________________________ (date)

______________________________________

Notary Public

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

8

PARTNERSHIP

The undersigned certifies on behalf of the partnership named below that the partnership is not

barred from bidding on this contract as a result of a violation of either 720 ILCS 5/33E-3 or 720

ILCS 5/33E-4, bid-rigging or bid-rotating.

Further, the undersigned certifies and warrants that he or she is duly authorized to execute this

Certification on behalf of the Partnership and in accordance with the Partnership Agreement and

the laws of the State of Illinois and that this Certification is binding upon the Partnership and is

true and accurate.

Partnership Name: ______________________________________________________

Signed by: ____________________________________________________________

Business: _____________________________________________________________

Business Phone Number: ______________________________________________

Certification

Insert names and addressed of all partners:

_____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

SUBSCRIBED AND SWORN to before me on

___________________________________ (date)

___________________________________

Notary Public

REQUEST FOR BID FOR LED LIGHTING PROJECT FOR THE CITY OF MOLINE

PUBLIC WORKS DEPARTMENT, 2016 BUDGET

9

CORPORATION

The undersigned certifies on behalf of the Corporation named below that the Corporation is not

barred from bidding on this contract, as a result of a violation of either bid-rigging or bid-

rotating.

Further, the undersigned certifies and warrants that he or she is duly authorized to execute this

Certification on behalf of the Corporation in accordance with by-laws of the Corporation and that

this certification is bind upon the Corporation and is true and accurate.

Corporate name: ______________________________________________________

Signed by: ___________________________________________________________

Title: _______________________________________________________________

Business Address: ____________________________________________________

Insert President: ___________________________________________________

Names of corporate officers:

Secretary: __________________________________________________________

Treasurer: __________________________________________________________

Attest: _____________________________________________________________

Secretary