HomeMy WebLinkAbout001207 Original ContractCONTRACT DOCUMENTS
for
YARD/AREA LIGHT PURCHASE
PURCHASE CONTRACT NO. MEC-201744 (CLO212I
oRr
CITY OF PORTANGELES
WASHINGTON
CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
City of Port Angeles
Record #001207
Reviewed by
Craig P
Dire of Publi rks & Utilities
by
Wi lliam Bloor
City Attorney
Page 1 of 20
March 2017
March 01, 2017
CITY OF PORT ANGELES
INVITATION TO BID
For
AREA"/YARD LIGHT PURCHASE
Sealed bids will be received by the Director of Public Works & Utilities until 2:00P , Thureday,
March 23, 20'17 and will be opened and read in the Public Works conference room, Port Angeles
City Hall, 321 East Fmh Sheet, Port Angeles, Washington 98362.
Bids will be taken for the following Materials:
(200) 40W LED Luminaires w/integrated Photo Controller and 2006-100% dimming range
(100) 70W LED Luminaires wiintegrated Photo Controller and 2006-100% dimming range
(30x) Light Trespass Shields
Bid documents may be obtained by emailing Lucy Hanley, Contract Specialist, at
contracts@citvofpa.us or by visiting the City of Port Angeles' website at http://wa-
oortanoeles.civicplus.com/bids.asox.
All bids must be on the form provided. Faxed or emailed bids shall not bo accepted.
The City of Port Angeles (hereafler 'City') reserves the rEht to reject any or all bids and to waive
minor in€gularities in the bidding process. Subject to the foregoing, the Contract may be awarded
to the lowest responsible bidder.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national orllin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid to
such businesses as hav6 contactsd the City for such notification. Further, all bidders are directed
to solicit and consider minority and women owned businesses as potential subcontraclors and
material suppliers for this Conlract.
Bids must be sealed with the outside of the envelope marked 'BlD OPENTNG DATE: MARCH 23,
2017, PURCHASE CONTRACT NO. MEC-2017-04 (CLO212). Th6 name and address of the
Bidder shall also appear on the outside of th€ envelope. Bids shall be addressed:
PUBLISH: Peninsula Daily News: Match 07,2017
Project No. MEC-2O1 7-04 (C1021 2)Page 2 of 20
Public Works and Utilities Department
Attn: Director of Public Works
321 East 5h Street
Port Angeles, Washington 98362
INSTRUCTIONS FOR BIDDERS
Equipment BidE
BID SUBMITTAL:
All bids must be sealed with the oulside of
the envelope marked with the BID OPENING
DATE: MARCH 23, 2017, PURCHASE
CoNTRACT NO. MEG2017-04(CL0212).
The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
City of Port Angeles, Director of Public Works
and Utilities, and mailed to 321 East Fifth
Street, Port Angeles, Washington 98362.
It is the intent of the attached specifications
to describe the minimum requirements for
the equipment requested in sufficient detail
to secure bids on comparable equipment. All
parts which are necessary in order to provide
a complete unit as described, meeting all
safety requirements, and ready for operation,
shall be includ€d in the bid and shall conformin strength, quality of workmanship and
material to that which is usually provided in
the general trade. Any variance from the
specifications or standards of quality must be
clearly stated in writing by the bidder.
Do not make reference to brochures or
supporting literature on the bid sheet. All
notations for bid compliance or
exceptions are to be made on the bid
sheet or on a plain piece of paper
attached and referenced to the bid item.
lf a bidder's corporate policy mandates use
of an official quotation form, it may be
submitted. However, the cost data must be
duplicated on the City's bid cost data and
agreement sheet. The City's bid sheet
must bo signed by the Bidder or it6 agent
in order for tho proposal to bs accepted.
lf alternate equipment is proposed, bidders
are required to submit a separate bid sheet
for 6ach unit offered.
All bids must be made on the required bid
form and in cases of bid price extension
errors, the unit prices will govem. All blank
spaces for bid prices must be filled in, with
ink or typewritten, and the bid form must befully completed and executed when
submitted. Only one copy of the bid form is
required. Faxed or emailed bids will notbo accepted. Failure to adhere to
instructions may constitute disqualiflcation of
bid.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
the specmcations.
Failure on the Bidder's part to comply wlth
any specification herein will be grounds for
disqualification of the bid.
All items called for in the specifications,
including but not limited to the equipment
constructed as shown, and the necessary
manuals, must be complied with before the
final payment can be processed.
Where the description of an item includes
both specifications and a brand name and
number, the specifications shall govern in
case of conflict- Brand name and number
are for reference as to the type and quality
required and do not preclude offers of a
comparable or better product, provided full
specifications and descriptive literature
accompany the offer. Failure to include full
descriptive literalure may be cause to reject
the offer.
WARRANTY:
The purchased supplies or equipment
furnished must have full manufactureis
wananties, and the warranties must inure to
the benefit of the City.
Bidder agrees to these wananty provisions
by signing the bid sheet.
Prcject No. MEC-2017-O4 (CL02121 Page 3 of 20
SAFETY:
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The unit shall be tested by the successful
bidder for compliance with all OSHA/WISHA
regulations and the State Department of
Labor and lndustries Safety Rules.
DELIVERY & ACCEPTANCE:
The successful bidder shall be responsible
for delivery to the City's Light Operations
Building, 2007 South O Street, Port Angeles,
Washington, between the hours of 7:30 AM
and 2:30 PM during the City's normal work
day. Delivery shall be made within the time
period specified on the Schedule(s).
GENERAL INFORMATION:
The City of Port Angeles reserves the right to
consider delivery time and may waive any
minor inegularities or minor defects or reject
any and all bids. Any bid may be withdrawn
prior to the above scheduled time for the
opening of bids or authorized postponement
thereof. Any bid received after the time and
date specified shall not be considered. No
Bidder will be permitted to withdraw its
proposal between the closing time for receipt
of proposals and the execution of contract,
unless the award is delayed for a period
exceeding sixty (60) calendar days. The Cityof Port Angeles may, at ils option, in
awarding this purchase contract, take into
consideration the revenue rt would receive
from purchasing the equipment from a
supplier located within its boundaries, in
accordance with RCW 39.30.040.
For the Schedule(s), offers made in
accordance with the lnvitation to Bid shall
be good and firm for the period of 9O
calendar davs after contract awa1rd
unless the Bidder specilically limits its offer
to a shorter period by written notification on
the bid document. However, bids so
modified may be declared non-responsive.
Quantities shown are of total estimeted
initial quantities to be ordered. Purchase
Orders for additional quantities may be
placed with successful bidders over this
period from the date of award. Prices bid
shall be good for all equipment and
materials ordered during that period. All
orders shall be placed uslng City of Port
Angeles Purchase Orders. Payments shall
be made within 30 calendar days from
invoice received.
Minority and women owned businesses shall
be afforded full opportunity to submit bids in
response to this invitation, shall not be
discriminated againsl on the grounds of sex,
race, color, age, national origin or handicap
in consideration of an award of any contract
or subcontract, and shall be actively solicited
for participation in this project by direct
mailing of the invitation to bid to such
businesses as have contacted the City for
such notification. Further, all Bidders are
directed to solicit and consider minority and
women owned businesses as polential
subcontractors and material suppliers for this
project.
Project No. MEC-2O17-04 (CLO212)Page 4 of 20
Signing of the bid sheet by Bidder and
subsequent acceptance by the City of the
lowest responsive bid will constitute a
binding agreement between the City and
Bidder. Bidder understands and agrees that
no contract payment will be made until the
City certifies that all stated specifications
have been complied with and the equipment
is delivered and accopted by the City.
Bids will be evaluated and submitted to the
authorized purchasing agent for approval as
soon as possible after bid opening. All
bidders will be notified of results in writing.
Upon award of the Contract to the successful
bidder, the City will send the Bidder
duplicate, complete sels of Contract
Documenls, which will include the City's
Purchase Order. The Purchase Order will
include the final agreed upon price and the
specific equipment and options being
purchased. The Bidder will then sign the
duplicate sets of Contract Documents and
retum them for signing by the City. Each
party will retain a fully executed set of the
Contract Documents.
The lnvitalion to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions shall be directed in writing to Lucy
Hanley at contracts@citvofoa.us.
Prcjecl No. MEC-2017-O4 rcL0212,Page 5 of 20
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND
THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES
AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1 . CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantitles, or
specification will be effective without written consent of the appropriate representative of the
City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, Bidder shall give prior notification and obtain written approval thereto from the City.
Time is of the essence and the Contract is subject to termination for failure to deliver as
specified and/or appropriate damages. The acceptance by the City of late performance with
or without objection or reservation shall not waive the right to claim damage for such breach
nor constitute a waiver of the requirements for the timely performance of any obligation
remaining to be performed by Bidder.
The successful bidder shall be responsible for delivery to the Citys Light Operations Site,
2007 South O Street, Port Angeles, Washington, between the hours of 7:30 AM and 2:30 pM
during the City's normal work day- Delivery shall be made within the time period specified on
the bid.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement equipment
rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has
adopted the following to calculate liquidated for failure to complete the delivery of the
equipmenUmaterial on time.
Accordingly, the Bidder agrees to the following:
a. To pay liquidated damages in the amount of $12.50 for each working day beyond the
number of working days established for physical delivery of the equipmenvmaterial.
b. To authorize the City to deduct these liquidated from any money due or coming due to the
Bidder.
5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: tnvoices wiil not be
processed for payment until receipt of a properly completed invoice or lnvoiced items,
whichever is later.
6. SHIPPINGINSTRUCTIONS
prepaid, F.O.B. Destination.
Unless othenrvise specified, all goods are to be shipped
Prolect No. MEC-2017-04 (C102121 Page 6 of 20
7. REJECTION: All goods or materials purchased herein are subject to approval by the City.
Any rejection of goods or material resulting from non-conformity to the terms and
specifications of this Contract, whether held by the City or retumed, will be at Bidder,s risk and
expense.
8. IDENTIFICATION: All invoices, packing lisls, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
L INFRINGEMENTS: Bidder agrees to protect and hold harmless the City against all claims,
suits or proceedings for patent, trademark, copyright or franchise infringement arising from
the purchase, installation, or use ofgoods and materials ordered, and to assume all expenses
and damages arising from such claims, suit(s) or proceedings.
10. WARRANTIES:
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
Contract, or any condition of this Contract conceming the conclusiveness thereot, unless
otherwise specified for a different period in Schedule A, the Bidder wanants that for a period
of one year after delivery and acceptance by the City of Port Angeles, that:
(1) All supplies fumished under this Contract will be free from defects in material or
wo*manship and will conform with all requirements of this Contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and
method of, shipment of such supplies will conform to the requirements of this Contract.
b. When return, conection, or replacement is required, transportation charges and
responsibility for the supplies while in transit shall be borne by the Bidder. However, the
Bidder's liability for the transportation charges shall not exceed an amount equal to the cost
of transportation by the usual commercial method of shipment between the place of delivery
specified in this Contract and the Bidde/s plant, and retum.
c. Any supplies or parts thereol corrected orfurnished in replacement under this clause, shall
also be subject to the terms of this clause to the same extent as supplies initially delivered.
The warranty, with respect to supplies or parts lhereof, shall be equal in duration to that in
paragraph 10.a of this clause and shall run ftom the date of delivery of the conected or
replaced supplies.
d. All implied warranties of merchantability and "fitness for a particular purpose' are excluded
from any obligation contained in this Contract.
e. All standard manufacturer wananties must inure to the benelit of the city of port Angeles.
f. Remedies available to the City. Within a reasonable time after providing notice to the
Bidder, the City may either:
('l) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not
conform with the requirements of this contract within the meaning of paragraph 1O.a
of this clause; or
Protecl No. MEC-2017-04 (CL02121 Page 7 ol 20
(2) Retain such supplies and reduce the contract price by an amount equitiable under the
circumstances.
1 1' ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the city.
12. TAXES: unless otherwise indicated the city agrees to pay all state of washinglon sales or
use tax. No charge by Bidder shall be made for federal excise taxes, and the City agrees to
furnish Bidder, upon acceptance of articles supplied under this contract with an eximption
certificate.
'13. LIENS, CLAIMS AND ENCUMBRANCES: Bidder warrants and represents that aI the goods
and materials ordered herein are free and clear of all liens, claims, or encumbrances of any
kind.
14. RISK OF LOSS: Regardless of FOB point, Bidder agrees to bear all risks of loss, injury or
destruction of goods and materials ordered herein which occur prior to delivery. sucir loss,
injury or destruction shall not release Bidder from any obligation hereunder.
15. HOLD HARMLESS: Bidder shall protect, indemnify, and hold the City harmless from and
against any damage, cost or liability for any injuries to persons or property arising from acts
or omissions of Bidder, its employees, agents or subcontractors howsoever causet.
16. ANTI-TRUST: Bidder and the city recognize that in actual economic practice overcharges
resulting from anti-trust violations are bome by the city. Therefore, Bidder hereby assigni to
the City any and all claims for such overcharges.
17. DEFAULT: Bidder shall be tiabte for damages suffered by the city resutting from Bidder,s
breach of Contract. The Bidder covenants and agrees that in the event suifis instituted by
the city for any default on the part of the Bidder, and the Bidder is adjudged by a court of
competent jurisdiction to be in default, Bidder shall pay to the city all costs, expended or
incurred by the city in connection therewith, and reasonable attorney's fees. The Bidder
agrees that the superior court of the state of washington shall have jurisdiction over any
such suit, and that venue shall be laid in Clallam County.
'18. BRANDS: when a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the Bidder specifies the brand and model
and submits descriptive literature when available. Any bid containing a brand which is not of
equal quality, performance, or use specified must be represented as an alternate and not as
an equal, and failure to do so shall be sufficient reason to disregard the bid.
19. SAFETY: The equipment shall completely comply with all state and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment shall be tested by the successful bidder for compliance with all OSHA/WISHA
regulalions and the State Department of Labor and lndustries Electrical Workers Safety Rules.
20.ACCEPTANCE: BY ACGEPTING THIS PURCHASE CONTRACT tN WRIT|NG OR By
DELIVERING THE MATERIAL ORDERED, BIDDER ACCEPTS ALL OF THE TERMS AND
Proj ect No. MEC-201 rc10212)Page I of 20
CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO
ANY AODITIONAL OR DIFFERENT TERISS PROPOSED BY BIDDER AS A CONDTTION
OF ACCEPTANCE OR DELIVERY.
Prc)ecl No. MEC-2017-04 (CL02121 Page 9 of 20
PURCHASE CONTRACT
THIS CONTRACT is made and entered into as of the date of the last signature affixed
below, between the City of Port Angeles (hereinafter called the "City") and ANIXTER, INC
(hereinafter called the "Contracto/', "Vendor'', or "Bidde/').
WITNESSETH: That the City and the Bidder, in consideration of the performance of
the terms and conditions hereinafter mentioned, agree as follows:
ARTIGLE 1
CONTRACT DOCUMENTS
The complete Contract includes the lnvitation to Bid, the lnstructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order, and the
Purchase Contract. The foregoing documents shall hereinafter be called "Contract
Documents" or "Contract". All obligations of the City and the Bidder are fully set forth and
described herein.
ln the event of a discrepancy between any of the Contract Documents, as above
defined, the City shall give a wriften interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Bidder agrees to sell and deliver to the City, at the delivery point specified in the
lnstructions to Bidders, and the City agrees to purchase and receive from Bidder the
equipment as described and set forth in the Contract Documents and the provisions of
the Bidde/s bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Bidder shall not assign any of its responsibility under this Contract without the
express written consent of the City.
This Contract shall be governed by, and construed in accordance with, the applicable
laws of the State of Washington. Any legal proceedings to determine the rights and
obligations of the parties hereunder shall be brought and heard in Clallam County
Superior Court.
Project No. MEC-2017-04 Page 10 of 20
ARTICLE IV
APPLICABLE LAW AND VENUE
ARTICLE V
NONDISCRIMINATION
During the performance of this contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons, without
respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition,
physical or mental handicap, or national origin, and, in particular:
1 . The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above stated minorities.
The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the establishment
of nondiscriminatory requirements in hiring and employment practices and
assuring the service of all patrons and customers without discrimination with
respect to the above-stated minority status.
ARTICLE V!
TERMINATION OF CONTRACT
ln the event that any of the provisions of this contract are violated by the Bidder or the
Bidde/s subcontractors, the city may serve written notice of inlention to terminate such
contract upon the Bidder, which notice shall specify the reasons therefore. Unless within
thirty (30) days after serving such notice upon the Bidder such violation shall cease and
an arrangement for the correction thereof satisfactory to the city be made, the contract
shall, upon the expiration of the said thirty (30) days, cease and terminate. ln the event
of any such termination, the City may purchase the materials necessary for complele
performance of this contract for the account and at the expense of the Bidder, ana the
Bidder shall be liable to the City for any excess cost thereby.
2
ProJect No. MEC-2017-04 (CL0212)Page 11 of 20
ARTICLE V
NONDISCR!MINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons, without
respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition,
physical or mental handicap, or national origin, and, in particular:
The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above stated minorities.
The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the establishment
of nondiscriminatory requirements in hiring and employment practices and
assuring the service of all patrons and customers without discrimination with
respect to the above-stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
ln the event that any of the provisions of this Contract are violated by the Bidder or the
Bidde/s subcontractors, the City may serve written notice of intention to terminate such
Contract upon the Bidder, which notice shall specify the reasons therefore. Unless within
thirty (30) days after serving such notice upon the Bidder such violation shall cease and
an arrangement for the correction thereof satisfactory to the City be made, the Contract
shall, upon the expiration of the said thirty (30) days, cease and terminate. ln the event
of any such termination, the City may purchase the materials necessary for complete
performance of this Contract for the account and at the expense of the Bidder, and the
Bidder shall be liable to the City for any excess cost thereby.
1
2
Pro.iect No. MEC-2017-04 (C1021 2)Page11of20
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
lN WITNESS WHEREOF, the parties have executed this Contract as of the last signature
affixed below.
CITY OF PORT ANGELES
By:
Printed Name:Printed Name: bni'<t 'ncl<ec'''t
Title:
Dated:Dated: ''t I ,b I t)
ATTEST:ATTEST:
Onnlrt\llmwaen
d(v cie/k
A to as rm
City rney
Project No MEC-2017-04 cL021 Page 12 ol 20
ANIXTER, INC.
By:
Title: Cnll rnd4'Lqr,.--
City of Port Angeles
Invitation for Bid
Purchase Contract: MEC-201 7-04 (CL02121
GENERAL DESCRIPTION: This is to purchase following as specified in this section:
(200) 40W LED Luminaires w/integrated Photo Controller and 20oh-10O% dimming
(100) 70W LED Luminaires dintegrated Photo Controller and 20o/o-10O% dimming
(30x) Light Trespass Shields
(1x) Remote Control Device
DATE DELIVERY REQUIRED: Before June 30h 2017
The Supplier shall be responsible for industry standard packing that conforms to the requirements of
the carrie/s tariffs and the ICC regulations. Luminaires shall be individually packaged to prevent
damage during shipping and storage.
Materials shall be shipped in such a fashion that they will arrive at the City without transilassociated
damage. A complete packing list must be included.
The shipper shall notify the City of Port Angeles, Light Operations Warehouse a minimum of 24 hours
prior to aniving at delivery destination. This notice may be sent via phone or email and is required to
convey final delivery information and insure sufficient staff available to unload cargo.
Contact Tim Amiot
Phone Number (360) 417- 4738
Email tamiot@cityofpa.us
WARRANTY: All goods are subject to final inspection and acceptance by the Engineer and/or City of
Port Angeles Light Operations Warehouse employees.
Materials received damaged or failing to meet the requirements of this contract will be held at the
Supplier's risk and may be returned to Supplier. lf so returned, the cost of transportation, unpacking,
inspection, repackaging, reshipping, or other like expenses are the responsibility of the Supplier.
Charges for dismantling and reinstallation of materials fumished pursuant to the Contract will be the
responsibility of the Supplier only when a change out or replacement is required because of a suspected
or known design defect or large scale failure of manufacture/s quality control system.
The Supplier and/or manufacturer of the supplies shall wanant all materials and workmanship
delivered under any resulting contract to be free from defects or failure for any reason whatsoever
which the City may reasonably determine is the responsibility of the Supplier, for a minimum of ten (10)
years after the date of final acceptance. All items found to be defective andior not meeting the
requirement of these Specifications shall be replaced with new like product within the specified lead-
time for delivery in the bid proposal. Charges for the transportation/freight of replacement items will not
be allowed.
Project No.MEC-2017-(cL0212)Page 13 of 20
Schedule A
YARD/AREA LIGHT PURCHASE
When the Supplier is not the manufacturer of the item of equipment, Supplier agrees to be responsible
for this warranty and Supplier is not relieved by a manufacturer's warranty.
DESCRIPTION: The Technical Provisions of these Specifications detail the minimum performance
criteria and physical requirements for side-mount, outdoor type, light-emitting-diode (LED) area and
security luminaires and their accessories.
1. GENERAL
1 .1 . This specification covers the electrical and mechanical characteristics of LED Luminaires
w/integrated Photo Controller and its accessories
1 .2. All characteristics, definitions, and terminology, except as specifically covered in this
specification, shall be in accordance with the latest revision of the following ANSI, ASTM,
IESNA, UL, and IEEE standards and shall be ROHS Compliant.
ANSI C78.377 - American National Standard for the Chromaticity of Solid State Lighting
Products
ANSI C136.37 - American National Standard for Roadway and Area Lighting Equipment -
Solid State Light Sources Used in Roadway and Area Lighting
ASTM D1654 - Standard Test Method for Evaluation of Painted or Coated Specimens
Subjected to Conosive Environments
IES LM-80 - IESNA Approved Method for Measuring Lumen Maintenance of LED Light
Sources
IES TM-1 5 - Luminaire Classification System for Outdoor Luminaires
IES TM-21 - Projecting Long Term Lumen Maintenance of LED Light Sources
UL 1598 - Luminaires
IEEE C62.42 - IEEE Guide for the Application of Component Surge-Protective Devices for Use
in Low-Voltage
C136.22 - American National Standard for Roadway and Area Lighting Equipment - lngress
Protection (Resistance to Dust, Solid Objects and Moisture) for Luminaire Enclosures
Project No. MEC-2017-04 (CL0212)Page 14 of 20
ANSI C136.31 - American National Standard for Roadway Lighting Equipment - Luminaire
Vibration
ANSI C136.41 - American National Standard for Roadway and Area Lighting Equipment-
Dimming Control between an External Locking Type Photo control and Ballast or Driver
2. RATINGS
2.1. Luminaire Performance
Description
Operating temp, ambient
range:
Correlated Color Temperature
(ccr)
Total flux per LM-79
Lumen depreciation of LED
light sources per IES LM-
80/TM-21
Color rendering index (CRl)
Backlight, Uplight and Glare
(BUG) rating
Luminaire efficacy, type ll
distribution per IES LM-79,
Section 1 1 .0
Off-state power consumption,
NEMA photo control device
On-state power consumption,
NEMA excluding photo
control device
Wananty
Thermal protection
Driver life
lnrush cunent
Driver thermal protection
Light distribution per IES
Handbook
2.2. Power Supply/Driver Performance
Bid ltem #1
-40"F to +122"F
5500K - >3500 lumens
170 (10,000) >60,000 hours
170 (TM-21) >100,000 hours
LM at 10,000 hours = 95.9%
LM at 100,000 hours = 93.95%
>70
Full Cutoff - 81, U0, G1
>90 LumensMatt
<0.5 Watts
40 Watts + 5
10 years full replacement
Type V
Bid ltem #1
90 to 277 VAC 50/60H2
>0.90
<10o/o @ 120 VAC
<20o/o @ 277 VAC
20kv/10kA
Replaceable surge module
Location Category C - High
FCC 47 CFR part 15/18, Class A
Thermal feedback for LED
overheating protection
>100,000 hours
<2A durlng photocell transition
Thermally encapsulated to
increase reliability
Bid ltem #2
-40" F to +122" F
5500"K r 300
5500K -> 6500 lumens
170 (10,000) >60,000 hours
170 (TM-21) >100,000 hours
LM at 10,000 hours = 95.9%
LM at 100,000 hours = 93.95%
>70
Full Cutoff - 82, U0, G1
>90 Lumens/VVatt
<0.5 Watts
70 Watts t 10
10 years full replacement
Type V
Bid ltem #2
90 to 277 VAC 50i60HZ
>0.90
<10o/o @ 120 VAC
<20o/o @ 277 VAC
2okv/1okA
Replaceable surge module
Location Category C - High
FCC 47 CFR part 1 5/18, Class
A
Thermal feedback for LED
overheating prolection
>100,000 hours
<24 during photocell transition
Thermally encapsulated to
increase reliability
Project No. MEC-2017-04 (CL0212)Page 15 of 20
lnterference
Description
lnput voltage
Power factor
Total harmonics distortion at
full power at specified voltage
Surge protection per ANSU
IEEE C62.42.2 - 2002
5500"K t 300
Description
Photo Control
Luminaire remote control
Dimming range
2.4. Construction
Description
Housing
Finish
Mounting
3G Vibration withstand
Ease of
Installation/Maintenance
Optical Lens
Evluma Photo control
Shield
Bid ltem #1
lntegrated solid-state long-life photo
conlroller
<smw power draw @277v
Backup controller ensures
continuous dusUdawn operation in
event of a photo control failure
Available application for control of:
. Commissioning/decommissioning
' Brightness settings
. Custom dimming schedules
20o/o - 100%
Bid ltem #1
Cast aluminum housing with
integral heat sink
Gray powder coat
Accepts 1-114" lo 2" dia. arm
(Adjustable) angle +- 5%
ANSI C136.3"1-2010 Roadway and
Area Lighting Equipment-
Luminaire Vibration - Level 2
Bridge/Overpass
Tooliess access panel
20' pigtails
Diffused textured glass to reduce
glare
UV-stabilized polycarbonate
housing
Optional three position (including
backlight) fi eld-installable shield
<10 lbs
Bid ltem #2
Cast aluminum housing with
integral heat sink
Gray powder coat
Accepts 1-114" lo 2" dia. atm
(Adjustable) angle +- 5%
ANSI C136.31-2010 Roadway
and Area Lighting Equipment-
Luminaire Vibration - Level 2
Bridge/Overpass
Tool-less access panel
20'pigtails
Diffused textured glass to reduce
glare
UV-stabilized polycarbonate
housing
Optional three position (including
backlight) field-installable shield
< 10 lbsSingle unit net weight
3. DATA WITH PROPOSAL
3.1. Following data shall be submitted with the proposal
3.1.1. The Respondent shall provide manufacturer product data sheets (cut sheets) for each
material to be supplied. Manufacturer data fumished must be sufficient in detail and clarity
to enable making a complete and positive check that the materials offered in the submittal
meet the call of this Specification.
Project No MEC-2017-04 021 Page 16 of 20
2.3. Lighting and Dimming Controls
Photo control failure protection
Bid ltem #2
lntegrated solid-state long-life photo
controller
<5mW power draw @277v
Backup controller ensures
continuous dusUdawn operation in
event of a photo control failure
Available application for control of:. Commissioning/decommissioning. Brightness settings. Custom dimming schedules
20Yo - 'l00Yo
CITY OF PORT ANGELES
Bid No. ilEC-2017 -04 lCL0212l
BlD FORM
YARD/AREA LIGHT PURCHASE
Bidder must bid on all bid items for a bid to be considered valid. The bidder hereby
bids the following amounts for all material described in the Contract Documents.
1
LUMINAIRE,LED,4OW, CUTOFF
LENS,INTEGRATED EYE(FAILSAFE)
2 LUMINAIRE,LED,TOW, CUTOFF
LENS, INTEGRATED EYE(FAILSAFE)100
3 LIGHT TRESPASS SHIELDS
4 REMOTE CONTROL DEVICE 1
Subtotal:
Bidltemsl-4
Sales Tax (8.4%)
Bid ltems 1 3&4
Total Bid Amount:
ProJect No. MEC-2017-04 (CL02121 Page 17 of 20
Extended
Price
I
Bid ltems Description QTY I Unit Price
2oo
I
I
30 I
Freight
CITY OF PORT ANGELES
BID No. $EC-2017 -04 (CL02121
YARD/AREA LIGHT PURCHASE
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further notice?
- Yes No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda
No(s).to this project manual.
FULL LEGAL NAME OF BIDDER
TYPE OF BUSINESS: Corporation Partnership (general) Partnership (limited)
SoleProprietorship LimitedLiabilityCompany
ADDRESS
CITY/STATE/ZIP
PHONE
NAME (PLEASE PRINT)
TITLE
Project No. MEC-2017-04 (CL0212)Page 18 of 20
The undersigned hereby accepts the terms and conditions as set forth herein, This bid submittal
sheet must be signed and dated by the bidder or a representative legally authorized to bind
the bidder.
trAY
-
SIGNED DATE
-
NON.COLLUSION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a
sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further
says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or
supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has
not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders.
Signature of Bidder/Contractor
Subscribed and sworn to before me this _ day of
Notary Public in and for the
State of
Residing at
My Comm. Exp.:
)
)
)
Project No. MEC-2017-04 (CL0212)Page 19 of 20
20
CITY OF PORTANGELES
Bid No. MEC-2017-04 (CL0212)
BID FORM
YARD/AREA LIGHT PURCHASE
Bid ltems Description QTY Unit Price Extended
Price
I LUMINAIRE,LED,4OW, CUTOFF
LENS,I NTEGRATED EYE(FAI LSAFE)200
Izl$.7,'rt1r;o"*
LUMINAIRE,LED,TOW, CUTOFF
LEILS, I NTEG RATED EYE(FAI LSAFE)100 Zs.?t 'ZX,,oT5.o
LIGHT TRESPASS SHIELDS 30 f 3x.2s t l,A+.*o
REMOTE CONTROL DEVICE 1 '4zoooo 7 120.@
Subtotal:
(Bidltems1.4)1712<za
Freight
Sales Tax (8.4%)t a,ta4.1?
Total Bid Amount:
(Bid ltems 1,2,3&4)
'n,5{+.17
&
.1
4 1ee-o?ISASL
iBCLD*)
@ Ik's is $r_+w pvr&ak al a n*u tdqe+ u',lq A)#/fr:seLl4t2. ThlS \'tceqk ,.rl'tt *_ valil {"t ,l.t* nt, ) l4p+ plvf
''1*.
atirfS hL& U4 c,Ll '{ ?o*L,4ia/ts Cufi+,tt) b5- Tt^.4"td retulr r^r,tt 5. ,th,,+'* C\ ili*A,yA hrt hrr(t)o?*.rho"rP dtrical. @
x 7lo* qln s-4 cort5rfrL alkr,^fes # *rO fu1, -) *-.-----_.-?
Project No. MEC-2017-04 (CL0212)Page 17 of 20
Bidder must bid on all bid items for a bid to be considered valid. The bidder hereby
bids the following amounts for all material described in the Contract Documents.
@
@
wit
ADDE
No(s).
NDA A
CITY OF PORT ANGELES
BID No. MEC-20'17-04 (CL0212)
YARD/AREA LIGHT PURCHASE
BID SIGNATURE SHEET
(BlD SUMMARY and SIGNATURES)
ky.ou sell additional units to the City of Port Angeles at the bid price until further notice?ilYe" tr No
LEDGMENT: The bidder hereby acknowledges that it has received Addenda
to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal
sheet must be signed and dated by the bidder or a representative legally authorized to bind
the bidder.
FULL LEGAL NAME OF BIDDER
TYPE OF BUSINESS:
ADDRESS ltst
,{ Corporation r Partnership (general) ! PartneBhip (timited)' lr Sole Proprietorship J Limited Liability Company
Se il, &*,"t r(vt
CITY/STATEiZIP t-'|LT
PHONE
O?7 ZLZ
<@,547"?O FAx fD7.G53. ?-277
NAME (PLEASE PRINT)Kqr,^NoettLL
TITLE aJ
SIGNED oerc z/2,/tr77-
Project No. MEC-2017-04 rcL02121 Page '18 of 20
S'TATEOF &TE,\
COUNTY OF /14, ,ltt' oM^Ll
NON-COLLUSION AFFIDAVIT
Si of Bidde
@;
)
)
)
. The undersigned, being firstduly sworn on oath, says that the bid herewith submitted is a genuine and not asham or collusive bid, or made in the interest or on behatf of any person not therein named;-and (s)he furthersays that the said bidder has not directly or indirectly induced bi solicited any bidder on t'he above work orsupplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder hasnot in any manner sought by collusion to secure to him/her self an advantage over arif otnei uiaoer or bidders.
Subscribedandswomtobefore me:uiis LL dayot,/Vl/+RCtt .2o_lz_.
Notary Public in and for
Residing at t :")a@
oFFtcuL 8€ LATTIRtrcIB
t{oT Fr R.BIrc-ORE@cortrsgo l€. @rGrYMSrrl ETPRES TOT|EISB r9,
Project No. MEC-201744 (CLO212t Page 19 of 20
State of
My Comm. Exp.: ll - lq - ,2o/-
EVLUMA AREAMAX.,.
4OW & 7OW TYPE V LED STREE-I, AREA AND SECURITY LIGHTING
REPLACES HID DUSK-TO-DAWN LUIYINAIRES 1OO.2OOW
AMAX 40
AMAX 70
TYPE V
EI
ll.-.----=-
evluma integrated photocontrol
with P option (flat lens shown)
CERTIFICATION DAIA
UL 1598. MET Labs
IP66. IEC 50529
ASTM 02247 -6a
FM 4473
ANSI C136.31-2010 Levet 2
Vibration Bridqe/Overpass
EPA under 0.5 sq ft
DLC Qualified /Lightin9 Facts
NOM-031
ENERGY DATA
Power Factor >99olo
THD <10o/o at 120 VAC
THD <20olo at 277 VAC
<1/2W off-state Eower
Driver Lifetime >100,000 hrs
-40oC Min / 50oC Max AM Temp
Construction & Finish
Cast aluminum housing with gray powder
coat. Hinged access panel is galvanized
steel with spring clips to allow For easy
open and close, Color by custom order.
Optical (lens)
Textured glass and a white, optical-grade
reflective film liner combine to create a
bright, diffuse li9ht.
Electrical
Evluma proprietary Class II driver.
Patented. 90-277 VAC 50/60 Hz (AMAX
40: .32 Amps at 120VAC / AMAX 70: .60
Amps at 120VAC). High capability surge
protection for 20kvl10kA per IEEE/ANSI
C62.47.2 - 2002. Location Category
C-High. Replaceable surge board.
Thermal l{anagement
LED life is ensured by thermal management
protection circuity that controls current
levels to the LEDS based on temperature.
Critical components were selected for
their minimal thermal resistance then
paired with a custom light engine and
casting design to maximize cooling.
Mounting
Zinc plated steel tenon clamp and tri-
lobe screws accept 2" (5.08 cm), or 1
U4" (3.17 cm) diameter arm.
Coastal Package Option
Corrosive coastal environments have
unique requirements. A housing made
from cast aluminum alloy with an anti-
corrosion chromate coating plus an
alumanum access panel, a stainless
steel tenon clamp and all stainless
steel fasteners guarantee longevity in
harsh, wet environments. Required for
applications 2000 ft. from a salt water
body.
Dark Sky Compliant ttodelsThe International Dark Sky
Assocaation (IDA) requires
luminaires to be fully shielded,
emitting no light above 90 degrees and
have a listed correlated color temperature
(CCT) configuration of 3000K or betow.
Two models of the AreaMax Type V bear
the IDA Fixture Seal of Approval: 40W 3K
v-c & 70w 3K v-c.
Warranty
Ten-year u/arranty.
Vist rww,ev|uru,corvproduds/waranty/
tr
@ @ Fcroil
_r-:+lllrrr
SHIPPING DATA
Pallet Qty:
56 units, 580 lbs
v
@,
DESCRIPTION
The AreaMax LED luminaire for street and area lighting is a robust, utility-grade luminaire designed to last for years. Easy tb tns[alt, the AreaMax saves
energy and maintenance time. Perfect for residential street lighting. parking
lots, or rural security applications requiring either full cutoff, or maiihalvisibility.with a diffuse. low-glare light. Each unit ships with photocontrol
FailsaferM built-in and the option to activate ConnectLED'M features with thepurchase of the Evluma custom Bluetooth application.
reuse existing photocontrol
with 53 option (dome lens shown)
lllll1...
TP-OOO8 REV AO3
3600 Und Ave SW Suite 140, Renton, WA 98057 425-336-5800 www.evtuma.com
LiJ r.!lA urof eurnl^a /vrMM 0085-9t€-sz' ls0g6 v/vl ,uoluaS ,0rI attns ,l s a^v purt oo9€
l4alorodas ropro) pterqs ssodsarllqOl leals rsolurolS S!.1-XVWV
sltxosstf,trv
E€ t88tir
I e t88l1l
ezrnl!
ze t 8811t
0t L88t1t
l0€l8tI
eoqlunN qll stl
rc{n-28
l c{n-28
rc{n-28
zr-znf.E
za-anta
zc-zita
rc-zn-28
YLrrml
vrlml
vu/00t
vUJ00l
Vurml
Vtuool
Yur Oll
0091<
000t<
0089<
Ntt<
0091<
0001<
suouJnl
)0009
)000,
)000e
)0009
)000t
)000t
1l:)
(tr) )s
(tr))l'
(f,) )r
(o) ,s
(o) )t
(o) )r€
apol
0t<
0l<
ot<
0t<
0l<
ot<
utr
slcel
6ul1ri6r1
uo!lerauac
ffe OtH /[OOZ-O9t aroldal ol pepuorlrlor"r) Ol ]INVWlOlUld
'$anbeJ uodn qqollD^o suor+olnqoc lZ W1
Lrro,ournl^e r\r\ /\ lo olqolo^o it{lsl puo 0g t{]
%06 < sJnoq 000'00I to wl
%66 : srnoq 000'01 lo wt
rq ooo'09 < {ooo'o t ) ol l
?6ZlgtLt
ez t88llr
zzr tSlI
z&t81].t
azt$ltl
90€181-U
s.raqu]nN olrj sll
vur00l
vLrrool
vuJ00l
Vtlrool
vLU00l
vLlrool
Ytrr cl l
000r<
000r<
006e<
001r<
mlr<
000t<
SUaurnl
)0009
)000,
)000e
)0009
)000t
)000e
11tr
rc{n-t€
rc{n-t8
rc{n-28
tc-zo-za
t+an-za
ta-an-28
cn8
(f,) )s
(r) vt
(f,) xe
(o) xs
(o) xt
(o) re
apol
ot<
0t<
0t<
ot<
ot<
0t<
tdtr
lf,NvNlrNtvw Ntwnl (OtH ,$9lt-OOt aroldar ol pepuauurofer) lio, ItNVWXOt!td
,02 = oa
,01 = 0l
.,99 = '
lolsootr = $f,
rooptno p$ = ols
tot3osurde=eS
palor6e+ur = d
lloln" nJ = c
eLUoP = O
tolsoo. = lstr
Doplno p$ = ols
lailosurde=eS
pe1o.r6e1ur = 3
go+nc nl
au.rop
)0009 = 19
)000, = It
)000e = )l€
)0009 : IS
)00Ot = )t
)0009 = It
sl.tor^ 0l = 0l
sllo/* 0l, = 0t
xowoe.rv
(suolldo)
sovll
(suoudo) teV)3Vd
lvrNrwNoItANl
(suo[do) lr]f,OS'loulNof,oloHd
(suo$do)
SN]I
ldll
NOtnflxlsto ltrf,
I l lulvJsr.lvr l]noouJ
9-.LSf -d-O-A-)S-0r-NV :d38NnN S"ldhVS
NOIIVhUOINI SNIU]OUO
M00z-00I stuIVNINn"t NMVO-OA-)SnO OiH S3f\ndlU
9NI1H9II Ar-IUnfrs cNV vfuv ttiuls olt n ld,l._L 1 01 B Mot
,.,XVNV:IUV Vlr{n1/\3
A
sual IPU
uortdo (uJ9
la)ltos qc
uiotr e[rnl^e /u]r M 008s-9lE-92] 18086 VM ,r]otuat /otT altns ,Ms a^v pur-.1 oo9€
s6tq 6tur,SZ S,le rJ IO s6tq 6tur,SZ rla^o le rl IO. s6tq 6tul ,SZ t.la^o le 1T0 s6tq 6lur.SZ f rs^o te rJ I0
a,+
o€9 te zEgI :elapuel xeh
lq6raq 6urtunouJ (u Z9.L) | SZ aluelslp p!J6 :elueururnlll letuozuoH ]o saun alpuellooJosl
ors te '99I :elapuel xpN ot9 le 0,6 :elapupl xet^t otslp zL6:elopue] xpw
\r'
-5-W9€a
,l-i*.,W
sual auroc
c-A )a Mol
,v\/t!l 86
sue_t tptj
l-/\ )€ Moz
A /urt t01
sue-] aLloc
o- )re Mot
M/r!toot
sual l?lltrA)€/\0t
sual leu
uorldo lorluololoqd paler6alut
plapupl Lunulxpu, q6norql (Z) auol leluoztJoH pue (I) aueld lelllro^ :suorlnqulsro elapuel lelod
xeuerP/sDnpord/uor'eunt^a//:drq re sat! slr alatduor Ma,A
S'llOOt^l )000t ll-ISNftNI SnONIhnt lO NOLLn8IU-LSIO
{uu: gO Sl)
9t'^
Isual aurop
uoildo
lorlu ololo qd
paler6alu!
(ur. 60.9t)
909
suel aurop
uottdo {ulo z6.zt)p>Jlos €s 60.9
Iruc 0 t'fZ)
9?'LL
(saqrur) SNOISNINIO
,,.XVlr{VlUV V t,l nln l
i.
a z
/5er
r= - -lT
(){ruc 09 t t)
89'
{-(ng \
.J
!
I
EVLUMA AREAMAX,"
DISTRiBUTION OF LUMINOUS INTENSITY 4OOOK IVIODELS
View complete IEs fi les at wwk.evluma.coh/products/areamax
Polar Candela Distributions: Vertical Plane (1) and Horizontal Cone (2) through maximum candela
4OW 4K V-D
Dome Lens
109 lm/W
235
70w 4K V-C
106 tm/W
7OW4KV D I69J
Dome Lens r.r;a
109 lmlw 34i
4ll
lilax Candela: 1693 at 61oMax Candela: 957 at 57" Max Candela: 940 at 65" Max Candela: 1737 at 52o
lsofootcandle Lines of Horizontal llluminance: grid distance 25 ft (7.62 m) mounting height
't-
\
:t0
....-_:.'-'--
:
.01 fc at over 3 25 mtg htgs .01 fc at over 3 25 mtg htgs .01 fc at over 4 25' mtg htgs
DISTRIBUTION OF LUMINOUS INTENSITY 5OOOK IVIODELS
view comglete IEs hles at www.evruma.corvDroducrs/areamax
Polar Candela Distributions: Vertical Plane (1) and Horizontal Cone (2) th.ough maximum candela
40w 5K V'D
Domelens ilb 2 '
4ow 5K V-C eei
Flat Lens 7$ 2
10: rmlw
5oo
TOW5KVC
108 h/w
01 fc at over 4 25' mtg htgs
rB6t
r{n
9t5
TOW5KVD
Dome tens
113 lm/W
I\4ax Candelar 1800 at 650Max Candelai 999 at 54" Max Candela: 947 at 62o Max Candela: 1869 at 556
Isofootca nd Ie Lines of Horizontal Illu m inance: grid dista nce 25 tt (7 ,62 m ) mounting heig ht
l
.01 fc at over 3 25' mtg htgs .01 fc at over 4 25' mtg htgs .01 fc at over 4 25' mtg htgs .01 fc at over 4 25,mtg htgs
Copyrighl O 2016 Epress haging Systems, LLC. Evluma, OmniMa4 arert\,{ax, ConneoLED. and Photoconrrol Faiha{e are trad€mr*i ol tupres tmaging 5)sremr LLC
All nghl5 rgerved Contmi rs subje.t to charqe !o. inlormationat pu'pore ont MEr bbr togo i5 a egisteed tradem.( of MET tabs
3600 Lind Ave SW Suite 140, Renton, WA 98057 425-336-5800 www.evtuma.com v
)
lI
7:
----/
:\
r '1F@l
j:.' se ]
\
3--1-
'J-' N IA
luau.raleld plarqs aprs-osnoH
'slueuJeJrnbar 6urlq6tl
lPluauuoJAuo tultads ssa.lppe
ol sluauaf,eld plarqs aprs lq6rr ro
lJal 006 asooql 'laarls lerluaplsar e
6uole pareld sr xeh eeJV aql Jr plarqs
apls-asnoq lerrdAl rnoA altl slle
plalqs aql xeNearv aqt lo lf,eq aq1
ol paleld ssedsarl 1q6r1 guana-rd.ro
aJPl6 alnpel ol suorlsod aalql Jo
auo ur pafeld aq leul plarqs a16urs y
suo!ldO
uol eurnt^s MMM 0085-gEe-SZt ZS086 VM 'uoluat '0rI atlns 'mS a^V purl OO9E
rov nlu zroo-d_L
tI OZIOI raue paddrrts*
'6urllelsur ajoJaq raMod llp pauuosstc
'(papnllur) deils ajll-6uol 'laals ssalutets
e qlr/v\ luorj aql ualspJ pue (Ial aas)
suollrsod aarql Jo auo ur oursnoq
xeWEarV aqt otuo plarqs aql d11: Ildrr15
uotlellelsul
laals ssalurpts abne' ZZ palutedun
rls!u!J I8 uolpnrlsuof,
tuau.ra)etd pta!qs
opls lq6u puP Uat 006 aleuralv
]uauraleld plarqs aprs,?snoH
saJrPUrLUnl cll xer{eerv lo slapotlj xlua-unl lleqlM alqrleduro3 'lr lupM no^ aJaqM Aluo lq6r; 6urpaga-r pue 6utpa]p Aq lllotl
adeqs ot,{e,u enrt:e:De ue sr plarqs sspdsart tl16!l V (S-L"l) plalqs ssedsa{
tq6n xphearv aqt qlrM tqbrlaprs/tqorllreq lorluol pup sspdsalt lq6ll lua^ard
NOrrdruf,sfo
Sl-I-XVY,lV
olf IHS SSVdSIU_L rH9Il,,XVWVfUV
lolros uld E - €S qIM xeHeaJV
S]UIVNIhNI C]I XVNV]UV H.LIM f']ELTVdhOS
AUOSS3ffVI
LU niA urof, eunl^a l^^ M 008s-9s€-5zt 2s086 v/l ,uoluau ,orl alns xis a v pur.t oogt
4uo .sodnd Elooe@olur rol .6uap ol DJOr
'l
lu.l!o)
pa{ir3r !q6u v )I' r4rIS 6u!6eu4 sa(Ll roleqr.pe-o e ! Xvl N:uv'vyrn]^l )n.suriEq 6u6pq s\aid! gloz O $tdol
05
00r
01r
0zT
%ot
%09
%08
o/ooor
00€
052 %ozt osz
092
oLz
crl rHs ssvdslul lH9n H.t-tA - OUVONVIS
. -c,
0€I."
0fr
0qi
097
oLt
08r
067
ooz
otz.
azz
0€z
plorqs ssods€Jllq6n = $I xowoarv = xvulv
08
OL
09
0g
OI
0
oz
0sE
anE
OE
0€t
0,
0z€
01€
onz
xpt{earv Jo lapoL! qlpa lad lndtno uaujnl ulnultxeul aql ot a^tlelal s! alpls ,o-)s-Mo1_xeuv
uo palapoh 'lndlno preMroJ pautldu.le o/oSZ e pue lq6ll3eq ul uolllnpal o/oOS e a^atq)V
NOtltSOd CtltHS lcts-tsnoH'CI]IHS lNOHlIM ONV HlIM C->9.MOI -XVWV :NOSIdVdWO3
lltwvl
lf,nootdluosslf,tv
NOITVhUO]NI 9NIU]OUO
slulvNlhn] oll xvt/,lvfuv H.LIM f]sll-vdho3
AUOSS]]fV
O'l SIHS SSVdSf UI IH 9I1 ^,XVl,,lVf UV
%oz
EVLUMA ConnectLEDrM
WIRELESS CONTROLS SOFTWARE
FOR AREAMAX'VAND OMNIMAX'V LED LIGHTING
CLED PC
CLED TBL
DESCRIPTION
ConnectLEDrM is a software application that communicates with both the AreaMax
LED luminaire for area and security lighting and the OmniMax LED retrofit via BLE(Bluetooth Low Energy). Enhance energy efficiency with dimming and custom
brightness settings. Reduce maintenance costs with connect and disconnect
functions. Every AreaMax comes with Faultcastr. built-in. Use ConnectLED to
easily read these maintenance transmissions from the ground.
ENHANCE
ENERGY EFFICIENCY
AND REDUCE I,lAINTENANCE
COSTS.
ConnectLED:
Laptop (dongle) and Tablet
versions available.
Dimming
Maximize energy savings when setting
custom damming schedules for anytime
between dusk and dawn. Dimming range
is between 100% to a 20olo glow.
Custom Brightness
The AreaMax delivers .01 fc at up to four
mountinq heights. Need less light dueto location (li9ht trespass), or energy
budget? Define brightness settings
that also save energy. Perfect for light
sensitive areas. Match with the Full-cutoff
AreaMax for the best Dark Sky Friendly
results.
Connect/Disconnect
Easily manage the use of electricity
from the ground during the transfer or
disconnection of service and save on
maintenance. Perfect for areas that only
require seasonal lighting.
Operating Platform
ConnectLED runs on Windows 7, 8.1 and
10 (laptop recommended) with a licensed
dongle, or on an Android Tablet.
Range of Operation
Operates up to 150 ft from the luminaire.
Line of sight recommended.
Licensing
ConnectLED connects to each AreaMaxand OmniMax individually. Choose
between the fully functional ENTERPRISE
license, or a restricted BASIC license.
Promo license packs are available when
purchasing an AreaMax 4 x 4 promotion
or OmniMax 3 x 3 promotion,
Connectivity
ConnectlED uses Bluetooth Low Energy
(BLE). Every AreaMax or OmniMax is
shipped from the factory with the abilaty to
communicate with ConnectlED. Activate
management and energy saving features
at any point during your o\,ynership of
either Evluma lamp.
Faultcast
Maintenance Transmissions
Every AreaMax and OmniMax comes with
Faultcast built-in. Use ConnectLED to
activate this handy maintenance feature
that reads the status broadcast from the
Evluma lamp during the day - the hardest
time to troubleshoot a lightl
OVERVIEW
Bluetooth Protocol
Windows 7,8.1, 10
Android Tablet
Licensed Based
For AreaMax & OmniMax
Evluma Proprietary
LED
con
TP-OOIO REV AOl
3600 Lind Ave SW Suite 140, Renton, WA 98057 425-3j6-5800 www.evluma.com v
@
EVLUMA ConnectLEDrM
WIRELESS CONTROLS SOFTWARE
FOR AREAMAXi\':AND OMNIMAX-,' LED LIGHTING
ORDERiNG INFORMATION
PRODUCT DESCRIPTION CA]AI.OG NUMBER REMOTE QUIC( RETERENCE
coNNECT/ DTSCONNECT
CLED-T8L-BASIC
CLED-IBL.PROMO
CI,ED-TBL-ENT
cLED-PC-W{01
CLED-PC-BASIC
CLED,PC-PROMO
CLED PC-EM
DAYTIME CONNECT
The lomp will come on ond stoy on for
l0 minutes then shul off.
DAYTiME DISCONNECI
The lomp will flosh 4x to confirm
disconneclion then shut off,
NIGHTTIME CONNECT
The lomp will turn on ond stoy on
NIGHTTIME DISCONNECT
The lomp will flqsh 4x lo conirm
disconnection then shul off.
CLED TBL A{OI
FUNCTIONALITY
ucENsE
TY PE
Lomp
Access
Find
Lomps
Connect/
Disconnect
Sei
Bnghlness
Dimming
Schedulelnfo History
BASIC
PROMO
ENTERPRISE
Unlimited
Ial
Unlimited I
Disconnect
Lamp is c!rently connected
Bas cr Con necvDrsconnect screen Promo & Ente.prlse Dimminq Schedule
3600 Lind Ave SW Suite 140, Renton, WA 98057 425-336-5800 www.evluma.com
ConnecfLED, Toblet Version, Android
orderwilh choice of license:
ConnecllED, Tobbt, License, Sosic
ConnecttED, Toblel, License, Promo
Connecll.ED, Toblel. License, Enlerpflse
ConnecILED, PC Version, Windows
order with choice ot license:
Connecll.fD, PC Lcense, Eosic
ConnectLED. PC License. Promo
ConnecttED, PC License, Enlerprise
Basic: lnfo screen Basic: Flnd Lamps screen
Screeos shots ofcorv,ectaED t'2 I fo[ An&iod Tablet
o e d '6
€Y_q,
BIDDER'S CHECKLIST
Project No. MEC-2017-04 (CL0212)Page 20 of 2O
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non-Collusion Affidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. Has the product descriptive literature been included with the Bid Form?
5. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A
VALID BID.