Loading...
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.