Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20161489.tiff
T DEPARTMENT OF BUILDINGS AND GROUNDS !_ r = PHONE: (970) 304-6531 FAX: (970) 304-6532 vIL COUNTY WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 RECEIVED June 27,2016 JUN 2 7 2016 To: Board of County Commissioners WELD COUNTY From:Toby Taylor COMMISSIONERS Subject: Change Order#1; Bid B1600091 This is a proposed change order to the SEP LED Project. The bid to replace lamps with LED on Buildings (B1600091) was awarded to Skyline Lighting Electric LLC. During the process of replacement it was discovered the photocells are also in need of replacement due to age and deterioration. The cost to perform this replacement is$2,136.05. The SEP funds currently have$1,048.05 of funds that need to be obligated and used. Therefore, Buildings and Grounds is recommending approval of this change order to Skyline for the amount of$2,136.05. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 6itt&//etrri) 02-0/6-1(719 /�f4 7-ea- lea 46 toil -. r + Cha110-c Order i/ 1 — Bid #B 1600091 Exterior I_,i(Yht Hxture L U pgrade + ( i 1) \ • Skyline Lighting&Electric LLC, 6/22/16 1980 S Quebec St. #202 Denver, CO. 80231 t )1'F (',31.1. 1 ( , Furnish fixture mounted photocells in the identified Weld County fixtures within the LED exterior lighting upgrade. 1150 O Street Greeley,CO 80631 Attn: Toby Taylor ITEM# DESCRIPTION PRICE Material WPS 13 LED -PC120 for (20) fixtures at$17.95 each $359.00 Material WPS 27 LED—PC120 for (38) fixtures at$17.95 each $682.10 Material BPS 27 LED—PC277 for (27) fixtures at$17.95 each $484.65 Material WPS 43 LED-PC120 for (17) fixtures at$17.95 each $305.15 Material \VPS 43 LED—PC277 for (11) fixtures at$17.95 each $197.45 Above fixtures include the(5) WPS27 fixtures at the North Jail Air Pods Above fixtures include the (8) \VPS27 fixtures on the Annex East Poles Material SLP 16 Series 120 LED--PC120 for (6) fixtures at$17.95 each $107.70 Total Sub-Total $2,136.05 Tax $0.00 TOTAL DUE $2,136.05 ziT 1))•<;!,,,;al —The above prices, specifications and conditions are satisfactory and are hereby accepted. SLE is authorized to complete the work as specified. Date of Acceptance: PO # (if required): Signature: Printed Name: CHANGE ORDER#1 - BID #B1600091 FOR EXTERIOR LIGHT FIXTURE UPGRADE - SKYLINE LIGHTING AND ELECTRIC LLC ATTEST: dirjeti �C [�o�� BOARD OF COUNTY COMMISSIONERS Weld C• my Clerk to the :oard WELD COUNTY, COLORADO BY: Deputy Cl: k to the Bo• Mike Freeman, Chair JUL o6 ZU16 APPR VEDAS. • NDI 4jPROVEDASTOSUBSTANCE:* Controller lecte• Official r Department Head APPROVED S TO FORM: /I/ Director of General Services County Attorney AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY& SKYLINE LIGHTING&ELECTRIC EXTERIOR LIGHTING FIXTURE REPLACEMENT THIS AGREEMENT is made and entered into this 2 day of Jill , 201Ag by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners,whose address is 1150 "O" Street, Greeley,Colorado 80631 hereinafter referred to as"County," and Skyline Lighting&Electric whose address is 1980 S.Quebec Street,Denver CO 80231,hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise,and experience necessary to provide the services as set forth below; NOW, THEREFORE,in consideration of the mutual promises and covenants contained herein,the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No. B1600091. The RFP contains all of the specific requirements of the County. Exhibit B consists of Contract Professional's Response to the County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2.Service or Work. Contract Professional agrees to procure the materials,equipment and/or products necessary for the project and agrees to diligently provide all services, labor,personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement.Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of b * i ^ to-6 - ao�� a�-�,` °path- /5/89 aoorg Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated by either party at any time with notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County•shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination,County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using,by whatever method it deems expedient; and,Contract Professional shall deliver to County all drawings,drafts or other documents it has completed or partially completed under this Agreement,together with all other items,materials and documents which have been paid for by County,and these items,materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked"DRAFT-INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties.No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services,whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder.In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6.-Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than$100,388.44 which is the bid. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s)to County. Upon termination or expiration of this Agreement,unexpended funds advanced by County, if any,shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year,without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution,Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers,agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes(if applicable)incun-ed pursuant to this Agreement. Contract Professional shall not have authorization,express or implied,to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in fqrce workers' compensation and unemployment compensation insurance in the amounts required by law. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent,which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has'an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to-be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement,assumes toward County. County shall have the right(but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents,employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain(as applicable),the property of County.In addition, all reports, documents, data,plans, drawings,records and computer files generated by Contract Professional in relation to this Agreement and all reports,test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement,whether or not such materials are in completed form,shall at all times be considered the property of the County. Contract.Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL"However, Contract Professional is advised that as a public entity,Weld County must comply with the provisions of C.R.S. 24-72-201, et seq.,with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees,agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Standard of Care. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents all services,shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results,reports,etc.,generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of,or payment for,the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Weld County and the State must be named as additional insured on the Commercial General Liability policies (leases and construction contracts require additional insured coverage for completed operations on endorsements CG 2010 11/85; CG 2037, or equivalent). Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations,goods or services provided pursuant to this request.Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Should any of the above- described policies by canceled or should any coverage be reduced before the expiration date thereof,the Contract Professional shall send written notice to the Weld County Director of General Services by certified mail,return receipt requested. Such written notice shall be sent within thirty(30)days upon receipt of such cancellation from carrier or reduction unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If any policy is in excess of a deductible or self-insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self-insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County,in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents,representatives, employees,or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality,technical accuracy, and quantity of all services provided,the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall,without additional compensation,promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall indemnify and hold harmless County,its officers,and employees,from and against injury,loss damage, or liability of Contract Professional arising out of the work done in fulfillment of the terms of this Contract,to the extent caused by a negligent act,error, or omission,or on account of any claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes,ordinances,regulation,law or court decree.The Contract Professional shall be fully responsible and liable for injuries or damage received or sustained by any person,persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act,or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities,successors, or assigns, its elected officials,trustees, employees, and volunteers for losses arising from the work performed by the Contract Professional for the County.A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain,and maintain at all times during the term of any Agreement,insurance in the following kinds and amounts: Workers'Compensation Insurance as required by state statute,and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act.,AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury,property damage, and liability assumed under the contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of$1,000,000 for bodily injury per person,$1,000,000 for bodily injury for each accident,and$1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned,hired,and non-owned vehicles used in the performance of this Contract. Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement,and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage,in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as'required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors,independent Contract Professionals,sub-vendors,suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub-vendors suppliers or other entities upon request by the County. 14. Non-Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder,without the prior written approval of County.Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall,at the option of County,automatically terminate this Agreement and all,rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15.Examination of Records. To the extent required by law,the Contractor agrees that any duly authorized representative of County, including the County Auditor,shall have access to and the right to examine and audit any books, documents,papers and records of Contractor, involving all matters and/or transactions related to this Agreement.The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions.Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes,war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative")who shall make,within the scope of his or her authority,all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative.The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Public Works, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a)personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c)electronic transmission via email at the address set forth below,where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es)by written notice to"the other. Notification Information: Contract Professional: Skyline Lighting&Electric - Attn.: Shawn Hoy Address: 1980 S. Quebec Street, Suite 202 Address:Denver, CO 80231 E-mail: shoy@SLE-US.com Telephone: (303)261-6154 Facsimile: (303)337-6172 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeeley,CO 80632 E-mail:ttavlornn,co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contract Professional shall comply with all applicable federal and State laws,rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations,representations,and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest—C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect,that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests.During the term of this Agreement,Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement.Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement.No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board,committee or hold any such position which either by rule,practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid,illegal,or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act§§24-10-101 et seq.,as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto,shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E-Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three(3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation,undertaken pursuant to C.R.S. §8-17.5-102(5),by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall,within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee,retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq.,County,may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen(18)years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a)is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c)shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis-Bacon Wage Rates. Contract Professional understands and agrees that,if required the work shall be in compliance with the Davis-Bacon Wage Rates. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional,concerning this Agreement,the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person.Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms.Both parties further agree that this Agreement,with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. 11) „j IN WITNESS WHEREOF, the parties hereto have signed this Agreement this (PI day of une, , 201k. CON TRACT PROFESSIONAL: Skyline Lighting &Electric By: s� _ _'-_ Date 2 Zc t cc, Name:_z Title:Pre_skg — WELD CC1 1� �• 'e ATTEST:Ce BOARD OF COUNTY COMMISSIONERS Weld •uoty lerk to the oar WELD COUNTY,COLORADO BY: / Deputy Cler to the Board � � a Mike Freeman,Chair JUN o 6 2016 APP ED AS T• PROVED AS TO SUBSTANCE: aziada I1/42 Controller i �� � • cted Offi'ial or Department Head APPROVED AS TO FORM: Director of General rvices County Attorney , ao1 �X I-+18c A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREETyl GREELEY CO 80631 r 2 DATE: MARCH 30, 2016 tc tG O_U N BID NUMBER: #B1600091 DESCRIPTION: EXTERIOR LIGHT FIXTURE REPLACEMENTNARIOUS BLDGS DEPARTMENT: BUILDINGS &GROUNDS DEPT MANDATORY PRE-BID CONFERENCE DATE: 4/12/16 @ 1:30 PM BID OPENING DATE: 4/26/16 @ 10:00 AM 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: EXTERIOR LIGHT FIXTURE REPLACEMENTNARIOUS BLDGS. A mandatory pre-bid conference will be held at 1:30 pm on Tues. April 12, 2016. Please meet at Weld County Bldgs and Grounds bldg, 1105 H St, Greeley CO 80631. Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Tues.Apn126,2016 @ 10:00 an (Weld County PurchasingTime Clock). PAGES 1-8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above-listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts,and shall, in every way,be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E-Purchasing System. The Rocky Mountain E-Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County— 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov. com . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. B1600091 1 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile:"I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room#107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed.and identified. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. B1600091 2 4. SUCCESSFUL BIDDER HIRING PRACTICES- ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E-Verify Program or State of Colorado program procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. §24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. B1600091 3 D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. B1600091 4 L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. B1600091 5 P. Non-Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God,fires, strikes, war, flood, earthquakes or Governmental actions. R. Non-Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest— C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a"change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. B1600091 6 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement,or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating"Should any of the above-described policies by canceled or should any coverage be reduced before the expiration date thereof,the issuing company shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten(10)days prior. If any policy is in excess of a deductible or self-insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible forthe payment of any deductible or self-insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the successful bidder. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. B1600091 7 Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs,with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of$1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator,covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub-vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub- vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages.Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub-vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. B1600091 8 SEP Building Exterior Lighting SPECIFICATIONS This bid is for a turn-key replacement of the light fixtures mounted on the exterior of various Weld County buildings. 1. Replace existing exterior building light with a new LED fixture(head). 2. The table below identifies all the addresses where LED upgrade will be performed. It is the responsibility of the bidder to verify the locations, access and types of fixtures. 3. A LED replacement fixture has been identified in the table below. Bidders are to provide cut sheets on all proposed equipment to indicate equivalency. 4. In the table below, identify the total amount for materials and labor for each location &fixture to be installed. Provide grand total of the project. 5. It is anticipated the bid award date will be May 2, 2016 with a contract and start date of May 16, 2016. Please provide an estimated completion date based on this. 6. All installations shall be environmentally sealed. 7. Contractor is responsible for disposal of existing fixtures. 8. Contractor will be responsible to provide energy savings calculations for new fixtures versus old fixtures. 9. Contractor must complete all work by July 31, 2016. 10. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 11. All work is to be completed in a professional workmanship manner. 12. Permits will be through Weld County Planning and Building inspections. Fees for permits will be waived. 13. Davis-Bacon and Buy American requirements are NOT required. 14. Bids over$50,000 will require a payment and performance bond. 15. Contractor will be required to enter into a contract for this service(SEE ATTACHED CONTRACT) PRICING TOTAL PROJECT COST $ COMPLETION DATE B1600091 9 d s 0 ) 3 a J 0 6 u a 0 ti 6 ) CO LC) CO N- 0 ‘1' N. V CO 0 rrr V N NCO CDN Lf) CA CO (Q u a a- - a) J T 0 ❑ ❑ ❑ a 0 0 0 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 5-W❑ ❑W W LU W LU LU W LU W W W W W W W W W W W W D J J J J J N J J J J J J J J J J J J J J J J N- r op r N —O r h r CO M M N r n r N NCO lO N CO N IN T-. N N L N N N r r r N N N N N N r V N .4- 4 CO CO co co co v « Cn CD CD (A CO CO 0 CO $2 CO co co m m cow co as a a a O_ -O O Q. a a a aaa [Loa. a_ a as as a � M N (hn N- CD CV V' N- V CD 0) rrr V NN r- co CDN LOG) co CD s A 3 J _ --' J J = + J 2O J U0 J O U J UJO LOJ � 0 JJ JJ J O 00 (J2 00 r 00 00 00 O ....� V) O N NO O w N O N n LO �v0 � O LON LOO LO Q) V ' 't m v .'co .r... J h r N N r N = Y Y C Y Y .n_. Y Y Y Y v 0 t Y Y Y Y Y S U 0 0 U U .. 0 C 0 0 a in 0 U U 0 0 0 M m 0 CD (6 C Q) M W CO Ca CU r m nu. m CO m m ; a a Cl) a ado a w a n. 0. - Na a a a m m m m ta c o m 0d m m m m m m m m CO OW >T N N )T N CD N CD N CU CD t sc N S- N C N 0) N N N W N Z (� 0 0 A m aa) 0 '5 aa) 0 0 0 (9 A 0 >. c >. i m >. L a) > > ma) a, m m - - - - a- - CD = Q) m m 4.3 > QQ mQ `) C > > > > > 0) e N N all m5 N5 ? yO C7 o0oQoQ 0, 100Q0 < C5o 5 (j C7 YU � � 5 - 5 - W w: d' 5 V5 a5 Ill:F. 06 CU -00 - r Z .C Z .C 7 > C ••-• a- r ' r � rrr ! > N- U .j u) ..a• .11 -' O .: 0 ) o Na ai os Yo cY 5Z c± cm cZ ° Z 2. Si co � 2 mz° cZ cZ co ) > 0 nR r • o ' o ' r 'O N la r ' 0 f 'O L n ,.. r •- r u) m < m m to a0 OCO E O • o 0 • LO t. 0 N ' O CLO - O ° r ELO £ LO N 5 O L. rar a 'ct a 'ct V DLO 'A CM £ r � r 0r or an ma r Cn 03 co d O) < rmrmr mrmr < r Qrmr 00) n. T- 2r 2CO 2M ri ri '7 NN V N r 0 (O Or r FA V- h N (0 r LO In r N (O1- r CO (OC N O 0 J 0 0 0 0 0 0 0 0 ❑ ❑ ❑ ❑ ❑ ❑ CI CI L. ❑ ❑ Y ❑ ❑ ❑ W W W W W W W W WW W W W W WW WW O W W to W W W J J J J J J J J J J J J J J J J J J C J J ❑ J J J MM CO CO M N- Cl) N- MM co MM mN- co N- co N- N- W M1- co r r V V V N N V r ar r � NN NY N 'Cl- 'J N NJ r N r CO CO � .a) U Co CO CJ) C/) co co co co co co co (0 co co co 7 co CO v C/) fo co as o oa. a a a a a. as a aria. a. a as v nano_ r o r r rn m (O r N .--,.--. o 01V NN 'ct N r (O (O r r N Nrr � rr rrr (p � r COW COQ N 0 W00 t 01 O _ 2LLLL Dr- D W J 2 J J J J v - �= J J J .± O J >J J D J U 2 0 0 0 0 D J O 0 0 0 r 02 O J LO N 2 C in (O Lo LO O2 O a, O J O a-O (O = O O O,C2 L O n o O D CO V' 2 O O N N r r O C O O M C O .r...r_. O) L I/2 J Y ._.2 C❑ Y Y Y Y Y SW S r- `" W Y Y EJ tY , Y Y O O 0 ._ I_ O O O O O .c 0 0 0 O o a o v O o o d � 0 00 [0• 0 [i d d o)c a 0) -t -c, (a0 m Z al m as m cLLu. o m m m m m vLL v a Z0- m e m cLL E ma m m co r,, mm m m m¢ > 0 OCO � gjcogl g <°n C aa) a) C° ` c a) m T .C «' O r T a) V a) a) & a) C 0 a) To +-' C T N r• T N T M T r a) w T V O c t 2 = a) m "- o 0 U 0 mod °7 0 (.9 m a) >. Td a U 0 x U' ' > ≥ r N 0 0 o )) u) a) m a) N -- 7 oQ ul � ¢ n > Yi- ; _ 2 _ 2 _ 2 > > 0 a) � OJ 0 > G ) a) al Qa0 o C?aC? aQ �YC7 Cif U. � r oQo o ,,, cw:o $ i .r i I oft a > ar; • - o « - L LE 2z 2r •20 t` . 0 r= 65 r � r C/) 0 N +% 0W ` l en -CC9rUinC7 �nvOa `- gip � p � p corr..- oa tg � � 0 W� o � Z v z lc v- -0 -4- Q = � Z t ' t t c Z � o M N 0 = = 2 t o) O C c c o O-- co to O O r N w' o r - M "'' O to 70 _ (.‘i —CO LO Ct1 O O (30co O la M Or Or Or N - )O r- E (O XI r C) Or a) r OM 03m 2M N V NZ HZJrE , ZN ZNZN O. r am 0- rG. r � rCON N ci N CIDCO r r N CO COr � r 0, s; 0 = m w CS = Cr J O X N O N LP O N T- a ❑ O O O a a N ❑ ❑ ❑ ❑ w n c p_ w w N w w w w w N J O U O J JCo J J J J J N n „ — n ch N- m N- .C N s. +-1 L. N r CO N NNr N a N N N CO 3 -O CO O a CD CO a a mV m co d a w • J N A-. _� CA 0, r h CO COT- � r01 � C7 'O X Y O 0) O C C Z C- IO 7 N N C3 CO N = J J U- co = O S a m ..„1 J O O U C° f c, o U J LO 0 4 NN N 0 U > v C+) co V � L3 y y J L t - C Y C . rvU U U O O) O) N V 00 O C• — q NCCD d d i... J Jad CO 0- N N N N C C t:B_ _ _ -O ` 7 O L N @ f6 O O O O w N fO c0 N• (a rococo 0 5 5 aa. ❑ ❑ w5 5 � m E Co N ' . U O C r a0) C-, LL C O J Q O C `. co CU U o > � 5 > m >, a; N J >, a)a) a a) a °1 0 O > N N N C N Ca N N Z my ZO �a dc? ;o C7 w N N C7 N _ x N w N O N .5 N g a .to 21° Caw to (I Co m1 CO o « c = Joao d � H � CON- o co o N co o r CD O .(p0 W O or C N O N O N '-1 O N a. T- N O O C N J: N L N Cn N V Hr > r ?j O) a CO 0 CO 000 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1600091. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids,.to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID# PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -8. B1600091 13 ADDENDUM #1 -- BID REQUEST NO. B1600091 EXTERIOR LIGHT FIXTURE REPLACEMENT-VARIOUS LOCATIONS Buildings & Grounds Dept. PLEASE ADD NUMBERS 16 THRU 18 ON PAGE 9 AS FOLLOWS: 16. Bidders must work with the lighting manufacturer to determine which fixture will provide the same lumens as the existing fixtures installed on the site 17. Pursuing rebates provided through the utility provider or other mechanisms is the responsibility of the winning bidder. Any refunds/rebates achieved should be paid directly to the vendor and included as offsetting cost within your bid pricing. Refunds/rebates (if available) should be included your bid total price that you provide. 18. If the vendor is proposing an equivalent item, the vendor must include data, cut sheets and other pertinent information to show how it is an equivalent item. 19. The lighting contractor will recycle and/or dispose of replaced lamps in accordance with the Colorado universal waste regulations (6 CCR 1007-3 Part 273), or the Colorado hazardous waste regulations 6 CCR 1007-3 Parts 260 through 268, 99 and 100 ***Please sign and fax back to Weld County Purchasing a 970-336-7226. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE APRIL 12, 2016 ADDENDUM #2 BID REQUEST NO. B1600091 EXTERIOR LIGHT FIXTURE REPLACEMENTNARIOUS BUILDINGS Buildings &Grounds Dept. PLEASE ADD NUMBERS 16 THRU 20 ON PAGE 9 AS FOLLOWS: 16. Bidders must work with the lighting manufacturer to determine which fixture will provide the same lumens as the existing fixtures installed on the site 17. Pursuing rebates provided through the utility provider or other mechanisms is the responsibility of the winning bidder. Any refunds/rebates achieved should be paid directly to the vendor and included as offsetting cost within your bid pricing. Refunds/rebates (if available) should be included your bid total price that you provide. 18. If the vendor is proposing an equivalent item, the vendor must include data, cut sheets and other pertinent information to show how it is an equivalent item. 19.The lighting contractor will recycle and/or dispose of replaced lamps in accordance with the Colorado universal waste regulations (6 CCR 1007-3 Part 273), or the Colorado hazardous waste regulations 6 CCR 1007-3 Parts 260 through 268, 99 and 100 20.This is NOT an all-or-nothing bid. If bid total is in excess of grant funds, bid may be split by building to achieve full use of grant funds. IN ADDITION, PLEASE AMEND THE TABLE ON PAGES 10, 11, AND 12 AS FOLLOWS ON PAGES 2-4. **Please sign and email back to bids(a)weldgov.com or fax back to Weld County Purchasing A 970-336-7226. Thank You!** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE APRIL 20, 2016 0 a •3I- 03 0 .0 m J in co .` C) co co C G d coco O O r N- O N- N- N- O O N- N- O r-- ..... N N N. N- N n N- N- N N N- N- N N- O r - N N r N N N r r N N r N To co (O apCh 0) N V N- [f CD CO 0) rrr V NN N- M (ON If) 0) F w C (o C C C) 0 C) vs N C) '=o a m m ❑ ❑ ❑ ❑ ❑ a O 0 O O ❑ ❑ ❑ ❑ 0 0 0 0 0 O Gin W W WW W W W W W W W W W W in W WW W W C) CO J J J J J w J J J J J J J J J J J J J J J E N N CO N N O N N- N- M M CO N- IN N N N. N. CO CO I- rrN N N NN Nr V' N W N CO CO co Co fA N N co a3 0) Cl) co w In (n co :% co co W w w co co J .. a a an_ CL 0 a oa a a o. n. o. a Oa as as as (-0 NM (NO n 0) N � N. V CO O 0) rrr tNN hM (ON i00) d o. ~ 7 22 3 J J^ J 2 J^2 2 .-. 27 DD DD 2J J U V" = J o J 0 J 0 J I O J ^2 J J J J J • O O U co I- O O O O O K LL7 n l0 w 0 N 0 w 0 N 0 N LO 2 r c) n 0 .0 N CO 0 it C .�...vv C C C CO J "C N .N r �. Y Yr a Y Y Y � Y Y Y Yv O g Y -Y Y v Y U U 0 U 0 r U C U 0 U U t0 p U U U 0 y Co co U CO (o C N C) W CO CO CO CO c.c.$) 10 (0 CO CO ` a Cl- Cl) a a w U a w a a a a in a a a a • m m m m m o m as m m CO CO m c m m m co m � a a m 11) m O) N C) m > Cl)> > > 0) > d O N C N N �N n cu c 0 c O 0 < < N Q Q 2 Q 0 0 0 m 0 CO 0 .Z r TO ir/5 m 0Q O5 NU O) • >. a) • >. 0) • > 0) • >+' • T coU 0)U C5 L O >•Cz T C) CO .C = C Z C) C Z N C Z w C Z N N Z CJ 2 c 2 O U To Z C) O W Q d r 'E O -0 O 0 O N "O N N a C) c- 0 C) ,0 "O (O +p-' r w t r N Q Iii O 0 C U) : O w rO `) r0 10 r co C) w0 N N r0 Cl0 .- O O � C) � LOU) ✓ 0 V r J J J J M E r J w J r 0 0 c J C0Ma` rn QrmrC7m 0 CON- 00:1 .- 0 < .- 04( ‘- 03 .— Uo) a 2Zr02M0 d -Ow m O a m JI co co .` 0 w a7 2 r— n O o O N- N- N. N- N- N- n n N- N N N n N- N- N- N- N- N- N N r N N N N N N N CO C NN CN CO r0 0 r NC N. N rU) .- r rr N CD Cr ❑ ❑ W W J J W W W W W W W W W WW W W W W W W WW O O W J J J J J J J J J J J _I J J J J J J J a) a) J co co co co Co co N. co h M M co MMI- I- CO N- CO JJr C C C C N C N C N C r C N N C N C N a aao .92 a a a co a s as a a a a a a o aao = = a ? ? 3 3 3 3 3 3 333 3333 3 ? 33 ? ww3 co CNNC N CO CO NC N. N 1,2r10 1,2 ;.: rr N- O Cr I 2 2 2 J :lea = W O 7 _ J ❑ LL 2 J J J J = � _ = J JJ 0 .C_. 0 J U 2 2 2 "2 l00 1f) N 5 C 1OO U) l00 up O �' O J p �p l0 2 O IO � t ... N... CO C = O O N N .r_. .r.. O C O OLD C O r .r... ... CA t Y YV2 .b 0 Y Y Y Y Y �W yr W C. Y Y v J O O a) O O O Ocx) CO CO m C m m v L W {Op O (a O O' H z a a r O O Da. a a a a E 2c C �O �O a r a ❑ p p g; d N ca CLL LL --I CO N N CO CO La.- V V Za (0 C C �-al E 3 O :- cE) v3 3 3 3 3 mm m CO mQ 3C 3 vcoLL �m N - r T >. >. >... a) > _ di N 0 r m N 0 CO 0 0 m 2 > C - O I: Q U > Q > a1 O 0 _ V01 N 10/1 a) 10n a) O t Q i I > 0 0 c c ra .p >0 0 0 > 0r 0 UP s n _ Q a : a -a - a ¢ ai aai r Cl) 0 a >o z > in c � o � in to cn x3 N Q 0.1 WO >.m T O 0 `r T O 1n a C7 `° >,L. O a >. O O O O O O m >.3 5 C 0 G O 0 0 N 0 N 0 Z 0 -, _ -) _ -1 _ Z 0 O E m N E Lc) N N L in Oct, N N E o a0i >s t00 O 0 N I: Or r Or r Or N O rn N co O O Or. XN �" (a a7m OM or or Or a) as �.. 2M02M0 Ili 0 NZC7 NmZCjJ cr0zN ZNZN a2roao) m a• •5I— to 0 0 a R J 0 R t 0 R 2 O N- O N- N- O O O co O O N r N- N n r N N N N N N N N N r r r r g th CO CO V N at N V CO r r N. (OWE M co r y ❑ W CD J C CI 0 r W L. O t >. >. T J T CT C c O C O C N-5 O O O N O ` 0 a aX a w a ' y W• in WW W W — O W W cW W WW c _la _J J J (a J a7 O N J J R J (a J J J W CO co N J .- N co O' N crR Q N O N Q N N N N V (n N co co c0 a) fn O V a) to CO r CO a) CO CO W N Y a) ▪ o � � a ao w a a aaw a aaIL 0o ac) J J (n J a C o = L Mm (O V (�O NV WCII r I� O0 MC7r � N c N a U C N N lo N S S S S 03 =J N in J J n 2 J J LL y 0 o2 00 J MLLE O O H2O @ R On ._.---- .n.. J OUC.J LL .rte o J CO NI�v CO o .r... CrM 0 L L O ...r r U O1 O) O a COO Y N N O MN L_ CD O @ J J 0 R 0 C 0 a O a a c a) N a a ter. c c COaa O ._. faa - - ° d c — — a) a 3 3 - - O) vO) oo in m' c°nv) co 0 3 a0a ❑0 ❑0 � � E a o) R J O >. y0 >, 0 J O N a, 0 R C N 0 0 V O O g 0 o) N a) C O J 0 a 0 N 0 o O O • J > d $ a) Y (7 co 0 m 0 o >, a a) a • R - `J . R _ c o O In U YO o �� u N N aciOo � x > ad `mmd d ECD aa O_iA O4.j m .j (O m 0 CC -' 0 -Omm c ¢ m .b 0Wt. CO o a) m s'= � co OON W U o rnW 2 = c= W I o60 I W ( n w ION 02 22 w � O) •c � > E C2 R 0) QO x = a) t= a) 5 w .O C C ) N- N r o) cu n COO .lam — co J CU) O CO C'R � coO a) r CN a) ON a) a) N o Ca LO O r r O CU a) O ON O O0 O CN L2N t N Z co 5 ar ar CO C.) N U) 0 V J Hr > r > a) < 00 0 CO 0 < CO . OD Below are the answers to questions asked at the Pre-bid conference for the Exterior Light Fixture replacement at various building (Bid #B1600091) conducted on April 12, 2016. 1. Can the mesh on the rear of the jail walk paths be removed in order to get to lights above? If so, who's expense? Answer: Security mesh must remain. Contractor must to plan access fixture accordingly (e.g. boom lift, ladder, etc.). 2. Is electrical permit required? Answer: It should not. These replacements should fall under maintenance. 3. Is there a preference on manufacturer? Answer: No. However, the any alternate must include cut sheets to show equivalency. 4. What color temp is desired? Answer: 4500K to 6500K 5. Can the fixture be Design Lights Consortium (DLC) listed? Answer: Yes. Recommend working with prescriptive program to verify what is permitted to take advantage of that program. 6. What shall the wattages of the replacement LED fixtures be? Answer: The bidder must work with the lighting manufacturer to determine which fixture will provide the same lumens as the existing fixtures installed on the site. The current wattage of those fixtures is shown on the table in the bid documents. For example: 250 HPS indicates the fixture is a 250 watt High Pressure Sodium. 7. Are all of the existing lighting controls to operate as the existing fixtures currently do? Is it the contractor's responsibility to determine which fixtures require photocells? Answer: It is anticipated the existing lighting controls will be reused at those sites where controls are in place. 8. There are some proposed LED fixtures that will have need to be submitted under the Custom Rebate program with pre-approval to have the exact rebate amount identified. How was the County anticipating having the contractors determine the Custom rebate amount to be reduced from the contractor's proposed cost prior to pre-approval from Xcel Energy? Answer: Use the prescriptive rebate program only when developing your bid. 9. Can you please let us know who the power company provider is for the following properties? Answer: Xcel is the utility company serving all of the buildings with the following exceptions: a. 2329 115th Avenue, Greeley is served by Poudre Valley REA b. 4209 County Road 241/2 Firestone is served by United Power c. 2950 9th Street, Fort Lupton is served by United Power. Below are the answers to questions that occurred for the week of follow-on questions for the Exterior Light Fixture Replacement at Various Buildings bid (B1600091). 1. Please clarify the note at the end of the fixture table? Answer:The NOTE at the end is left over from some preliminary work. The note was updated in the attached Addendum#2. 2. Are all recess cans being replaced or retrofitted with LED lamps? Answer:Yes. Some of the recess cans have bad ballasts. Therefore,the entire fixture needs to be replaced at all locations that identify cans with a new LED bulb. See Addendum#2. 3. Is all lighting 120V? Answer: No. The voltages for the light are listed by building in Amendment#2. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No.#B1600091. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM Skyline Lighting & Electric BUSINESS ADDRESS 1980 S Quebec Street , Suite 202 CITY, STATE, ZIP CODE Denver, CO 80231 TELEPHONE NO 303-261-6154 FAX 303-337-6172 TAX ID# 27-2427351 PRINTED NAME AND TITLE Shawn Hoy, Owner SIGNATURE `51Yrg�L E-MAIL shoy@SLE-US.com DATE 4/25/16 **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -8. B1600091 13 SEP Building Exterior Lighting SPECIFICATIONS This bid is for a turn-key replacement of the light fixtures mounted on the exterior of various Weld County buildings. 1. Replace existing exterior building light with a new LED fixture(head). 2. The table below identifies all the addresses where LED upgrade will be performed. It is the responsibility of the bidder to verify the locations, access and types of fixtures. 3. A LED replacement fixture has been identified in the table below. Bidders are to provide cut sheets on all proposed equipment to indicate equivalency. 4. In the table below, identify the total amount for materials and labor for each location &fixture to be installed. Provide grand total of the project. 5. It is anticipated the bid award date will be May 2, 2016 with a contract and start date of May 16, 2016. Please provide an estimated completion date based on this. 6. All installations shall be environmentally sealed. 7. Contractor is responsible for disposal of existing fixtures. 8. Contractor will be responsible to provide energy savings calculations for new fixtures versus old fixtures. 9. Contractor must complete all work by July 31, 2016. 10. Work will comply with ail applicable Federal, State and local laws, ordnances and regulatory requirements. 11. All work is to be completed in a professional workmanship manner. 12. Permits will be through Weld County Planning and Building inspections. Fees for permits will be waived. 13. Davis-Bacon and Buy American requirements are NOT required. 14. Bids over$50,000 will require a payment and performance bond. 15. Contractor will be required to enter into a contract for this service(SEE ATTACHED CONTRACT) PRICING Base Bid Alternate #1 TOTAL PROJECT COST $ 100,388.44 $_66,787.33 COMPLETION DATE 6/15/16 61600091 9 :,-.4't"3 r OO 0 0 0 0 O 0 nmk 0 0 0 ? 0 0 0 0 0 0 0 0 n 0 0 0 0 0 0 0 0 0 0 P' N O N ' N co O N N N 0 0 N N O N m to 6 N 0 R�"i I9 Vf NN In 10 I NN N I CI N NN M W a NM !9 3 .5 2 f9 N Vl VS* e� ot,J N N. to r ,- r- r 0 / 0 A co co N n - N N r Nv. n N el ?m.fr,, m N ' N O 0 P IN N 0 N 0 f m N 0 0' IO }r'E❑N c n 0 -- P 0 0 m - - a 0w 0 w Cl N L9 P " In f'0'04' w In ® 0W I9 f9 0 I9 s 19 In I9 a ^N - p H Ji' N n 0 r P O P r r co N P n N O r 0 0 r 0 - ^J'S N C P N P b O N - m F NN P 9 r CI M N r m P 0 N N 0i c..: n N N 04 N 0 Fa nN'. CO. 0 0 (I N- O N n m 2 0 P a n W N M ai ^y N a M O M ^y a a In I 0 q N a Vf 0 I9 NM 0 M N ze O 144 N N O 00 O O N N N O N 0 N N 0 N r A N O &M_O N N N a N 1` N N O N n Ni n o o Cj m:2`I. O N O N m 2 m 0 N m IV 0 0 W C Iy m 0 a P N O 0 '1:<J�.x N _ P N P 0 I M N w n N N VI '#''-Ag^i di 19 H a . tli M 19 19 N W W N N 1A I9 N I9 0 e9 2 PtlF{I- p q—.e. 0 0 O 0 N 0 N N 0 CO O O N m m l0'), b tN. O 0 0 0 O on CI r.0.t 0i-- co 0 0 0 CI O CI 0 C 0 m 0 0 0 0 N O 0 CO N Cl 0 0 O n tg��0'5��▪'��� NN or N PN y M W I9 H N M 0 0 0 W I9 OW I9 N NK N N S N I N al. m r ": Z9 O i[ N N N N N N > Z N N N N N N N N m N N N N N N N N N ¢p'': , m i m i m . N , m i m O i m . 0 , 0 , 100000 . m . m_ . m . m . m_ . 0 . m . 0_ . m o ''44 N 00e .— o 0 0 o m o 0 0 0 0 0 0— a k' - SoSecoo_toomco8_ ; 222- brbEro2522o %ZOo� o2CS % C0000mcog .- b_� N ecata 020 04 E5 , 0 mE 20 N m E 2Qm 5N 8m. m N CI ' ' > > 4242 0 N' N > N' > c0 > > N ' > CO > N COm 4'2 CO COm 42 CO 22 C o- CO o_ o m m m m m o. A m g m m m m o m m m m a . La a w w` w` w We a S W we W a w we a w` we we W vo w W we we w` we we w` we 0. 3 3 3 3 o - 3 3 3 3 3 > 3 3 3 3 3 3 3LL J J I Intl N 0 ca 0 O ✓ N 4 N N t0'), N m RN P N Q m 9 9 3 Q O N 2 0O, N m 0 a 'L mlL N 0 Nai O m P 0 t• t` ^ P N N ' 0 N CO 10 C ' M r I-1 I9 4 3 N PW W N In a a 7 a a y 0 M a a M W N ., In ITI ^ 69 0 a 0y/ 6'm V! I9 08 1 In N C) f` In N P n P m OI .- r' ,- P N N n CI 0 N N 0) n P 01 n_ o E _ v w W W J w W P ty W -I W w W J W ? J w W w w W w w ...I y E_ J J J J N J J J J J > J J J J J v n n n K ' n n � C n Sin m GI - 1St N N N N N '' j N N N N N N P N P C. Im:a�.ati co co CO co to m p CO CO m m w m co VJ In o In co CO CO co co N .x m�5 3 3 3 3 3 3 & 3 3 3 3 3 3 3 3 2 3 3 3 3 3 3 3 3 3 £ co 8 o. ,,cat. co N 0 coN n 0 N P n P 0 0 - 1 ^ a N N I� N CO N N 0) M P rAfte a {j 2 0 -I U Jr, s -1 n U -I U j ? _ J o o J i.,- N O y q O N U 0. N O N O I. , J v J v re :-A,,t ` C Y `P' .P.. N 1.1 C Y y J 2 0 V —ii O Y O U 't-u ti m ` m 3 e. 0 'c `8c 5, w` n a 2 2- w', - In a 2 2 2 a ° 6' 0- ,.•KE.A00 a a a m - a c o a a c _ _ o 3 3 3 3 3 3 o. 'n 3 m 3 3 3 3 2 3 3 3 3 3 tj ...17. x 0' E _. C `� L C c c a d 9 m '‘.7:44'0 oE — - N 1 N C C C C C �l y `I , 2 d pad 0 N C .NC m Q 0 0 O ' U c Y Y dU N .. 0 e ? F 0, m 0. m 02 ( F5 0 0 0 `o ,, 0 Z0 m w 2 v Cam.: J n a `° a c c b 'v ? 0 N m C E 3 n > 3 In C m m. ca 5 o c = 'm E O L c E c G a 0. E m 0 '5 m' m' E c = C s — E E E E .:�a.�;h:_ m o m m m w < b a a 0 2 a a a `v 2 I I Q Q tE m tD o U U > 2 2 t • . [`..' r 'n 't 1'. r 9 N .y E��-� •-• N CI O in t0 19 0 0 0 � � N N N N N N N 2 0 E E o 0 0 0 0 0 q o 0 0 0 0 0 0 2 0 00 2 2 2 o a o 0 vi d o N o 0 0 0 o O E O 2 q — N O n O N te 0 a N o N m n N _ N N N _ 0 On aN. u o w w w a a w q a w _ W '^ w g w w a a 0 a teea a a W a IN DI 0 °i o a v0i N m n m 0 a 0 a CO N N 0 ° o 0 ° t° ° O N 0) F03M ^ W q 0 P- - o o0 0 ^N Q O 0 0 In m f0 n - CO y0. W a a a a a a a a a a a a w a a Na a a a a a a a w a na 0 N O N m '' q - V. O a . CI 0. N m CO O o NCo N 0 O O O N N N N m N O < N n CJ O m 0 r N q 0 N Q m m m 0 N N- n In N 0 v, N r 0ra Y O N N - 0 M qa a In a a a a a a w 0f a a a f0 a a a '^ a a a qa w w a a F. En a O O 0 0 0 N O N O N N N N a n a a 0 N 0 n n b ND. ° ° O n N O O N q 0 6 n co 0 n 0 q m q' 0 p n 0 Cn' 0 0 q g 0 p at co q ' n m O a ' n p N Oa as q O- n a Na O N N a a a a a a cc coy a a a a a a a a a a 0' a qa a n 0 0 n m O co C 0 0 0 m o 0 0 b o CO o co p 'n0 o n con o o m o 0 " 0 0 p O N a N O 0 h N 0 el 0 1 O O co 0 bO O 0 q O q 0 N en a a a a ,- o a 0a a a a a Na a a a qN a a a a a 0 a a a 90 a F- . 0 0 a , 0 i0 im , 0 i0 , m im , 0 , 0 , 0 . 0 I0 . 0 . 0 0 . 0 , 0 Dpi ~ XYjv( , 0 , 00 I N i0 im a E E 2n P 2 E 2 20 ..0 2a ? __ E E 2m E Po9 2 ° ¢ ° 0 m 0 W 0 C m C m 02 0m C01 20 C o C o C 0 C O 2 m 22 22 0 02 Cm F N O N 00) 0m ai > 02 0 0 0 0 w` j e w`t w g w g w` w`r w t u w g w .. w t w 3 w 3 w w j w 3 w > W m W m w w` c w t w i w t 5 55 S 66 a 0 0 CO 0 0 9.- lN el V _ O X00 a 0 0 O a q cm n 6 o In N q 0 0 _ 0 0 RI 0 N N 'EE N r 0 0 O 0 a- N- 0 N O p0 CO J, 0 in' 0.P CO ` tin v. N a a a 9.a a a a a a a a a a a a a a a a q a ^a a na N N N P N 0 N 0 N V n N 0 — CO i- - - N 0 O In 0 CO Q N E E E E m e .e 2 a o m ❑ > > ❑ 0 0 ❑ ❑ 0 0 0 0 ❑ ❑ 0 ❑ ❑ > 0 0 > 0 0 ❑ ❑ " ❑ ❑ ❑ J W In W J J J W W W W J W W W i J W = = W W -I J J J J J J J I J J J J J Z a In n q q q r N N 5 n In Z W W n N y ! N' In J < V Q N Q N < Y Q V J N pD . N N N ^5N Co CO 0 CO CO Co Cl) 0 Co >N Co Co Co Cl CO CO y 0 0 CO 0 CO 0 q>0 - J > > > > > > > J J ❑ ❑ J 3 > 03 J J 0 0 N 0 N ❑ a a a a N CO t N 0 N (.2 N O IN N a 7 N a 7 - " 0 Q .- co 0 f0 a co o S 2 e 2 = S o 0 J J ? in o E J 2 J o w o J J a 0 q N N - - t� 0 c. 0 0 v 00 10 �_ F OL O n ___ J N N- - 3 V U U U U C a q W U o - y0j 2a j 0 L y0 co y ., 0 N f J LL ❑ 0_ 0- _ a a a - a _ L 0 _ N h v 0 a N,,, Z 6 co 0. v O• 3 3 3 3 . - m m .o ¢ 3 ❑ 3 " ¢ E 3 m 3 3 LL K n m m U n E y j0 2 0 Nv N N Cl 0 L 0 0 CJ 0 2 4 Q O N N q In q Cl) N N CI d 0 2 2 a I N In < N co m U U U U W ; v O a 0 q N N N y 2 2 2 2 I - 2 °- a a CI, a `a `a a a a C) m a) C) °' C) t a 0 0 0 °a' CO m m c U2 E o `o i i .' i i i a n 3 0 0 0 0 0 3 m w U U _ `m `m m t CD v - - - ' - - - m m 0 0 m n m 0 -` c 2 a E E E CO n 0 3 = fl c 0 Co a a a a 0- a $ a` 2 2 1 I CO - v 2 0 t 2 t 0 t t c = = L. 5 0 0 Z 0 0 �p q 2 a a IN CO CO 0 (.- N q 0 N 0 0 0 9- N q V n 00 N 0 IP N N q o q CO q q CO CO O 0 V V Q O 0 V V V O 0 N 0 0 N N 0 0 0 0 c O m E E E 0 o o o o 0 q c • 1m' N o m V 0 N M m O N O Y M 0882 Ny U U p U ry 0 9. w N COO N N m 100 m m W - -.n, N O SI m m 0 oi 0 0 N O n ui O N N °4, Z N m 0 .4.- N N m 0 N mr CO 0 aN. 0 a -N Q U O N el N g s s C M W F'U O �'• 69 m M e9 e9 S ea M la 'r,. a m N CD : CO n m e0. C.) a m m Ia m_, 0 m, cocr, 10 m N '� d 0 N N um) m a n m 0 co im m L° c'. ea CD c h a m CO ¢To E. v a cci 05 N h w w w w a w w w tl1 "m w _.w, E V n w a m 0 m A N n O 0 r r N 1° 0 N H o N Co q E m r m m m 0 CO m c0 h tO N h m Q 0 O ED U fV M M M H a aW W Yi 0 M 0 N f9 N p N 0 m 444 m W o m ami, cmi, m m n o o m o r1 0 0 ? m m z o m a a m m a m oo m m w N., la r m 0 m n m o t9 o m H H Q to it m go' an 6, N .- y m 69 0 N 19 y0j e9 m el ea M 69 eq m Q N O K m F CO w to N 0 Y o N N H N N N N N N N ac IMO 1W0.0 2 0 0 f Y . 000 . 000 0 - 5 i,,,,,,, .2 5 2 259. _ m VS 0 5 0 5.2 5 q0� O s g' o ;3 2 $3 2'33 9.13 3 E o E E > E m o ¢ E E E m o >m LE, Ea >o 0 c m N >N m c o c N > C m m O m C . C f.,,. .:, . .,, non, . .:, m m C 0 W • W ; w V) > WF.1 0, wcIw w` w`3w` w wc� O '> w` a 0 m m S 0 n m o n m cr o m m f 1� r p CO N 0 • en m •m m 0 m a ,5 n `w g w w w m w w w w w - m w - m w e) •- CO m r — r m m m m m COer m E E o E _ ai• a ' i w 2 0 > ❑ `m W u ❑ ❑ 0 = ❑ ❑ - ❑ ❑ ❑ J > m ' J J -9.l W J J W J J —I > 7 N Y 2 Y N CO E Q_ N N N r N r CO 6 ,m mg co `m Z mv N W CO m CO E ❑ men ' ❑ 5 'o w w 5 N e J 3 J CO m CO m m a a n r m m r r 0 m .- m 0 m m m = Ja J J 00 O 2 ; 2 J E U U U 1 O m O 9.1 J 7 T NQ O a t;• r r m Y O N O y `. `, " A a m E c 2 m 8 m E _ 0 = m a a_ . o a n a s a m a m ti m a E m m m m h N 3 0 E 3 A r Ca `, r m 42 v `m0 0 0 w @ O 2 0 J o N 0 d J J J m m Ol < m U U U a g x 0 m _ E E w c m c Y Y Y x m '`,- 0 u m a c x x `w `m `m 0. a m m m C U a a a m 2 2 2 m m a a 0. a a a CO m 0 0 c .. a m _ .. m m m c @ - - y am a a' C°1 0m m wm w w 3 3 (2 m' m' W 3 3 3 ' > 0 x x i I I i i O L_ .c L = C C N m m 0 0 m O O a a a a L m m t co CO CO U 0 0 U U CO Y) CO CO 0 0 0 CO N m 0 0 CO 0 1'- ,.,� s 7,e Fa} 1a,ea'6�" ,J' z g S rne' Lig ti g &'E e�ctrlc k` ' ,ry, w, s .. - ° 980 S:QuebecStreet w. r €� rGt i 't �y�, ° SuiL 202 l { �- c :# ra` -' e.� 802311-'c"`4;y " x P(303)2 61;6154r d SKYLINE t' y." .. 3 ,e Llg�- •ng 6.Clectr`c LLC. .r •a.r' v�a.'y} §)q,2'�'q"'`a�� F'(303)l'33761�`71�'�3- Y .e .x aY L t;5.12.741P.`3it.1,W@ '"T a ;*rS- l --irt,, Date: 4/25/16 Building & Grounds Department 11, Weld County 1150 O Street z �' a Greeley, CO 80631 rQtiayts Description: Exterior Light Fixture Replacements -Various Locations Bid Number: #B1600091 To Whom It May Concern; On behalf of Skyline Lighting& Electric please accept the enclosed project bid in reference to the Weld County parking Lot Lighting Upgrade numbered B1600091 Skyline Lighting&Electric is a fully licensed Colorado electrical contractor with over 49 years of experience. We have completed numerous lighting projects throughout Colorado and the Western US. These projects have ranged from interior and exterior led fixture replacements and retrofits to full electrical re-configuration and installation. Our customers have come to appreciate our attention to detail, high safety practices, professionalism, cleanliness and customer service which has led to a very high customer retainage. Skyline acknowledges Addendums#1  and has prepared this bid response in accordance to the bid request. This bid submittal is electronic via email and Skyline hereby waives our right to a sealed bid. Skyline has enclosed a Base Bid which adheres to the designated led manufacturer (ATLAS) as specified in the bid request. In addition, Skyline has also enclosed a second Alternate Bid which utilizes an alternate led manufacturer (Enviro-glo). This alternate manufacturer's led products exceed the identified product specifications within the bid request. All material cut sheets verifying this information are attached. We wanted to provide the Base Bid and an Alternate Bid option to allow Weld County to evaluate the potential added value of the alternate bid. Respectfully, Slkavlrw Hoy Shawn Hoy Page 1 of 2 A.,, ^4 4.F I i u I , s e lug mmgg#&erectn Y � '�. + ' :' * "w,ti x •80 5.Quebec-Street - <tj �° < n} '‘,41' Suite`02 5,'a • " ` Denver,COh`80,231 P 3P3)261 6f54` 3 SKYLINE Y L Ir:N . :sr ' , M J � X303)337 6117R1Y � Notes and Items included in Base & Alternate Bids: 1) Skyline will add any needed photocells per LED wall pack for an additional $17.95 each. 2) All material warranties are 5 years. 3) Skyline will extend the labor warranty from 12 months to 36 months. 4) If Weld County would prefer Rab pole heads (to match previous project) Skyline will provide those at no additional charge. 5) Skyline is willing to additional interior or exterior LED fixture installation if Weld County has any remaining money available. 6) All prescriptive rebates have been identified and removed form Bid Sheet. All custom rebates will be process by Skyline with no additional cost to the customer. 7) All light levels will be higher than existing fixtures. Page 2 of 2 envir -glo ENERGY EFFICIENT LIGHTING wx h• ,j a 'yY tat -0 A0 00 1 H st,y`s w.F yy}}YPPr▪ pp r' .„ ~m'� -«. ;•,,.•;k7.• L--,r • ' • .�' Y " t r e 3 as'. .:. .Fi� :' %4-.,_,r'' es Y=,°il.,"�„'k t�..-, f9,$,, - ' ay s' n. ' dry, Y.a' x^YS+.'.Y."l:j y FL }h � ... - . ' f� __ Y • m F_w.24, iA a• ,a..0.?“-,A1?..,s >y...it`s 's .V 3,�,� a Y.a ¢, r. 7,9' r— �, e �y�jzSk"'t'LS .. i y 044 e ;ftwx :'• i ?.,. "x 1 g "• fy.,'3'r _..4, s >}`�(a } r - 5 < mr �� a o- +Y'S' _ ,hi`w' b t int ietrkb `a. x�, la. citi rk Cy x�`•i N� ) 'i +.^°✓ q3e'>,,,,ssf'� l� r\ s x, _ ,# r ; k t a M4 x, .Y ELI, .[` 4� # 4 s 1'y� acr ,m'� r,. .fF aa„ `C L3. -."..,-,r,..:7-,..,7,y } . 3a k � .+ee! YT. '. "'1t -- -21 U7 ,' „fa' -r•9'�,G t v--- r 54 t -"--....,.:r1 r' a ,--r kx ,t k ,• ,i';‘,1:—.'/:-. j y..s --- - ',Yl a'•▪ / + h . a ,•,-,=.,----, ,s }' c ..Y,* 1- • u is tJ : Yit•1 5 V / ,Il• TI i_.s s .�d'-- H ^ fi,':4 r yr▪ r t is �d y s v f, w"F a / liS';%h 3t- 1 k4 1 ly, 4-• f '$: 5 ':J 'F ,• 1 YrS' - --... e.C; s `$r r. ",';"e ,.,. '�x 'f i o • 4- m'.. 7f°-.der 3-- ,i npry W 5yY h < 1 Y a. 3 'wsJ'. sr'- „r,L'•¢yh. w rsa"ed l V&.�'y`'_7s • ° y .a�� ix >;Y^'� 4,-7•R, '.-,r. y y+ '� e -v-1:14..E.: **"sr+ € i a ' ° ,,. i-e'' -r a ,, L Y ;a '- n� — ` . w4 '� J. vR�. cx. ?' ^' 1d c3`-,�+J-°c+.,'.y s. r• 2Y" 4s-..t.-4C �'_ y- `C i ▪ '- s' r °d"` -.,,�(�.N� 0P, ,,3 ^ r4r r .�.•.k c ,, y e: t„ 3r,, 3_ .-s n + -,.,,Y a t'"' �',c{�*`-T s i, s"Y Y,p..t• 7C'� q.�1+34-..`-* ti4,�, 1 'hit)3_4;:'k ?s 5 ` , � t ir' ._ ,r-4-0..2.;_,S.04.0.4. 411-,y • R;11 K - {3 Y• w e a :0.:a+1„,•,,,,,• \ -4410e.070:-:0••,,Z,',/# ,, j 4 ,'&Pi40;z x t.:: if Eh W ir%41r'c s'j Y ur "k y▪":i'7'. xii₹ CNe..z 3`"u.c5;L �+.k ln� - -''' Rp �� }'�� _�y 4y,r1 t ', y5^r a. Y �,dvx '*Y�, .Y s�.ir •e t+ e st+a fi' -- �; {ltd Y,- - t� .'* '� }�i s .f,,` 157:$74:1; ',-,1,' y. ' "/cog 4„,t " +xl i• z \ -,1'e ,.,',.}',j�7y,. yxn v n .er�#r we 3a� 9 ..,ra ', . A c h�4fi33 c•. aTo,,"^ 4, a t� 1 nn '' `"'f-z Is..,,, f t Y%t } b'-tu.'ytr'�t� '}, c4,--,,,.4,,,,44;,,,, A r1 11 -3v •&'v a . - '�,pt4w 4.6.v."_s—,.ys.`a+_ ._ s�I ,li-t 1 _ F/ ',.I -- 4 c�{f yy�_ ' cam+ lI I 11II4 - `. The y +. ' i., c"'^ a.fys r 1'.1 �.'i ' J 1 t 3�1.y�s- y Y-. sRm re,:tt < �} tTr....,, w h J'e vee• h c'_ i1, 1.0”•g‘, Y' r Y x"`yyo.,, ,-_,-•1•-•:.:_y--^i j S„r {zI Y r� tw y;,tx' �• " _ "s' '' x v2f^" y pa+r'11-a" L ' ,}�.&rs '. ,•:„•, :01--0'0,70.-0-4,40-00, %J's'%`'•r`e "ins aK Ed � Y wdc'fa'�t- 'y '".r'f 1• `; a !, 'isS Xt..c,aw J., �' a..� - - ^1` Lw��' �'- r k " 474.-.4.4.4`—', ,,€,f 4+ ,",gam s e , ."'., �.a. fp'sa m-. ., °5�' r-' - tn� ' r '"!^'^r •c k- 3, r "A•. .'w,r ar ?£' c,6 ws R3t."r^ '#"x xJ •f. '` ^«r„`G ,,.;***1' 4 •fr :1" i•c,-y9 a4 ,�a '<"'t' - 7 ".x.F .?',7 �,� y t r. rz }'y .y x • �3 .tv+ a 0 �0� I 0� � ���1 2•d. a,,, 8„ .,_ °'f,s^J.. .oF,g- 5- ,-' - L`T a vLLLll`w r x-+, tk &r: a c r .-,a YP(II� ��IS f '�Ie�lll a L $ .eSlane.P . o f. o � ' 8 Ss₹„,7„`��,. s”++m ,w` z © 2 u g q f X013 '+ 'f€. , ... ria t1: 'Orre4 O MA a° rd, l.r7. 5"Ce�f•. l Y52 'le."' ±0 Sa.ft5 aY 5 atAr n ` "�, #.._ to'W W s �. . ,�-.- 1 .e..._ Ys,;ji�`'.......:‘,,C4.-. d ix�T � . �e "x5ry - ` D 0 0 '44' n%v a f' r -?-1' d k5 WF�, re ll .nl . a of' fIC Ye'C...1t."14*,, . l ,r.Ya'e n ,Ala V4 °' 1.1 C S wL4 ,, ... O ..!..<;,..,.0 4-44,40.,V,:-., Y44 $a ips° _,r' ..0 r1-7001-45/ .c"S' ,t a+. y y„, V @tYc- liy�3 7 3"0.y'Sr. ✓ A+� , .! -YF' i,. k` t .�(�j 3,, 'hr� .i F- K 6 P ++L'k'a' d. ;.,R • ,.,�,- R«'t ?- ax' p xK..,•- a 7 :H 3�Ai�_;,,, j'w f 1?x $�v x r41S-t k *'- I' r' ' - ,-hY.w*F a '.-4-4 t u"'�r 7-: k -%. ."+se, -Ok P e'y` Lr '�`' s 44 $d• ,r •. is-,... It sl- . a Nig n eE m+n yR`aa ymr to 4 c X' -4 f" °- - .xa ' J'W �� ,4,, r'A`w.,9_ t^ ,+ 'a L 1 ? ��C mc.9•_'._gr'�5E"'Ep -x", ,. r. �- c ...,,t ���cL 4� �fRi'arM °.'";"ind` x `«' y3�,,. � ', .. enviro-glc Area Light Type III AL160WU1 BZ ENERGY EFFICIENT LIGHTING At I6WJUIENI Features: t ;Wir,. ,;i n can` }"y fiF L�tl f Pi��i@.�{ i�4 • Easy Installation and Maintenance ' • 5 Year Warranty F • UL/DLC Listed • IP Rating IP65 : ^ • Operating Temperature-30°to 45°C k • Material: Aluminum Alloy AL160WU1BZ • Mounting: Horizontal Arm • Weight 23 Lbs. 'p'.,. -vv .o r.r.-' Aplications: • Flood Light. Equivalent to 400W MH, Parking Lots, Area Lightingare designed for parking lots, roadways, car dealerships, outdoor sports areas, campuses and parks where reliability and performance are critical. Specifications • Lumen Output: 14,400 lm • Power Factor: 0.95 minimum • Power: 160 Watt • Driver: Mean Well • Efficacy (IES): 90 Im/Watt • Light Distribution: Type IV • Color Temperature: 5000K • LED Chipset: CREE • CRY: >82 • Lumen Maintenance: L70>50,000 Hrs. • Input Voltage:12O-277V Ordering Information: ' s ®PEL '2' qr S" ' „' =� ©L .AGE i* ', '• G®Le ,Y ` '. AL 160w U1 BZ 160 Watts U1-120-277V Universal BZ-Bronze AL 160W U1 DLC CODE: 160W:P00000QCZ YEAR CREE:® CE WARRANTY -LEDs 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com • enviro-glo Area Light Type III AL160WU1 BZ ENERGY EFFICIENT LIGHTING ALI60WUIBNI Photometric Data 160 Watt: 160WV+I eo 150 iso Tanc Lamp=14499 Im /.i Max=5643.6 cd /�'\ r;/ Multiplier-- -120 .( IYO Multi IIef=1 r. Degree=0 9 � ...MS„� 0 Vnl I c - Iod, Xl -oo< J '.° c .o 4'01 3D• 5,.. " i30 L Red 525x525 mm Dimensions: 19'-480mm • IIIL 411"1'1,,, 4'- 100mm 15"-3B0mm Width: 15"- 380mm Height: 4"- 100mm Lenght: 19" - 480mm • • YEAR g��g a Eias- WARRANTY '4.rQ'i��D® :' C E C Us LE 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com • Ou >iJL1 V LF r-o ✓i - .s. 411*-T - to4:1.114:-_,-...,.._ ../.:', ` (4 x i n.'�°St� `' µ-1.-c -- t1.01C,4.7.:'.:1 iP 43"' i Mn as. v'9.,,b t z 41 -f-2OK 4 &ur ' "> d •. y 1 if rGRC W` za.s ..✓F'xT�"oP6, 4.. . ` ° r ,.�i., i,x .. ti sei k r N >aa* ''- -.*--- r ' .� x�, br- ° Ys r,, w w et y" IV A Pg AREA LIGHTING FEATURING LIGHT EMITTING DIODE ( LED ) Benefits • 10W, 20W, 30W, and 50W Options • 85 Lumens Per Watt (4,000K) i .moat • IP65 rating for entire fixture III i11 ,=ii fit_ P'nrww+ • Integral 10kV surge protection a ;.... # • Capable of 0-10V analog dimming , • Available with photocell option -, v: 'Si?" ' • Available with PC light diusion lens for no glare • 7-year warranty i k . 1 • , 0 it . `i. Application Areas 10;2 ai ° all iN1'I 11 • Roadway •ma*_ -'- .4r— • Security = -- (, .3eiz-r." • Dusk to Dawn • Area Lighting Compliance " , ;, _ ; .ys • UL1598 for marine grade environments 5jiIfl'" "In 1';, ,I I I .I I °, t , ` , • 10kV surge suppression .- 00i r1'iYF a why is1 ��: L • cOus IP65 uz¢° LISTED OUR SERVICES Site Evaluation Application Consulting Installation Support RESILIENT SALES@RESILIENT.LIGHTING/ TOUGH LIGHT PRELIMINARY SUBJECT TO CHANGE AREA LIGHTING ~ eybv tc ' kis DIMENSIONS (inches) Input Voltage 120-277V(50/60 Hz) I f w Power Factor >0.98 ui Total Harmonic <20% Distortion(THD) Surge Protection 10kV suppression 17.8 Operating —30°C to+40°C Temperature 3 1. Mounting Slip fitter adjustable for 1-1/4" tl to 2-3/8"pipe ` 1 Housing Die cast aluminum vv / Finish Polyester powder coating OPTICS Type II Type III Type V P1.24 R0.15 1015 IDs 105' 105' N5' .‘c.---"- 105 90' 90' 90' 90' 90' 90' 75 75 75 75' 75' 6 60' 60' 60 60' 60' O 0 ry 45' 6 45 45 45' 4 as 4.15 30' 15.---a.---1 30' 30' 15_ 0�1 30' 30' 15 IF 30' °4M1M °^1015 cNXM —ca.c160 4^�Oes —iM SERIES —00.C275 ARs6ilf9 —cR.Cleo ppR saes —CO -OW C27 —C9R-c7ro —cs0.Q70 MI.SERIES Initial Lumens 850 1,700 2,550 4,250 Lumens Per Watt 85 85 85 85 Lumen Maintenance(L70) 50,000 50,000 50,000 50,000 Total Current at 120V(A) 0.10 0.19 0.28 0.46 CRI 75 75 75 75 CCT(K) 4,000K 4,000K 4,000K 4,000K Weight 6Ib(2.72kg) 61b(2.72kg) 61b(2.72kg) 61b(2.72kg) ORDERING OPTIONS :-/•.?;,,-,; , , C : ARL0100-C3477-T3V1PP20 to t _ , c. , ,- ,7"iee p ; ` .` R P -! ! .t r. an .+Ft . M x r .F C247B ' (T3)Type III ... _ ,._.., . 10) . r..u...+..: (10)10W ' (T2)Type II (10)10W - (20)20W (T3)Type III ARL0100 C3477 - - (V1)120-277V (P)Photocell and Receptacle : (P)Pole (30)30W (5)Type V i (20)20W (30)30W .. _. .__..: (50)50 W C3478 . (T2)Type 11 i '-- (50)50W - RESILIENT SALES@RESILIENT.LIGHTING/ TOUGH LIGHT PRELIMINARY SUBJECT TO CHANGE envir - glo ENERGY EFFICIENT LIGHTING 7:_ _-.,_a -' _ 1; ' ` ` r-. ¢.'s�9'"44, 1.1, .q' 'c3", k' .vy, .: ,F,. ,1.r,.• ...v--,..,-.11, i4f'L .d'+c. . ., r ^.' o 4 , _ '}y`t�\yil, " y. ,.+� y,f33_ & ', ys',,..n±, as Y�1s",p. O, �i i-.4. . 11 , � y yq .3 ,•• '�..i'.-`,ZI M., `4"�` i�'+ - 1. ,. ---- Fri w• iti MST ii T • .•�,A. { '_ -t s ,6 ^a?At 'kr. .Z'i}SiI. 'str" - .. r -v-' s�-' " 'ti.' ' i..' ,9 - . s c.A"F rye 1 .� Sit. . 1▪ ' ..?,,,,.,‘,...A.4,,..� v T V,', � at4.-....‘,..4-4.lj 1rQ�:'1 . e-- .#•.tom. y -;,--,-.:2-.>:- sW tr 's+c'7 i.'.- .,�[y a e ti"�'# , �"to e 3. x i`k P"- ___ '`' ,,, � ,. 1 r i 1' ^. c t 7• .I' ,` it�-ib'{af,'.t -. .ttit „l r{ I. A '+ 'r "`'-, T`rt 'xa �`4` f .f t. ':.,,,'4 V7--It . r' ‘1,,A....4--;:r k yam, r !+rya"' 4`F'd`°4r c Q .. > .:�d*r.> -..1z- .. ,. -i y, v J r ^.° 1 - s4^e;: R -c'• ,p*fa y. x `t. e r .`r..�1"✓ 1 z-- '�"e yT' '`e`-r :17e,"--4,,,:t. 3.d, �S 'St ^e W +s :!:: F°r'� ?k"` .4`t ;da' ��(y �k R.. ✓',i" 4 ^♦ 4Y {".% `„,,;;;..:1 i• 6 .y\ i�elx �; ' ,srr . ,;4 y...v 1 sy y,,,->;ax'' 1• .1.1,- ,. . eel n `Sr z 51 a{ ,. • i .+7 -ri ii , 3.w`y.`.."e`., *,?,.::;,..-,,z-..,":-'r...4,i Z +a a,- •y w;t #'L'Y4 .3fu+,by. ..- •. ; ..1 \\ • "" 't} w '4' .vas i • �i ,,. ''≥ g0jFs ,x•e.•41.7.-.L4.-t-¢,ya}vC5yiy,' .i �S S•U+ � 1 , i F * ,hr a' , r'i c , It —1rt - '2 4 ; ; •..y`1▪�9)404---•"F4S Flamm. tt 2 r a.� f t ,...,,,,%,t,,,,.:- +a ' ,,{ ' -. +•- „7' hi*t? «▪:"_ry `X a ,rr �Ii . . . ._ ._ ,, "-4,, 1 • ` hx f.^s i '5-31x , ,aGar.iaTC.,-,/. � X,T,'r.a. `-4-4,4_14r74,4, 2:-.5:.,i.'Y' * \t rZ, Y&t�1.147,2 0 � -+ ° '{,..",:„;;Pry y�1 . 4.� 'r•7 .:T -X irm..▪ J$,'" e co. ;,-^ t, r r �".F� E4+ R' j"n 4 44 11� ,,......1,411:4, �\ 47 f a �-�� r -4- ' a>:::3,r ..3iI*7- + � '4 r "r- r ft # . on '1F.'a F?`. e ,R1� r er.p aii-- .W.. t.. 3 r }}} ✓# `/ '.—"c f ."1. ,� "., .5LitA „• "i ..., ., "F a e,�. E T'.P", �;- ,A- r ter is 'i 4.T,t r w r'`' 4. „,....t.F! i� '� -" •° • ?iii it--4.-' u-= r s 14'k "��,' 4, ,M. p•"' + --r �Pa .Y‘",•••-a ' 4r 1`1 ., ;• t �=.-, 'i!-- fl- -^+-�_-.z mss-_ 'f a s • L • ,N. } i\�i\ tom .. }� a_, -®- - '^..I t u'.'i _.i „ � ''�_e".^z— t0. _,_ems__ S{ . i � 5 . - .. y, cY red \. wx x�N ..!a5a� - w �+�"tV' :32F1 tfi its ro'"� � y.-+ .. �Y .v sG!//' 'VA.. ! v. • -. \i\c::‘.' ' . .. -- .. - - j ir'! / s ^c Y ! 2 .,-1'J ` `...�`.:.a✓.'.'.. fir. y�,^y '`e, +w' .`'--„ ,�."+_'yS '—cam_— • . ? ii , - '4.-.c �` ...",...": nom, ��. c "("y..11 a w`. . r ~ a � 9 Fi F F�' s i.---,-#uf ,haM�`'yy"n' a" {i; n•y$v -�F.. 1. ` .-.� -a..a2". .a'J- ut tat :.,r r+ Y .a.• �9!;< a X#r»_'1� n .F Y.v N'Su. a J� L .nc,. 1 r a +cY Armen Y �aK'ffi.a' IT,' 'z F .:± ,.S s., ',,,,:4i W 4 ? s'w : j s �`@.,a" R yru• a i.w.:;,. . " '' an�o-rrl ,Y 1 ^L`2 vim '""`:' fA0 T.W .%JJ;-)f 't wR ^?-sr. ri =:Y -,4. vyi��'t s c..;+ k- ® ti a O a 1, e; u O�y'5�O'3 61 Oy+ C f e a a F • 0 a {_• E1C X°°° 0 ',E• }i. o., F'�.ro0�,*L'.'4.e . 'p� .w 11.3 ..Y`:ti wg 9 aLl eao'�' a 1711..aU •aoY9�lu 'CI o1�- oo�IC• a17'�'�:U �'��. . f r , •.ATtaf � 1 ©IOC S ® O -;:;-• .''L ; xr a..s. -C . ., ei : ", ayra 170mnu- itpc 1 . 1. Ja VJyac , 4�-k ri ' s � �v L a � lie", -?"--? T °,, 51 11W pp2 • 5ig4#m% yr++t� 4r a s. 6i.,t- x` i�.r a-- . rw +'� L i >f,.-4.3/4:;::,Alt,•t i ' i (eq5 < T .0'T' 3i 4, • p s 0 4. s,7" i -�" ..3'� o• y�a � fir+` eC "xi -s .-.0'.�,. rmgg `m f>• T- �- 3.T �,y,rcs�. >tf 'r_Mlt 'n'y" � #:S�` y s.R .,Er""4 � 4 ',.-k es rv.i?r2' " :st y 1 W, * 7'rza �" - ' ,.. ''"'R ''"-�' , Sax : .ri ' "4 " i-.°'h �u"°`a "F' e ''"'..` t Jr.c i sra, 0h vdz f ti `, ' '^, '' r.. ,^.,` P[[�^, y x � � � "t'11 ti G "b' ,tt^' ,i,K7 ci 'K 441-" ° - -.x ''F'',+c4... +a'°»� s.C-c., . x i ; „ „*. f 1 m ,�". ifi __ v {, " " - -,-. T*F .�ro?, IF i�4'� ,b:" �. .«(9 rs ...fie `rF` °t,. a .,r C.'., '3, } _a.+....:.z' gY`4• v�'.-,#+. ;{�,;.A. ...:.,,._�e.. .....�i+? . Y .3 envir(9-glo LED Garage/Low Bay Canopy Light GLMSQ45WU15KBK ENERGY EFFICIENT LIGHTING GLNSGG5WUI SKBKVI Features: • Sealed die-casting profile for indoor and outdoor applications. • ; • Replacing 100-250W MH. 1" • • Lumen ouput from 40501m-59001m. \- • Three 1/2" threaded conduit and one 3/4" conduit entry points. uxr 1"r • Polycarbonate optical lens with heat resisting. GLMSQ45WU15KBK • Multiple voltage input is available, support 120-277V and 347-480V input. • Low profile design. j • UL/cUL listed for wet locations, DLC listed as Parking Garage Luminaires Aplications: • LED Garage / Low Bay Canopy Light series can be widely used in indoor or semi- outdoor lighting applications such as Indoor parking, manufacturing facilities, storage warehouses, gas stations, tunnels etc. • Specifications • Input Power: 45W • Lens: Polycabonate with Anti UV • Lumens output: 40501m •Mounting: Pendant mounting and • Efficacy: 90 lm/w Direct surface mounting • LED Chip: CREE COB LED • CRI 75 • Color Temperature: 5000K • Input Voltage 120-277 VAC • Finish Color: Black Ordering Information: .`O101Vda r -TA '„ xery M OLOR SENSOR$ GLMSQ 45w U1 5K BK M 45 Watts U1-120-277V Universal 5K-5000K BK-Black M-Motion Sensor GLMSQ 45W U1 5K = BK BK ®YEAR m" WARRANTY DLC ID Number: P27F1QC2 ,L• COL US 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com • enviRb-glo • LED Garage/Low Bay Canopy Light GLMSQ45WU15KBK ENERGY EFFICIENT LIGHTING GLMSG45WUI5KBKV1 Photometric Data 45 Watt: • 45W Illuminance at a Distance ,a180 I50 J \150 - Dist m Enadir Ix ' I'12rS K \.� 7 ^D 1.0 533.41 'T--. % 2.0 133.35 0i 9 L )-- 90 ,i 2e� 3.0 59.27 C\ m}, tic :L _ 4.0 33.34 3O 11 2 3J —C90-C270 1` ._-' 5.0 21.34 �__14)0_,,i-_ Unit:cd —CO-C180 Dh Dv LUMINOUS INTENSITY DISTRIBUTION NOTE:Typical mounting height is 2.5m-4.5m(8ft tol5ft) • Dimensions: Width: 9.5" Height: 3" 3' 9.5° 7' a �� 6 � d o 0 /Il _i �����/ I a I I I I a l F , �� I i l * lll•IN 9.5" I % ���II , � 1lGIIIIaIt ' - pw, P O "9_111 I 1 WWI 1 1 I La if o® uv. YEAR C UL US WARRANTY DLC ID Number: P27F1QC2 `L 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com enviro- g1O ENERGY EFFICIENT LIGHTING tr 1 '_ J r • { / • • 1. iJ / . 'i sf. i1'.gj • • 4• tz r 1 C. ►+ ' , r i ' C- s. .r ' r• w _ i1 rt ` 1' -- 1•� j I `._ _ • ._ . ,,_ 4. i~,1 '` '..-1•1-S-1*-' . r G.v41 w�}se r. ux F 3� za•- '� '. - 9 ' 3f t b }t- *y } i • tw 4 i � 3 ,t -h;' };'Ssi- i s nt.-142`,:t � r.< { w`lJ,�°�S�".i Y'`.+x'"' 4» b F3- 4 '4' ;+TL.YT.'•R� T.YaX'�.21t sfi' -Ec`s uy;`f«r•w+n w4 a.-yjj " ;sit: a .� e .;e: e.*'s�Ft?I'.A et 4 1K y exfr, K4 .,u% ^"_ ��..w ..F. .:1, :t ,,„-,.s":,„.5---4;--.,,--, cam _;, r ? 8 aanda" Kj .a col e $ rok zS�" 'v „�... ,„1„,-,,,,d, �y z. '-, ----- ..—s Tg_--Thi,be,sQfhee Cyst gA, end . r E© T8 °o8. �l�J ` CR. a nTM�, , ut�dva .r''',.-- i +.. - e ..rt Nxi'_k Cer..: .tiu g i•• F IOU 1lii^ r* e x 8 *'fit ti; C� ., a Lh;4 ix I+f r]"d'ustrl I ohhi. a 1 # I '- A .N pwa'`t a cF• p SP s .11494la ;4T-ill NittJC I &,; :.,:-&',0—'10.4 "Op1Gce5 T gg, .` to.-f- • O 2SC! Se, E ,derv„ " or'Fi arescen� cling g +- ;t< '� A'" -..,- 2--^tiri ✓e µ°. T y ,:4.5eR '�'� _ » ;}}y] .,I�4fiEEt.tit�y� e yh'j7-_ "`�fi� S,,,,i„3,,:saiwMr I ; +,iVe t's;^,` ��.,s sr a ,y ,.g2.'` ^ r . 4. v.,. -, -M _ �?,*+ x' 'z,1. -w,..:, 4 .ate,�i. : >T -t-,• -•k- .S m * .r .. 1.„.,;_,J247.....", i+s. ' .TAe-. ..."sw.u>.mi w `Q.m+„`J. �'e. insEv#Y"�Y"�a �y''`�ci� enviro-glo LED T8 Tubes T818WU15KCR - T815WU14KCR - T813WU14KCR ENERGY EFFICIENT LIGHTING WPa72WUIVI Features: c" 1 7' - �� r- r i • Lamp works with with or without ballast. G " k • Compatible with 90 percent of electronic ballast in r7.,i,..;..„65,y4, ?,,:„,:c.a.",p,v.....±:..v rNorth American market. # `*' y eA Fay,L • Input voltage can be AC 100 277V with ballast and 2� §, AC 100-277 without ballast. , w ,c'': r a r • Reduces energy consumption up to 40%. �`' g r �; • No UV emission. 1k • Suitable for dry and damp environments. r1♦c ti £ • UL and ETL Qualified. „ b _ Aplications: - • LED T8 Tubes are the ideal replacement for existing HID and fluorescent light fixtures. High output LEDs and various mounting types make this fixture ideal for industrial, ;r ` ° commercial, manufacturing and other applications that currently use older HID or Fluorescent technology. a: T818WU15KCR Specifications b: T815WU14KCR • Color Temperature: 3000K to 6000K • Frequency 50-60Hz c: T813WU14KCR • Beam Angle: 12O degree • Power Factor More than 0.99 • Color Consistency: 4 steps • Rated Life: 50000 hours ' • CRI: More than 80 • Led Type: SMT 2835 • Operation Temperature: -30°C to 4O°C • Housing: Aluminum • Efficiency with ballast: More than 110 LPW • Efficiency without ballast: More than 115 LPW • Input Voltage with ballast: 100-347VAC • Input Voltage without ballast: 100-277VAC Ordering Information: ��ODELUdA1T- '` " +'®LAG 14L*RTE�� gCO4`L©R •r.. T8 18w ' U1 5K CR 18 Watts U1-120-277V Universal 5K-5000 Kelvin CR-Clear 15 Watts 4K•4000 Kelvin . FR-Frosted 13 Watts I T8 U1 ®YEAR "�... �C w q WARRANTY .L Intortek we a L US 4006453 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com enviro-glo LED T8 Tubes T818WU15KCR - T815WU14KCR - T813WU14KCR ENERGY EFFICIENT LIGHTING WPB72WU I VI Product Specifications Model Number Qualification Length .Watt Lumens CCT Package(mm) Weight/Canton T818WU15KCR BIXX BALLAST COMPATIBLE TUBE UL,cUL,ETL and DLC 4ft 18W 3000K 2160 1260X230X240 25pcs/Carton 11.5KG T818WU15KCR BIXX BALLAST COMPATIBLE TUBE UL,cUL,ETL and DLC 4ft : 18W 4000K 12200 1260X230X240 25pcs/Cartan 11.5KG T818WU15KCR BIXX BALLAST COMPATIBLE TUBE UL,cUL,ETL and DLC I 4ft 18W 5000K 2250 1260X230X240 25pcs/Carton 11.5KG T815WU14KCR BIXX BALLAST COMPATIBLE TUBE ; UL,cUL,ETL and DLC i 4ft ! 15W 3000K j 1700 1260X230X240 25pcs/Carton ! 11.2KG T815WU14KCR BIXX BALLAST COMPATIBLE TUBE UL,cUL,ETL and DLC 4ft 115W' 4000K 1785 ; 1260X230X240 25pcs/Carton ; 11.2KG T815WU14KCR BIXX BALLAST COMPATIBLE TUBE UL,cUL,ETL and DLC 4ft , 15W ! 5000K 1825 1260X230X240 25pcs/Carton 11.2KG T813WU14KCR BIXX BALLAST COMPATIBLE TUBE UL,cUL,ETL and DLC 2ft 13W 3000K 11700 660X230X240 25pcs/Carton 7.9KG T813WU14KCR BIXX BALLAST COMPATIBLE TUBE UL,WL,ETL and DLC 2ft 13W 4000K 1785 660X230X240 25pcs/Carton ! 7.9KG T813WU14KCR BIXXBALLAST COMPATIBLE TUBE UL,cUL,ETL and DLC 2ft 13W 5000K 1825 660X230X240 25pcs/Carton 7.9KG T815WU14KCR BIXX BALLAST COMPATIBLE TUBE ULAUI,ETL 3ft 15W 4000K 1800 960X230X240 25pcs/Carton 8.9KG T818WU15KCR BIXX BALLAST COMPATIBLE TUBE ETL 5ft 18W 4000K ; 2200 1560X230X240 25pcs/Cartan 12.7KG T813WU14KCR BIXX BALLAST COMPATIBLE TUBE ' UL,cUL,ETL i 2ft i 13W 4000K 1800 ' 610X400X21010pcs/Carton ' 6.2KG * For one ballast by three fluorescent tubes fixture, at least need to put two pieces of ballast compatible tube. For one ballast by four fluorescent tubes fixture, at least need to put three pieces of ballast compatible tube. tftlil"A callPROCEDtl n ' :";. W•g. P '; ` s sic a ...4...».,.s„sc�.. - «,vim:,. • Plug and Play Procedure: Retrofit Procedure: 1 . Turn off the power to the light fixture at the breaker 1 . Turn off the power to the light fixture at the breaker panel before installation. panel before installation. 2. Open the diffuser from the light fixture. 2. Open the diffuser from the light fixture. 3. Remove the fluorescent tubes.Please dispose of these 3. Remove the fluorescent tubes.Please dispose of these items properly as they contain mercury. items properly as they contain mercury. N c 4. Cut the wires shown as the diagram below. AC100-347v t c Ballast Fluaexem Tube YY Ballast Fluorescent Tube 4. Put led tube into the lighting fixture. 5. Make the new wire connect to branch circuit shown as the diagram below. AC100-277v N p Ballast , 6. Replace the cover over the wiring channel. ✓i 7. Install the LED tubes, close the diffuser. LEDTube AC100-277V N o 5. Install the LED tubes,close the diffuser. II L 6. Turn on the Power. LEDTube 8. Turn on the Power. 15IYEAR �Tn�w uz WARRANTY use C �L US ek 4006453 1 75 1 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225:7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com envircb-glo LED T8 Tubes T818WU15KCR - T815WU14KCR - T813WU14KCR ENERGY EFFICIENT LIGHTING WPB72VNIVI • Warranty • This product has a warranty of period of 5 years from the date of purchase.The warranty is invalid in the case of improper use installation, tampering, and removal of the Q.C. date label,installation in an improper working environment or installation not according to the current edition of the National Electric Code.Should this product a fail during the warranty period it will be replaced free of charge, subject to correct installation and return of the faulty unit. Bravo does not accept responsibility for any • installation costs associated with the replacement of this product.This warranty is in addition to the statutory rights in your country of purchase. Bravo reserves the right to alter specifications without prior notice. b • Caution • • Risk of fire. Do not install this lamp in a preheat luminaire. c • Risk of electric shock. • This device is not intended for use with emergency exists. • • Use only in place of fluorescent lamps specified on label. . • These lamps are to be used in indoor damp location only. • Not suitable for wet location. a: T818WU15KCR • These lamps are not to be used with a light dimmer. b: T815WU14KCR • Direct replacement for fluorescent Lamps with specific electronic ballast only. c: T813WU14KCR If the lamp or luminaire exhibits undesirable operation (Buzzing, Flickering, etc), immediately turn off power,remove lamp from luminaire and contact manufacturer. • This lamp only operates on electronic ballasts. If lamp does not light when the • luminaire is energized, remove this lamp from luminaire and contact manufacturer. • • YEAR ° : ce Cus WARRANTY mro wens( 4006453 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com envir&-glo LED T8 Tubes T818WU15KCR - T81 5WU14KCR - T813WU14KCR ENERGY EFFICIENT LIGHTING WPEZZWUIVI DLC Listing ' • 818WU15KCR BIXX BALLAST COMPATIBLE LED TUBE (2700K FROSTED) • 818WU 1 SKCR BIXX BALLAST COMPATIBLE LED TUBE (3000K FROSTED) i • 818WU 15KCR BIXX BALLAST COMPATIBLE LED TUBE (3500K FROSTED) • 818WU 15KCR BIXX BALLAST COMPATIBLE LED TUBE (4000K FROSTED) a • 818WU 15KCR BIXX BALLAST COMPATIBLE LED TUBE (4500K FROSTED) • 818WU 15KCR BIXX BALLAST COMPATIBLE LED TUBE (5000K FROSTED) • 818WU 1 SKCR BIXX BALLAST COMPATIBLE LED TUBE (2700K CLEAR) • 818WU 15KCR BIXX BALLAST COMPATIBLE LED TUBE (3000K CLEAR) • 818WU 15KCR BIXX BALLAST COMPATIBLE LED TUBE (3500K CLEAR) b • 818WU 15KCR BIXX BALLAST COMPATIBLE LED TUBE (4000K CLEAR) • 818WU 15KCR BIXX BALLAST COMPATIBLE LED TUBE (4500K CLEAR) • 818WU 1 SKCR BIXX BALLAST COMPATIBLE LED TUBE (5000K CLEAR) • • • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (2700K FROSTED) a • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (3000K FROSTED) • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (3500K FROSTED) • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (4000K FROSTED) • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (4500K FROSTED) • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (5000K FROSTED) a: T818WUl5KCR • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (2700K CLEAR) b: T815WU14KCR • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (3000K CLEAR) c: T813WU14KCR • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (3500K CLEAR) • T815WU 14KCR BIXX BALLAST COMPATIBLE LED TUBE (4000K CLEAR) • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (4500K CLEAR) • T815WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (5000K CLEAR) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (2700K FROSTED) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (3000K FROSTED) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (3500K FROSTED) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (4000K FROSTED) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (4500K FROSTED) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (5000K FROSTED) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (2700K CLEAR) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (3000K CLEAR) • T813WU 14KCR BIXX BALLAST COMPATIBLE LED TUBE (3500K CLEAR) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (4000K CLEAR) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (4500K CLEAR) • T813WU14KCR BIXX BALLAST COMPATIBLE LED TUBE (5000K CLEAR) • YEAR S i us WARRANTY L II•.R 4006453 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com enviro-glc5 LED T8 Tubes T818WU15KCR - T815WU14KCR - T813WU14KCR ENERGY EFFICIENT LIGHTING WPR72WUIVI PHILIPS -ADVANCE, TESTED BALLAST Item Model Type Compatible 1 IICN-IP32-N Instant Start Ballast V 2 IICN-2P32-N Instant Start Ballast 3 IICN-3P32-N Instant Start Ballast V 4 IICN-4P32-N Instant Start Ballast V 5 IICN-IP32-SC Instant Start Ballast 6 IICN-2P32-SC Instant Start Ballast V ;: '•"' 7 IICN-3P32-SC Instant Start Ballast V • - 8 IICN-4P32-SC Instant Start Ballast ' 9 HOP-1P32-LW-SC Instant Start Ballast V 10 IIOP-2P32-LW-SC Instant Start Ballast V 11 HOP-3P32-LW-SC Instant Start Ballast V 12 IIOP 4P32 LW SC Instant Start Ballast 13 IIOPA-1 P32-LW-N Instant Start Ballast V ' 14 IIOPA-2P32-LW-N Instant Start Ballast V 15 IIOPA-3P32-LW-N Instant Start Ballast V 16 IIOPA-4P32-LW-N Instant Start Ballast V 17 IIOPA-1 P32-N Instant Start Ballast V 18 IIOPA-2P32-N Instant Start Ballast V 19 IIOPA-3P32-N Instant Start Ballast V 20 IIOPA-4P32-N Instant Start Ballast V 21 IIOP-1 P32-SC Instant Start Ballast V 22 IIOP-2P32-SC Instant Start Ballast V 23 IIOP-3P32-SC Instant Start Ballast V 24 IIOP-4P32-SC Instant Start Ballast V 25 IIOPA-1 P32-HL-SC Instant Start Ballast V 26 IIOPA-2P32-HL-SC Instant Start Ballast V 27 IlOPA-3P32-HL-SC Instant Start Ballast V 28 IlOPA-4P32-HL-SC Instant Start Ballast V 29 GGOPA-1 P32-SC Instant Start Ballast V 30 GGOPA-2P32-SC Instant Start Ballast V 31 GGOPA-3P32-SC Instant Start Ballast V 32 GGOPA-4P32-SC Instant Start Ballast V 33 GGOP-IPSP32-SC Instant Start Ballast 34 GGOP-2PSP32-SC Instant Start Ballast V 35 GGOP-3PSP32-SC Instant Start Ballast V 36 GGOP-4PSP32-SC Instant Start Ballast V 37 GGOPA-1 P32-LW-SC Instant Start Ballast V 38 GGOPA-2P32-LW-SC Instant Start Ballast V 39 GGOPA-3P32-LW-SC Instant Start Ballast V 40 GOPA-4P32-LW-SC Instant Start Ballast V YEAR ° : a c y� us WARRANTY an' 4006453 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com envirc -glo LED T8 Tubes T818WU15KCR - T815WU14KCR - T813WU14KCR ENERGY EFFICIENT LIGHTING WP67TVUIV) SYLVANIA, TESTED BALLAST • Item Model Type Compatible 41 QHE 1X32T8/UNV ISL-SC Instant Start Ballast V 42 QHE 2X3278/UNV ISL-SC Instant Start Ballast V 43 QHE 3X32T8/UNV ISL-SC Instant Start Ballast V 44 QHE 4X32T8/UNV ISL-SC Instant Start Ballast V 45 QHE 1X32T8/UNV ISN-SC Instant Start Ballast V 46 QHE 2X32T8/UNV ISN-SC Instant Start Ballast 47 QHE 3X32T8/UNV ISN-SC Instant Start Ballast V ,, I 48 QHE 4X32T8/UNV ISN-SC Instant Start Ballast V ' 49 QHE 1X32T8/UNV ISH-SC Instant Start Ballast V 50 QHE 2X32T8/UNV ISH-SC Instant Start Ballast V 51 QHE 3X32T8/UNV ISH-SC Instant Start Ballast V ' 52 QHE 4X32T8/UNV ISH-SC Instant Start Ballast V 53 QTP 1X32T8/UNV ISL-SC Instant Start Ballast V 54 QTP 2X32T8/UNV ISL-SC Instant Start Ballast V 55 QTP 3X32T8/UNV ISL-SC Instant Start Ballast V 56 QTP 4X32T8/UNV ISL-SC Instant Start Ballast V 57 QTP 1X32T8/UNV ISN-SC Instant Start Ballast V 58 QTP 2X32T8/UNV ISN-SC Instant Start Ballast V 59 QTP 3X32T8/UNV ISN-SC Instant Start Ballast V 60 QTP 4X32T8/UNV ISN-SC Instant Start Ballast V 61 QTP 1X32T8/UNV ISH-SC Instant Start Ballast V I 62 QTP 2X32T8/UNV ISH-SC Instant Start Ballast V 63 QTP 3X32T8/UNV ISH-SC Instant Start Ballast V 64 QTP 4X32T8/UNV ISH-SC Instant Start Ballast V 65 QHE 1 X32T8/347 ISL-SC Instant Start Ballast V 66 QHE 2X3278/347 ISL-SC Instant Start Ballast V 67 QHE 3X32T8/347 ISL-SC Instant Start Ballast V 68 QHE 4X3278/347 ISL-SC Instant Start Ballast V 69 QHE 1X32T8/347ISN-SC Instant Start Ballast V 70 QHE 2X32T8/347 ISN-SC Instant Start Ballast V 71 QHE 3X32T8/347 ISN-SC Instant Start Ballast V 72 QHE 4X32T8/347 ISN-SC Instant Start Ballast V 73 QTPIX32T8/347 ISN-SC Instant Start Ballast V 74 QTP2X32T8/347 ISN-SC Instant Start Ballast 75 QT3X32T8/347 ISN-SC Instant Start Ballast V 76 QT4X32T8/347 ISN-SC Instant Start Ballast V YEAR ° S u WARRANTYL corn '- 4006453 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com enviro-glo LED T8 Tubes T818WU15KCR - T815WU14KCR - T813WU14KCR ENERGY EFFICIENT LIGHTING WPB72WUIVl i GE, TESTED BALLAST Item Model Type Compatible 77 GE-132-MV-N Instant Start Ballast V 78 GE-232-MV-N Instant Start Ballast V 79 GE-332-MV-N Instant Start Ballast V • 80 GE-432-MV-N Instant Start Ballast V i 81 GE-132-MV-N-DIY Instant Start Ballast V I 82 GE-232-MV-N-DIY Instant Start Ballast V •7^. �' l 83 GE-332-MV-N-DIY Instant Start Ballast V 84 GE-432-MV-N-DIY Instant Start Ballast V 85 GE GE232MAX347-N Instant Start Ballast V 86 GE GE432MAX347-N Instant Start Ballast J 87 GE-132-MAX-N/Ultra Instant Start Ballast V 88 GE-232-MAX-N/Ultra Instant Start Ballast V 89 GE-332-MAX-N/Ultra Instant Start Ballast V 90 GE-432-MAX-N/Ultra Instant Start Ballast V 91 GE-132-MAX-L/Ultra Instant Start Ballast V t: 92 GE-232-MAX-L/Ultra Instant Start Ballast V 93 GE-332-MM-L/Ultra Instant Start Ballast V 94 GE-432-MAX-L/Ultra Instant Start Ballast V ' 95 GE-132-MAX-H/Ultra Instant Start Ballast J 96 GE-232-MAX-H/Ultra Instant Start Ballast V 97 GE-332-MAX-H/Ultra Instant Start Ballast V 98 GE-332-MAX-L/Ultra Instant Start Ballast V 99 GE-432-MAX-L/Ultra Instant Start Ballast V • 100 GE-132-MAX-H/Ultra Instant Start Ballast V • 101 GE-232-MAX-H/Ultra Instant Start Ballast V 102 GE-332-MAX-H/Ultra Instant Start Ballast V 103 GE-332-MAX-H/Ultra Instant Start Ballast V YEAR O j c rs L 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com enviro-glo LED T8 Tubes T818WU15KCR - T815WU14KCR - T81 3WU14KCR ENERGY EFFICIENT LIGHTING WPB72WIIIVI SUNPARK, TESTED BALLAST Item Model Type Compatible 104 U-1/3215E-HBF Instant Start Ballast V ' 105 U-2/321SE-HBF Instant Start Ballast V 106 U-3/3215E-HBF Instant Start Ballast V 107 U-4/3215E-HBF Instant Start Ballast V 108 U-1/3215E-LBF Instant Start Ballast V - 1' 109 U-2/321SE-LBF Instant Start Ballast 1 10 U-3/321SE-LBF Instant Start Ballast V 1 1 1 U 4/321SE LBF Instant Start Ballast V 112 U-1/321SE Instant Start Ballast V 113 U-2/321SE Instant Start Ballast V . 1 M U-3/321SE Instant Start Ballast V HOWARD, TESTED BALLAST Item Model Type Compatible 115 EP3/321S/MV/MC/HE Instant Start Ballast V KEYSTONE, TESTED BALLAST Item Model Type Compatible 1 16 KTEB-432-UV-IS-N-P Instant Start Ballast V 117 KTEB-432-UV-IS-N-P Instant Start Ballast V • PROLUME, TESTED BALLAST ' Item Model Type Compatible 118 EP2321S/L/MV/SL Instant Start Ballast V 119 EP2321S/L/MV/HE Instant Start Ballast V RADIONIC, TESTED BALLAST Item Model Type Compatible 120 E232H12 Instant Start Ballast V YEAR o )w u e in c®L us 4006453 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com Contour Series 277V High CRI PAR38 4000K, 12001m LED Lamp with 25-Degree Beam Angle, 1O0W Replacement, Non-Dimmable � l/ • 90 CRI, 100W Halogen replacement lamp (r! tl {t ; • Universal voltage— 120-277V • Features non-glare optics to reduce eyestrain and mabmize productivity r` ` f • 25-degree beam angle / 1 ,-4. a f: • 4000K, neutral white light—ideal for most commercial, hospitality and residential retrofit applications ' --A- • Reduces energy consumption by over 80%when compared to traditional halogen rz+rsus PAR lamps • Environmentally friendly—contains no mercury or other hazardous materials; RoHS compliant • UL Listed • 5-year Limited Warranty • Specification"s • -, Lamp Type 277V High CRI PAR38 4000K, 1200 Im, 25-degree beam angle Model P38-L1200-C40-825-V277-90-W- '- - Wattage 17W Lumen Output 1200 Im Efficacy 70.59 lm/W Color Temperature 4000K CRI 90 Beam Angle 25° Dimmable No Voltage 120V- 277V Operating Temperature -20°C to 40°C Socket E26 Weight 15.2oz Design life 25,000 hrs CBCP 4241 Dimensions 4,72 x 4.72 x 5.08.in (LxWxH) .. Part Number 98941 Certifications: 47- I' MOM LEDV98941_CS42216 k®d Verbatim. Technologyou can trust • 6 in. 4000K, 1200Im LED Downlight, 120W Replacement. Dimmable • 75W incandescent replacement lamp • Simple installation—replaces both recessed housing trim and halogen bulb ') • Compatible with both 5"and 6" recessed can housings—mounting clips pre-installed in 6"position �.,�, •`s�� r • E26 Socket Adapter included—Also compatible with GU24 connectors(GU24 r( ay t ,5 Adapter not included) x • Reduces energy consumption by over 80%when compared to traditional halogen - ` bulbs. • 35,000 hour lifetime reduces maintenance costs !/ • Compatible with most commercial dimmers* • 4000K, neutral white light—ideal for most commercial, hospitality and residential retrofit applications • Environmentally friendly—contains no mercury or other hazardous materials; RoHS compliant • UL Wet-Rated—certified for use in wet conditions • 5-Year Limited Warranty r,yp(ri'l/hLs-d cn G:,r usrd. .Specifications i - Lamp Type 6 in. Downlight, 4000K, 12001m Model D6-L1200-C40-U Wattage 18W Lumen Output 1200 Im Efficacy 66.67 Im/W Color Temperature 4000K CRI 80 Beam Angle 90° Dimmable Yes Voltage 120V Operating Temperature -20°C to 40°C Socket E26 Weight .79 lbs Design life 35,000 hrs Dimensions 7,48 x 7.48 x3.61 in (LxWxH) Part Number 99092 Certifications: 4,474 1pp�m LED_V99092_CS42216 Verbatim. Technologyyou can[rust ` I 'tr LED High Output GX24Q/Medium Base P enviro-glo® Compact Fluorescent Retrofit L Energy Efficient Lighting Features %, Replaces Compact Fluorescent Lamps in r-. e, s ` ' Recessed Cans or Other Fixtures `'_ '1� a _.:,:, ‘,IA):,i e. .::,,,,,,c,.,, a:4„1...t:pc.;.,High Output (100 1m/watt) >�n r'g� sue- eht, ,6„1. _,._ Warm White (2700-3500) or 1 ° ez�^' ' '�,, 5' Neutral White (4100-4500) ` ".ifr , _ liter. ,..<,: Universal Voltage (11OV-277V) 360 Degrees Beam Angle and downlight Universal Mounting Position tea. ' I I ' Available in GX24O base or E26 _ a - 4' i F 50,000 hours Rated Life ]il•]I�li) Irs i.]1i^i tit G•Ii; rr' 5 Year Warranty Jl•IlMilnl } i]1^,ri; ll;II V. 7l611�1Hi } ii]I^161IR ��I3II•i6•it icl? Jc;airs ETL Listed, USA and Canada 'i'i. 1.41 t. Iii]1•if-JIA ,41•i)111•Ifi,. aI ( I:Ir•ii IA17-11.1U,t 111• '0l'I 5"1`)1�1r:lIC i�li ll ll CE, RoHs Approved ., ' dl1l1r•ih a « , i. j � �:II t111,I� AD ICLif � Il ,ll ll u Size: 9w= 5" L x 1 .75" Diameter, Ji '1 .1' 5i11A1s11•I ,'faIIvif' •i•I[ }i: it J 12w= 6" L x 1 .75" Diameter 9w replaces 18-26w CFL. 12 replaces 24-42w CFL 9w-9 watt GX24Q-4 pin i 12w- 12 watt i E26-Medium base MODEL ! WATTS 1 VOLTAGE I BASE ' COLOR TEMP. LLD : 9w ; U 1 GX24Q I NW U1- 120-277/ Universal 1 WW- 2700K- 3500K NW-4500K- 5000K c . q:vr3 brovo lighting Intertek 1751 Panorama Point Suite D, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@bravo-lighting.com bravo-lighting.com i enviro-glo ENERGY EFFICIENT LIGHTING r:;;;; ', • • N3 ' Y6Yw.nYY.- - • LED Wald'.F;oek LED wail packs are designed to provide outstanding,security with minimal cast High output LED 5 and mounting•typesmake PB36t1 aZ.WPB3&t R this`fixture-for, industrial, commercial manufacturing,,educa- x 3 tional and other applicationn'that turrer.iy utilize older-HJD Replace's 100W Metalt Hal4de: •techtology.. ` enviro-glo LED Wall Pack WPB36WU1 BZ, WPB36WUI WH ENERGY EFFICIENT LIGHTING WPB36WUIVI Features: 1 "' • Easy Installation and Maintenance 4.- �a • Wet Locations =:1 , • 5 Year Warranty cri • UL/DLC Listedyf . • IP RatinglP54 / Wet Locations 1d 4 • Operating Temperature-30°to 40°C .` . • Material: Cast Aluminum /Tempered Glass t • Mounting: Wall Mount "CIAL o-i . WPB36WU1BZ • Weight:3 Lbs. '^ • Aplications: • LED wall packs are designed to provide outstanding security with minimal cost. This packaging style complies with the "Dark Sky Initiatives" demanded in certain markets. High output LED's and mounting types make this fixture for industrial, commercial, manufacturing, educational and other applications that currently utilize older HID technology. Specifications • Lumen Output:2,500 Lm • Output Voltage:25.2-42V DC • Power:36 Watt • Output Current:1 .95A • Efficacy (IES):82 lm/Watt • Power Factor:0.91 • Color Temperature:5000K • LED Chipset:Cree • CRI:>70 • Beam Angle:140° • Lumen Maintenance:L70>50,000 Hrs. • Input Voltage:120-277V • Input Current:.5A @ 100V / .2A @277V Ordering Information: s �' } .+G "` '3"'e'He'°.t"x ypu � MODEffiti aWitrViA 44Vit ` :Ql.4AWAI i,COLO14*- WPB ' 36w , U1 BZ 36 Watts U1-120-277VUniversal BZ-Bronze WH-White WPB ' ::36W _ �� ; .. .. -,_ .. . . :-. YEAR CREE€ C E aOa5 WARRANT( LEDs 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com enviro-glo LED Wall Pack WPB36WUIBZ, WPB36WUIWH ENERGY EFFICIENT LIGHTING WP83oWOrvI Photometric Data 36 Watt: 36W ./+180 -130 ISO • !flc —V.0.0 DEG PLAN,141.1deg ■1511 • —H.0.0 DEG PLAN,105.0deg AVERAGE BEAM ANGLE(10%):123.4 DEG Dimensions: Width: 4.25" 4 5 Height: 7.75" Lenght: 6.625" • 4—* 7.75' 7.75' 6.625' * Mounting bracket included in Kit. YEAR cREEe • WARRANTY C E coos LEDs 1751 Panorama Point Unit E, Lafayette, CO 80026 Ph: 303.225.7595 Fax: 303.225.5410 sales@enviro-glo.com enviro-glo.com • Marcia Walters From: Shawn Hoy <shoy@SLE-US.com> Sent Tuesday,April 26, 2016 8:51 AM To: bids Subject: SLE Estimate On Bid#61600091***** "I HEREBY WAIVE MY RIGHT TO A SEALED BID"****** Attachments: Weld County Cover Letter.pdf;Addendum 1-signed.pdf;Addendum 2-signed.pdf;Weld County Bid Response 4-24-16.pdf;Weld County Bid Signature Page-signed.pdf; Material Cut Sheets for Alternates.zip Importance: High Sensitivity: Confidential Hello, Please find my attached estimate for the Exterior Lighting Fixture Replacement Bid#61600091 Thank you! Shawn Hoy Skyline Lighting & Electric LLC " 1980 S Quebec Street,Suite 202 I!!111 11th , Denver, CO. 80231 P. 303-261-6154 F. 303-337-6171 SKYLINE' Gighr-ogoc Kttcrn F..t't',' 1 I' PGI-1.P.GUDKA PROGRESS/!/E° 1958 S CORONA ST COMMERCIAL DENVER,CO 80210 1-720-987-6414 Policy number: 01402231-2 Underwritten by: ARTISAN AND TRUCKERS CASUALLY CO May 26,2016 Page 1 of 1 Certificate of Insurance Certificate Holder Insured Agent Additional Insured SKYLINE LIGHTING PGI-J.P.GUDKA WELD COUNTY &ELECTRIC,LLC 1958 S CORONA ST 1105 H STREET 1980 S QUEBEC ST#202 DENVER,CO 80210 GREELEY,CO 80632 DENVER,CO 80231 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s)indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the polides listed below are subject to all the terms, exclusions, limitations,endorsements,and conditions of these policies. Policy Effective Date: Mar 3,2016 Policy Expiration Date: Mar 3,2017 Insurance coverage(s) Limits BODILY INJURY/PROPERTY DAMAGE $1,000,000 COMBINED SINGLE LIMIT UNINSURED/UNDERINSURED MOTORIST $1,000,000 COMBINED SINGLE LIMIT ANY AUTO BODILY INJURY/PROPERTY DAMAGE $1,000,000 COMBINED SINGLE LIMIT Description of LocationNehicles/Special Items Scheduled autos only 2006 CHEVROLET SILVERADO C1500 3GCEC14X06G247744 2000 FORD F450 SUPER DUTY 3FDXF4650YMA23778 Stated Amount $24,000 2008 FORD ECONO/CLUB WGN 1 FTNE14W68DB60674 2010 FORD ECONO/CLUB WGN 1 FTNE1 EW0ADA63748 Certificate number 14716NET231 Please be advised that additional insureds and loss payees will be notified in the event of a mid-term cancellation. Form 5241(10/02) li n qC t LKM DATE(MM/DDIYYYY) CERTIFICATE OF LIABILITY INSURANCE R054 6/1/2016 THIS CERTIFICATEIS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PREMIER GROUP INSURANCE INC/PHS (NC No.Eal: (866) 467-8730 li�.No); (868) 443-6112 344555 P: (866) 467-8730 F: (888) 443-6112 PDORESS: PO BOX 33015 INSURER(S)AFFORDING COVERAGE NAM/ SAN ANTONIO TX 78265 INSURER A: Sentinel Ins Co LTD 11000 INSURED INSURER B: INSURER C: SKYLINE LIGHTING & ELECTRIC, LLC INSURERD: 1980 S QUEBEC ST STE 202 INSURERS: DENVER CO 80231 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICYEXP LIMITS ITR INCR WED OLIODWITY17 /1O1/71O/FM0 COMMERCIAL GENERAL LABILITY EACH OCCURRENCE $1, 000, 000 CLAIMS-MADE X OCCUR DAMAGE TO PREM SET(Ea occurrence) $1, 000,000 A X General Liab X X 34 SBM PP1344 09/18/2015 09/18/2016 MEDEXP(Ay one person) $10, 000 PERSONAL BAOVINJURV 51, 000, 000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2, 000, 000 POLICY X PEa n WC PRODUCTS-COMPIOPAGG $2, 000, 000 (OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $1, 000, 000 A EXCESSLIAB CLAIMS-MADE x X 34 SBM PP1344 09/18/2015 09/18/2016 AGGREGATE $1, 000, 000 DEDI X 'RETENTION3 10,000 $ WORKERS COMPENSATION X PER OTH- ANDEMPLOY£RS'LIABILITY STATUTE ER ANY PROPRIETOWPARTNER/EXECUTIVE YIN EL EACH ACCIDENT $1, 000, 000 OFFICER/MEMBER EXCLUDED? A (Mandatory In NH) I-1 MA 34 WEC BS9709 09/18/2015. 09/18/2016 E.L DISEASE-EA EMPLOYEE 51, 000,000 If yes,describe under EL.DISEASE-POLICY OMIT $1, 000, 000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached iI more space is required) Those usual to the Insured's Operations. Certificate Holder is an Additional Insured per the Business Liability Coverage Form SS0008 attached to this i policy. Waiver of Subrogation applies to Certificate Holder per SS0008 form attached to policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. COUNTY OF WELD AUTHORIZED REPRESENTATIVE 1150 0 ST / 7a-tiled-\ GREELEY, CO, 80631 ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DEPARTMENT OF BUILDINGS AND GROUNDS ` l + PHONE: (970) 304-6531 FAX: (970) 304-6532 1/11--__ N T.* WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 24, 2016 To: Board of County Commissioners From: Toby Taylor Subject: Exterior Light Fixture Replacement at Various Buildings As advertised, this bid is part of the SEP project to replace lights with LEDs at various County buildings. The specifications using the L70 scale, called for the new wall pack LED to last 200,000 hours. The low bid received from Silverline Services had a wall pack with an L70 of only 100,000 which does not meet specifications. The second low bidder, Skyline Lighting and Electric does meet specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Skyline Lighting and Electric for $100,388.44. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director �✓ o2bl6,^ l48 9 WELD COUNTY PURCHASING a l far e 1150 O Street Room 107 , Greeley CO 80631 \ir? r=nr- _ j E- Mail : mwaltersco . weld . co . us : y. E-mail : reverett@co . weld . co . us tret A rt Phone : (970) 400-4222 or 4223 " do u y T� . Fax : ( 970) 336-7226 DATE OF BID : APRIL 26 , 2016 REQUEST FOR : EXTERIOR LIGHT FIXTURE REPLACEMENTNARIOUS BLDGS DEPARTMENT : BUILDINGS & GROUNDS DEPT BID NO : #B1600091 PRESENT DATE : MAY 2 , 2016 APPROVAL DATE : MAY 16 , 2016 **APPROVAL MOVED TO MAY 25, 2016** VENDOR TOTAL FINISH DATE SILVERLINE SERVICES $82 , 115 . 65 07/31 / 16 1287 DIAMOND VALLEY DR WINDSOR CO 80550 SKYLINE LIGHTING & ELECTRIC $ 100 , 388 . 44 06/ 15/ 16 1980 QUEBEC ST SUITE 202 ALT BID : $66 , 787 . 33 DENVER CO 80231 MCBRIDE LIGHTING INC $ 110 , 084 . 64 07/ 10/ 16 16026 W 5T" AVE (after rebate) GOLDEN CO 80401 WEIFIELD GROUP 1270 AUTOMATION DR SUITE 500 $ 116 , 229 . 00 07/30/ 16 WINDSOR CO 80550 MAC ELECTRIC COMPANY INC $ 117 , 108 . 31 07/31 / 16 3466 E COUNTY ROAD 20C UNIT B13 P O BOX 473 LOVELAND CO 80537 B & M CONSTRUCTION INC $ 124 , 980 . 66 07/22/ 16 3134 BEACON ST COLO SPRINGS CO 80907 FACILITY SOLUTIONS GROUP $ 132 , 810 . 00 07/31 / 16 5050 OSAGE ST #200 DENVER CO 80221 TOBY TAYLOR WILL REVIEW THE BIDS . &CAL, - \AR WELD COUNTY PURCHASING Aie1150 O Street Room 107, Greeley CO 80631 E-Mail: mwalters(a�co.weld.co.us •:� E-mail: reverett(a�co.weld.co.us Phone: (970) 400-4222 or 4223 �N Fax: (970) 336-7226 DATE OF BID: APRIL 26, 2016 REQUEST FOR: EXTERIOR LIGHT FIXTURE REPLACEMENT/VARIOUS BLDGS DEPARTMENT: BUILDINGS & GROUNDS DEPT BID NO: #B1600091 PRESENT DATE: MAY 2, 2016 APPROVAL DATE: MAY 16, 2016 VENDOR TOTAL FINISH DATE SILVERLINE SERVICES $82,115.65 07/31/16 1287 DIAMOND VALLEY DR WINDSOR CO 80550 MCBRIDE LIGHTING INC $110,084.64 07/10/16 16026 W 5TH AVE (after rebate) GOLDEN CO 80401 WEIFIELD GROUP 1270 AUTOMATION DR SUITE 500 $116,229.00 07/30/16 WINDSOR CO 80550 MAC ELECTRIC COMPANY INC $117,108.31 07/31/16 3466 E COUNTY ROAD 20C UNIT B13 P O BOX 473 LOVELAND CO 80537 SKYLINE LIGHTING & ELECTRIC $100,388.44 06/15/16 1980 QUEBEC ST SUITE 202 ALT BID: $66,787.33 DENVER CO 80231 B & M CONSTRUCTION INC $124,980.66 07/22/16 3134 BEACON ST COLO SPRINGS CO 80907 FACILITY SOLUTIONS GROUP $132,810.00 07/31/16 5050 OSAGE ST#200 DENVER CO 80221 2016-1489 TOBY TAYLOR WILL REVIEW THE BIDS.
Hello