Active SLED Opportunity · CALIFORNIA · PLANNING & DEVELOPMENT SERVICES

    RFQ197535 PURCHASE AND DELIVERY OF ASSORTED LEOTEK LUMINAIRES

    Issued by Planning & Development Services
    cityRFQPlanning & Development ServicesSol. 255969
    Open · 1d remaining
    DAYS TO CLOSE
    1
    due Apr 24, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    Planning &
    city
    NAICS CODE
    335129
    AI-classified industry

    AI Summary

    City of Palo Alto seeks quotes for one-time purchase and delivery of assorted Leotek luminaires for its Electric Operations Department. Quotes due April 24, 2026, via OpenGov portal. Includes strict environmental and delivery requirements.

    Opportunity details

    Solicitation No.
    255969
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 16, 2026
    Due Date
    April 24, 2026
    NAICS Code
    335129AI guide
    Agency
    Planning & Development Services

    Description

    The City of Palo Alto, Purchasing and Contract Administration, on behalf of the Electric Operations Department, a division of Utilities request a quotation for the Purchase and Delivery of Assorted Leotek Luminaires as noted herein the Request for Quotation.:

    Request For Quotes(RFQ) Number: 197535

    The City of Palo Alto is seeking to obtain quotes for the goods noted in this Request for Quotations. This is a ONE TIME PURCHASE.

    Background

    The City of Palo Alto owns and operates all of its own Utilities and responsible for new services, repairs and maintenance as needed.

    Project Details

    • Reference ID: RFQ197535
    • Department: Purchasing and Contract Administration
    • Department Head: Cecilia Magana (Chief Procurement Officer)

    Evaluation Criteria

    • Submittal

      Quotes shall be submitted through the City’s electronic procurement system. A Quote which is attempted to be delivered or which is received after the stated time shall be deemed non-responsive and rejected. The Bidder shall have the sole and exclusive responsibility for ensuring that a quote is received by the time stated herein. Any Bid that is incomplete, unclear, or that fails to fully comply with the applicable requirements set forth herein, including, but not limited to, use of the forms provided by the City, may be rejected as nonresponsive.

    • Acceptance / Agreement

      City of Palo Alto (City) reserves the right to reject any and all quotations, to waive any informalities, and, unless otherwise specified by Seller, to accept any item in a quotation. By accepting or filing this Purchase Order (P.O.), Seller agrees to the terms and conditions herein which shall prevail over any inconsistent provision in any form or other paper submitted by Seller. All shipments or services performed shall be deemed to have been made pursuant hereto. No other terms are acceptable. This P.O., including all specifications and drawings, shall constitute the entire agreement between the parties unless modified in writing by City.

    • SEE BID FORM FOR ALL SPECIFICATIONS

      SEE BID FORM FOR ALL SPECIFICATIONS

    • Quote Submittal Information

      Bids shall be submitted electronically through the City’s OpenGov portal at: https://procurement.opengov.com/portal/palo-alto-ca

      Bids must be received by no later than 3:00 pm on Friday, April 24, 2026.

    • Responsibility of Bidder

      A Quote shall be submitted at the sole cost and expense of the Bidder and, in submitting such quote to the City, the Bidder waives any claim or demand against the City which the Bidder may have for any direct or indirect cost or expense of preparing and submitting such Bid.

    • City's Property

      Seller agrees that the information, tools, jigs, dies, or materials, and drawings, patterns, and specification supplied or paid for by City shall be and remain City property and shall be held by Seller for City unless directed otherwise. Seller shall account for such items and keep them protected, insured, and in good working conditions without expense to City.

    • Addenda/Clarifications/Questions

      Should discrepancies be found in this RFQ or should there be a need to clarify this RFQ, Questions/Clarifications must be received by no later than NO VALUE on TBD.

      Correspondence shall be communicated through the City’s OpenGov portal within the Q&A tab. Responses from the City will be communicated through the City’s OpenGov portal to all recipients of this RFQ via addendum. Inquiries received after the date and time stated may not be accepted. All addenda shall become part of this RFQ and acknowledged through the City’s OpenGov portal. The City shall not be responsible for nor be bound by any oral instructions, interpretations or explanations issued by the City or its representatives.

    • Bid Submittals

      Bid Form and Bidder’s Documents: Bids must be submitted though the City’s OpenGov portal. Bidder must complete all required items in full and provide signed versions of any documents required in this RFQ (collectively, the “Bidder’s Documents”). The Bidder will ensure that the information the Bidder inputs into the electronic procurement system matches the information on the Bidder’s Documents it uploads to the electronic procurement system. Any conflict or discrepancy will be resolved as provided in below in "Requirements and Order of Precedence", below, of this Section ("Bid Submittals").

      Bidder’s Questionnaire: Each Bid must be accompanied by a completed Bidder’s Questionnaire as provided in this RFQ. Submission of a Bidder’s Questionnaire containing false or incomplete information may be grounds for rejection of the Bid as non-responsive and/or disqualification of the Bidder as not responsible.

      Requirements and Order of Precedence: In the event of any conflict or discrepancy between any requirements provided in this RFQ (including but not limited to bid submittal requirements) and any requirements that may be stated in the City’s electronic procurement system, the requirements of this RFQ will control. In the event of any conflict or discrepancy between information included on (or omitted from) the Bid Form or Bidder’s Documents uploaded to the City’s electronic procurement system and any information inputted into the City’s electronic procurement system, the information included on (or omitted from) the uploaded information or Bidder’s Documents will control. For clarity, the Bidder’s Documents uploaded into the electronic procurement system constitute a Bidder’s Bid, whereas the information a Bidder inputs into the electronic procurement system is for administrative convenience and will not control over the uploaded Bidder’s Documents in event of a conflict or discrepancy. 

    • Delivery

      The terms of delivery are as stated on the reverse side hereof. The obligation of Seller to meet the delivery dates, specifications, and quantities set forth herein is of the essence of this P.O. No boxing, packing, or cartage charge will be allowed unless authorized by this P.O. Deliveries are to be made both in quantities and at times specified herein or, if not, such quantities and times are specified pursuant to City’s written instruction. Items not delivered may be canceled without penalty to City. Shipments in greater or lesser quantity that ordered may be returned at Seller’s expense unless written authorization is issued by City.

    • Bid Authorization

      Any person logging into the electronic procurement system to submit a Bid or any other electronic document required by the City must be authorized by the company or entity being represented, either in a personal or representative capacity, to access and submit such bid documents. If the person does business under his or her own name, that person shall login under his or her own login as authorized by the City’s OpenGov portal. If the person does business under a fictitious business name, that person shall login under his or her own login as authorized by the City's OpenGov portal. If the person logins for and on behalf of a partnership, the person shall do so with his or her authority to sign/login under his or her own login as authorized by the OpenGov. 

    • Prices

      The price which Seller charges in filling this P.O. shall not be higher than Seller’s most recent quote or charge to City for such materials, supplies, services and/or installations unless City expressly agrees otherwise in writing. Notwithstanding the prices set forth the P.O. City shall receive the benefit of any general reduction in the price of any item(s) listed herein which may be made by Seller at any time prior to the last delivery of goods or services covered by this P.O.

    • Termination

      City shall have the right to terminate this P.O. or any part thereof upon ten (10) days notice in writing to Seller.
      (1) Without Cause. City may terminate all or any part of this P.O. without cause. Any claim by Seller for damages due to termination without cause must be submitted to City within thirty (30) days after effective date of termination.
      (2) For Cause. If Seller fails to make any delivery in accordance with the agreed delivery date, delivery schedule, or otherwise fails to observe or comply with any of the other instructions, terms, conditions or warranties applicable to this P.O., City may, in addition to any other right or remedy provided by this P.O. or by law, terminate all or any part of this P.O. in writing without any liability of City with respect to Seller at any time during the term of this P.O. In the event of termination for cause, City may purchase supplies or services elsewhere on such terms or in such manner as City may deem appropriate and Seller shall be liable to City for any cost and other expenses incurred by City, which is charged to City.

    • Withdrawal of Bid

      Prior to the date and time set for the opening of Bids, a Bidder who has submitted a bid and accepted the terms and conditions in the City’s electronic procurement system, may withdraw its bid by selecting “Unsubmit Bid” at any time before the deadline for the receipt of Bids as specified in the RFQ Summary. No Bidder may withdraw its Bid for a period of ninety (90) days after the date set for the opening of, subject to applicable California Law and Palo Alto Municipal Code Section 2.30.460(c), whichever occurs first.

    • Request(s) for Clarification

      Any Bidder may submit a Question or Inquiry to the Question & Answer section of this RFQ for the clarification of any aspect of the Specifications or any other related information, or part thereof, which is a part of the RFQ. Such request shall be submitted electronically via the City’s electronic procurement system Q&A function. Such requests shall be submitted before NO VALUE on TBD. All responses will be made available on the City's OpenGov portal. The City reserves the right to issue an addendum or addenda per the "Addenda" Section of the Instructions to Bidders of the RFQ.

    • Changes

      City shall have the right at any time by written notice via P.O. Change Order to Seller to make changes in the specifications, the quantity of items called for, delivery schedules, and requirements covering testing, packaging, or destination. Any claim by Seller for adjustment under this clause shall be deemed waived unless made in writing with then (10) days after receipt by Seller of notice of such change. Price increases or extensions of time for delivery shall not be binding on City unless evidenced by a P.O. Change Order issued by City’s Purchasing Manager.

    • Inspection

      City shall have the right to inspect and approve or reject any materials, supplies, services and/or installations upon arrival of notice of completion prior to payment without regard to the manner of shipment, completion, or any shipping or price terms contained in this P.O. All materials, supplies, services and/or installations must be furnished as specified.  
      (1) Defective, damaged, and nonconforming materials and/or supplies may be returned for credit or refund, at Seller’s expense. City may charge Seller for all expenses of unpacking, examining, repacking and reshipping of such materials and/or supplies. 
      (2) Defective, incorrect and nonconforming services and/or installations may be returned for credit or refund, at Seller’s expense. All of the above notwithstanding prior payment by City
      (3) City may waive defects that exist.  

    • Addenda

      The City reserves the right to issue a written Addendum or Addenda to the electronic solicitation prior to the bid closing date and time. During the Bid process there may be changes to the Contract Documents, which would require an issuance of an addendum or Addenda. City disclaims any and all liability for loss, or damage to any Bidder who does not receive any addendum issued by City in connection with this RFQ. Any Bidder by submitting a Bid waives any and all claims and demands Bidder may have against City on account of the failure of delivery of any such Addendum to Bidder. Any and all Addenda issued by City shall be deemed included in this RFQ, and the provisions and instructions therein contained shall be incorporated into any Bid submitted by Bidder.

    • Warranty

      Seller expressly warrants that all materials, supplies, services and/or installations covered by this P.O. shall:
      (1) conform to the specifications, drawings, samples, or other descriptions specified by City or if none are so specified, to Seller’s standard specification or the standards of the ASTM or ANSI or other national standard organizations;
      (2) be new and unless specified to the contrary on the face hereof, will be free from defects in material and workmanship and will be free of all liens and encumbrances and will conform to any affirmation of facts made on the container or label;
      (3) be adequately contained, packaged, marked, labeled and/or provided in compliance with all applicable federal and state laws and regulations (including materials deemed hazardous);
      (4) be performed within the rules and regulations of the Occupational Safety and Health Act of 1970 (as amended);
      (5) be produced or transferred or disposed of as required by federal and state laws and regulation under the conditions of the Toxic Substances Control Act; the Hazardous Materials Control and Hazardous Waste Regulations; and other toxic laws and programs.
      Seller further expressly agrees to protect, indemnify, and hold harmless City, its employees and agents for any loss, damage, fine, liability, fee (including reasonable charges and fees) or expense arising in connection with or resulting from Seller’s failure to furnish materials or supplies or perform services that conform with any warranty contained herein.
      (6) have good marketable title. 

    • Specifications

      The specifications included have been prepared to describe the standard quality, and other characteristics needed to meet City requirements. The City will accept alternate quotation of a designed material, product, thing, service, “or equal”, and will determine if such alternate quotation(s) are satisfactory in meeting a mandatory requirement or specification and if the proposed alternate meets the intent of the original mandatory requirement. This current section is a subsection of "Instructions to Bidders" and is not the "Specifications" section. See "Specifications" section of this RFQ.

    • Governing Law

      This P.O. shall be governed by the laws of the State of California.

    • Specifications

      The specifications included have been prepared to describe the standard quality, and other characteristics needed to meet City requirements. The City has standardized its requirements for The Purchase and delivery of the assorted Leotek Luminaires as noted is this Request for Quotation. and will not accept alternate quotation of a designed material, product, thing, service, “or equal other that specified in the "Specifications" Section of this RFQ.

    • Independent Contractor, Insurance

      Seller certifies, by acceptance, that he/she is an independent contractor. Seller shall protect, defend, and indemnify and hold City harmless against all damages, liability, claims, losses and expenses (including attorney’s fees) arising out of , or resulting in any way from Seller’s negligence in providing the goods or services purchased hereunder or from any act or omission of Seller, its agents, employees, or subcontractors, Seller shall maintain such public liability insurance, including contractual liability, automobile and general public liability, (including non-owned automobile liability) Worker’s Compensation, and employer’s liability insurance as well adequately protect City against such damage, liabilities, claims, losses, and expenses (including attorney’s fees). Seller agrees to submit certificates of insurance, evidencing its insurance coverage when requested by City.

    • Pre-Bid Conference

      Attendance:  This Request for Quote has a Pre-Bid Conference, attendance for this is MANDATORY. For additional information regarding this pre-bid conference, please view this RFQ's Timeline. A BID SUBMITTED BY A BIDDER WHO FAILS TO ATTEND A MANDATORY PRE-BID CONFERENCE MAY BE DEEMED NON-RESPONSIVE.

    • Pre-Bid Conference

      Attendance:  This Request for Quote has a Pre-Bid Conference, attendance for this is non-mandatory. For additional information regarding this pre-bid conference, please view this RFQ's Timeline.

    • Equal Opportunity Clause

      By acceptance of this P.O., Seller certifies it is in compliance with the Equal Opportunity Clause required by Executive Order 11246, as amended, and the Palo Alto Municipal Code, as amended, including Affirmative Action Compliance Programs for Veterans; Handicapped; and Minority Business, and other equal opportunity programs.

    • Electronic Opening

      All Bidders and members of the public may view bid results in the electronic procurement system after bid closing. The City reserves the right to change the originally scheduled Bid date and time to a later date and time by issuing an electronic Addendum to that effect. Any and all Bids received by the City before the deadline shall be accepted by the electronic procurement system. 

    • Force Majeure

      City may delay delivery or acceptance occasioned by causes beyond its control. Seller shall hold such materials, supplies, services and or installations at the direction of City and shall deliver them when the cause affecting the delay has been removed. City shall be responsible only for Seller’s direct additional costs in holding the goods or delaying performance of this P.O. and City’s request. Seller shall also be excused if delivery is delayed by unforeseen events beyond its reasonable control, provided Seller notifies City as soon as they occur. City may cancel this P.O. if such delay exceeds thirty (30) days from the original delivery date. Seller shall use its best efforts to grant preference to this P.O. over those of other customers, which were placed after this P.O.

    • Authority of Agent or Factor

      Seller represents that, whenever it executes this P.O. on behalf of a third party as an agent or factor, it shall disclose the existence of the agency or factor relationship to City. Seller shall be deemed to have the legal authority to enter into this P.O. with City on behalf of the third party.

    • Contract Award

      Subject to the conditions of this RFQ, the City will award the contract, if an award is made, to the lowest responsive and responsible Bidder. In determining whether the Bidder is responsible, the City will use the criteria set forth in Palo Alto Municipal Code Section 2.30.440, as set forth below:

        1. To have demonstrated the attribute of trustworthiness, and to have the quality, fitness, capacity, experience, and skill to satisfactorily perform the work, or provide the goods and/or services called for in the invitation for bids;
        2. To have the ability to perform the contract within the time specified;
        3. To have the equipment, facilities and resources of such capacity and location to enable the bidder to perform the contract;
        4. To have the ability to provide, as required, future maintenance, repair, parts and service for the use of goods purchased;
        5. To have a record of satisfactory or better performance under prior contracts with the city or others; and
        6. To have complied with applicable laws, regulations, policies (including city policies), guidelines and orders governing prior or existing contracts performed by the bidder.
    • Determination of Lowest Bid

      The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule. This total is being used for the purpose of determining the lowest bid.

      The lowest Bid shall be the lowest total of the Base Bid prices for Year 1 (Table A) , Year 2 (Table B) and Year 3 (Table C). Year 2 and Year 3 specifically identify in this RFQ as being used for the purpose of determining the Bid price. For purposes of this section, the Bid for additional years two and three are used for determining the Bid price are Year 2 and Year 3, Bid Tables B and C.

    • Interpretation of Contract Documents

      In the event of a conflict between the terms of this P.O. and the attached specification with respect to any obligation of Seller, the provision which impose the greater obligations upon Seller shall prevail.

    • Determination of Lowest Bid

      The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule. This total is being used for the purpose of determining the lowest bid.

      The lowest Bid shall be the lowest total of the Base Bid prices for Year 1 (Table A) , Year 2 (Table B) and Year 3 (Table C). Year 2 and Year 3 specifically identify in this RFQ as being used for the purpose of determining the Bid price. For purposes of this section, the Bid for additional years two and three are used for determining the Bid price are Year 2 and Year 3, Bid Tables B and C and with the delivery requirement of NO VALUE.

    • Environmentally Preferred Purchasing Requirements

      (1) Hazardous Waste:
      Seller shall take-back all spent or otherwise discarded hazardous products sold to the City by the Seller if the spent or discarded products are classified as hazardous or universal wastes by State or Federal regulations. Seller shall provide convenient collection and recycling services (or disposal services if recycling technology is unavailable) for all universal wastes, which originate from the Vendor. Hazardous waste manifests or bills of lading must be provided to City staff upon request. Recycling and reuse of hazardous wastes must occur within the United States. Universal waste lists and information are available www.dtsc.ca.gov/HazardousWaste/UniversalWaste/. A hazardous waste list is available at http://www.calrecycle.ca.gov/LEA/Training/wasteclass/yep.htm. Additional information can be obtained by contacting the City of Palo Alto Hazardous Waste Department at (650) 496-6980. 
       
      (2) Zero Waste and Pollution Prevention:
      Per Palo Alto City Council policy, the City is targeting to achieve Zero Waste by 2021. The City must also meet Municipal Regional Stormwater Permit requirements requiring no visible impact from litter via stormdrains by 2022. To that end the vendor, manufacturer and or contractor must individually or collaboratively comply with the waste reduction, reuse and recycling requirements of the City’s Zero Waste and Pollution Prevention Programs. Seller acknowledges and agrees that if Seller fails to fully and satisfactorily comply with these requirements, the City will suffer, as a result of Seller’s failure, substantial damages which are both extremely difficult and impracticable to ascertain. Therefore, the Seller agrees that in addition to all other damages to which the City may be entitled, in the event Seller fails to comply with the below requirements Seller shall pay City as liquidated damages the amounts specified below. The liquidated damage amount is not a penalty but considered to be a reasonable estimate of the amount of damages City will suffer as a result of such non-compliance.

      • Sellers shall adhere to the standard that all printed materials provided to the City that are generated from a personal computer and printer including, proposals, quotes, invoices, reports, and public education materials shall be double-sided, printed on a minimum of 30% post-consumer content paper or greater unless otherwise approved by the City’s Environmental Services Division (650) 329-2117. Materials printed by a professional printing company shall be a minimum of 30% post-consumer material or greater and printed with vegetable based inks. Liquidated damages of $30 per document will be assessed by City for failure to adhere to this requirement;
      • All paper packaging must be Forest Stewardship Council (FSC) Certified.
      • All primary, secondary and shipping (tertiary) packaging be minimized to the maximum extent feasible while protecting the product being shipped;
      • All primary, secondary and shipping packaging shall be recyclable in the City’s recycling program. A complete list of items accepted for recycling are found at www.zerowastepaloalto.org or by calling (650) 496-5910. If any portion is received that does not meet this requirement, liquidated damages of $235 or a minimum of $50 if the combined product and shipping cost is $235 or less will be assessed by City for failure to adhere to this requirement.
      • Expanded foam plastics (e.g., foam or cushion blocks, trays, packing “peanuts”), such as but not limited to polystyrene (aka Styrofoam™), polypropylene, or polyurethane shall not be used as primary, secondary or tertiary/shipping packaging with the following exceptions:
        • Primary packaging made from these materials may be used if the vendor, manufacturer, contractor individually or collaboratively does one of the following:
          • takes the material back at the City’s convenience and at no cost to the City, or
          • pays the City of Palo Alto’s disposal costs via payment of liquidated damages of $235, or a minimum of $50 if the combined product and shipping cost is $235 or less;
        • Bioplastics that meet ASTM D6400 standards for compostability may be accepted with approval from the City’s Environmental Services Division subject to local municipal compost facility requirements;
        • if approved by the City’s Environmental Services Division, a packaging requirement may be waived if no other viable packaging alternative exists;
      • Reusable/returnable pallets shall be used and taken back by the Seller, at no additional cost to the City. Seller shall provide documentation upon request ensuring reuse of pallets and/or recycling of broken pallets. Liquidated damages of $262 or a minimum of $50 if the combined product and shipping cost is $262 or less will be assessed by City for failure to adhere to this requirement.

      (3) Energy and Water Efficiency:
      Seller shall provide products with an ENERGY STAR, Water Sense or State of California standard rating, whichever is more efficient, when ratings exist for those products. A life cycle cost analysis shall be provided to the City upon request and shall at minimum include: first cost, operating costs, maintenance costs, and disposal costs.

      Contacts for additional information about City of Palo Alto
      Hazardous Waste, Zero Waste and Utilities programs:

      Hazardous Waste Program (Public Works)
      (650) 496-6980

      Zero Waste Program (Public Works)
      (650) 496-5910

      Watershed Protection
      (650) 329-2117

      Energy Efficiency
      (650) 496-2244

      (4) Liquidated Damages:
      Seller agrees that failure to comply with the City’s Environmentally Preferred Purchasing Requirements will result in Liquidated Damages, according to the table marked Liquidated Damages on page 3 of this P.O.

    • Determination of Lowest Bid

      The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule. This total is being used for the purpose of determining the lowest bid.

      The lowest bid shall be the lowest Base Bid (Table A) without consideration of the prices on for Years 2 and 3.

    • Noncompliance With Environmentally Preferred Purchasing Requirements, Liquidated Damages

      The following table lists the events that constitute breaches of the Agreement’s standard of performance warranting the imposition of liquidated damages; the acceptable performance level, and the amount of liquidated damages for failure to meet the contractually required standards of performance.

      Event of Non-PerformanceAcceptable Performance Level
      (Allowed events per Fiscal Year)
      Liquidated Damage Amount
      Recycled Paper Use  
      Failure to use 30% recycled content paper1$30 per each document
         
      Recyclable Packaging Materials
      Failure of Seller to Use secondary and shipping packaging that is recyclable in the City's recycling program.
      1$235 or a minimum of $50 if the combined product and shipping cost is $250 or less will be incurred if this is not adhered to.
         
      Expanded Foam Plastics  
      Unapproved use of expanded foam plastics for secondary or shipping packaging.0$235 or a minimum of $50 if the combined product and shipping cost is $235 or less
         
      Pallet use  
      Failure of Seller to take-back and reuse pallets, recycling only broken pallets, at no additional cost to the City1$262 or a minimum of $50 if the combined product and shipping cost is $2 or less
         
    • Determination of Lowest Bid

      The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule. This total is being used for the purpose of determining the lowest bid.

      The lowest bid shall be the lowest total Bid for Table A without consideration of the prices on for Years 2 and 3 and with delivery requirement of NO VALUE.

    • Waiver of Minor Irregularities

      The City may exercise its discretion to waive minor irregularities, defects or informalities in the Bids/Quotes, so long as the waiver would not affect the amount of the Bid or give the Bidder an advantage over others.

    • Bid Discrepancies

      In the case of a discrepancy between a written amount and the corresponding figures, the written amount shall govern. In the case of a discrepancy between an item price and the corresponding unit price multiplied by the corresponding estimated quantity, the unit price multiplied by the estimated quantity shall govern. In the case of discrepancy between the actual arithmetic total of all items and the total stated by the Bidder, the actual arithmetic total shall govern.

    • Award of Contract and Rejection of Bids

      Decision to Award  
      A contract may be awarded to the lowest responsible bidder. The City reserves the right to award more than one Contract with respect to the RFQ.  

      Decision to Reject
      The City reserves the unfettered right to reject all Quotations for any reason or for no reason, to re-advertise an RFQ, or to cancel an RFQ. The City reserves the right to reject as non-responsive any Quotation which is incomplete, modified, unsigned, or illegible or which is not otherwise submitted in accordance with the requirements of this RFQ.

    • Term of Agreement

      City intends to issue a Blanket Order to provide for the purchase and delivery of The Purchase and delivery of the assorted Leotek Luminaires as noted is this Request for Quotation. as required by the ADMINISTRATIVE SERVICES DEPTMENT AND ELECTRIC OPERATIONS Division. A City of Palo Alto representative will issue release orders for goods on an as requested and authorized basis. Quantities specified in the Bidder Bid Pages are approximate and total of the bid will be used for the purpose of selecting the lowest responsive and responsible bidder. The term of the pricing agreement shall be effective on the date of award and shall expire within, and may be extended by City for up to an additional This is a one time purchase.

      Subject to:

      • Firm fixed price for the initial term of the pricing agreement;
      • City Council’s approval of each fiscal year budget and appropriation of funds;
      • The Vendor’s compliance with the terms and conditions as established by this RFQ;
      • The Vendor’s ability to deliver within a maximum of (_____) calendar days following City’s request.
      • The Vendor’s satisfactory performance, and timely compliance with the requirements of this RFQ;
      • Firm fixed pricing for the entire term, as set forth herein;
      • Payment terms are Net 30 or greater; and
      • Notwithstanding the foregoing, City may terminate the agreement, with or without cause, by providing ten (10) days written notice.
    • Term of Agreement

      City intends to issue a Purchase Order for the purchase and delivery of  Assorted Leotek Luminaires as required by the Utilities Division. Quantities specified in the Bidder Bid Pages are approximate and total of the bid will be used for the purpose of selecting the lowest responsive and responsible bidder. This is one time purchase.  The City reserves the right to award on an item by item basis or aggregate.  The City reserves the right to award to multiple vendors..  The term of the pricing agreement shall be effective on the date of award and shall expire when the goods are delivered to and received by the City.

      Subject to:

      • Firm fixed price for the term of the pricing agreement;
      • City Council’s approval of each fiscal year budget and appropriation of funds;
      • The Vendor’s compliance with the terms and conditions as established by this RFQ;
      • The Vendor’s ability to deliver within the quoted time noted in this Request for Quotation.
      • The Vendor’s satisfactory performance, and timely compliance with the requirements of this RFQ;
      • Firm fixed pricing for the entire term, as set forth herein;
      • Payment terms are Net 30 or greater; and
      • Notwithstanding the foregoing, City may terminate the agreement, with or without cause, by providing ten (10) days written notice.
      • This is a one time purchase.
    • Term of Agreement

      City intends to issue a Purchase Order to provide for the purchase and delivery of The Purchase and delivery of the assorted Leotek Luminaires as noted is this Request for Quotation. as required by the ADMINISTRATIVE SERVICES DEPTMENT AND ELECTRIC OPERATIONS Division. A City of Palo Alto representative will issue release orders for goods on an as requested and authorized basis. Quantities specified in the Bidder Bid Pages are approximate and total of the bid will be used for the purpose of selecting the lowest responsive and responsible bidder. The term of the pricing agreement shall be effective on the date of award and shall expire within _____, and may be extended by City for _____________.

      Subject to:

      • Firm fixed price for the initial term of the pricing agreement;
      • City Council’s approval of each fiscal year budget and appropriation of funds;
      • The Vendor’s compliance with the terms and conditions as established by this RFQ;
      • The Vendor’s ability to deliver within a maximum of (_____) calendar days following City’s request.
      • The Vendor’s satisfactory performance, and timely compliance with the requirements of this RFQ;
      • Firm fixed pricing for the entire term, as set forth herein;
      • Payment terms are Net 30 or greater; and
      • Notwithstanding the foregoing, City may terminate the agreement, with or without cause, by providing ten (10) days written notice.
    • Certification of Nondiscrimination

      By submitting a quotation, the Bidder certifies that: in the performance of the Contract, if awarded, it shall not discriminate in the employment of any person due to the race, skin color, gender, gender identity, age, religion, disability, national origin, ancestry, sexual orientation, pregnancy, genetic information or condition, housing status, marital status, familial status, weight or height of such person; and further certifies that it is in compliance with all Federal, State and local laws, regulations, rules, directives and executive orders regarding nondiscrimination in employment

    • F.O.B. Point

      Prices shall be F.O.B. Destination, Freight Prepaid. Price shall include all applicable transportation and delivery charges. Standard Shipment via UPS or Local Freight carrier is acceptable.

    • Delivery Requirements

      When delivery time is requested in the quote or bid documents, time shall be of the essence; therefore, the quote or bid shall include the delivery date. In some instances, the City may specify only a maximum number of days for delivery and will use this delivery date as part the criteria to determine the award. The purchase order to be awarded is for a specific quantity purchased at one time. Delivery requirements are as specified in the "Specifications" Section of this RFQ.

    • Rights of the City of Palo Alto

      This RFQ does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred in preparation and submission of quotation or in anticipation of a contract.

    • Exceptions

      To the specifications, data specifications sheet or requirements issued must be itemized and justified in writing and included with proposals or quotations submitted.

    • Documentation

      Manuals, Data Specifications sheet when applicable, shall be furnished by the Vendor with the shipment or under separate cover.

    • Taxes

      Quotations shall include all applicable federal, state and local taxes, import duties, commissions or other charges.

    Submission Requirements

    • Authorized Party (required)

      In response to this Request for Quotation (RFQ), the undersigned, as Bidder, declares that the only persons or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any other person, firm or corporation; that the Bidder has carefully examined the specifications herein referred to; and the Bidder proposes and agrees, if this Bid is accepted, that the Bidder will contract with the City of Palo Alto (City), to provide all necessary materials, and furnish the specified requirements in this RFQ, in the manner herein prescribed and at the prices stated in the Bid.

      *The confirming party represents and warrants that he or she has the legal capacity and authority to bind the Bidder.

    • Company Type (required)

      Please indicate that which most closely reflects the type for your company.

    • Years of Experience (required)

      How many years have you (or your company) done business under the name being used to submit?

    • Previous Work for City of Palo Alto (required)

      Have you (or your company) previously worked for the City of Palo Alto?

    • Previous Work for City of Palo Alto (continued) (required)

      You have indicated that you (or your company) have previously worked for the City of Palo Alto.

      Please provide the Position Title you held, the Department in which you worked, Start and End Dates and indicate if you were Full Time or Part Time or worked as a Consultant or indicate some other type of business relationship that applied.

    • Item Information (required)

      Upload all applicable information for items quoted, including warranty and specifications that meet the requirements noted in this RFQ. This includes the necessary information for alternate or substitute items if the City has indicated that they are willing to allow alternates or substitute materials or items.

    • Separate Pricing Sheet (required)

      Confirm that your pricing information is not attached in your Bid and is attached separately here.

    • Additional Information

      This file upload is for any sections or questions or responses of yours that indicated to provide additional information. Please provide all information by uploading a file here with all required information or your bid may be deemed incomplete and as such non-responsive.

    • Confirmation of Information (required)

      The undersigned certifies under penalty of perjury under the laws of the State of California that all of the answers and responses to all questions and requested information within the Bidder's Questionnaire are true and correct.

      *The individual confirming represents and warrants that he or she has the legal capacity and authority to bind the bidder/party submitting the Bid.

    • Division (required)

      What Division of the Department owns this project?

      NOTE: Do NOT enter the word "Division" with your entry. If you intend for the procurement to state "Engineering Division" then simply type "Engineering".

    • Brief Description of Purchase (required)

      Please provide a brief description of what you wish to purchase. Specifically fill in the blank.

      Example:
      The City of Palo Alto is seeking to obtain quotes from goods or materials providers for the purchase of  _______________ on an ongoing (or one time) basis.

    • Term of Agreement (required)

      Will this procurement have built-in extensions for purchases on an ongoing basis for a set number of years? Or will it be a one time purchase? If multiple years, please select the number of years you wish to potentially extend for. If one time, please select the applicable option and if "Other" then you will be asked to specify.

    • Alternate or Equal (required)

      Would you like to allow vendors to submit information for alternate quotation of a designed material, product, thing, service, “or equal”?

    • Pre-Bid/Proposal?

      Will there be a pre-bid/proposal meeting or conference scheduled for this solicitation?

    • Pre-Bid/Proposal Attendance

      Since you have indicated there will be a pre-bid/proposal meeting or conference, will attendance be mandatory or non-mandatory?

      Please note that mandatory attendance requires all those submitting a bid or proposal to attend and those not in attendance will be unable to submit a responsive bid or proposal.

    • Determination of Lowest Bid (required)

      How do you wish to determine the lowest bid for this procurement?

    • Delivery Requirement to Determine Low Bid (required)

      Since you have indicated that there is a delivery requirement that will factor into determining the low bid, what is this delivery requirement? Please provide text to fill in the blank and only the blank.

      How it will appear:
      Basis for award will be... and with delivery requirement of <your text here>.

      NOTE: Do not enter a "period" at the end of your requirement. It will automatically be added later.

    • Electronic Line Items (required)

      Would you like to have bidders respond to an electronic pricing table instead of uploading a separate sheet or series of pricing sheets?

    Key dates

    1. April 16, 2026Published
    2. April 24, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.