State of Wisconsin Wis. Statutes s.16.75 DOA-3070 (R08/2003) BIDS MUST BE SEALED AND ADDRESSED TO: AGENCY ADDRESS: Remove from bidder list for this commodity/service. (Return this page only.) Bid envelope must be sealed and plainly marked in lower corner with due date and Request for Bid #SS-1408. Late bids will be rejected. Bids MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid is due. Bids dated and time stamped in another office will be rejected. Receipt of a bid by the mail system does not constitute receipt of a bid by the purchasing office. Any bid which is inadvertently opened as a result of not being properly and clearly marked is subject to rejection. Bids must be submitted separately, i.e., not included with sample packages or other bids. Bid openings are public unless otherwise specified. Records will be available for public inspection after issuance of the notice of intent to award or the award of the contract. Bidder should contact person named below for an appointment to view the bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening, unless otherwise noted. The attached terms and conditions apply to any subsequent award. University of Wisconsin-Eau Claire Purchasing Office, Schofield Hall 103 105 Garfield Ave. Eau Claire, WI 54701 REQUEST FOR BID SS-1408 Bids MUST be in this office no later than THIS IS NOT AN ORDER BIDDER (Name and Address) August 2, 2013 2:30 PM Name (Contact for further information) Steve Slind Date 715-836-4643 July 22, 2013 Quote Price and Delivery FOB Destination Installed Fax bids are accepted Item No. Quantity and Unit Fax bids are not accepted Price Per Unit Description Total University of Wisconsin-Eau Claire Requests Bids for A Portable Lighting System for Davies Center Bids will be accepted per the: Special Conditions of Bid Standard Terms and Conditions Specifications of Bid Drawing Bill of Materials and Phase Schedule To Request a Site Visit contact Jason Anderson 715-836-4809 or [email protected] Fax Bids To: 715-836-2020 For visitor parking permit contact the Parking office 715-836-2002 Payment Terms Delivery Time We claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be certified by the Wisconsin Department of Commerce. If you have questions concerning the certification process, contact the Wisconsin Department of Commerce, 5th Floor, 201 W. Washington Ave., Madison, Wisconsin 53702, (608) 267-9550. Does Not Apply to Printing Bids. We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the Work Center Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605. Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered in our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United States. Yes No Unknown In signing this bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any other bidder, competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is accurate under penalty of perjury. We will comply with all terms, conditions and specifications required by the state in this Request for Bid and all terms of our bid. Name of Authorized Company Representative (Type or Print) Title Signature of Above Date Phone ( Fax ( Federal Employer Identification No. This form can be made available in accessible formats upon request to qualified individuals with disabilities. ) ) Social Security No. if Sole Proprietor (Voluntary) Wisconsin Department of Administration Chs. 16, 19, 51 DOA-3054 (R10/2005) Page 1 of 3 Standard Terms and Conditions 1.0 SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The State of Wisconsin shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 2.0 DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or specifications shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the request. In the absence of such statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. 3.0 QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items which are used, demonstrators, obsolete , seconds, or which have been discontinued are unacceptable without prior written approval by the State of Wisconsin. 4.0 QUANTITIES: The quantities shown on this request are based on estimated needs. The state reserves the right to increase or decrease quantities to meet actual needs. 5.0 DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 6.0 PRICING AND DISCOUNT: The State of Wisconsin qualifies for governmental discounts and its educational institutions also qualify for educational discounts. Unit prices shall reflect these discounts. 6.1 Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price s hall govern in the bid/proposal evaluation and contract administration. 6.2 Prices established in continuing agreements and term contracts may be lowered due to general market conditions, but prices shall not be subject to increase for ninety (90) calendar days from the date of award. Any increase proposed shall be submitted to the contracting agency thirty (30) calendar days before the proposed effective date of the price increase, and shall be limited to fully documented cost increas es to the contractor which are demonstrated to be industry-wide. The conditions under which price increases may be granted shall be expressed in bid/proposal documents and contracts or agreements. 6.3 In determination of award, discounts for early payment will only be considered when all other conditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms are deemed favorable. All payment terms must allow the option of net thirty (30). 7.0 UNFAIR SALES ACT: Prices quoted to the State of Wisconsin are not governed by the Unfair Sales Act. 8.0 ACCEPTANCE-REJECTION: The State of Wisconsin reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the State of Wisconsin. Bids/proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid/ proposal is due. Bids/proposals date and time stamped in another office will be rejected. Receipt of a bid/proposal by the mail system does not constitute receipt of a bid/proposal by the purchasing office. 9.0 METHOD OF AWARD: Award shall be made to the lowest responsible, responsive bidder unless otherwise specified. 10.0 ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 11.0 PAYMENT TERMS AND INVOICING: The State of Wisconsin normally will pay properly submitted vendor invoices within thirty (30) days of receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified. Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to purchase order number and submittal to the correct address for processing. A good faith dispute creates an exception to prompt payment. 12.0 TAXES: The State of Wisconsin and its agencies are exempt from payment of all federal tax and Wisconsin state and local taxes on its purchases except Wisconsin excise taxes as described below. The State of Wisconsin, including all its agencies, is required to pay the Wisconsin excise or occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. However, it is exempt from payment of Wisconsin sales or use tax on its purchases. The State of Wisconsin may be subject to other states' taxes on its purchases in that state depending on the laws of that state. Contractors performing construction activities are required to pay state use tax on the cost of materials. 13.0 GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the administrative costs. 14.0 ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 2 15.0 APPLICABLE LAW AND COMPLIANCE: This contract shall be governed under the laws of the State of Wisconsin. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The State of Wisconsin reserves the right to cancel this contract if the contractor fails to follow the requirements of s. 77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax. The State of Wisconsin also reserves the right to cancel this contract with any federally debarred contractor or a contractor that is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 16.0 ANTITRUST ASSIGNMENT: The contractor and the State of Wisconsin recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Wisconsin (purchaser). Therefore, the contractor hereby assigns to the State of Wisconsin any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract. 17.0 ASSIGNMENT: No right or duty in whole or in part of the contractor under this contract may be assigned or delegated without the prior written consent of the State of Wisconsin. 18.0 WORK CENTER CRITERIA: A work center must be certified under s. 16.752, Wis. Stats., and must ensure that when engaged in the production of materials, supplies or equipment or the performance of contractual services, not less than seventy-five percent (75%) of the total hours of direct labor are performed by severely handicapped individuals. 19.0 NONDISCRIMINATION / AFFIRMATIVE ACTION: In connection with the performance of work under this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in s. 51.01(5), Wis. Stats., sexual orientation as defined in s. 111.32(13m), Wis. Stats., or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Except with respect to sexual orientation, the contractor further agrees to take affirmative action to ensure equal employment opportunities. 19.1 Contracts estimated to be over twenty-five thousand dollars ($25,000) require the submission of a written affirmative action plan by the contractor. An exemption occurs from this requirement if the contractor has a workforce of less than twenty-five (25) employees. Within fifteen (15) working days after the contract is awarded, the contractor must submit the plan to the contracting state agency for approval. Instructions on preparing the plan and technical assistance regarding this clause are available from the contracting state agency. 19.2 The contractor agrees to post in conspicuous places, available for employees and applicants for employment, a notice to be provided by the contracting state agency that sets forth the provisions of the State of Wisconsin's nondiscrimination law. 19.3 Failure to comply with the conditions of this clause may result in the contractor's becoming declared an "ineligible" contractor, termination of the contract, or withholding of payment. 20.0 PATENT INFRINGEMENT: The contractor selling to the State of Wisconsin the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the State of Wisconsin (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit. 21.0 SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the State of Wisconsin must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code and all applicable OSHA Standards. 22.0 WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 23.0 INSURANCE RESPONSIBILITY: The contractor performing services for the State of Wisconsin shall: 23.1 Maintain worker's compensation insurance as required by Wisconsin Statutes, for all employees engaged in the work. 23.2 Maintain commercial liability, bodily injury and property damage insurance against any claim(s) which might occur in carrying out this agreement/contract. Minimum coverage shall be one million dollars ($1,000,000) liability for bodily injury and property damage including products liability and completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile liability and property damage. 23.3 The state reserves the right to require higher or lower limits where warranted. 24.0 CANCELLATION: The State of Wisconsin reserves the right to cancel any contract in whole or in part without penalty due to nonappropriation of funds or for failure of the contractor to comply with terms, conditions, and specifications of this contract. 25.0 Wisconsin. VENDOR TAX DELINQUENCY: Vendors who have a delinquent Wisconsin tax liability may have their payments offset by the State of 26.0 PUBLIC RECORDS ACCESS: It is the intention of the state to maintain an open and public process in the solicitation, submission, review, and approval of procurement activities. Bid/proposal openings are public unless otherwise specified. Records may not be available for public inspection prior to issuance of the notice of intent to award or the award of the contract. 27.0 PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must be clearly stated in the bid/proposal itself. Proprietary information submitted in response to a request will be handled in accordance with applicable State of Wisconsin procurement regulations and the Wisconsin public records law. Proprietary restrictions normally are not accepted. However, when accepted, it is the vendor's responsibility to defend the determination in the event of an appeal or litigation. 3 27.1 Data contained in a bid/proposal, all documentation provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, documentation, and innovations become the property of the State of Wisconsin. 27.2 Any material submitted by the vendor in response to this request that the vendor considers confidential and proprietary information and which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or material which can be kept confidential under the Wisconsin public records law, must be identified on a Designation of Confidential and Proprietary Information form (DOA-3027). Bidders/proposers may request the form if it is not part of the Request for Bid/Request for Proposal package. Bid/proposal prices cannot be held confidential. 28.0 DISCLOSURE: If a state public official (s. 19.42, Wis. Stats.), a member of a state public official's immediate family, or any organization in which a state public official or a member of the official's immediate family owns or controls a ten percent (10%) interest, is a party to this agreement, and if this agreement involves payment of more than three thousand dollars ($3,000) within a twelve (12) month period, this contract is voidable by the state unless appropriate disclosure is made according to s. 19.45(6), Wis. Stats., before signing the contract. Disclosure must be made to the State of Wisconsin Ethics Board, 44 East Mifflin Street, Suite 601, Madison, Wisconsin 53703 (Telephone 608-266-8123). State classified and former employees and certain University of Wisconsin faculty/staff are subject to separate disclosure requirements, s. 16.417, Wis. Stats. 29.0 RECYCLED MATERIALS: The State of Wisconsin is required to purchase products incorporating recycled materials whenever technically and economically feasible. Bidders are encouraged to bid products with recycled content which meet specifications. 30.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s). 31.0 PROMOTIONAL ADVERTISING / NEWS RELEASES: Reference to or use of the State of Wisconsin, any of its departments, agencies or other subunits, or any state official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the State of Wisconsin. Release of broadcast e-mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency. 32.0 HOLD HARMLESS: The contractor will indemnify and save harmless the State of Wisconsin and all of its officers, agents and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the contractor, or of any of its contractors, in prosecuting work under this agreement. 33.0 FOREIGN CORPORATION: A foreign corporation (any corporation other than a Wisconsin corporation) which becomes a party to this Agreement is required to conform to all the requirements of Chapter 180, Wis. Stats., relating to a foreign corporation and must possess a certificate of authority from the Wisconsin Department of Financial Institutions, unless the corporation is transacting business in interstate commerce or is otherwise exempt from the requirement of obtaining a certificate of authority. Any foreign corporation which desires to apply for a certificate of authority should contact the Department of Financial Institutions, Division of Corporation, P. O. Box 7846, Madison, WI 53707-7846; telephone (608) 261-7577. 34.0 WORK CENTER PROGRAM: The successful bidder/proposer shall agree to implement processes that allow the State agencies, including the University of Wisconsin System, to satisfy the State's obligation to purchase goods and services produced by work centers cer tified under the State Use Law, s.16.752, Wis. Stat. This shall result in requiring the successful bidder/proposer to include products provided by work centers in its catalog for State agencies and campuses or to block the sale of comparable items to State agencies and campuses. 35.0 FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this Agreement in accordance with reasonable control and without fault or negligence on their part. Such causes may include, but are not restricted to, acts of nature or the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, but in every case the failure to perform such must be beyond the reasonable control and without the fault or negligence of the party. STATE OF WISCONSIN 4 DOA-3027 N(R01/98) DESIGNATION OF CONFIDENTIAL AND PROPRIETARY INFORMATION The attached material submitted in response to Bid/Proposal # SS-1408 includes proprietary and confidential information which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or is otherwise material that can be kept confidential under the Wisconsin Open Records Law. As such, we ask that certain pages, as indicated below, of this bid/proposal response be treated as confidential material and not be released without our written approval. Prices always become public information when bids/proposals are opened, and therefore cannot be kept confidential. Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in s. 134.90(1)(c), Wis. Stats. as follows: "Trade secret" means information, including a formula, pattern, compilation, program, device, method, technique or process to which all of the following apply: 1. The information derives independent economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by, other persons who can obtain economic value from its disclosure or use. 2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances. We request that the following pages not be released Section Page # Topic ________________________________________________________________________________________________________ ________________________________________________________________________________________________________ ________________________________________________________________________________________________________ ________________________________________________________________________________________________________ IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS CHALLENGED, THE UNDERSIGNED HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSARY ASSISTANCE TO DEFEND THE DESIGNATION OF CONFIDENTIALITY AND AGREES TO HOLD THE STATE HARMLESS FOR ANY COSTS OR DAMAGES ARISING OUT OF THE STATE'S AGREEING TO WITHHOLD THE MATERIALS. Failure to include this form in the bid/proposal response may mean that all information provided as part of the bid/proposal response will be open to examination and copying. The state considers other markings of confidential in the bid/proposal document to be insufficient. The undersigned agrees to hold the state harmless for any damages arising out of the release of any materials unless they are specifically identified above. Company Name ___________________________________________ Authorized Representative ___________________________________________ Signature Authorized Representative ___________________________________________ Type or Print Date ___________________________________________ This document can be made available in accessible formats to qualified individuals with disabilities Division of State Agency Services State Bureau of Procurement State of Wisconsin Department of Administration DOA-3333 (R03/2004) Vendor Agreement Wisconsin’s Cooperative Purchasing Service Wisconsin statutes (s. 16.73, Wis. Stats.) establish authority to allow Wisconsin municipalities to purchase from state contracts. Participating in the service gives vendors opportunities for additional sales without additional bidding. Municipalities use the service to expedite purchases. A "municipality" is defined as any county, city, village, town, school district, board of school directors, sewer district, drainage district, vocational, technical and adult education district, or any other public body having the authority to award public contracts (s. 16.70(8), Wis. Stats.). Federally recognized Indian tribes and bands in this state may participate in cooperative purchasing with the state or any municipality under ss. 66.0301(1) and (2), Wis.Stats. Interested municipalities: will contact the contractor directly to place orders referencing the state agency contract number; and are responsible for receipt, acceptance, inspection of commodities directly from the contractor, and making payment directly to the contractor. The State of Wisconsin is not a party to these purchases or any dispute arising from these purchases and is not liable for delivery or payment of any of these purchases. The State of Wisconsin will determine the contractor’s participation by checking a box below. MANDATORY: Bidders/Proposers must agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities. Vendors should note any special conditions below. OPTIONAL: Bidders/Proposers may or may not agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities. A vendor’s decision on participating in this service has no effect on awarding this contract. A vendor in the service may specify minimum order sizes by volume or dollar amount, additional charges beyond normal delivery areas, or other minimal changes for municipalities. Vendor: please check one of the following boxes in response. I Agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities with any special conditions noted below. I Do Not Agree to furnish the commodities or services to Wisconsin municipalities. Special Conditions (if applicable): Signature Date (mm/dd/ccyy) Name (Type or Print) Title Company Telephone ( Address (Street) Commodity/Service City State ) ZIP + 4 Request for Bid/Proposal Number This form can be made available in accessible formats upon request to qualified individuals with disabilities SUBMITTAL INSTRUCTIONS A completed and signed bid response must be received and time stamped in by UW-Eau Claire Purchasing prior to the stated opening time to be considered. Bids not so stamped shall be considered late. Late bids shall be rejected. We have supplied you with a return label. Please fill in your vendor name on the return label to help us identify this transaction. Please use one of the options below for return of your bid. MAILING: Two (2) copies of mailed bid must be received at University of Wisconsin-Eau Claire, Purchasing Office, Schofield Hall 103, 105 Garfield Ave, Eau Claire, WI 54701; 715-836-4643 FAX: One copy to 715-836-2020. One copy mailed or delivered to the address above within one day after the bid due date. HAND DELIVERY: Two (2) copies hand-delivered bid may be done by vendor or third-party/courier service. Proposals must be received at University of Wisconsin-Eau Claire, Purchasing Office, Schofield Hall 103, 105 Garfield Ave, Eau Claire, WI 54701; 715836-4643 RETURN ADDRESS LABEL: OFFICIAL SEALED BID NUMBER: SS-1408 PORTABLE LIGHTING SYSTEM DUE DATE: August 2, 2013 TIME: 2:30 PM PUBLIC OPENING INSERT VENDOR NAME HERE: ____________________________________ ADDRESS: ________________________________________________ ________________________________________________ ________________________________________________ UNIVERSITY OF WISCONSIN-EAU CLAIRE PURCHASING OFFICE SCHOFIELD HALL 103 105 GARFIELD AVENUE EAU CLAIRE, WI 54701 UW-Eau Claire June 3, 2013 Portable Lighting System Special Conditions of Bid Request for Bid SS-1408 SCOPE: The University of Wisconsin-Eau Claire is requesting bids for a flexible lighting system assembled that will be used in various venues throughout the Davies Student Center. This is a total project that will include the purchase and delivery of equipment in phases. The first phase will be scheduled for this summer and the other phases scheduled for July of 2014 and 2015. See SPECIFICATIONS, PRODUCT LISTS and/or ITEMIZED BID LIST for the minimum acceptable specifications for products desired. If you are bidding an alternative product, please provide complete specifications (performance features, and descriptive brochure or detail for units you propose to furnish), clearly identified by manufacturer’s name and catalog number. See “Standard Terms and Conditions,” items 1.0, 2 .0 and 3.0. Conditions of bid, which include the word “must” or “shall” describe a mandatory minimum requirement. All specifications are defined as mandatory minimum requirements unless otherwise stated. If no bidder is able to comply with a given specification or condition of bid, purchasing reserves the right to delete that specification, condition of bid or item. Failure to meet a mandatory requirement could disqualify your bid. Revisions to this bid may be made only by an official written amendment issued by Purchasing. Retain a copy of your bid response for your files. If a contract is developed from this request for bid, these documents will become terms and conditions of the contract. MINORITY BUSINESS PARTICIPATION: The UW-Eau Claire is committed to the promotion of minority business in the State’s purchasing program and a goal of placing 5 percent of its total purchasing dollars with certified minority businesses. Authority for this program is found in Wisconsin Statutes 15.107(2), 16.75(4), and 16.755 and 560.036(2). A listing of certified minority businesses, as well as services and commodities they provide is available from Department of Commerce, Office of Minority Business Development: 608-261-7729. Questions regarding certification of minority businesses should be directed to DOA Minority Business Program at 608-267-7806. BID RESPONSE REQUIREMENTS: Send two copies of the requested documents listed below. If responding via Fax, send only one copy Fax and the second copy must be sent by, mail or courier within one (1) working day of the bid due date. 1. Request for Bid DOA-3070 2. Designation of Confidential and Proprietary Information DOA-3027 3. Vendor Agreement DOA-3333 4. Vendor Reference DOA-3478 5. Bill of Materials 6. Itemized Bid Form 7. List of three (3) lighting projects of comparable complexity and scope that the bidder has supplied and assembled. BIDDER QUALIFICATIONS: To be eligible for an award, you must be qualified and be able to provide the following as required. Failure to meet the qualifications or to provide this information may be cause for disqualification of your bid. 1. Bidder must designate a person in their company to provide on-going communication, coordinate service, answer questions and expedite delivery during the contract period. 2. Bidder must be an original manufacturer, distributor or a dealer authorized by the manufacturer to sell, install and service the products bid. All of the manufacturer’s product liability and warranty shall apply through the bidder’s contractual relationship with the manufacturer. Bidder shall be able to provide service and support for the equipment for the period that it is used at this location. 3. Bidder shall have a minimum of five years’ experience in sales, installation and service of comparable lighting systems. 4. Bidder must be prepared to honor the equipment manufacture’s standard warranty. Indicate in your response any cases where warranty being offered is different than standard warranty. 5. Bidder shall submit a list of at least three lighting projects of comparable complexity and scope that the bidder has supplied and assembled. List to include contact information for each project. 6. Contractor shall have a record of satisfactorily completing past projects. Criteria which will be considered in determining satisfactory completion of projects by the contractor will include but is not limited to; Completed contracts in accordance with the contract document Diligently pursued execution of the work and completed contracts according to the established time schedule unless extensions were granted by the owner Fulfilled guarantee requirements of the contract documents 7. UW-Eau Claire shall be the sole judge of bidder’s qualifications. DELIVERY, STORAGE AND HANDLING: Equipment delivery and assembly is requested as soon as practical after an award. Phase two and three delivery and assembly will be scheduled for July of each year. The actual delivery/assembly scheduling will be coordinated with Jason Anderson, 715-836-4809; [email protected] F.O.B. Destination Freight Prepaid Included and Installed: Products are to be delivered to Central Receiving, 651 University Drive, Eau Claire, WI 54701unless an alternate location is approved by Jason Anderson or his designee. Bid prices are to include all packing, transportation, set-up, insurance charges and instructional, service and operators manual charges. If bidding other than F.O.B. Destination, as stated above, F.O.B. point and shipping charges must be identified on the Itemized Bid Form. This cost will be added to the bid total for determining the award. Duty charges (FOB=DDP Destination Duty Paid), if applicable (includes but not limited to documentation fees, freight, customs clearance, tax, etc.), must be included in the proposed price and referenced as separate costs on the Itemized Bid List. A copy of the duty free paperwork, with the vendor portion filled out must be submitted to Purchasing at time of award. ON SITE SERVICE: In carrying out the scope of the project described in the RFB, the contractor may be required to perform services on University property. Bidders cost must include all business transportation and insurance charges. The insurance requirements listed in section 23.0 of the Standard Terms and Conditions are the minimum required by the State of Wisconsin. The contractor and any subcontractor receiving an award, from this bid must send a certificate of insurance to the purchasing office at UW-Eau Claire, which indicates compliance, prior to providing services. Certificate shall list UW-Eau Claire as the Certificate Holder. METHOD OF BID: Bidder shall submit prices for all items list and the total for each of the three phases and option 1 of this project. METHOD OF AWARD: Award shall be made on the basis of the lowest total cost of the three phases and phase 1 of this project that is in the best interest of the University. Timeliness of delivery and project completion may be used in the evaluation of bid submittals when appropriate. INVOICING AND PAYMENT: Invoices shall be sent to the Accounts Payable address indicated on the purchase order. All invoices shall reference the purchase order number. The University must meet a statutory mandate to pay or reject an invoice within 30 days of receipt of a properly submitted invoice. ADDITIONAL INFORMATION: 1. Contractor shall hold the State Harmless and shall indemnify the State and its agencies and employees against any and all claims, suits, action, liabilities and costs of any kind, including attorney’s fees, for personal injury or to property arising from the acts or omissions of the Contractor, its agents, officer, employees or subcontractors. Contractor shall not be liable for any injury or damage as a result of any negligent act or omission committed by the State. 2. Property Damage: Should university equipment or buildings be damaged as a result of sole negligence of the contractor during the installation and training the contractor will be responsible for repairing to the original condition or replacement. The university will have the final say on whether repair or replacement is acceptable. 3. Technical questions regarding this commodity should be directed to Jason Anderson, University Centers, 715-8364809. Contact Steve Slind, 715-836-4643 if you have questions regarding the bid process. NOTIFICATION TO BIDDERS: The State has implemented a registration service on an internet system called “VendorNet” to enable vendors to receive notice of all official sealed bids/proposals (over $50,000.00) as solicited by all state agencies. To obtain information on the state’s bidder registration, please visit the VendorNet web site at http://vendornet.state.wi.us or call the VendorNet Information Center (1-800-482-7813). In the Madison area, please call 264-7897. SAFETY: Any equipment bid must come complete with all safety shield, decals and warning labels at time of delivery. Equipment must meet all safety regulations in place for this type of research equipment. PARKING: The contractor is responsible for acquiring parking passes for vehicles on campus during the installation process. All parking rules and regulations must be observed. For parking information contact Parking and Transportation at 715-8362002. WARRANTY: This Contractor shall guarantee all materials, labor, equipment, etc., one (1) year from date of substantial completion of this work. This guarantee shall include all labor, material and travel time. Warranty shall cover any and all system failure or malfunction not directly attributable to acts of God, abuse or use contrary to written instructions from the Contractor. PRODUCT SERVICE: Respond with remedy to a trouble call within 24 hours after receipt of such call during normal weekday hours, within 48 hours after receipt of such a call during the weekend. Provide service phone number valid during normal business hours (8:00 a.m. – 5:00 p.m. CST) Monday through Friday. ENERGY STAR: The State encourages the use of equipment which meets the Environmental Protection Agency (EPA) Energy Star requirements. The Energy Star Program is a voluntary contract between an Original Equipment Manufacturer (OEM) and the EPA. It is not mandatory that every device offered meet Energy Star requirements but the bulk of the product line should be energy efficient. ENVIRONMENTALLY FRIENDLY (“GREEN”) PRODUCT: Contractors are encouraged to identify products that are made of recycled products, that use environmentally friendly production methods, or that can be recycled at the end of their service life. The University will make every effort to purchase “Green” products wherever feasible or possible based on individual project needs and funding available. BACKGROUND CHECKS: The contractor warrants they are supplying employees who have passed a background check. The contractor warrants they are screening employees for: Social Security Trace, County Level Criminal Search (in all counties as found by the trace), and National Sex Offender Search in a background check. Contractor agrees to defend, indemnify and hold harmless the University, its officers, directors and employees for any claims, suits or proceedings alleging a breach of the warranty. CHILD ABUSE AND NEGLECT: On December 19, 2011, Governor Scott Walker signed Executive Order #54 that states “all University of Wisconsin System (UWS) professors, administrators, coaches, and other UWS employees shall report child abuse or neglect immediately if the employee, in the course of employment, observes an incident or threat of child abuse or neglect, or learns of an incident or threat of child abuse or neglect, and the employee has reasonable cause to believe that child abuse or neglect has occurred or will occur.” A child “means a person who is less than 18 years old.” In entering into a contract with the University of Wisconsin-Eau Claire to provide services, you become a mandated reporter per Executive Order #54. If, in the course of your company’s contractual service, the contractor (or its agent or employee) observes an incident or threat of child abuse or neglect, or learns of an incident of child abuse or neglect, you are required to report it. Report your concerns of child abuse or neglect to either the UW-Eau Claire Police Department at 715-836-2222, the Eau Claire City/County Police Department at 715-839-4972, or Eau Claire Human Services at 715839-2300. The UW-System Child Safety website http://www.uwsa.edu/gc-off/child-safety has been prepared to help comply with Executive Order #54 and continue to keep our UW communities safe places for children. The website includes links to Executive Order #54, FAQs, Guidelines, and other UW-System and State resources. UW-Eau Claire July 18, 2013 Portable Lighting System Request for Bid SS-1408 Specifications of Bid University of Wisconsin Eau Claire W.R. Davies Student Center Section 1: General 1.1 The intent of this specification is to define a flexible stage lighting system to be used in various venues throughout the Davies Student Center. The existing infrastructure has multiple hard hanging points already installed. At many of the hanging points there is an adjacent connector panel containing a Socapex connector and an ETCNET jack. The six Socapex circuits run back to an existing ETC dimmer rack. The ETCNET jack provides connection to a building-wide sACN lighting control network. This project provides the trusses, lighting instruments, rigging, power cables and control wiring to connect to this existing infrastructure. 1.2 This equipment package is being bid as one project , but delivery is spaced over a two-year time period. A purchase order for Phase 1 is expected to be issued in August 2013 with delivery as soon as practical. The second phase purchase order/delivery is tentatively planned for July 2014 and the third phase purchase order/delivery is planned for July 2015. The owner will allow price increases (on equipment only) for phase 2 and phase 3 where the Lighting System Supplier (LSS) can provide documentation that their suppliers raised prices on the equipment being provided in Phase 2 and Phase 3. The allowable increase will be equal to the percentage increase in price by the supplier, on an item-by-item basis. As a result of potential budgetary constraints, the Cyc fixtures are to be bid as an option. Submittals: A: With bid – Include a complete bill of materials listing all components being furnished as part of this project. Include a listing of any proposed changes or substitutions from the specified equipment herein. B: Upon request of the Owner – Provide a list of at least three lighting systems of similar size and scope which have been supplied and assembled by your company. Include contact information for each customer. C: With delivery – Two hard-cover binders containing operating manuals for each piece of major equipment in the system (2 manuals). The Bill of Materials indicates which portions of the hardware are included in each phase of delivery. 1.3 The Lighting System Supplier (LSS) is to provide a complete working system, incorporating some hardware already owned by UWEC (dimming and power distribution, DMX gateways and ION control consoles). The equipment summaries provided with this specification quantify all of the major pieces of equipment required. The LSS is responsible for miscellaneous hardware, connectors, etc. required to make a complete operating system. Power and control cabling intent is discussed; however, all lengths must be verified by the LSS. Power and control cabling intent is discussed; however, all lengths must be verified by the LSS. 1.4 The Davies Center is a showcase facility on the campus and receives many distinguished visitors. Every aspect of the new lighting rig must be professionally designed and implemented. A neat, clean installation with a minimum of exposed cabling is desired. Details count! 1.5 All hardware is to be unboxed, assembled and tested at the LSS shop prior to delivery. The owner reserves the right to witness some or all of the system in operation in the assembly shop prior to shipment to the university. The LSS is to deliver the system to the owner in ready-to-operate condition. All fixtures are to be mounted in the trusses, correctly addressed and as many cable looms and jumpers as possible preinstalled. Shipping box product and then assembling the system on site in unacceptable. 1.6 All bidders are required to visit the site before submitting a proposal to ensure a complete understanding of the existing infrastructure, how the system will be utilized, system storage requirements, etc. This site visit is to be coordinated with the Event Production Coordinator Jason Jon Anderson ([email protected]) at (715)828-9843. 1.7 The LSS is to include in the proposal 8 hours of training for UWEC personnel (may be several shorter sessions totaling about 8 hours).The training is to cover proper rigging practices, chain motor operation, truss assembly, proper connection of all cabling, system patching to the existing ION consoles and normal set up, testing, troubleshooting and common maintenance procedures for all equipment. 1.8 The LSS is to provide a fully-qualified lighting technician on site for the first two major shows which utilize the equipment purchased on Phase 1. The same on-site support is required for the first major show following delivery of Phase 2 and Phase 3. Typically this will involve an 8AM load in, afternoon focus and an evening performance breaking about 10:30 pm. 1.9 The LSS shall be a factory-authorized dealer for all fixtures and components utilized in the system. Section 2: Equipment General 2.1 The lighting rig consists of 5 trusses: A: Front of House Truss – 50’ B: Downstage Truss – 50’ C: Midstage Truss – 50’ D: Upstage Truss – 50’ E: Cyc Truss - 50’ Each truss is flown using 2 1-ton chain motors from existing hard hanging points. 2.2 Acceptable Manufacturers: Martin Professional – Sunrise, FL ETC – Middleton, WI LINK USA – Middleton, WI The Light Source – Charlotte, NC Applied Electronics – Newport News, VA CM – Amherst, NY Tyler Truss –Pendleton, IN Atlanta Rigging – Atlanta, GA Gear Box Pro, Ltd – Limehouse, ON Section 3 Equipment 3.1 Moving Lights – Hard Edge The fixture shall be a color-mixing high-output profile luminaire utilizing a 1000-watt HID source and with a highly efficient optical system. The fixture shall be a MAC Viper Profile as manufactured by Martin Professional. A: Features 26000 Lumens 1:5 zoom Fat beam front lens 2x 5-slot rotating gobo wheels FX wheel CMY color mixing 8-slot color wheel Linear CTO for daylight to tungsten CCT control Dimmer and shutter with intensity effects, instant blackout/open and smooth fades Iris with adjustable dynamic effects Strobe Soft frost including a linear focus blurring option 4-facet prism with rotation and index control B: Lamp Approved lamp: Osram HTI 1000/PS Lok-it Type: 1000 W short-arc discharge Color temperature: 6000K CRI (Color Rendering Index): >85 Average Lifetime: 750 hours Socket: PGJ28 Lok-it Ballast: Electronic C: Dynamic Effects Color Mixing: CMY, independently variable 0 – 100% Color Temperature Control: CTO, variable 6000 – 3200 K Color Wheel: 8 interchangeable dichroic filters + open, indexing, continuous rotation, random color Aerial Wheel: 5 interchangeable aerial effects + open, indexing, continuous rotation and shake Breakup Wheel: 5 interchangeable texture/breakup gobos + open, indexing, continuous rotation and shake FX Wheel: Interchangeable static gobo and gobo animation effects Prism: Interchangeable 4-facet rotating prism Iris: 0 – 100%, pulse effects Frost: Frost filter Mechanical dimmer/shutter: 0 – 100% continuous dimming, variable & random strobe & pulse effects, instant open & blackout Dimming Options: Choice of 4 dimming curves Focus: Range varies with zoom angle, from 2 m (6.6 ft) / 6 m (19.7 ft) to infinity (approx) Zoom focus linking system: 3-zone Pan: 540° Tilt: 268° Position Correction System: Absolute Position Monitoring D: Control and Programming DMX channels: 26/34 Setting and addressing: Control panel with backlit graphic display and jog wheel or via DMX 16-bit Control: Aerial, breakup and texture effect rotation and indexing, focus, zoom, pan and tilt DMX Compliance: USITT DMX512-A RDM Compliance: ANSI/ESTA E1.20 Receiver: Opto-isolated RS-485 Firmware Update: USB memory device or USB/DMX hardware interface over DMX link E: Service Utilities Fixture identification: User-settable fixture ID number F: Gobos Size: E27 (Size E, max image diameter 27 mm) Approved material: Borosilicate 3.3 or better with dichroic or heavy matted aluminum coating (metal gobos not approved) Outside diameter: 37.5 mm (1.5in) +/- 1.2 mm (0.01in) Maximum image diameter: 27 mm (1.1 in) Maximum thickness: 1.1 mm (0.04 in) +/- 0.1 mm (0.004 in) G: Installation Mounting Points: Eight quarter-turn locking points Orientation: Any Minimum distance to illuminated surfaces: 3.4 m (11.2 ft) Minimum distance to combustible materials: 0.3 m (1.0 ft) H: Connections AC power input: Neutrik PowerCon DMX and RDM data in/out: 5-pin locking XLR USB memory devices: USB host socket I: Electrical AC Power: 120 – 240 V nominal, 50/60 Hz Power Supply Unit: Auto – ranging electronic switch-mode Typical half-cycle RMS inrush current: 16.2 A J: Thermal Cooling: Filtered forced air (temperature regulated, low noise) Maximum ambient temperature (Ta Max): 40° C (104° F) Minimum ambient temperature (Ta Min): 5° C (41° F) Maximum surface temperature, steady state, Ta = 40° C (104° F): 150° C (302° F) Total heat dissipation (calculated, +/- 10% at 120 V, 60 Hz): 4180 BTU/hr K: Approvals EU Safety: EN 60598-2-17 (EN 60598-1), EN 62471 EU EMC: EN 55015, EN 55103-1, EN 55103-2, EN 61547 US Safety: UL 1573 US EMC: FCC Part 15 Class A Canadian Safety: CSA E598-2-17 (CSAE60598-1) Canadian EMC: ICES-003 Class A Australia/NZ: C-TICK N4241 L: Accessories to be furnished with each fixture: Mega-Claw model MWB Black Anodized – quantity 2 Power cable – 20A PowerCon-PowerCon. LINK model PW12PCFXX. Length as required for each fixture. Black safety cable 3.2 Moving Lights – Wash The fixture shall be a color-mixing moving head wash light combining multicolor beam LED’s with a backlight LED array. The fixture shall be a MAC Aura as manufactured by Martin Professional. A: Features Single-lens wash with fully premixed color Broad color palette, RGBW color mixing Uniform shades 11 to 58 degree zoom Aura eye-candy effects Built-in FX engine Rapid movement High efficiency, low power consumption, long lifetime Compact. Low weight design B: Dynamic Effects Beam Color Mixing: RGBW Aura (secondary lens array illumination) color mixing: RGB Beam color temperature control: CTO, variable 10,000 – 2500 K Beam and aura electronic “color wheel” effect: 33 LEE-referenced colors plus white, variable-speed color-wheel rotation effect and random color Beam and aura independent shutter effects: Electronic, with regular and random pulse, burst and strobe effects Pre-programmed effects: Range of synchronized and independent beam and aura FX, different FX can be combined Electronic dimming: Independent beam and aura, four dimming curve options Zoom: 11” – 58” (one-tenth peak angle) Pan: 540° Tilt: 232° Pan and tilt speed: Adjustable via onboard control panel and DMX C: Control and Programming Control options: Independent control of beam (primary output) and aura (secondary lens array illumination) Macro programs selectable via DMX: Synchronized beam and aura effects Control: DMX RDM: Implemented Control resolution: 8-bit, with 16-bit control of pan & tilt DMX channels: 14/25 Setting and addressing: Control panel with backlit graphic display DMX Compliance: USITT DMX512-A RDM compliance: ANSI/ESTA E1.20 Transceiver: RS-485 Fixture software update: via DMX with Martin™ USB Duo DMX Interface Box D: Optics Light source: Osram Ostar high-power emitters LED refresh rate: Beam: 1220 Hz, aura 4395 Hz Minimum LED lifetime: 50,000 hours (to >70% luminous output)* *Manufacturer’s figure obtained under manufacturer’s test conditions E: Photometric Data Total Output: 3850 lumens (zoom at maximum) F: Installation Mounting Points: One M12 threaded hole for rigging clamp Location: Indoor use only, must be fastened to surface or structure Orientation: any Minimum distance to combustible materials: 100mm (3.9 in) Minimum distance to illuminated surfaces: 200 mm (7.9 in) G: Connections AC Power Input: Neutrik PowerCon AC power throughout: Neutrik PowerCon DMX and RDM data in/out: 5-pin locking XLR H: Electrical AC power: 100-240 V nominal, 50/50 Hz Maximum total power consumption: 260 W Power supply unit: Auto-ranging electronic switch mode Main fuse: 5 AT (slow blow) Typical power consumption, all effects static, zero light output: <15 W I: Thermal Cooling: Forced air (temperature-regulated, low noise, user-definable levels) Maximum ambient temperature (Ta Max): 40° C (104° F) Minimum ambient temperature (Ta Min): 5° C (41° F) Total heat dissipation (calculated +/- 10%): 880 BTU/hr J: Approvals EU safety: EN60598-2-17 (EN 60598-1), EN 62471 EY EMC: EN 55103-1, EN 55103-2, EN 55015, EN 61547 US safety: UL 1573 US EMC: FCC Part 15 Class A Canadian safety: CSA E598-2-17 (CSA E60598-1) Canadian EMC: ICES-003 Class A Australia/NZ: C-TICK N4241 K: Accessories to be furnished with each fixture: Hanging Device – custom assembly consisting of a Mega-Coupler MLB (truss end), a rigid black powder-coated aluminum spacer (sized to lower fixture sufficient for full operation without truss interference – approximately 8”) and a M12XXXmm Flat Head socket Alloy Steel bolt for attachment to the fixture. The bolt must protrude into the fixture base a minimum of 20mm and a maximum of 30mm. Custom PowerCon power input cable/DMX Cable assembly – LINK P/N SPPXS51STK2FXX-F1 sized to appropriate length. Black safety cable 3.3 Profile Fixture – LED Color-Mixing The fixture shall be a color-mixing high-intensity LED illuminator with DMX control of intensity and color. The fixture shall be a Source Four LED as manufactured by Electronic Theatre Controls, Inc. A: General The fixture shall be UL 1573 listed for stage and studio use. The fixture shall comply with the USITT DMX-512A standard. B. Physical The unit shall be constructed of rugged, die cast aluminum, free of burrs and pits, finished in black. The following shall be provided: Lens secured with silicone shock mounts Shutter assembly shall allow for +/- 25° rotation. 20 gauge stainless steel shutters Interchangeable lens tubes for different field angles with Teflon guides for smooth tube movement. Sturdy integral die cast gel frame holders with two accessory slots, and a top-mounted, quick release gel frame retainer. Rugged steel yoke with two mounting positions allowing 300°+ rotation of the fixture within the yoke. Positive looking, hand operated yoke clutch Slot with sliding cover for motorized pattern devices or optional iris. The housing shall have a rugged black powder coat finish. White or silver/grey powder coat finishes shall be available as color options. Other powder coat color options shall be available upon request. Power supply, cooling and electronics shall be integral to each unit. The unit shall ship with: Theatrical-style hanging yoke as standard 5’ Neutrik PowerCon™ to Edison power cable as standard Gate diffuser A-size pattern holder C: Optical The light beam should have a 2-to-1 center-to-edge drop-off ratio The unit shall provide, but not be limited to: Low gate and beam temperature Sharp imaging through a three-plane shutter design 5, 10, 14, 19, 26, 36, 50, 70, and 90 degree field angles High-quality pattern imaging Sharp shutter cuts without halation Shutter warping and burnout in normal use shall be unacceptable Adjustable hard and soft beam edges 19, 26, 36, and 50 degree units shall have optional lens tubes available for precision, high-contrast imaging. D: Environmental and Agency Compliance The fixture shall be ETL and cETL LISTED and/or CE rated, and shall be so labeled when delivered to the job site. The fixture shall be UL LISTED to the UL 1573 standard for stage and studio use. The fixture shall be rated for IP-20 dry location use. E: Thermal The fixture shall be equipped with a cooling fan. Fan speed control via a DMX channel shall be possible. Fan speed software shall permit the fixture to override DMX fan speed setting to prevent heat damage to the fixture. The fixture shall utilize advanced thermal management systems to maintain LED life to an average of 70% intensity after 50,000 hours of use. Thermal management shall include multiple temperature sensors within the housing to include: LED array circuit board temperatures Temperature sensors place d on each individual LED color circuit Fixture ambient CPU Fixture user shall permit monitoring of temperature sensors via a legible LCD multi-line backlit display. Fixtures that do not provide active thermal monitoring of LED circuits and other temperature readings shall not be acceptable. The fixture shall operate in an ambient temperature range of -20°C (-4°F) minimum to 40°C (104°F) maximum ambient temperature. F: Electrical The fixture shall be equipped with a 100V to 240V 50/60 Hz internal power supply. The fixture shall support power in and thru operation. Power in shall be via Neutrik®PowerCon™ input connector Power thru shall be via Neutrik®PowerCon™ output connector Fixture power wiring and accessory power cables shall be rated to support linking of multiple fixtures up to the capacity of a 15A breaker The fixture requires power from a non-dim source. Power supply outputs shall have self-resetting current-limiting protection. Power supply shall have power factor correction. G: LED Emitters The fixture shall contain a minimum of five different LED colors to provide color characteristics as described in the Color section below. All LEDs used in the fixture shall be high brightness and proven quality from established and reputable LED manufacturers. Fixture shall utilize Luxeon® Rebel™ LED emitters. Manufacturer of LD emitters shall utilize an advanced production LED binning process to maintain color consistency. LED emitters should be rated for nominal 50,000-hour LED life to 70% intensity. All LED fixtures (100% of each lot) shall undergo a minimum eight-hour burn-in test during manufacturing. LED system shall comply with all relevant patents. H: Calibration Fixture shall be calibrated at factory to achieve consistent color and intensity output between fixtures built at different times and/or from different LED lots or bins Calibration data shall be stored on the LED array as a permanent part of on-board operating system. All arrays, including replacement arrays shall be calibrated to the same standard to insure consistency. Fixtures not offering LED calibration shall not be acceptable I: Color The fixture shall utilize a minimum of 60 LED emitters. The fixture shall be available in a specialized LED Lustr+ array as outlined below: Red, Amber, Green, Cyan, Blue, Indigo and White LEDs in an array designed for broad spectrum color, light tints, and variable whites. This array shall be the Lustr+ array as manufactured by Electronic Theatre Controls, or approved equal. J: Dimming The LED system shall use 15-bit nonlinear scaling techniques for high-resolution dimming. At least four different dimming curve options shall be accessible at the fixture’s User Interface: Incandescent, Standard, Linear, Quick. Dimming curves shall be optimized for smooth dimming over longer timed fades. The LED system shall be digitally driven using high-speed pulse width modulation (PWM). LED control shall be compatible with broadcast equipment in the following ways: PWM control of LED levels shall be imperceptible to video cameras and related equipment. PWM rates shall be adjustable by the user at the fixture if necessary to avoid any visible interference to video cameras and related equipment. K: Control and User Interface The fixture shall be USITT DMX 512A-compatible via In and Thru 5-pin XLR connectors. The fixture shall be compatible with the ANSI RDM E1.20 standard. All fixture subfunctions shall accessible via RDM protocol for modification from suitably equipped control console. Temperature sensors within the luminaire shall be viewable in real time via RDM. Fixtures not offering RDM compatibility, feature set access or temperature monitoring via RDM shall not be compatible. The fixture shall be equipped with multi-line LCD display for easy-to-read status reports and configuration changes. The fixtures shall be equipped with a six-button user-interface. The fixture shall offer multiple DMX input profile options to include: RGB - control of all individual LED colors via a three-channel profile Red, Green, Blue HSI – control of all individual LED colors via a three-channel profile Hue, Saturation, Intensity HSIC – control of all LED colors via a four-channel profile Hue, Saturation, Intensity, and Color Point Color Point provides variable color temperature settings Direct – control of each individual color channel via an independent channel Studio – control of the fixture in a white-light 3 channel profile Intensity, Color Temperature, +/- Green (Tint) Without DMX the fixture can master other Source Four LEDs and Desire fixtures that are connected via 5 pin XLR DMX cables. -A variable-rate strobe channel shall be provided. The fixture shall offer three output settings: Boost mode – powers LEDs at maximum intensity and provides no compensation against LED ‘droop’ or intensity loss Regulated mode – slightly restricts maximum LED intensity levels to compensate against LED droop Protected mode – further restricts maximum LED intensity levels to compensate against LED droop and offer color consistency at highest permissible ambient temperatures (40°C). Fixtures that do not provide regulated and protected operation modes are not acceptable. The fixture shall offer additional user-definable options including but not limited to: Display time-out options Loss of data behavior options White point settings Red-shift option for tungsten dimming emulation The fixture shall offer five Quick Set-Ups to allow user to rapidly select different combinations of the numerous user options based on the desired usage situation, to include: General – for most situations Stage – when emulating incandescent fixtures is desired High Impact – when maximum output and effect is desired XT Arch – when color consistency and architectural characteristics are desired Studio – when DMX or stand-alone control of white light output is required with intensity, color temperature and color tint control parameters. The fixture shall offer stand-alone functionality eliminating the need for a console The fixture shall ship with 24 preset colors accessible as a stand-alone feature The fixture shall ship with 12 sequences accessible as a stand-alone feature Each color and sequence can be modified by the end user Fixtures can be linked together with standard DMX cables and controlled from the designated master fixture Fixtures in a stand-alone state shall restore to the settings present prior to power recycling, eliminating the need to reprogramming. Fixtures without the stand-alone operation features described above shall not be acceptable. The fixture shall be capable of copying all performance settings to other fixtures of the same type via a 5-pin XLR DMX cable. L: Accessories to be furnished with each fixture: Mega-Coupler model MLB EDLT Lens Tube with specified beam angle Custom PowerCon power input cable/DMX Cable assembly – LINKL P/N SPKALXXXXX sized to appropriate length. Soft Focus Diffuser A-size pattern holder Black Safety cable 3.4 Cyc Fixture – LED Color-Mixing The fixture shall be a broad-spectrum color-mixing LED illuminator with DMX control of intensity as well as color changing. The fixture shall be a Vivid-R as manufactured by Electronic Theatre Controls, Inc. A: Physical The unit shall be black in color and contained in a rugged all-metal extruded and formed-metal housing, free of burrs and pits. Power Supply, cooling and electronics shall be integral to each unit. The unit shall provide, but not be limited to: ½” Mounting bolts on each end 5’ power lead with Edison connector Easy-access slots for secondary lenses for varied beam spreads Optional trunnion and hanging bracket mounting kits Unit dimensions are 63.5 in (1080 mm) long by 7.1 in (180 mm) high by 7.1 in (180 mm) deep with a weight of 53 lbs (15.9 kg) not including mounting hardware. B: Environmental and Agency Compliance The fixture shall operate in an ambient temperature range of 0°C minimum to 40°C (104°F) maximum ambient temperature. The fixture shall be rated for IP-20 dry location use. The fixture shall utilize advanced thermal management systems for long LED life. The fixture shall provide on-board fan speed control. LED fixture housing shall be designed to transfer heat from the LED board to the outside environment. The fixture shall be ETL and cETL LISTED, and shall be so labeled when delivered to the job site. The fixture shall be ETL LISTED to UL1573. C: Electrical The fixture shall be equipped with 100V to 240V 50/60 Hz internal power supply. The fixture shall receive power via Neutrik®PowerCon™ input connector. The fixture requires power from non-dim source. Power/data supply outputs shall have current limiting protection. Power/data supply shall provide miswiring protection. Power/data supply shall have power factor correction. Power/data supply shall be UL listed for Class 1 or Class 2 wiring. Power/data supply shall come with a housing that meets a minimum IP20 rating for dry location installation. D: LED Emitters The fixture shall utilize red, red-orange, amber, green, cyan, blue, and indigo emitters for maximum spectral output. All LEDs used in the LED fixture shall be high brightness and proven quality from established and reputable LED manufacturers. Manufacturer of LED systems shall utilize an advanced production LED binning process to maintain color consistency. LED emitters should be rated for nominal 50,000 hour LED life. The fixture shall utilize Luxeon®Rebel™ 2.5W LED emitters. All LED fixtures (100% of each lot) shall undergo a minimum eight-hour burn-in test during manufacturing. LED system shall comply with all relevant patents. E: Color The fixture shall utilize the exclusive x7 Color System™ 7-color LED array Each 11” cell shall contain 40 LEDs. Each 11” cell shall contain seven different colors of LED emitters for maximum spectral output. The fixture shall be optimized for excellent pastel and saturated colors. The LED system shall be capable of at least 15-bit control of each color level in each cell for greater than 1 billion possible color combinations. The fixture shall interact seamlessly with conventional sources. The fixture shall render light tints and skin tones similar to tungsten-sourced fixtures. F: Control Each 11” cell of every fixture shall have the capability to be set to a unique and individual address. The 63” fixture provides 6 independently controlled cells. The fixture shall be DMX 512 compatible via In and Thru 5-pin XLR connectors. The LED system shall be digitally driven using high-speed pulse width modulation (PWM). LED control shall be compatible to broadcast equipment. PWM control of LED levels shall be imperceptible to video cameras and related equipment. Each 11” cell of every fixture shall provide 8 channel control (7 color plus intensity). An intensity channel shall be utilized for each cell to minimize color shift during dimming. The LED system shall use 15-bit nonlinear scaling techniques for high-resolution dimming. Dimming curves shall be optimized for smooth dimming at low intensities and over longer timed fades. G: Accessories to be furnished with each fixture: Hanging Bracket Kit ETC P/N7061A1041 Mega-Coupler P/N MLB (2 required) Custom PowerCon power input cable/DMX Cable assembly – LINKL P/N SPPXS51STK2XX-F1 sized to appropriate length. Secondary Lenses – assume 2 horizontal and 2 vertical per fixture, specific spread TBD Black safety cable 3.5 Truss All lighting trusses are to be Tyler TrussGT+ series, 14x24x120 with black powdercoat finish. Each section of truss to be furnished with leg sets and snap braces. Each 50’ GT truss assembly to be furnished with (2) GT Lift Bars for motor chain attachment. All trusses consist of five 10 foot sections. Upstage curtain truss to be Tyler Truss Centerline series with black powder coat finish. 3.6 Motors and control Chain motors shall be 1-ton capacity CM “New” Lodestar Model L hoist. 3 phase/208 volts Low voltage control 16 FPM lift speed H-4 duty rated for heavy duty application. 50% Duty Cycle or 300 on/off per hour Adjustable screw limit switch to automatically stop the hook at any predetermined point. Overload protector to prevent lifting of excessive loads 0.3125” Star Grade 1 ton Lodestar chain with 60’ LIFT and LatchLok hook 2’ 4 pin twist pickle tail (L14-20) 2’ 7-pin Power/Control tail Motor to be supplied with single motor A.T.A. style road case. Case to be sized for “new” style motor, pickle, chain bag, 2 burlap bags, [email protected]’ 3/8” steel, [email protected]’ 3/8” steel and 6 shackles. 3.7 Motor Control Motor controller shall be an 8 channel single speed UP/DOWN hoist control. Power input via 50A 208 volt 3 phase twist-loc connector (CS83-75). 25’ power input cable – one end mating 50A 3 phase 3P/4W “California Style” TL connector, other end bare. Motor connections via 7-pin “SOCO” multi-pin connectors. Each pair of hoists shall be protected with a 3 pole 10A flat rocker circuit breaker. Controller shall have power, phase and phase reverse LED indicators. User selectable phase reverse contactor. Entire controller, including remote storage shall be built in to a Pelican 1560 portable case. Hand held remote: Individual up/down toggle switches Red/Green direction indication LEDs Individual “bump button” per channel Red “twist to release” E-stop button 50’ 6pin XLR data cable Two year warranty 3.7 Power Distribution The power distribution scheme is very simple. A 6-circuit multicable connects each truss to an existing Socapex-type connector located at the ceiling level near each truss. This multicable connects to a small breakout box permanently attached to the end of the truss. The breakout box provides 6 PowerCon outlets. All MAC Viper fixtures are connected individually with a home run cable from the fixture to the breakout. The other PowerCon outlets on the breakout box are used to daisy-chain power to the MAC Aura and Source4 LED fixtures. On the upstage truss a power distribution breakout box is located at each end of the truss, with one feeding the MAC Vipers, Mac Auras and Source4 LEDs while the other (future) feeds the VIVID-R cyc lights. A: SOCCA Power Distribution Breakout Boxes – All Trusses Boxes are to be constructed from an extruded aluminum exoskeleton. A six-circuit SOCCA-style connector shall be mounted on one end of the Box and a Fly-Trak or MLB Half-coupler shall be located on the opposite end, on axis with the SOCCA connector, to provide a suspension point for the box. Three 20A PowerCon connectors, each connected to an individual circuit in the SOCCA connector, shall be located on each of the long sides of the box Appropriate fitting shall be furnished with each box to mount it rigidly to the truss. The SOCCA power distribution box shall be a Power Cube PC-6 as manufactured by Gear Box Pro, Ltd. or the LINK equivalent (273-030). B. Power Distribution Breakout Boxes – VIVID-R Cyc Fixtures Boxes are to be constructed from an extruded aluminum exoskeleton which incorporates an integrated fly-track for standard rigging clips. The box is to be a passive AC splitter device, containing no active components or supplementary circuit breaker devices. The supply inlet shall be a 20A PowerCon connector. Four 20A PowerCon outlet connectors shall be parallel wired to the input connector with minimum 12 AWG internal wiring. A status indicator lamp shall be located near the power input connector. Appropriate fittings shall be provided with each box to mount it rigidly to the truss. The power distribution box shall be a Power Cube 4X as manufactured by Gear Box Pro, LTD. C: Multi-cable Multi-cables shall be constructed from 12/18 cable with a flexible thermoplastic jacket. Connectors on each end shall be a proprietary LSC19 SOCCA-compatible 19-pin connector with 12 interlocking keys to help prevent spinning of the interior within the male and female housings. “Tempered Spring” female contacts help maintain constant pin pressure to ensure low resistance contacts. Contacts shall be silver-plates brass for high conductivity. Connectors shall be attached to the cable jacket using the EverGrip process Thermoplastic resin premold creates a bond between the cable jacket and the connector for superior strain relief and secure terminations. Pins and sockets cannot push back, extending life of the connector. A 6” length of clear heat shrink tubing (unshrunk) shall be installed on both ends of each cable before assembly to the connector. Cable lengths (approximate) are shown in the Bill of Materials. All lengths to be field verified by LSS. Multi-cable assemblies shall be model EGME-1218-XX as manufactured by LEX Products Corporation. D. Network Cable A CAT5e network cable is to be bundled with each multicable feed to the trusses. A NET3 jack is installed adjacent to each SOCCA connector at the ceiling level. The tail at the male end of the cable must be long enough to reach the NET3 jack without any strain on the Net cable after the SOCCA cable is plugged in. The tail on the female end must be long enough to reach the single –port gateway (furnished by owner) which is to be mounted near the end of each truss in the vicinity of the SOCCA Power Distribution Breakout Box. The NET cable is to be bundled to the multicable with neatly placed wraps of Scotch 33+ electrical tape no further apart than 16”. Cables are to be constructed with an extremely flexible and robust heavy duty reticulated elastomeric mixture outer jacket. A 4” length of clear heatshrink (unshrunk) is to be included on each assembly for owner identification. All cables are to utilize Ethercon NE8MC-1 connectors with BSX Boot. Network cables are to be LINK P/N ER5N5SEFXX E. Custom Power/Signal fixture-to-fixture jumpers Fixture to fixture jumpers are in general a custom LINK cable which contains 3x 2.5mm power conductors and a 110 ohm DMX signal cable in the same cable sheath. The power and control are broken out at each end. Each of the two – power and DMX – sets of wires are encased in black expandable braid for a length of 12” and then terminated with a PowerCon or 5-pin DMX connector respectively. Length of the assembly to be specified. A 4” length of clear heatshrink (unshrunk) is to be included on each assembly for owner identification. LINK P/N SPPX1STK2FXX F1 F. DMX Jumpers Fixture to fixture DMX jumpers are to be constructed utilizing rugged, high flexibility cable. The cable shall contain 2 twisted 24 ga. pairs and a drain wire. The cable shall have an overall double shield – one foil and one braided, with a nominal impedance of 110 ohms/foot. The outer jacket shall be flame retardant PVC. The cable shall meet the requirements of IEC 60332-1 and EN 60332-1. Connectors shall be Neutrik NC5M/F. Two 4” length of clear heat shrink tubing (unshrunk) shall be installed on each each cable for owner marking as needed. The DMX Jumpers shall be LINK DNX5EBSDFXX. G. PowerCon Jumpers PowerCon jumpers shall be constructed utilizing 12/3 SJ 105C portable cable. Connectors shall be a 20A PowerCon Grey on one end and a 20A PowerCon Blue on the other end. A 6” piece of clear heat shrink (unshrunk) shall be furnished on each cable for owner marking as desired. UW-Eau Claire July 18, 2013 Portable Lighting System Request for Bid SS- 1408 Itemized Bid Form Phase One Front of House Item 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 Item Total Quantity 5 5 2 2 2 3 6 6 6 5 5 1 1 1 1 1 As Req. As Req. Description Tyler Truss GT - 10' Tyler Truss Leg Sets Tyler Truss GT Lift Bar CM 1-ton Chain motor per spec Cases for single chain motor per spec Motor Fly Cable - 50 foot (per spec) ETC Source4 LED Lustr+ EDLT lens tube for Source4 LED MegaCoupler MLB MAC Aura Custom Hangers for MAC Aura 12/18 Evergrip multicable - 25' LINK Ethercon/Ethercon Network Cable - 30' SOCA power distro 20A PowerCon/PowerCon jumper - 10' 20A PowerCon/PowerCon jumper - 35' LINK Siamese cables per spec LINK DMX jumpers per spec Price $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ Price $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ Upstage Truss 1 5 2 5 3 2 4 2 5 2 6 3 7 6 8 6 9 6 10 2 11 2 12 5 13 5 14 1 15 1 16 1 17 1 18 1 19 1 20 1 21 As Req. 21 As Req. Tyler Truss GT - 10' Tyler Truss Leg Sets Tyler Truss GT Lift Bar CM 1-ton Chain motor per spec Cases for single chain motor per spec Motor Fly Cable - 50 foot (per spec) ETC Source4 LED Lustr+ EDLT lens tube for Source4 LED MegaCoupler MLB MAC Viper Profile MegaClaw MAC Aura Custom Hangers for MAC Aura 12/18 Evergrip multicable - 5' LINK Ethercon/Ethercon Network Cable - 10' SOCA power distro 20A PowerCon/PowerCon jumper - 5' 20A PowerCon/PowerCon jumper - 10' 20A PowerCon/PowerCon jumper - 35' 20A PowerCon/PowerCon jumper-50' LINK Siamese cables per spec LINK DMX jumpers per spec $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ S_________ $_________ $_________ Common Equipment $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ Item 1 2 3 4 5 6 7 8 Quantity 1 1 1 1 6 6 2 2 Description 8-way Motor Controller - 3 phase (per spec) Remote control for motor controller Remote control extension cable - 50' Feeder cable for motor controller - 25' Span-set - 3' Shackles Ammo cans painted flat black (truss pins) Soft face hammers Item Price $_________ $_________ $_________ $_________ Total Phase One Total Price $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ Phase Two Front of House 1 2 2 4 3 1 4 1 MAC Viper Profile MegaClaw 20A PowerCon/PowerCon jumper-5’ 20A PowerCon/PowrCon jumper-50’ $_________ $_________ $_________ $_________ $_________ $_________ Downstage Truss 5 5 6 5 7 2 8 2 9 2 10 3 11 6 12 6 13 6 14 2 15 8 16 5 17 5 18 1 19 1 20 1 21 1 22 1 23 1 24 1 25 As Req. 26 As Req. Tyler Truss GT - 10' Tyler Truss Leg Sets Tyler Truss GT Lift Bar CM 1-ton Chain motor per spec Cases for single chain motor per spec Motor Fly Cable - 50 foot (per spec) ETC Source4 LED Lustr+ EDLT lens tube for Source4 LED MegaCoupler MLB MAC Viper Profile MegaClaw MAC Aura Custom Hangers for MAC Aura 12/18 Evergrip multicable - 5' LINK Ethercon/Ethercon Network Cable - 10' SOCA power distro 20A PowerCon/PowerCon jumper - 5' 20A PowerCon/PowerCon jumper - 10' 20A PowerCon/PowerCon jumber-35’ 20A PowerCon/PowerCon jumber-50’ LINK Siamese cables per spec LINK DMX jumpers per spec $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ Upstage Truss 27 2 28 2 29 1 30 1 MAC Viper Profile MegaClaw 20A PowerCon/PowerCon jumper-15’ 20A PowerCon/PowerCon jumper-40’ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ Item Price Total Price Common Equipment 1 6 Span-set-3’ 2 6 Shackles Total Phase Two Item Quantity Description $_________ $_________ Phase Three Downstage Truss 1 2 2 1 3 1 MAC Viper Profile 20A PowerCon/Power/Con 20A PowerCon/Power/Con $_________ $_________ $_________ $_________ Midstage Truss 1 5 2 5 3 2 4 2 5 2 6 3 7 6 8 6 9 6 10 4 11 8 12 5 13 5 14 1 15 1 16 1 17 1 18 1 19 1 20 1 21 1 22 1 23 As Req. 24 As Req. Tyler Truss GT-10’ Tyler Truss Leg Sets Tyler Truss GT Lift Bar CM 1-ton Chain motor per spec Cases for single chain motor per spec Motor Fly Cable - 50 foot (per spec) ETC Source4 LED Lustr+ EDLT lens tube for Source4 LED MegaCoupler MLB MAC Viper Profile MegaClaw MAC Aura Custom Hangers for MAC Aura 12/18 Evergrip multicable - 25' LINK Ethercon/Ethercon Network Cable - 30' SOCA power distro 20A PowerCon/PowerCon jumper - 5' 20A PowerCon/PowerCon jumper - 10' 20A PowerCon/PowerCon jumper - 15' 20A PowerCon/PowerCon jumper - 35' 20A PowerCon/PowerCon jumper-40' 20A PowerCon/PowerCon jumper-50' LINK Siamese cables per spec LINK DMX jumpers per spec $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ Tyler Truss Centerline - 10' Tyler Truss GT Lift Bar CM 1-ton Chain motor per spec Cases for single chain motor per spec Motor Fly Cable - 50 foot (per spec) Total Phase Three $_________ $________ $________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ ETC VIVID-R 63” 20A PowerCon/PowerCon jumper - 5' 20A PowerCon/PowerCon jumper - 15' 20A PowerCon/PowerCon jumper - 25' 20A PowerCon/PowerCon jumper - 35' 20A PowerCon/PowerCon jumper - 45' Quad Box - Lex DB20PC-SBPC SOCA power distro LINK Ethercon/Ethercon Network Cable - 10' SOCA PC-6 power distro DMX Jumper - 5' DMX Jumper - 10' Total Option 1 $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ $_________ CYC Truss 1 5 2 2 3 2 4 2 5 3 $_________ $_________ Option 1 Upstage Truss 1 10 2 1 3 1 4 1 5 1 6 1 7 5 8 1 9 1 10 1 11 5 12 5 $_________ $________ $________ Bidder Information: Company Name: __________________________________ Address: __________________________________ __________________________________ __________________________________ Phone: ________________________________ Fax: ______________________________ Authorized Signature: _______________________________ _______________________________ Print Name Date: _____________________________________________ Customer Service Contact if Different from Above: Name: ____________________________________________ Phone: _____________________________ E-mail: ____________________________ Fax: ______________________________ STATE OF WISCONSIN DOA-3478 (R12/96) Bid / Proposal # SS-1408 VENDOR REFERENCE FOR VENDOR: Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) used for four (4) or more installations with requirements similar to those included in this solicitation document. If vendor is proposing any arrangement involving a third party, the named references should also be involved in a similar arrangement. Company Name Address (include Zip + 4) Contact Person Phone No. Product(s) and/or Service(s) Used Company Name Address (include Zip + 4) Contact Person Phone No. Product(s) and/or Service(s) Used Company Name Address (include Zip + 4) Contact Person Phone No Product(s) and/or Service(s) Used Company Name Address (include Zip + 4) Contact Person Phone No. Product(s) and/or Service(s) Used This document can be made available in accessible formats to qualified individuals with disabilities. Appendixes: Appendix A Appendix B Appendix C Lighting Bill of Materials Truss List Drawing
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
advertisement