Loading...
HomeMy WebLinkAbout20154055.tiff WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY& MAC ELECTRIC COMPANY INC. PARKING LOT LIGHTING UPGRADES THIS AGREEMENT is made and entered into this �l day of ��'1�- , 2016, by and between the County of Weld, a body corporate and pofitic of the State of Colorado, by and t rough its Board of County Commissioners, whose address is 1150 "O' Street, Greeley, Colorado 80631 hereinafter referred to as "County," and MAC Electric Company, Inc., who whose address is P.O. Box 473, Loveland, CO 80539, hereinafter referred to as"Contracto�'. WHEREAS, Weld County is in need of upgrading the lighting in various parking lots, (hereinafter referred to as the"Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to unde�take the upgrades to these lights, and WHER�AS, County requires an independent contrad construction professional to perform the construction services required by County and set forth in Exhibits A and B WHEREAS, Contractor is willing to perform and has the specific ability to perForm the required Construction Services at or below the cost set forth in Exhibit 6 WHEREAS, Contractar is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and 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 spec�cally incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreemerrt, including specifically Exhibits A and B, define the performance obligations of Contractor and Contracto►'s willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1500203". The RFP contains the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement 2. Service or Work. Contractor 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 pertorm and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Buildings and Grounds or other designated supervisory personnel, (the "Manager"), to perform the senrices described on attached Exhibits A and B. Contractor shall faithfully perforrn the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing constnaction senrices of a similar nature to c�,; �� �'�� .��.o-. w � �w� �Y�S�1�- � � � o� .�oss � P� � 2— ��— �� ���° � /� �c�r�� 7 those described in this Agreement.Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of�hibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. In its sole discretion, the County, by the Director of the Department of Buildings and Grounds or his or her designee, may extend the time for the Contractor to complete the senrice or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Corrtractor nor change any other term herein. 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 Contractor'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 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 Contractor if it wishes to renew this Contract. 4. Termination. Courrty 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. However, nothing herein shall be construed as giving Corrtractor the right to provide materials (or seniices) under this Agreement beyond the time when such materials(or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor 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 materials which Contractor 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 shalf 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 Contractor is using, by whatever method it deems expedient; and, Contractor 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, Contractor 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 andlor 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 Contractor shall be the basis for add�ional compensation unless and until Contractor 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. 6. CompensationlContract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amourrt no greater than $232,515.54, which is the bid set forth in Exhibit B. Corrtractor adcnowledges no payment in excess i of that amount will be made by County unless a"change orde�'authorizing such additional payment has been specifically approved by the Director of Weld County Buildings and Grounds, or by formal resolution of the Weld County Board of Courrty Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreemerrt notwithstanding, in no event shall County be liable for payment for senrices rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowtedges that any work it pertorms beyond that specifically authorized by County is performed at Contractor'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. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor 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 Contractor in respect of any period after December 31 of any year, without an appropriation the�efore 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 Govemment Budget Law (C.R.S. 29-1-101 et. seq.} and the TABOR Amendment(Colorado Constitution,Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's o�cers, 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. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts perfortned pursuant to this Agreement. Contractor, its emptoyees and agents are not entitled to unemployment insurance or workers' compensation benefds through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes(if applicable)incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liabitity or understanding, except as expressly set forth in this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor 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 shatl 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. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be pertormed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obl�gations and responsibilities which Contractor, 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 Contractor and Contractor shall covperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County_ In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test resufts 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. Contractor 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 Corrtractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, °CONF(DENTIAL.° However, Contractor is advised that as a public entity,Weld County must comply with the provisions of C.R.S. 2472-201, et seq.,with regarcl to public records, and cannot guarantee the corifidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor 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. Contractor 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. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construdion standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable speci�cations. 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. This warranty shall commence on the date of Cour�ty's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results,reports,etc.,generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures fumished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be constnaed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, 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 Cour�ty of, or payment for, the const�uction 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. General Reauirements: Contractors/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 senrices provided pursuant to this request. Contractors/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"�/III 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 cert�ed mail, retum receipt requested. Such written notice shall be sent thirty(30)days prior to such cancellafion 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 ContractorlContract Professional. Contractor/Contract Professionat shall be responsible forthe payment of any deductible or self-insured retention. County reserves the right to require ContractoNContract Professional to provide a bond, at no cost to County, in the amount of the deductible or self-insured retention to guarantee paymentof claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, represerrtatives, employees, or subcorrtractors. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Corrtract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantiry of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall,without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Indemni : The Contractor 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 accourit of any act,claim or amount arising or recovered under workers'compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor 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 Ag�eement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its construction 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 Contractor witl 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 Contractor 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 Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Twes of Insurance: The Contractor/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 Contractor's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requi�ement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. ( Commercial General Liability Insurance written on ISO occurrence form CG 00 01 or equivalent. The policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by,or on behalf of the Contractor, including completed operations" and 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. Contractor/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 vehiGes used in the performance of this Contract. Contractors/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 Contractor/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, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrociation: For all coverages, Contractor/Contract Professional'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 ContractodContract Professional. Contractor/Contract Professional 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. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors,sub-vendors suppliers or other entities upon request by the County. 14. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or ctaim thereunder, without the prior written approval of County. Any attempts by Contractor 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 Contractor 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 andlor 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 othervvise 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 Govemmental 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, and 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 Buildings and Grounds, or his designee. All notices or other communications (including annual maintenance made by one party to the other conceming 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. Nobfication Information: Contractor:�'I Cc C ��Cf 7--�� �'����C;�*;� �,�, Attn.: President, Address: �o �C�X �f-� � C( CD $�S�f� Address: 3� l� �-j' E-mail: h�l n-cac �{�y�C,�C-e �t c 7`-i�►� C'O .C f>vYl� Facsimile: q7U- (� ��}_ �Z�, Cou : Name: Toby Taylor Position: Director of Weld Courrty Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: E-mail:ttavlor weldgov.com Facsi m i le:970-304-6532 18. Compliance with Law. Contractor shall strictly comply with ail applicable federal and State laws, rules and regulations in effect or hereafter established, incl�ing 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 Contractors or persons to perform services of the same or similar nature. 20. Entire AgreemenUModifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter corrtained 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 otheiwise made available. Execution of this Agreement by County does not create an obligation on the part of CouMy to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial InterestlConflict of Interest—C.R.S. §§24-18-201 et seq. and §2450-507. 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 interf'ere with the performance of Contractors services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor 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 pertormance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authori2es funding to Contractor. 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 corrtract shall be construed or interpreted as a waiver,express or implied, of any of the immunities, rights, benefds, protections or other provisions, of the Colorado Govemmental 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 eriforcement,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 othe� 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 e�orcement 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, Contractor 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. Contractor certifies,warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for 'i employment in the United States to perform work under this Agreement, through participation in the E-Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contractor 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 Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreeme�t. Contractor shall not use E-Verify Program or State of Colorado program procedures to undertake pr�employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for senrices knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor 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. Contractor 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. Contractor 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 Contractor participates in the State of Colorado program, Corrtractor shall,within twenty days after hiring a new employee to perForm work under the contract, affirm that Contractor 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. Contractor shall deliver to County, a written notarized �rmation 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 Contractor 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, Contractor shalf 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 Contractor receives federal or state funds under the contract, Co�ractor 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 Contractor 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) shali produce one of the forms of identfication 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 pnor to the effective date of the contract. 29. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, conceming this Agreement, the parties agree that each party shall be responsible for the payment of attomey fees andlor legal costs incuRed by or on its own behalf. 30. 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. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this CoMract. "Colorado labor� means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state-issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion.This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgment. County and Contractor 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 metter of this Agreement. �-- t IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 2� �day of �JG�I���OI.v , 2�5:Z�((0 CONT OR: _'L �t��C � . L G . BY� Date � �Z�` Z 0 � (� Name: �i . 1 L Title: WELD COU��'�J `i �.� ATTEST: . • BOARD OF COIINTY COMMISSIONER3 Weld o y Clerk to he Board WELD COUNTY, COLORADO BY: __�z �� o Deputy CI to the Boar Mike Freeman, Chair FEB 1 0 2016 APP ED S TO NDING: APPROVED AS TO SUBSTANCE: l2� �.. L/� Controller ��� lected� icial or Department Head APPRO D AS T ORM: '� ' � ��� or of enera rvices County Attomey � �o%� �a�.� �� � DATE(MM/DDIYYYY) ACORO CERTIFICATE OF LIABILITY INSURANCE 01/29/2016 THIS CERTIFICATE IS 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 ceRificate holder is an ADDITIONAL INSURED,the policy(ies) must 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 ONTA T NAME: Andrew Atsaves PHONE Fnx Go Artex Risk Solutions,Inc. • 480 951-4177 ac No: 480 951-4266 E-MAIL 8840 E.Chaparral Rd.;Suite 275 ADDRESS: Scottsdale,AZ 85250 INSURER(S AFFORDING COVERAGE NAIC# iNsuReR n: American Zurich Insurance Com an 40142 INSURED INSURER B: Employer Solutions Group Inc.Alt.Emp:MAC ELECTRIC, INC. INSURER C: 4844 North 300 West Suite 100 PfOVO,UT 84604-0000 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:16UT514902469 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. NOTIMTHSTANDING 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 7ypE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR IN D POLICY NUMBER MM/DDIYYVY MMIDDIYYYY COMMERCIAL GENERAL LIA&LITY EACH OCCURRENCE $ CLAIMS-MADE �OCCUR pREMISES EaEoccurrence $ MED EXP(Any one person) $ PERSONAL 8 ADV INJURY 5 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY� PR� � LOC PRODUCTS-COMP/OP AGG $ JECT OTHER: a AUTOMOBILE LIABILITY � Ea accident $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accideM) S AUTOS NON�-ONMED PROPERTY DAMAGE $ HI RED AUTOS AUTOS Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X STATUTE E�RH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y�N E.L.EACH ACCIDENT $ 'I,000,000 A OFFICER/MEMBEREXCLUDED? ❑ N�A X WC02-10-938-00 01/01/2016 01/01/Z0'I7 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ �,���,��� If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 Location Coverage Period: 01/01/2016 01/01/2017 Client# 1360-CO DESCRIPTION OF OPERAT10N5/LOCATIONS/VEHICLES(ACORD 107,Additional Remarka Schedule,may ba attached H more apace Is required) MAC ELECTRIC,INC. waiver of subrogation in favor of Weld County Colorado,endorsement attached Coverage is provided for 3q66 E CR20C Unit B13 only those co-employees or,but not subcontradors Loveland,CO 80537 to: Endorsements:Waiver of Subrogation CERTIFICATE HOLDER CANCELLATION Weld County Colorado SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEILED BEFORE 1150 O Stfeet THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley,CO 80631 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �%!l��� G�Q�iY�� O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/011 The ACORD name and logo are registered marks of ACORD WORKERS'COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. � Schedule IN FAVOR OF: ' Weld County Colorado 1150 O Street Greeley,CO 80631 WORK PERFORMED BY CO-EMPLOYEES OF: MAC ELECTRIC,INC. 3466 E CR20C Unit 613 Loveland,CO 80537 ON THE FOLLOWING PROJECT: waiver of subrogation in favor of Weld County Colorado,endorsement attached FEE FOR THIS WAIVER IS: Premium will be waived This endorsement changes the policy to which it is attached and is effective on the date issued unless othervvise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 01/29/2016 Policy No: WC 02-10-93&00 Endorsement No: Insured: Employer Solutions Group Inc.Alt.Emp:MAC ELECTRIC,INC. Premium: $ Insurance Company: American Zurich Insurance Company Countersigned By: / �),M� +� C��� ` Authorized Representative WC 124(4-84) WC 00 03 13 Copyright 1983 National Council on Compensation Insurance. Page 1 A�� CERTIFICATE OF LIABILITY INSURANCE °A�,MM'°°""", 2/,�2�,6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONIY 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), AUTHORI2ED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,ceRain 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 ONTACT WILL H DELMAR(16567) PHONE WILL H DELMAR F� 428 N.GARFIELD AVE ac No exc: 970-669-2560 ac No:9�0-667-2807 LOVELAND,CO 80537-0000 noo�ss: WILL.DELMAR@COUNTRYFINANCIAL.COM INSURE S AFFORDING COVERAGE NAIC At iNsuReR n: COUNTRY Mutual Insurance Company 20990 INSURED 5096595 INSURER B: MAC ELECTRIC COMPANY INC INSURERC: PO BOX 473 LOVELAND,CO 80539 INSURER D: INSURER E: 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 AL� THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 7ypE OF INSURANCE ADDL UBR ppUCY NUMBER MM/DCY EFF M�LpICYp� LIMITS LTR GENERAL LIABILITY ✓ � AM9046083 12/2$/2�15 12/28/2016 EAMAOCCURR NNCE $1 0����0 A COMMERCIAL GENERAL LIABILITY I PREMISES Ea occurrence 3 CLAIMS-MADE �✓ OCCUR MED EXP(My one person) a 5,000 �/ BUSMESSOWhIERS PERSONAL&ADV INJURY 3'I,000,000 II GENERALAGGREGATE 52 00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 ✓ POLICY PR� LOC a I AUTOMOBILE LIABILITY EO aBIN�EDt51NGLE LIMIT � 000 000 I �/ AV9147129 /1/2016 3/1/2017 ANY AUTO BODILY INJURY(Per person) S A ALL OWNED SCHEDULED AUTOS ✓ AUTOS BODILY INJURY(Per accident) S HIREDAUTOS NON-OWNED PROPERTYDAMAGE S � AUTOS Per acddent � $ � UMBRELLALIAB OCCUR �/ AU9206369 �2�28�2��5 12/28/2016 EACHOCCURRENCE $�,���,��� A EXCESS UAB CLAIMS-MADE AGGREGATE S 1 000 000 � DED RETENTION$ b WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N �. ANY PROPRIETOR/PARTNER/EXECUTIVE❑ N�A E.L.EACH ACCIDENT 3 � OFFICER/MEMBER EXCLUDED7 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE S If yes,tlescribe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(AMach ACORD 101,Additlonal Remarka Schedule,H more space Is requlrad) WAIVERS: THE INSURING COMPANY WAIVES ITS RIGHTS OF SUBROGATION(RIGHTS TO RECOVER)AGAINST THE CERTIFICATE HOLDER NAMED BELOW WITH RESPECT TO ANY PAYMENTS MADE FOR LIABILITY COVERAGE(S)UNDER THE POLICY(IES)SHOWN IN THE GENERAL LIABILITY SECTION OF THIS CERTIFICATE. (CONTINUED) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE WELD COUNTY COLORADO THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 O STREET ACCORDANCE WITH THE POLICY PROVISIONS. GREELEY,CO 80631 AU7HORIZED REPRESENTATIVE _.!�c�Y 'r , "�O�J O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: �, � A��RD ADDITIONAL REMARKS SCHEDULE Page � of � AGENCY NAMEDINSURED MAC ELECTRIC COMPANY INC POLICY NUMBER PO BOX 473 AV9147129 LOVELAND,CO 80539 CARRIER NAIC CODE I COUNTRY Mutual Insurance Company 20990 EFFECTIVE DATE:2/'I/Z0'IF) ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE � ADDITIONAL INSURED(S): WELD COUNTY COLORADO 1150 O STREET GREELEY,CO 80631 ACORD 101 (2008/01) O 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �k�i���r� ?� _ ___._ REQUEST FOR BID 'y���,,i��;,_� ;:. '; WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 � ' GG ,� �; TY DATE: DECEMBER 3, 2015 : _ _:_. BID NUMBER: #B1500203 DESCRIPTION: PARKING LOT LIGHTING UPGRADES-VARIOUS LOCATIONS DEPARTMENT: BUILDINGS & GROUNDS DEPT MANDATORY PRE-BID CONFERENCE DATE: 12/14/15 @ 1:30 PM BID OPENING DATE: 12/28/15 @ 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: PARKING LOT LIGHTING UPGRADES -VARIOUS LOCATIONS. A mandatory pre-bid conference will be held at 1:30 p.m., on December 14, 2015. Please meet at the Buildings and Grounds Bldg, 1105 H Street, Greeley CO 80631. Bidders must participate and record their presence at the pre-bid conference to be allowed to submit bids. Please call purchasing if you have any questions on the location. (970-356-4000 x4223 or x4222) 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: Deoe�nber28,2015(a�10:00am (Weld Countv Purchasinq Time 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 bidderwill 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/Purchasinq/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: b i d s@ w e I d g o v . c o m . 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 submiUmail hard copies of the bid proposal. BID REQUEST#61500203 Page 1 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the fol�owing 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 Deliverv. 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 afl 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 BID RE�UEST#61500203 Page 2 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. 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 pertorm 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. BID REQUEST#B1500203 Page 3 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. 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 empioyee 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. BID REQUEST#61500203 Page 4 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. 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 comp�etion 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 pertormance 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 shal� be pertormed 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: BID REQUEST#B1500203 Page 5 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. 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 shali, 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 additiona! 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. BID REQUEST#61500203 Page 6 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. 6. INSURANCE REQUIREMENTS General Reauirements: 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. 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 BID REQUEST#61500203 Page 7 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. Tvpes 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 Subroqation: 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. BID REQUEST#61500203 Page 8 SPECIFICATIONS This bid is for a turn-key replacement of the parking lot light fixtures, light bollards and flagpole lights at various Weld County Parking lots. 1. Replace parking lot pole lights with new LED fixture (head). Fixture shall be a LSI, Aeromax Medium (XAMU) or equivalent at all areas identified in the table below. Fixture shall have minimum life of 60,000 hours and brightness of Cool White (5000K) at 70 CRI. 2. Replace all bollard lights with LED bollards. Fixtures shall be LSI LED Bollard (XBVRD) or equivalent at all areas identified in the table below. Fixture shall have minimum life of 60,000 hours and brightness of Cool White (5000K) at 70 CRI. 3. Replace all flag pole lights with LED flood �ights. Fixtures shall be Atlas Lighting PFS22LED Power LED Flood Light Pro Series 22 Watt 4100K or equivalent at all areas identified in the table below. 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 January 13, 2016 with a contract and start date of January 27, 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. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 9. All work is to be completed in a professional workmanship manner. 10.Permits will be through Weld County Planning and Building inspections. Fees for permits will be waived. 11.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. 12.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. 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. (Contract attached as separate doc) PRICING TOTAL PROJECT COST $ COMPLETION DATE BID REQUEST#61500203 Page 9 0 � a� rn m a � � 0 � o` �a O � � 0 i w � � +� C � O O t0 N N � N .--i tD N N I� O N 00 O O N O O � O O a N 3 � in in N = 2 N � in N in in cn _ = a = � 2 � 2 a = 2 = 2 2 = pi O � s O = � O � O p = � p � p s p L 0 t � v +-� � N O N � O r-1 N O N N �.�. N � a�+ � <,�„� � 00 � y GD �., L J � I� �.., L � L � � L � � ,L � i � � p L � d0 L ��-' �pp L a�N+ L � � L L J� � L 'J G1 � .J 41 d0 qD oA pp C4 ap o0 pp O O � J � a J � J J � J J � J J � J J C d � C d 'J C G. L� 0 � �0 O � � O � v O '� � O �/1 � O cn N �'' �/'� ry " cn ry � �y, J C � J C � J C � J O J � � LL O m a � a a a � S.' Y Y �C � y Y Y Y t6 f0 N (D f0 N f0 f0 N fC f0 l0 fC f6 f0 � � L.L a L.L C. LL d LL d d d Q Q Q Q Q t L L � t h � � � � n � � � i y .� � .-i �--� � a � � O � O � O L O L O L O v O v O tn V �' V �' V �' N �' V M � O G�1 Z y Z y Z v Z � Z � � �' N �` O O C1 O N e-I � N N � 4J O CJ � G1 u1 v � � ` � i � � � v � v M L! � `1 O v � u� � C7 r+ l7 � l7 � C7 � �7 � C7 .-+ C7 ,�-i � m � � � _ � ≥ in v W � � � � � � � � Y � o � `�° � s d � O � c�o � V�' � � � «v+ O � 0 � �' ,-� 'S a ,-i .� .� � � Q a Q Z m Q - m � � a� rn cn a 0 F� O � O ,Q a � ` .o n`, 0 � � � � ,.^'.., �n �r °r,' o m � �n o m r^'., o o � o o rn °r,' o o ,`'^i o o � � V1 2 ln 2 V1 = (n N = V1 = N � _ � _ � _ _ � a c, � = r^., o � o � � � o u�i � � o � s � o N r o � a �` � O � L •-V' O � L � N t J �, � � � O +, 0.0 N � 00 S ,.+ O '-' -- � L � �. L � p � � � � � � � �' s J v n � � � ,M L� � Gq „' � -� pp � J � � '� � � � OA O ++ CD � V1 J 00 -� 'J -� J C 'J J C d � C d � h0 C d � C -0 t+ J N �„� � GJ L �, G� � � �30 � � OID � � J CO � J C1A i. � � � O p (n O (6 � V1 � 0 tn Ip O N � O � c/) �p � N � (6 Y Gp a Y G. O Y �- Y LL Y LL �p J � -+ � O L � UA � qA m � 01J � L y Y CG a ra ca co m cv m m L m � a u- a ,� d a � a a� > Q L N v �.. � `1 '-' > G1 �J v Q Q1 � y N � N O L O � O v O L O Y O °J O '� = U �, u � U Y v '� U '� U � U �/7 vf O � cn c'� ¢ O C��1 2 y .-�-i y 2 y Z N O N O v �N v �--� O1 01 y M N Q Gl `� G1 O y � � ` � L M LJ � L � �1 O a1 � N � � Oi l7 .--i C7 N C7 r-I U' M l7 00 U' .-i (� m � � '� c O -Q O O c W � C ti. J �+ J � Vf J (, E � � .4+ � y GJ V1 f6 U t � = Q d o,p c v E � � v E '� � �. Y 3 w G1 U O O 'L � 3 � � � Q.' U U U U u. = N � � � � a � p m N c- Q� � (Q � � � � 0 � L � � � Q � � O � 0 N z f6 � �y C7 t`�o � � � � �--I N m N M � � N N � O l0 Q1 O r�1 � N O N N � N c�1 � a = a = a = a a n�. a = O � O = � O �' }+ a = ... S = ..+ � O � O d�' O O � � p O � Y � � � � � � � � � � t ~ �--� v y, ...� � Y � v � ...� L J � L J O N L J O � L � �-'' � +-' L ^ �-' L a-� CA � �.+ OA � v �., 00 y ln �... Op y J L J 3 � t � � L � � � L � � C d J C d w � � O v� pp O x .., � g ,� � a � ,� '� v ,., °n on o'� � � ov a �° J � a j,i O � p O J p � O -+ � O N �o O v� cC co p cn � � � cn � J C d '� C a � J C d J � J LL J LL O -� lL i � Op � � pQ m i � pA Y � m -y m Y a � (O fa N f0 f0 N fC f9 f0 f�0 L L.L n. LL d LL d d G. d a > N Q �p L S f0 I�II ^ � 1� GJ � al �"'� N r-I y GJ Q +' � L O L O L O v Q + O Y U v O •d � U +-� V � V ,� U N U � dj ��'' U M a Z U�1 O � Z T � � +L-+ �. O C N N = G� 01 N U O 2 � � Ol G1 O GJ �11 N � N O Gi 01 � � y � Q1 4J e--I y 1,11 O M .-� �.. � �J � i �n d O N L Q � � �--1 CJ N C�J c-I U' .--I C�J N V� � i-\i Il �--1 (J m � C1 C O — � �' N fn �+ W °� � � � �, af°, a � 3 a�i � °�° L � '3 O � �C .v Y s ,v G! L ,V N v C� m O 0 � � � O 7 � C 3 � C 'tp C � � Z d �O d � V�1 (!i U V�t N C� H U p m 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. #B1500203. 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. The bid(s) may be awarded to more than one vendor. 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. BID REQUEST#B1500203 Page 13 Below are the answers to questions that occurred regarding the Parking Lot Lighting Upgrades—Various Locations bid (B1500203): 1. 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. In addition, the bidders must develop a light distribution plan (in conjunction with the manufacturer) that determines the optimal LED lighting pattern that provides the best illumination for the site (e.g. Type I, Type II, Type III, Type IV, & Type V). Due to the additional time needed for this design, the bid due date will be extended to January 8, 2015 at 10 AM. An addendum will be provided. 2. When is this project anticipated to be done? Answer: The bid is anticipated to be awarded three weeks after bids are received (January 29, 2015). Bidders are to provide their estimated completion date based on the award date. 3. To confirm the only location that the voltage is 480v is the Southeast Service Center and this location is requested to have the existing electrical system modified to run at 277v? Is this cost to be included in the bid response? Answer: Yes. The cost for this modification to the Southeast Service Center's exterior lighting to 277-volt must be included in your bid. 4. Are the sign light LED fixture specifications the same as the flag pole LED fixtures? Answer: Yes. 5. Is Weld County requesting that the contractor determine the new LED distribution patterns for each fixture within each parking lot? Answer: Yes. An addendum will be provided. 6. 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. There are two sites that use photocells only. Those are Law Administration (south portion) and the North Ambulance parking lots. The photocells will need to be replaced as part of this project. 7. The specified LSI LED fixture for the parking lots come in a standard 139 watt option and a high output 176 watt option. Does Weld County expect the 139 watt model to be spec'd for all existing fixture wattages less than or equal to 250 watt? Likewise, wi�l the 176 watt model replace all existing fixtures greater than or equal to 400 watts? 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. In addition, the bidders must develop a light distribution plan (in conjunction with the manufacturer) that determines the optimal LED lighting pattern that provides the best illumination for the site (e.g. Type I, Type II, Type III, Type IV, 8� Type V). Due to the additional time needed for this design, the bid due date will be extended to January 8, 2015 at 10 AM. An addendum will be provided. 8. At the Jury and Court Parking location the existing fixture heads are mounted perpendicular to the perimeter of the parking lot. The proper solution is to mount the new LED fixtures 90 degrees from the existing mounting facing the parking lot. This wifl require new holes to be drilled in the existing pole. Is this cost to be included in the bid and is this the County's intentions on the mounting? 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. In addition, the bidders must develop a light distribution plan (in conjunction with the manufacturer) that determines the optimal LED lighting pattern that provides the best illumination for the site (e.g. Type I, Type II, Type III, Type IV, & Type V). Due to the additional time needed for this design, the bid due date will be extended to January 8, 2015 at 10 AM. An addendum will be provided. 9. There are four parking lots that have a top mount, spider mount existing fixtures. At these four locations is the contractor is supply a new 6" mounting arm to be properly mounted on the side of pole that provides the best light coverage with the proper distribution type designated for each fixture?Are these costs to be inc�uded in the bid response? 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. In addition, the bidders must develop a light distribution plan (in conjunction with the manufacturer) that determines the optimal LED lighting pattern that provides the best illumination for the site(e.g. Type I, Type II, Type III, Type IV, & Type V). Due to the additional time needed for this design, the bid due date will be extended to January 8, 2015 at 10 AM. An addendum will be provided. 10. At all other locations are the existing fixture arms to be re-used? tf this is not possible, is the contractor to mount the new fixture directly to the pole or provide a new 6" mounting arm?Are these costs to be included in the bid response? Answer: All costs to retrofit existing poles to accommodate the new LED fixture shall be included in this bid. 11. Are there any existing round poles within this scope? If so this will require a round pole adaptor or round pole 6"mounting arm in order to mount the new fixture? Is the contractor to determine this prior to submitting the bid response? Answer: Bidders were provided addresses and locations of the parking lots affected by this bid. It is the contractor's responsibitity to verify the types of poles on each location and to provide the all- inclusive cost to upgrade to the LED fixtures. 12. It was mentioned that existing wire from the head of pole to the bottom of the pole is to be replaced with new wire, should that be#10 or#12 THHN?Also, adding an inline fuse at the hand hole cover is recommended for LED fixtures. Are these costs to be included in the bid response? Answer: The new conductors (3 each pole) shall be#12 THHN stranded. Yes, a new inline fuse as recommended by the LED supplier shall also be included. All costs for these components shall be included in your bid because you are providing a turn-key installation proposal. 13. Has it been investigated to verify that of the existing bollard bolt circles are between 4.5" and 6" to accept the new LED bollard? If they are larger in diameter then an additional anchor bolt kit will be required to be purchased. Is the contractor to determine this prior to submitting the bid response? Answer: Yes, the contractor is responsible for ensuring they will fit. If not, then the additional anchor bolt kit costs and installation time shall be included in your turn-key proposal. 14. Is Xcel Energy the electric provider at every location included within this scope? Answer: NO. See answer below 15. 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. 16. 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 24 '/� Firestone is served by United Power c. 2950 9�h Street, Fort Lupton is served by United Power. 17. The bid is due right after Christmas holiday. Due to the holiday, we are not afforded a full work week leading up to this bid date. This is impacting responses from manufacturers. Can the due date for the bid be extended due to these circumstances? Answer: Yes. The bid due date is now January 8, 2015 at 10 AM. An addendum will be provided. ADDENDUM #1 BID REQUEST NO. B1500203 PARKING LOT LIGHTING - VARIOUS LOCATIONS Buildings & Grounds Dept. PLEASE AMEND BID DUE DATE ON PAGE 1 AS FOLLOWS: 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: January 8, 2015 @ 10:00 am (Weld County Purchasing Time Clockj PLEASE ADD NUMBERS 16 THRU 21 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. Bidders must develop a light distribution plan (in conjunction with the manufacturer)that determines the optimal LED lighting pattern that provides the best illuminatron for the site (e.g. Type I, Type II, Type III, Type IV, &Type V). A copy of the proposed distribution plan shall be provided with the bid proposal submitted. 18. Bidders will be responsible for modification of the Southeast Service Center's exterior/parking lot lighting to 277-volt to accommodate the LED fixture installation. 19. Bidder will be responsible for all retrofit kits needed to install new LED fixtures onto existing poles. 20. New conductors in poles will need to be installed. New conductors (3 each pole) shall be#12 THHN stranded. 21. Contractor shall only use prescriptive rebate programs when calculating rebate costs. ***Please siqn and fax back to Weld Countv Purchasinp (o� 970-336-7226. Thank You�*** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE The undersigned, by his or her signature, hereby acknowledges and represents tha#: 1. The bid proposed herein meets all ofi the conditions, specifications and special provisions set forth in the reques₹for proposal for Request NO.#815Q0203. 2. The quotations set forth herein are exclusive of any federai excise taxes and all other state and local taxes. 3. He or she is authorized to bind the beiow-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documen#s of the Request for Proposal contained herein (including, but not fimited to fhe 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 btds, 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. FIRM e �I��firi'� �'D � �G . ADDRESS �� �Ux �7,� 6' � 7 � �t ��.S�- C Gil'� /�-U ZQ C� CITY, STATE, ZIP CODE 1�►'"t- ��� Cd SU S�� � � TELEPHONE NO � ab� � FAX �� _ �� TAX ID# o��� ��ID Z 7 8'� TR�NTE�ME AND l e k �!� s�'t �C `iI �1�1-J sr" �- EQ r` �K S�`� 51GNATURE � E-MA I L �v�►.rv�a c f'Ytc�C' � ��c'��eL'a CrTLv,�' oATE__ 1 - S- �zal _ *"TNE SUCCESSFUL BIDDER SHALL PROVIDE A V1�9 fF NOT ALREADY ON FILE'* WELD COUNTY VS EXEMPT FROM COLORADO SALES TAXES. THE CEF:TIFtCATE OF EXEMPTiON NUMBER IS#98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 —$, BID REQUEST#B�boozo3 Page 13 A �5 � EiV � UlVI #1 BI� 33�Q�J�ST NO. B15U0203 PARKING LOT LlGHTi�1G —1iARI�UUS LO��TIt'�N� Buildir�gs & Grour�ds Dept. PLEASE AMEN� 8i�f DU� DATE ON PAG� 1 AS FOLLOWS: Bids wiil be recerved at the O�c� �f the Weld Couniy Purchasing Department in the Weld county Administrat�ve Bui!ding, �1 FO Q Stfeet Roorn #1 Q7 GreQley CO 8�53� ��n#il: J�r���ry 8, 2�'15 (�) 10:0�am {V1/e1d Couratv Purchasin� T9me Clock) �'LEASC Aa� iV�3MBER� �b T�ii�� �'1 ON PAGE 9 A� FOLLUI�/S: 1�.Biaders must w�rK with the iig�t;ng manufacturer ta determine which fixture will provide the same lumens as the existing fixturas installed on the site 17.Bidders must de�ielop a light distribution plan (in conjunetion with the manufacturer)that determines the optimal LED lighting pattern that provides the best illumination for the site (e.g. Type I, Type II, Type III, Type IV, &Type V). A copy of the proposed distribution plan shall be provided with the bid proposal submitted. 18. Bidders wrll be responsibie for modifieation of the Southeast Service Center's exterior/par4cing lat lighttng to 277-valt to accommodate the LED fixture installation, 19. Bidder will be responsibfe for all retrofit kits needed to install new LED fixtures onto existing poles. 20. New conductors in poles will need to be installed. New conductors (3 each pole) shall be#12 THHN stranded. 21.Contractor shall only use prescriptive rebate programs when calculafing rebate casts. '�"�Please siqn and fax back to Weld CounN Purchasin� (c�97Q-336-7226 OR email #o bidsCcDwefdqov.com. This addendum must be acknowleds�ed. Thank You[*'* Adsieradu�ra recQivsd by: r �' L�. � � l���}" �'� ������''� �G, FIRM �� �' a x 4�-7� ADDRESS �vr-� �0 80 5 3 � CITY AND STAT _ _ _ _ ___ ___ _Rv_���,_-��.c_v��,_:����w��y���_�L �_ ... � �� ✓ TfTLE DECEMBER 21, 201� r-�., - �Il�iiiiu� ,dr,,.�,`_. i I i, 9� I.: ��I � ��■� 7 January 8,2016 BID B1500203 PARKING LOT LIGHTING UPGRADES- MAC ELECTR[C Please notice the fol(owing notes and recommendations per property visits by Mac Electric Company Inc. Property: 1401 North 17''' Avenue Notes: Mac Electric speciFed post top lights RAB ALEDST78 for the(2) (ights located on the(2)poles on the west corners of the building to get adequate light output for the parking lot. If Weld County would like to keep have the same look at afl the other property lights,Mac Electric wou(d recommend a total of (4) RAB ALED3T78 fixtures be installed on those(2)poles to provide proper light for safety in the lot. Property: Crime Lab 2329 115"'Avenue Notes: Weld County had a count of(5) fixtures; however, Mac Electric counted a total of(6)fixtures as the pole at the entrance has(2)lights on it. Our bid reflects your count; however,we would recommend --� adding(t)additional light to match the existing design. Property: Human Services South 315 Plorth 11"'Avenue Notes: Weld County had a count of(13)poles and(13)fixtures, however Mac Electric counted(l4) poles and(14)fixtures, however, the 14`h pole is along the west a((ey near the north lot. Our bid reflects �(l3)as indicated on the bid request. Property: Southeast Service Center 2950 9`h Street, Fort Lupton Notes: Weld County had a count of(9)pole light fixtures, however Mac Electric determined a total of (12) light fixtures as the(3)po(es on the south side each have(3) luminaires. Mac Electric's bid --�reflects(9) luminaries under the assumption each pole will be reduced to(?)luminaries each. Bollards at this location are pre cast concrete and do not appear to have a concrete base but rather are direct burial and appear to be in excellent condition;therefore,Mac Electric's bid includes retrofitting them with new LED lamps as indicated on our proposal report. Property: Southwest Service Center 4209 County Road 24 '/2 Firestone Notes: We(d County had a count of(24)bollards, however Mac Electric could only locate(21)while on .� site. The bid reflects a total of(24). Upon Mac Electric's award of the project Mac Electric will complete another site visit to each property before POs are issued to ensure smooth implementations and proper material orders. Po Box 473 � Loveland,CO 8O539 � 97O-669-Z464 � Fax: 97O-669-6271 I I SPECIFICATIONS This bid is for a turn-key repiacement of the parking lot light fi�ures, light ballards and flagpole lights at various Weld Count� Par�ing iots. 1. Repiace parking iot pole lights with ne+�v LED fixture (i�ead). Fixture shall be a LSI, Aeromax PAediu�n (XAMU) or equivalen₹ at ail areas identified in the tabie below. Fixture shall have minimum life of 60,000 hours and brightness of Cooi White (5000K) at 70 CRI. 2. Replace ail boliard lights wsth LED boilards. Fixtures shall be LSI LED Bollard (XBVRD) or equivalent at all areas identified in the tabie beiow. Fixture shalf have minimum life of 60,000 hours and brightness of Cooi White (5000K) at 70 CR1. 3. Repiace all flag pole lights with LED flood lights. Fixtures shall be Atlas Lighting P�S22LED Powe� LED Flood Light Pro Series 22 Watt 4100K or equivalent at all areas identified in the table below�. 4. !r the table belo�ni, identify the totai amoun₹for materials a�d labor for each location & fixture to be instailed. Provide grand total of the project. 5. It is anticrpa#ed the bid award date will be January 93, 2016 wit3� a contract and start da#e of January 27, 2016. Please provide an estimated completion date based on this. 6. All instailations s�al! be environrnentally sealed. 7. Contractor is responsible for disposal of existing fixtures. 8. Work will comply with all applicable Federal, State and loca! laws, ordnances and regulatory requirements. 9. All work is to be completed in a professional workmanship manner. 10.Permits �nri(! be through Weld County Pianning and Building insQections. Fees for permits will be waived. 11.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. Refundslrebates (if available) should be included your bid total price that you provide. 12.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. 13.Davis-Bacon and Buy American requitements 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. (Contract attached as separate doc) PRICING TOTAL PROJECT COST � a 3 a, s �s S`� COMPLETION DAT'E � - ! S� z d ��O �.�� �`D�l�fi�� d�� �� �,� ���'�ice����. �y 1 n c����-� Gv-e��h�r- �- ,�-a 3 �. �r�U_.�c�._ C�DY�D��r�l�U►�tS 1�12 �GL��i�GGL�GZr � ��� '� S�G�12� Lr � G� fs - BID REQUE5T#615002D3 �V Page 9 O m � m d �{ si a u t _ �S �Z c "�: � Q . �. � � :v,: . . n 4 �..� r� �,t CUt _ i.�. . ti,S _� � � �•..��. 't .� �- ��y r �� � .;"^. ...� '., . t � \j I �" \� �� �� ',�.. � � /^�`4 ^\ � �'; ' � �`•• I % =,� � �I .,�1 , . �.. \., v � y � � ( � � �� � � ��„ . �',� ��.�1 � � �� , �i '� � \., , � �' `. � i� ��i \`. ��.1 :.._� `: �` .� ....,,� 4/`, �;1 .� � �, �y �, z \ _ � �.., � .•� �'� •.,, �'V �� . M " C_� '�'i �' 'i� " V%` � � 4 " i. - �.i'1 vC� �q? v C�'i ,�i ` � , � �, r . �'1 . " � : �. 7 < , `;, l � 'V ��l � ��: 4 . ,� �' ! � � �' � � I -"� � � . Y�- ' . -_ , 41 � '� � � u =� °^ ��� �" � ��' v` � �� � -_ ; � -- � I � � � �, \ � I � � � � � `_ L ��' � N; �'� _ ; � , �I Q -' i`. �� . � �� � '�„3 X � , 'y+. �.� ^ ; i � "\ ♦ �. � \t 4 \� /�^ r`� 4 •' 1 °� �; S"� :- �, C� � �- n v C�,. , ) � � G . a' ' 1 � .�d 1`1 � ��' � �\i y � �' � ��, �i�, ,i � ' ' � -�. N^' � �; , .. �i .�, •,�: �.: �,^1� � r`, y, � --., �„_. .,; � �, „ , ��. � ;;� , `=.� �;� �u � C:: ,�t - -_ ;-'� �; ;� � ;� -�- •� � � ; � � a N O O t0 rV N ct N � t0 N N I� O N CO O O N O O ct O O 3 � �n in �^ = S in ^ � in a in cn �n a a � _ � _ � n. � = a = a. n. a S 2 = 2 2 = 2 � p r p = O c.� L � O = � O � v � V L � S � 6(1 �n pp U1 � O � u'� N c11 v� � O �n bp lf1 �n pp u'f v� pp �` f V S J N � `--' � O � � '"'� � .� � � S J � t J v L J n y � ~ +., GO �, +' ++ �"' a+ a'' a.+ M ''' a, bfl v a� h0 N +-' C0 a a L J O co +' t�9 G0 s.�+ C10 � +-�� oD �yp '� bD "�pp J O � "J O �pp J O � � C (S- J � J J � —� J � ._l J C J J C � J = a. J � � )C +-� � 0D �, � � �-+ J Cl a,+ J 0J +-� � N t.-� N � �'' � �6 ~ � (6 � O � � J� C � O C � JO C � J� � J� LL O I.L O tL � d Y pp 0. � O. a Y Y N GD i ln � Y V1 CA i L]0 Y i � a a `° a � a�. `° a `° a a o LL � LL �7- � S �! > > Q d Q eL d s s t t t � N ci ri H ri ei U1 � ♦-+ � � U � p � U � O � O Y O � O Y O � � O O O O O � � N Q �' � Z � Z � Z aT�' z � z � � � _ � o O N Q 41 �-+ N N N �-+ 4J O C1 � 41 �1 N Q � v p N p� v p� � � �J m ` � � O 0J � � C7 � C? ti C7 �--� C� r-i l7 �--i C7 �-� l� � l`�J m *k - - - "L� -='- -- -- !_. --- -eC'- --- ='4' '--- - ��— � vrC %!�_ � _ _ _ __ '_ _.�-. � ..� ��_ .,.. . > vs �-;.----_._ . --- W --- � � � c � � O �"' � O e-i N � Y L pp � L Ur W Cq ul y Y O O O � n" � O � O o�S � ,�'-� S a � ,-`ri � � o ¢ a` Q z m p m � �r � � � !,9.a�4 � � � . n. .: _.. � i � $ � a. � :�^-_ .. !� "' . � : ��. �. z�. �-'.,-�._ . E�.:> �; .�,�.:�.� G!:r e ''� � � � • I � � • � � .,. t �, �z � � / I �. � F^a. .; �� � � _ ` r.�. .-, - ,,.�� �w': � , , . .. ���. �:' � � � .._._..� "� — _ ,:� ,''' ` .__ � � � ` �� �� ₹� � "m . - . �,s� � �- J�f . � � t '� � �;; _ � � n�,f� � '�,-�-�' t '� � ,.t;_ ■ ■ e ac ectr� c � r e ence The Mac Electric difference is in our range of expertise&project customization. � We don't just provide lighting&etectricai services,we provide: � � ♦ , - - � � . . Strategic I'rghting Ener�y efficient Quality Expert distributron pians solutions products installation i r�. - c ' t� P 1 ry l �/ P , f .; . l� 1. �. ���' t,: f. i. � �,'� ., . _.�s.� . ..:.s t . .. .. . �.� � �l: ?s F��!c..`.�� ._��� i �*' - � . . ' - �- " � -.., '°— . �,. . ` + 30.����^-" ,: As a local,family owned r , .. �k � company,Mac Electric . ... � �'� �" -:'s`� ^ ..,�, '�: ' .--A.. � provides responsive,quality, a � .^� �_ � = `.�'� and professional service. ��- ' �� �"�,,�� .�w'_ r � . :,e��.y'r . Our high�y educated team � � . ,; F .... ,-° ` members research the best „�.,.��� .�µs�� , � ' � � �-. . . �;� � _". <� products and solutions for �, "-� r , �' i..: - your needs and handle your �' 't s�t::�; R.: �� ..�.� _- �. ro ect with care and inte rit . '�!� � � - �rt'� p 1 9 Y � .��.�.. � ��T.y' , �.�' �'y i Y � � . _ �'h c 4.�. M�,�: , ��� �� ��`� January 8,2016 Dear Weld County Purchasing Department: VVe are honored to present�bid fi�r the Parking Lut Lighting Upgrades per Bid Number B 1500203. As a speciali2ed electrical&lighting contractor we are delighted to provide you with a customized LED lighting solution for your facilities which incorporates the most reliable and economical products with the highest etficiencies possible to include proven light output for maximum security. We have provided proposal reports and photometric maps for each facility for yovr review which will demonstrate expected light levels through adopting our recommended products. The reports provided will show erpected energy and maintenance savings based on average assumptions for electricity rates and repair averages in Colorado. Our maps and reports are provided in an effort to prove that our recommendations will not only allow for proper light output but will also allow Weld Counry to maximize energy savings through lower wa�tage more efficient lignt fixiures than those specified originally. Mac Electric has had great success with these recommer.ded prcducts and has instafled therr at multiple facilities in nortliern Colorado with great results to include Loveland Housing Authority and Care Housing facilities. Fu(t product spec sheets have been provided for your review. Our experienced in house team of licensed electricians and qualified(ighting experts have enabled Mac Electric Company Inc,to comptete numerous projects to include the foilowing: L?��el 3 Communications,Denver,CO: Ir.stalled o•re:�450+LED light f;xtures with automatic motior�ser�scrs�r parking garage an� installed over 800+LED luminaires with sophisticated controls in their data center in January 2015. King GMC Buick Chevrolet Longmont,CO: Mac Electric designed and implemented new LED parking lot lighting using existing poles for maximum savings ailowing King GMC to redoce their energy bill by over$40,000 per year. See the project video on our website at: httns:;rmacelectricco.com/case-studiesi.Project completed in spring 2015. Loveland Housing Authoritv;Mac Electric has specified,designed,and implemented exterior LED lighting for various baildings. 2013-2014 Care Housing of Fort Collins.CO: Mac Eleciric has specified,designed,and implemented exterior LED lighting and interior LED lighting at alt facilities.Fall 2015. Mac Electric has also provided full turnkey LED lighting services for local retail parking lots,commercial buildings,storage units,and churches. For a complete list of references and additional project history and experience please contact us. iViac Electric's in house bucket truck fleet allows us to provide competitive and responsive services for hard to reach areas including parking fot lighting which allows us to ensure all warranties are satisfied timely and efficiently. Just twenty minutes down the road from most of Weld County's facilities;Mac Electric Company Inc has been in business for over fifteen years and has established a great reputation in the community and actively strives to make a difference in noithern Colorado through use of our resources and talents. Please consider our proposal for your LED lighting upgrades and contact us with any questions you may have. We are looking forward to working with you on this project. Sincerely, — -- . --------------- ---------------------- _ -----------__ �_.____�iL 't.�te.�.�e �. t�o��ti�A'�itir Michelle McLaughlin CEO Po Box 473 � Loveland,CO 80539 � 970-G69-2464 � Fax: 970-669-6271 � � � � a ,_y �;ZI, `' . „1 �1 M � �, I ",; � �, �! �`� ��� �;��i �1 ^ �g .�� � _�i �;.; �O '1� y � J1 `f �t1� '�� ~ 'J� i � -� '-. � --� � � _. � 3 v � `�J -,-.. � �17 � . `� ' ` '� , � � `� t � ., � � _` �� t,0 Q � 1 -_. �; , '�, `. �; 5 � r� _ ,� ;�� � ��J\ 1 �� v �,, � � �l ��� (1 '', t: �; �; ;; - �� `�� �;� ` �l ;� � �� C, �� J, � � •P� � �_ ��. � � `t 'cf�' '� � ` v`� ��V�' '�1 � �� 'i � `1v � � � ��, ' :,.; . Si � . '\/� �' \'� � G�" '.','") � `l. � t� � M'' �, �-��� � ��� �,�S --� ti!` '" C �!' ,E ., �n U i `• �n•`� ". C -- � � ; � .,~�',, � �l �� � " � � 4 �' �'� � ', v ; � �,,`� 1 i .�i `�� C C� •'�•;, . 11n :Jj ��l `u'' �. v� l� i :�J �i � � y ' � J v C; ." ` ;� '�: �' �^j '� M � ,�,� � � �, 1 ,, ��.(� � � -� � ,� �' v V' � � � �; , � � � � � � � � � � � � � i0 d' � O M ch tf1 O M � O O �.my O O Q� � O O � O O � 3 � in S in 2 in S in cn = in 4 a a a a � a = a � z � _ _ � 2 = o �, _ �, � O a, _ � o o � o 0 0 .� o � ,.�n o � � � � � �y p .ti � 'a'' v O ✓ a' � � +'�'' UD O� �,'^,, UD O Y 00 N � OA 2 y � L � .C '_.� .C J � r-I L � � L —i Q 1� �, � ++ m � O .-� on L .�, t� v �, oU y � � m y � dp � n � S � L J � _I L J L J y J L J " ,? � s '�j � C '� `� � C � � C d � C d � 0O C d � � a "p � � � � p � � � O � v � � � O � � � � '� � O � � cV in ro in t�1 � J C � J � J � J LL J �y, O O LL J LL O pp O d (,n J � N bD � C1D m � OD � 'Y Y i m N (V (D f9 (6 (Q fG l6 i IQ � ,l � ,l a LL a a a a a > Q t Y �"� N � � Q ''' `� a�i N � � O � O t O a O ,�., O + O � O �. V y., t> N U +, U i U N U a-+ U M � t �n cn O L vS a o a_Ti = aTi �-�+ a�i = a Z a�i o a O c�i � a, � a� rn o� m v d a, '� N o v p � : � 41 O � N v ci N tf1 � O al u'1 �1 � O1 C7 .�-1 C7 N C7 �-I C7 M U' 0O U� � 'U m � Of �p � ,+�., C � � ""�`' '� '?IE� +� 7 -�'. c -,�� UJ �"'j � L. 3 � ` � ' .+�+ C a1 O V � � _ ��` N � � � aJ Cn f6 U y OZf C Q `� � � C � � i � � � � A Y ,r} 1� � �.J �"J V V U LL = l°l � � a � 0 m „t,� '�, \ :j K � � C� �� i G� �� ��. � . � ��'�l`,” N � ti � � ��,�,',_�„�/ a � ; Vi .i +�� c � {`n �r' �' � 4J �a ``n' � , , � N � �t ��.l1 1 a+ .: '^-� :'t i � S V V~ ! '� `��� � ' �� � ', � i. . �. r .1 't 1^ 'l.� �~ " \\ I �\} ,.. t r ( ' V `,� �` �l C �'_ � I�'� � � ��C �; ���� V� � �� 1 � � 1 �, '� v.� tl (�� (�` z � �' ��^� :� C" `� ' n� � CT �,. �., �� � � . — � ,�.." `�� �� �� � �; r, � \; r� �: T„-. .� 1 ,1 � � � � --� L} � �`: ", � �,�, r , c4; • � �, ;' _ ._ �� -�, � - v �- �-' c'�I �,�; �,., — �, .,� ..C � � .�- ` . 4 � � , � ... � `�� � �.. r ^� � " �: � I ,� �: I \` � LJ� �.j� J J �_T v � t"` �y �� `7 � � �� � .� �'� � ,� '; `a, Q M � ',,(1 �� � ;� � � � — � - � �. "�, —'.�,`' ���� O C — ` �: �1 ,;, -� F- c � �� 1 � a � � ;� .� �' � �` � �; j -, _'. �:�. y, � � ,i� t � i � '"; .,, :�1 �v�, ';t � i ~� '=.: i � ,��' l� •L • t) ,� ' . �; � ` ' L' � .'� ` `. `, v� � , ;�, c+ � b ;L �' �' �'� \ �,J `�� � �"� ' _�v. � �' � � � � � � � jU � `'^ ^� �'G � �' C' �" �1 '� 1 , \ � ^ '� n �f ~ �, � ��. .` �� � R =� �• �-� ti � � - � `��' � ; ---� �E- � � � ~ � � � �� y, 2 'Z � � � e-i N M N M � N ry N � O tD Ql O t+"f � N J O N N � N t» :C � �+ � � N = in = N = a � d �'' a � _ a v� g a i � _ _ � _ - _ �, _ � _ ,.. O = p � � O = p C O O L � � L S � v� pp � � � OA O O O O � � J +� � 0 V +' J 0 s � O 00 L ++ � 41 F � d O � O � � � � L a+ � v L J � � � J � L J 0 � � L ,n � ._.. .C v� tIp -C -� Q pp O in � G d t3 � c d J � � 'J p� L � � '�0 � J � � � J C� d' "� J h0 yp (�D � � OA X ++ � N �.+ � � � +.' '� N O Vl to p v1 c�o c6 p t!' N J N i�i W O J O � J O _. O O J � J LL O J lL m Y J C p, 'J C d O C 0- Y �C �p Y L '2 Y hU f� Y 00 ` i � i!� c�D c0 � � N N !�0 (L6 0. � d d LL d � a � a ....�.. `.7 � a Q �'. � � _, [6 L � +"' ` �;- O +� QJ � Y . � � a., ^ ++ � -�� ), � N y r' °' `'� v O +r O -.,�' +� v a� Q Y .c O � � aL,, � ,., C� 'n u _.._-,,.,� � aj + v c, 'C O v1 p A N �, "' >' �-��,--�U � � � Q Q Z � O � z � 2 a� rn a _; ,,., vi v � m o m G�. � v o o°Ji a al G1 � � � � .-i d � v ��: p ` i e-� i � M � e�-i � ee-ii � N � _7-" C a-( iL � � � � (J N C7 � � __��_�-=.. __ Y`` __ _ .� � � _ - ------- _------.-_ __ --- _ _ _ _ _ ----_ _ _ ._ - -- ,- ____._ \o, h0 0 �' _ r� � �, '� � r; � � 'C d � C� V Y L u � � V � � av, � �3 � L C � L � � � � � � �m C � td O � �6 +�.+ 7 >� O � L C� O c� z a 7 V1 v1 U v�i u�i U �" [n a �a i�i�Vr�i�i A � � EN � � � � B1� RE���S�' �C). 8•1��1�32�3 ����1;V� LaT L1��lTI�Jv —�A}�I��� LCa��T���S �a�i��iings & Grt�un�s �e�#. Pl��s� ad� #h� fr�l9v��ing #�a #,�� ��ecs a;�� us� t�A ���s�,��l�a�i sh���on pa�e 2. �1�lE i7E�V! #22: "The light�n� coa�rtYactar v,r(� r�cycfe and/oti d15DOS2 Of i"B�IaC@� I&f71YS t�i �CCGt'�aI1C2 �Vlth the Colorad� uni�,��rsa, wasie regula�;on� (o CC� �Q07-3 Par�273), oF the Colcrado hazardous�nias₹� regu(ations 6 CCR 10a7-3 Pa�ts Z60 t;ro:.�gh 268, 99 anti �QO„ *x*Piease siqn ant� fa�c back to Wefd Countv Purchasinq(a7 97D 33fi 7226 OR eitrai! to b�ds c�.weldaay.carn Th�s addendum must be acknowiedc�ed Thank You1*** Acld�ndum re�e3v�d by: _�GZ� �-�C�Y7 G �7�ir�r,���..1�c.-�J �� F1RM - �o ���C ��'i� ADflRESS �-D� � � �D S� � ClTY AND STA E BY (�L C.J TlTLE J,0.�41ARY 5r 2U�6 A+L���T5� RA� �1 O H T I N G Project: Type: — • rrepared By: Da2e: Driver Info LED Info Type: Constant Current Walts: S0W 1^<nV: 0.46A Color Temp S000K(Cool) 208V 027A Color Accuracy 67 CRI 24GV Q23A V0 Lifespan: 100,00D 2i7V: 020A Luntens, 4,846 Input Watts: 52W Efficacy 94 LPW Specifcation grade area lights available in IES Type III distributiona For use for roadway, Effiuency 97% general parking and other area lighting applications where a larger pool of lighting is required.Mounts l0 4"square steel ooles at 2035'.Patent oending thermal management system.5 Year Warranty. Color:Bronze Weight 31.0 Ibs Technical Specifications Listin s Construction _ _ Gaskets: �_g ._____.._.- _._.__.. --.____.____ -.--- —.----- UL Listing: (ES Classification: High temperature silicone gaskets Suitable for wet locations as a downlighC The Type III distnbu[ion is ideal for roadway,general Finish: DLC Listed: parking and o[her area lighting applicalions where a larger pool of lighting is required.It is intended to 6e Our environmentally fnendly polyester powder coatings This product is on Design Lights Consortium(DLC) located near ihe side of[he area,allowing the light to are formulated for high-durabilib/and long-lasting Qualified Products List and is eligible for rebates trom projecl outward and fill the area. coior,and coniains no VvC or toxic heavy meials. DLC Member Utilities. Green Technolo IP Rating: 9y� IESNA LM-79&IESNA LM-80 Te5ting: Ingress Protection rating of IP66 for dust and water. Mercury and UV free,and RoHS compliant.Polyester RAB LED fixtures have been tested by an independent powder coat finish formulated without the use of VOC lahoratory in accordance with IESNA LM-79 and 80, Ambient Temperature: or toxic heavy metals. and hpvc rcocivcd thc Dcportmcnt of Encrgy"Lighting Suitoblc for u�c in 40°C ambicnt tcmperoturco. Clecti'ical Pacts"label. Cold Weather Starting� Driver:! + Dafk Sky ApproVed: The minimum starting temperature is-40'F/-40"C. The Intemational Dark Sk Association has a proved Constant Current,Class 2,1400mA,100-277V,50- y P Thermal Management: �0Hz,0.HA,Powar Factnr 9A% this product as a full cutoff,fully shielded luminaire. LED Characteristics Superior patent pending thermal management design THD: _,___.__,..______T_..w______________,.___ with external AirvFlow fins provides maximum 7A%at 120V,7.4%at 277V Lifespan: operational life,even in high ambient temperature F 100,000-hour LED lifespan 6ased on IES LM-80 environments. Surge Protection: results and TM-21 calculations. Effective Projected Area: 6kV surge suppression protection tested in accordance with IEEE/ANSI C624L2. LEDs: EPA=0.75 Other Mulfi-chip,high-outpu[,long-life LEDs HoUsing: ---------------------___._—.�. Color Consistency: Die cast aluminum housing,lens frame and mounting Equiv0lency: arm. ALEDT"'S0W replaces 200W metal halide 7-step MacAdam Ellipse binning to achieve consistent fixture-to-fixture cotor. Mounting: California Title 24: Colo�Stability: Heavy-duty mountlng arm with"O"ring seal 8 See ALED3T50/PC,ALED3T50/PCS or stainless steel screws. ALED3T50/PCT for a 2013 Califomia Title 24 LED color temperature is warran[ied to shift no more compliant model. than 200K in CCT over a 5 year period. Reflectot': Color Uniformi4y: Specular vacuom-matallizeu pofycarbonata RAB's range of CCT(Correlated Color Temperature} _____ _ — —_ _._. __ _---..._..-- -- _._ . __ _. ---- —. _ _ _ _ follows the guidelines of the American National Standard for Specifications for the Chromaticity of Solid State Lighting(SSL)Products,ANSI C78.377- 2011. Need help��7ech help line�868 RA8-1000 6mail�sales�erab�xeb.�om V�IP�site�v,nrrN.rabweb.com Page 1 of 2 Copynght�2014 RAB Lighemg hic.All P,ights Reserved Note:Specificaiions are sub�ect ic chanqe at a�y time wdho�t notire ALE�3��8 �,�R„A,� Project: Type: Prepared By: Date: Drfver Info LED Info Type: Constant Current Wat(s: 78W 120V: 0.66A Cului Temp. S1C0K(Coul) 208V: 0.41A ColorAccurecy: 67CRI 240V: 0.35A L70 Lifespan. 100,000 277V: 0.30A Lumens: 6,911 Input Watls 78N/ E�cacy� 88 IP�A/ Specification Grade Area Iights available in IES Type III distribulions.For use in parking lots, Efficiency: 99% roadways,pathways and general area ligh[ing.Mounts to 4"syuar�steel poles at 15-25'. Designed to replace 250W Metal Halide Area Lights.Pa[ent Pending thermal management system.5 Year Warranty. Color:Bronze Weight:30.4 Ibs Technical Specifications Optical _ _ _ Housing: Color Uniformity: Lumen Maintenance: Die cast aluminum housing,lens frame and mounting RAB's range of CCT(Correlated color temperature) 100,000-hour LED lifespan based on IES LM-80 arm. follows the guidelines of the American National results and TM-21 calculations. Reflector. Standard for Specifcations for the Chromaticity of Solid State Lighting(SSL)Products,ANSI C78.377- Replacement: Specular vacuum-metallized polycarbonate 2015. The ALED78 replaces 250W Metal Halide Area Lights. Ga5ket5: Elect�ical BUG Rating: High temperature silicone gaskets. Driver: � ""—________._____. 81 U0 G2 Finish: Constant Current,Ciass 2,2000mA,100-277V,50- COnSt�UCtion _____.,.__._ pur environmentalty friendly polyester powder coatings 60Hz,1.1A,Power Factor 99% ----�__.__.._—----_._---_-----_. IES Classlflcation: aie funnulaled fui liiyli-dwabilily and luuy-la�liny THD: color,and wntains no VOC or toxic heavy metals. 5.3%at 120V,13.3%at 277V The Type III distribulion is ideal for roadway,general parking and other area lighting applications where a Green T@Chnology: p Surge, rotection: larger pool of lighting is required.It is intended to be Mercury and UV free. located near the side of the area,allowing the light to 4kV project outward and fll the area. Fo�use On LEED BUildingS: Surge Protector: IP Rating: IDA Dark Sky Approval means that ihis fixture can be q�ED78 is available with a 6kV surge profector(SP6). used to achieve LEED Credits for Light Pollution SP6 available. Ingress Protection rating of IP66 for dust and water. Reduction. AmbientTempereture: LED Characteristics Ltstings_'_4��__�__�^ ----_.__�._---- ------ ____-- Suitable for use in 40°C ambient tamperaiures. LEDs: lESNA LM-79&IESN'.�1 lM•80 Tasting: Cold Weathel'Statting: Six(6)multi-chip,13W,high-output,long-life LEDs. RAB LED iuminaires have been tested by an independent laboratory in accordance with IESNA LM- The mfnimum staRing temperature is-40°F/-40°C. Cobr ConsistenCy: 79 and 80,and have received the�epartment of Thefmal ManagerneRt: 3-step MacAdam Eilipse binning to achieve consisteni Energy"Lighting Facis"label. Superior hea[sinking with extemal Air-Flow fins. fixture-to-fxture color. DLC Listed: EffBCSIVO PfOJECtOd A►03: COIO�St8bllity: This product is on the Design Lights Cansortium(�LC) EPA=0JS LED color temperature is warrantied to shift no more Qualified Products List and is eligible for rebates from than 200K in CCT over a 5 year period. DLC Member Utililies. Dark Sky Approved: The International Dark Sky Association has approved _ ________._...--- _ ----__ _._.__ _--- --- --- -- --- . _. __ __ - _ ---- -- ._ Ihis product as a full cutoff,fully shielded luminaire. i Neec help�Tech help lir.e�SD8 RAB-1000 Email-sales(a�rabweb.com��!ebsde�www.rabweb.com Page i of 2 � Copynght_�2014 RA8 Lighimg Inc.All Rignts Resenied Note:Spepfications are sub�ect to change at any time without nouce , � ' ,. : ,..s. __� . . _. . . . __ _b`..� .<. l ALED3T50 RAB �i G H r i N c Technical Specifications (continued) Other Buy American Act Compliant: GSA Schedule: __ __.. ..._ _ ,.,_.__ Patents: This product is a COTS item manufactured in the Suitable in accordance with FAR Subpart 25.4. The ALED'"'design is protected hy patents pending in United States,and is compliant with the Buy American Optical the U.S.,Canada,China,Taiwan and Mexir,o. AcL ____-_____..._..___._.__.______ __. . .-__�_.___. Warranty: Recovery Act(ARRA)Compliant: BUG Rating: RAB warrants tha[our LED products will be free(rom This product complies with the 52.225-21"Required B�U0 G2 defects in materials and workmanship for a period of Use of American Iron,Steel,and Manufactured five(5)years from the date of delivery to the end user, Goods--Buy Amencan Act—Construction Materials including coverage of light output,color stability,driver (October 2010). performance and fixture finish. Trede Agreements Act Compliant: COU�tfy Of O�IgI►1: - This product is a COTS item manufactured in the Designed'oy RACi in New Jersey and assembled in the United States,and is compliant with the Trade USA by RAB's IBEW Local 3 workers. Agreements Ac[. Dimensions Features �_ �3.a• --s�.a�m___�� 66%energy wst savings vs.H�D I --� 100,000-hour LED lifespan a.s . n.a cm� � Type III distribution � I i i � ' � 5-year wananry --�--� i s-� �8.1<m Ordering Matrix Family Distribution Watts Mount Tem r Finish Voltage Photocell Dimming Sensor Bi-Level P ALED 2T=Type II 50= =Arm =Cool = =120. =No Photocell =No MlS2=Multi-Level Motion Sensor(Only available for =No Bi- 3T=Type III S0W SF= Y= Bronze 277V �pC=120V Dimming 120-277V with lD10 for 50W) Level 4T=Type IV Slipfitter Warm W= /480= Button /D10= IBL=Bi- N= White 480V �pC2-z�7V Dimma6le Level Neutral RG= Button Gray /PCS=120V u Swivel /PCS2=277V Swivel 1PCT=120-277V Twistlock /PCS4=480V Swivel /PCT4=4S0V Twistlock Need help?Tech help hne:888 R,�B•1 p00 Finad:sales@rabweh.coin�fJebsite�w�aw.rabweb.com Page 2 uf 2 Copyright�2014 RAB�igh�ing Inc.All'�ignts Reserved Note:Specifications ere suojecl to change at any time without notice ��E����.�iv � l I G H T I N G Project Type: � Prepared By: Date: Driver Info LED Info Type: Constant Current Watts: 150W IZ0V: 1.3 tA Color Temp: 5000K(Coal) 208V: 0.S0A Color Accuracy. 65 CRI 240V. 0.69A L70 Lifespan: 100,000 277V: 0.60A Lumens: 12,526 Input Watts: 155W Efficacy: 81 LPW FHirion���; c77a/_ Specification grade area lights available in IES Type III distributions.For use for roadway, general parking and other area lightirg applications where a larger pool of lighting is required.Replaces up to 400W metal halide.Paten[pending[hermal management system. 5 Year Warranry. Color Bronze Weight:30.41bs Technical Specifications Listings _ Construction Gaskets: UL Listing: IES Classification: Y High-temperaWre silicone gaskets Suitabie for wet locations. The Type 111 distribution is ideal ior roadway,general Fini5h: IESNA LM-79&LM-80 Testin parking and other area lighting applications where a 9' larger pool of lighting is reqwred.It is intended m be Our environmentally inendly polyester powder coatings RAB LED luminaries have been tested by an located near the side of Ihe area,allowing the liqht to are formutated tor high-durabiliry and long-lasling independent laboratory in accordance with IESNA LM- projer,t outward and fill the area. color,and contains no VOC or roxic heavy metals. 79 and LM-80,and have been received the Department of Energy"Lighfing Facts"tabel. Effective Projected Area: Green Technology: DLC Listed: EPA=0.75 Mercury and U�/free,and RoHS compliant.Polyester powder coat fnish formulated without the use of VOC This product is on the Design Lights Consortium(DLC) Ambient Temperature: or toxic heavy metals. (lualified Products List and is eligi6le tor rebates from Sudable tor use in 40"C(1�4"1-)ambient FOr uSe on LEED Bu11dIt1gS: DLC Member Utilities. temperatures. IDA Dark Sky Approval means that this fxNre can be Dark Sky Approved: Cold Weather Starting: used to achieve LEED Credits for Light Pollution The Internatinnal Dark Sky Association has approved The minimum starting temperature is-40°F1-40°C. Reduc�ion. this product as a full cutoff,(ully shielded luminaire. Electrical Thermal Management: ___._____ _____.._ ____ .___._ _ LED Characteristics . -----�--- ------- -------�--�-�--� Superior thermal management with external Air-Flow Drrvers: Lifespan: fins. Two Drivers,Constant Current,Class 2,2000mA,100- 100,000-hour LED lifespan based on IES LM-80 HoUsing: 277V,50-60Hz,1.1 A,Power Factor 99°/ resulls and TM-21 calculations. Die-cast aluminum housing,Iens frame and mowting THD: LEDs: a�- 6%at 12oV:t1.3%at 27'v Multi-chip,high-output,long-life LEDs Mounttng: Surge ProteCtlon: Color Consistency' Heavy-duty mounting arm with"O"ring seal& 4kV stainless steel screws 7-step MacAdam Ellipse binning to achieve consistent O tical fixture-to-fixture color. IP Rating: R--------------.-—_________._.______.__�_ COIO�Stability: Ingress Protection rating of IP66 for dust and water. Replacement: The ALED150 replaces 400W Metal Halide Area LED wlor temperature is warranned to shih no more Reflector: Lighis. than 200K in CCT over a 5 year period. Specular vacuum-metallized polycarbonate Color Uniformity: -- - __ _eaR-s.a_��trrLrc�����,�_c�a��rP_.gPc����.o� - -- __ _ __ _ __ ... _ __ _ -- - ___ _ _ --- - -_ . ._ ___ _ ___ -- ___. _ --- follows the guidelines of Ihe American National Standard for Specificalions for the Chromaticity of Solid State Lighting(SSL)Products,AN51 C78.377- 2011. Need help�Tech he�p hne�388 RAB-1000 cmad�sales@rabweh.com�A�eUsde:www.rabweB.com Page 1 of 2 Gopyrignt�20�a RA.B Lighung Inc All Rigncs Reseried �lote:Spvcificaiions are suo�ect to change at any time without notice ALED3T78 RqB L I G N T 1 N(3 Technical Specifications (continued) Listings Warranty: ..._..._.._._.. _ —-..__.__._._.. UL Listing: RAB warrants that our LED products will be free from Suitable ior wet locations as a downlight. defects in materials and workmanship for a period of five(5)years(rom the date of delivery to the end user, OthO� including coverage of ligh[output,color stability,driver California Title 24: performance and fixture finish. See AlED3T78/D10,ALED3T78lBL,ALED3T78/PCS, Patents: ALED3T78/PCS2,or ALED3T78/PCT for a 2013 The ALED design is protected by patents in the U.S. California Title 24 complianf producL Any additional Pat.668,370,Canada Pat.144956,China component requirements will be listed in Ihe Ttle 24 ZL201230100154.X,and Mexico Pat.38423.Pending section under technical specifications on the product patents in Taiwan, page. Dimensions Features ��_�__ 13.J.. -seacm High autput LED light engine --� Maintains 70°/of initial Iumens at 100,000 hours 4T ; �/ ��.�u„ � /r� � Weatherproof high temperature silicone gaskets 1 �_-- �� � / Superior heal sinking with die cast aluminum housing and external fins � Replaces 250W MH area lights �_ 15 5-yearwartanty �e.i�m Ordering Matrix Family Distribution Watts Mount Tem r Finish Voltage Photocell Dimming Sensor Bi-Level P ALED 2T=Type II 78= =Arm =Cool = =120- =No Photocetl =No 1WS2=Multi-Level Motion Sensor(Only available for =No Bi- 3T=Type ill �Sw SF= Y= Bronze 277V /pC=120V Dimming 120-277V with/D10 for 78W) Level 4T=Type IV Slipfitter Warm W= l4S0= Burion ID10= BL=Bi- N= White 480V IPC2=277V Dimmable Level Neutral RG= Button Gray /PCS=120V Swivel /PCS2=277V Swivel IPCT=120-277V Twistlock IPCS4=480V Swivel Nead help�Tech help line�888 RAS-1000 Emaih sales@rabweb.com VVebsrte-evww.rabweb.com Page 2 of 2 Copyright�2014 R?B!ighr.ng tna All Rights Reserved Note Specifications are sub�ect to change at any time without notice �����4�?� �,o��',� Project_ Type: Prepared By: Date: Driver Info LED info Type: Constant Current Watts 78W 120V: 0.66A Color Temp S100K(Gool) 208V: p.41A Color Accuracy: 67 CRI 240V 0.35A l7�Lifespan 100,000 277V: 0 30A Lumens: 7,564 Input Watts: 79W Efficacy: 96 LPW Speahcauon Grade Area iights avai(abie m ItS Type N cils(nbuhons.For use m parking lots, Ffficiency: 99% roadways,pathways and general area lighting.Mounts to 4"square steef poles at 15-25'. Designed to replace 250W Metal Halide Area Lights.Patent Pending thermal management system.5 Year Warranty. Color Bronze Weight:31.D Ibs Technical Specifications Listings Ambient Tempereture: For use on LEED Buildings: _ ___ __ ._ _ _ UL Listin9: Suitable for use in 40°C ambient temperatures. IDA Dark Sky Approval means Ihat this fixture can be Suitable for we[IocaUons as a downlight. Cold Weather Starting: used to achieve IEED Credits for Lighl Pollution Reduction. IESNA LM-79&IESNA LM-80 Testing: The minimum starting temperature is-40°Fl-40°C. LED Characteristics RAB LED luminaires have been tested by an Thermal Manageman;: '�'— � � � `^ independent laboratory in accordance with IESNA�M- LEDs: 79 and 80,and have received the Department of Superior heaf sinking with extemal Air-Flow fins. Six(6)multi-chip,13W,high-output,long-life LEDs. Energy"Lighting Fac�s"label. Housln9: Color Consistency: DLC Llsted: Die cast afuminum housing,lens irame and mounting 3-step MacAdam Ellipse binning to achieve consistent This product is on the Design Lighis Consortium(DLC) a�' fixture-to-fixture color. Uuallfled Products List and is ellglhle ror rebates irom IP Rating: DLC Member Utilities. Color Stability: Ingress Protection rating of IP66 for dust and water. O8Yk Sky ApproVed: LED color temperature is warrantied to shift no more Reflector: than 200K in CCT over a 5 year period. The Intemational Dark Sky Association has approved this product as a full cu[off,fully shielded luminaire. Specular vacuum-metallized polycarbonate Color Uniformity: Opticai __ _ GeSket5: RA8's range of CCT(Correlated color temperature) _ -..__-.._.. High temperature silicone gaskets. follows the guidelines o�Ihe American National Lumen Maintenance: Standard for Specifications for the Chromaticity of 100,000-hour LED lifespan based on IES LM-80 Finish: Solid State Lighting(SSL)Products,ANSI C78.377- results and TM-21 calculations. Our envlronmentall friendl Zo15• y y polyester powder coatings Replacemen.t: are formulated for high-durability and long-lasting Electrical _ _ __ _--- color,and contains no VOC or toxic heavy metals. The ALED78 replaces 254W Metal Halide Area Lights. DriVe�: Green Technology: BUG Rating: Constan[Current,Class 2,2000mA,100-277V,50- Mercury and UV free. 60Hz,1.1 A,Power Factor 99°/a 81 U0 G2 Construction THD: __...____._______._._._.____._.__-_,--__._.-_.__----• IES Classification: 5.1%at 120V,13.2%at 277V The Type IV distribution(also known as a Forward Surge Protection: Throw)is especially suited for mounting on the sides of 4kV buildings and walls,and for iiluminating[he perimeter cf parking areas.It produces a semiCircular - disMbution with essentially the same candlepower at —_ —------------------ ------ --------- lateral angles from 90°to 270°. Effective Projected Area: EPA=0.75 i�lenU help">iech help line 888 R:a6-1�1U0 Ema:l�sales@rabweb.com b�!ebsde:www.rabweb.com Page 1 of 2 Cooyrigh[„2014 RAB Lighcing Inr,.All Rights Reserved �Vote Specifications are suoiect[e r_hange al any time without notice ALED3T150 R,�p�B L I G H T I N G Technical Specifications (continued) Optical Other ___ _,_.__...._ __--_ __._._ ---. _..._.. Warranty: _ _._. ._. _ _._.___.. __._. BUG Rating: Callfornia Title 24: RAB warrants that our LED products will be free 6om B1 U0 G2 See ALED3T150/D10,ALED3T150/BL, defects in materials and workmanship for a period of ALED3T150/PCS,ALED3T150/PCS2,or five(5J years from the date of delivery to Ihe end user, ALED3T150/PCT for a 2013 California Title 24 including coverage o(light output,color stability,driver complianl product.Any additional component performance and fixture finish. requirements will be listed in the TiUe 24 section under technical specifcations on the product page. Dimensions Features f—__ a�.a.. -----sv.acm�_`_ 66%energy cost savings vs.HID T —'_--' � 100,000-hour LED lifespan a.s" � i�.u<m Type III distribution 1 � 5-year warranty I i / j i�` � —��_ , is•/I �/3s.i�m Ordering Matrix Family Distribution Watts Mount Tem� finish Voltage Photocell Dimming Se�sor Bi-Level P ALED ; 2T=Type II 150= =Arm =Cool = =120- =No Photocell =No IW52=Multi-Levei Mo[ion Sensor(Only avaifa6le for 120- =No Bi- 3T=Type III �s�W SF= Y= Bronze 277V /pC=120V Dimming 277V with/D10 for 105W) Level 4T=Type IV �z5= Slipfitter Warm W= l480= Button ID10= /WS4=Multi-Level Motion Sensor(Only available for 120- BL=Bi- 125W N= White 480V �p�Z=277V Dimmable 277V with lD10 for 125W&150W) Level 105= Neutral RG= Button 105W Gray /PCS=120V Swivel /PCS2=277V Swivel IPCT=120- 277V Twistlock 1PCS4=480V Swivel IPCT4=480V Twistlock Need help�7'ech help lire 888 RAE-1000 Email:sales@rabweb.com��!ebsite.www.rabweb.com Page 2 of 2 Copyright C?014 RAB Lighting Ina Ail Riynis Reserved Note Speaficatiors are;ubject to change a[any time without notice A�.�Li4�'i�i, �� L I 6 H T I N 3 Project: Type: Prepared By: Date: Driver Info LED(nfo Type: Constant Current Watts 150W 120V. 1.31A Colur Teinp. 5000K(Coul) 208V: 0.80A Color Accuracy: 65 CRI 240V 0.69A L70 Lifespan 100,000 277V: 0.60A Lumens: 14,349 Inpu[Watts: 156W Efficacy 92 LPW Specification grade area lights avaflable in IES iype IV distribulions.Suited for mounting on c�Y�cicncy: 96% the sides of buildings and walls,and for illuminating the perimeter of parking areas. Replaces up to 400W metal halide.Patent pending management system.5 Year UVarranty. Color Bronze Weight:32.0 Ibs Technical Specifications Listings _ Construction _ __..._ Gaskets: -- -_ _ —____ --...-----__ __ __ _ _ UL Listing: IES Classrfication: High-temperature silicone gaskets Suitable for wet locations. The Type IV distribution(also known as a Forward Finish: IESNA LMJ9&LM-80 Testing: Throw)is especialty suited for mounting on the sides of buildings and walls,and for illuminating the perimeter Our environmentalfy friendly polyester powder coatings RA8 LED luminanes have been tested by an of parking areas.It produces a semiCircular are formulated for high-duraoility and long-lasting ir.depe^dsnt!aboratory in accordar.ce Nl:Ih IFCAIA,I�A_ �jGfriVj�d��r��,���h eSS�fti121I�IhB 58i?12 C2f1G�IBF0W�f 3( color,and contains no VOC or toxic heavV metals. 79 and LM-S0,and have been received Ihe lateral angles from 90°to 270°. Green Technology: Department of Energy"Lighting Facis"label. Effective Pro'ected Area: DLC Listed: 1 Mercury and UV free,and RoHS compliant.Polyester EPA=0.75 powder coat flnish formulated without the use of VOC This product is on the Design�ights Consortium(DLC) or toxic heary metals. Qualified Products List and is eligible for rebates from Ambient Temperature: For use on LEE�Buildinqs: DLC Member Utilities. Suit2ble for use in 40°C(104°F)ambient Dark Sky Approved: temperatures. IDA Dark Sky Approval means that this fixture can be used to achieve LEED Credits for Light Pollution The Intemational Dark Sky Association has approved COId Weath2r Sterting: Reduction. this product a�a full cutoff,fufly shielded Iuminaire. The minimum starting temperature is-40°F/-40'C. EIeCtliCal -- _....__----------- --—_... LED Characteristics Thermal Management: Drivers: Lifespan: Superior thermal managemenl with extemal Air-Flow Two Drivers,Constant Current,Class 2,2000mA,100- 100,000-hour LED lifespan based on IES LM-80 fins. 277V,50-60Hz,1.1 A,Power Factor 99% results and TM-21 calculations. Housing: THD: LED5: Die-cast aluminum housing,lens irame and mounting 4.7%at 120V,13.3%at 277V Multi-chip,high-output,long-life LEDs arm. Color Consistency: Mounting: Surge Protection: 4kV Heavy-duty mounting arm with"O"ring seal& 7-step MacAdam Ellipse binning to achieve consistent stainless steel screws OptiCal fixture-to-fixWre color. _.—___—�__�._.._.____.`__.�____.. Color Stability: IP Rating: Replacement: LED color temperaWre is warrantied to shift no more Ingress Protection rating of IP66 for dust and watec The ALED1 S0 replaces 400W Metal Halide Area Lights. than 200K in CCT over a 5 year period. R@fleCto�: Colo�Unifo�rtiity: Specular vacuum-metallized polycarbonate RAB's range o(CCT(Correlated Color Temperature) ----____�t�v'cs1r—y-'���-a;�,�„;�.n�-�':a,�o- - ------------------- -------------------- --- Standard for Specifications for the Chromaticity of Solid State Lighting(SSL)Products,ANSI C78.377- 20tt. Meed help?Tech he:p hne:888 RA3-1000�mal'sales@rabweb.com Webste'www.rabweb.com Page 1 uf 2 Copynght;2014 P.a6!_iyhiiny Inc.All Rights Resenied Note:Speciflcations are sub�ect to change at any time without notice ALED4T78 RAB l I G H T I N O Technical Specifications (continued) Electrical --—_....____.__...__._._.__.---- Warranty: .---_..._._—__, Surge Protector: RA6 warrenis that our LED products will be free from ALED78 is available with a 6kV surge protector(SP6�. defecis in matenals and workmanship for a period of SP6 available. five(5)years from the date of delivery to the end user, OthBr including coverage of light output,color stability,driver ..._.____,�._,._._._.�.,_.____..._�---__.____.�-_-. Performance and fixlure finish. California Title 24: Patents: See ALED4178/D10,ALED4T78/BL,ALED4T78iPCS, The ALED design is protected by patents in the U.S. ALE04T78/PCS2 or ALED4T78/PCT for a 2013 Pat.668,370,Canada Pat 144956,China Califomia TUe 24 compliant product.Any additional ZL201230100154 X,and Mexico Pat.38423.Pending cumponent requirements will be listed in Ihe Title 24 patents in Taiwan. section under technical specifications on the product page. Dimensions Features i3 a' —se.acm____ High output LED light engine TMaintains 70%of inival lumens at 100,000 hours a.s� ���a<m � Weatherproof high temperature silicone gaskets i � / Superfor heat sinking with die cast aluminum housing and external fins � �____ , � �_ �� Replaces 250W MH area lights �S 5-year warranty �e.i<m Ordering Matrix Family Distribution Watts Mount Tem r Finish Voltage Photocell Dimming Sensor p Bi-Level ALED ; ; _ ; _. _ _ _ __ ____. _ _ 2T=Type II 78= =Arm =Cool = =120- =No Photocell =No /WS2=Multi-level Motion Sensor(Only available for =No Bi- 3T=Type III �8W SF= Y= Branze 277V /pC=120V Dimming 120-277V with lD10 for 78W) Level 4T=Type tV Slipfitter Warm W= /480= Button /D10= /BL=Bi- N= White 480V 1p�Z_Z��V Dimmable Level Neutraf RG= Button Gray /pCS=120V Swivel fPCS2=277V Swivel /PCT=120-277V Twistlock /PCS4=480V Swivel Need help">l�ech help line�888 RAB-1D00 EmaiP saiesQrabweb.com Websrte:�.vww.rabweb.com Page 2 of 2 �opyrighr�2014 RAB Ligh�ing Inc All.4ignis Resenied Note Specifications are subjec�[o change at any iime without notice r"1L�L���7o ��� l 1 G H T I N G Project: Type: . Prepared By: Date: Driver Info LED Info Type: Constant Current Watts: 78W 720V: 0.74A Color Temp: S000K(Coolj 208V 0.47A Color Accuracy: 64 CRI 240V: 0.41A L70 Lifespan: 100,000 277V: 0.35A Lumens: 7,021 Input Watts: 89W Effcacy 79 LPW High output LED pole top area light with IES type V circuiar distribution.Wide a�d uniform EtTiciency: 88% 360 degree pattem ideal for large outdoor areas such as parking lots,corporate parks,and retad seltings. Color Bronze Weight 21.8 Ibs Tech�ical Specifications Listings Construction ReFlector: _ __.__ __ _.__ _..__ . ___._ .___ _.. ___._�_ _. UL Listing: IP Rating: Specular vacuum-metallized polycarhonate,Type V Suitable for wet locations. Ingress Protection rating of IP66 for dust and water. distnbution. DLC Listed: Cold Weather Starting: Gaskets: This product is on the Design Lights Consortium(DLC) Mlrnmum starting temperature is-40"F/-40°C. High-temperature silicone. nualifi?d prpd��cts List and is�ligible for reba!ss from DLC twemeer Utilities. Ambient Temperature: Finish: IESNA LM-79&LM•80 Testing: Suitabie for use in 40°C(104°F)ambient Our environmentally iriendty polyester powder coatings temperatures. are formulated for high-durabiliry and long-lasting RAB LED luminaires have been tested by an Effective Projetted Area: color,and contains no VOC or toxic heavy metals. independent laboratory in accordance with IESNA LM- Green Technolo 79 and LM-80,and have received the Department of EPA=1.2 gy' FnPrc�y"I i�htinp Far.ts"IahPl. Mercury and UV iree,antl KoHS compliant. Thermal Management: LED Characteristics Electricai -`�-"-'--"'—"`"'" Superior hea[sinking with external air-Flow fins. "'-"'--'-""'"""`-'-----" -" �-------- LEDs: Drivers(3): Housing: 6x13W high-output,long-life LEDs. Constant CuRent,720mA,Class 2 with 6kV surge Precision die-cast aluminum,Type V disiributlon. profection,100-277VAC,50/60 Hz. lifespan: Support Arms: 100,000-hour LED lifespan based on IES LM-80 THD: Extruded aluminum. 7.9%at 120V,1L0°/at 277V results and TM-21 calculations. Lens: Color Consistency: Other _ 7-step MacAdam Ellipse binning to achieve consistent Clear tempered glass lens. patents: fixture-to-fixture color. The designs of the ALED5T78 are protected by C0I0�Stability: patents pending in US,Canada,China,Taiwan and LED color temperature is warrantied to shik no more Mexico. than i.00K in CCT over a 5 year period. Optical -----______�------ ------ Color Uniformity: BUG Rating: � RAB',range of CCT(Correlated Color TemperaWre) B3 Ut G1 follows the guidelines of the Amencan National Standard for Specifications for fhe Chromaticity of Soiid State lignting(SSLj Products,ANSI C78.377- 2011. Need help?Teci�help line-882�.QB-1000 Ema;P saies@rabweb.com We6site�www,rabweb.com p�ge�o�z Copynyht�.2014 RAB Lignung Inc.AI�Righi;Reserve.N, i�loie:Spac„ications are subieci�o r,hang?at any rime wiihout nntir.e ALED4T150 RqB l 1 G H T I N O Technical Specifications (continued) Optical _ Other ._ _ __—._ ______.__ _..__.____ .,_.- _._..._. _.__ Warranty: __ ._._...._----_._.._. .. , __. BUG Rating: CalifOrnia Title 24: RAB warrants Ihat our LED products will he free from 81 U0 G3 See ALED4T150/D10,ALED4T150/BL, defects in materials and workmanship for a period of ALED4T150/PCS,ALED4T150/PC52,or five(5)years from the date of delivery to the end user, ALED4T150/PCT for a 2013 California Title 24 including coverage of light output,color stabiliry,driver compliant producL Any additional component perfonnance and fixture finish. requirements will be listed in the Title 24 section under technical specifications on the produc[page. Dimensions Features n.a• �'----se.a�m 66%energy cost savings vs.HID T --------; 100,000-hour LED IifesQan a.s^ n«m � �, Type IV distribution I5-year warranty i i s- � �e.i<m Ordering Matrix Family Distrihution Watts Mount Color Finish Voltage Photocell Dimming MfS2 M/S4 B�" Temp Level ALED - 2T=Type II �50= =Arm =Cool = =120- =No =No Multi-Level Motion Sensor Multi-Level Motion Sensor(Only =No 3T=Type III �S�W SF= Y= B�onze 277V Photocell Dimming (Only available for 120-277V availa6le for 120-277V with/D10 Bi- 4T=Type IV 125= Slipfitter Warm W= 1480= IPC= lD10= W�th/D10 for 105W)= tor 125W&'IS0W)= Level 125W N= White 480V 120V Dimmable �g�_ 105= Neutral RG= Button gj. 105W Gray IPC2= Level 277V Button /PCS= 120V Swivel /PCS2= 277V Swivel /PCT= 120-2 77 V Twistlock IPCS4= 480V Swivel /PCT4= 480V Twistlack _ _ _ _ Need help�Tech help line�888 RAB-1000 Email:sales(o�rabweb.com Websde:www.rabweb.com Page 2 0(2 CopyngM�•c^,Zp14 RAB Lighting Inc.All Rignls Resenied Note:Specifir,ations are suh�ed to change al any time without notir,e �FL�i�26 RI�I� L I 6 H T I N G Project: Type: Prepared By: Date: Driver Info LED tnfo 7ype Constant Current Watts: 26W 12UV: U24A Color Temp: S000K(Cool) 208V: 0.15A Color Accurecy: 65 CRI 240V: 0.13A L70 Lifespan: 100,000 277V: 0.11A Lumens; 2,901 Input Watts: 27W c�cacy 107 LPW Rectangular shaped LEO Floodlight designed to replace 100W Metal Halide.Patent Pending t�ciency' 96 i airflow technology ensures long LED and dnver lifespan.Use for bwlding facade ligh[ing, sign lighcing,LED landscape lighting and instant-on securiry lighting. Color.Bronze Weighf.12.5 Ibs Technical Specifications Listings Ambient Temperature: Finish: UL Listing; Suita6le for use in 40°C ambient temperaWres. Our environmeniall fnendl y y polyester powder coatings Suitable For Wet Locatio�s.Suitable for mounting Cold Weather Starting: are formulated for high-durability and long-lasting within 12M(4FT)o(the ground. color,and contains no VOC or towc heavy metals. The minimum starting temperature is•40°P/-40°C. �ESNA LM•79&LM-80 Testing: Green Technology: Thermal Management Housing: RA0 LEC lumina�ras hays beer tas;ed py ar� Mercu7�and U�1 free. independent laboratory in accordance wilh IESNA LM- Superior heat sinking wrth external Air-Flow fins. Optical 79 and LM-80,and have received the Department of --�------------•-------------------- Housing: Energy"Lighting Facts"label. NEMA Type: �ie-cast aluminum housing,lens frame and mounting DLC Llsted: a� NEMA Beam Spread of 7H x 6V This product is on the Design Lights Consortium(DLC) ThfeadeCl Si2e� Electrical —�_�_ _ ___.____..__..__.____--_. Qualified Products List and is eligi6le for rebates from Driver: DLC Member Utili[ies. 1/2"[hreaded arm. LED CharacteNstics Mounting: Constant Current,Class 2,100.277V.50/60 Hz,6 kV " -"'""-"`"�""-"' - - surge protection,120V:0.2�1A,208V:0.15A,240V: Lifespan: Hea�iy-duty mounting arm with O ring seai&stainless 0.13A,277V 0.11A. steel screw. 100,000-hour LED lifespan based on IES LM-80 PoWe�Factor: results and TM-21 calculations. Effective Projected Area: 99.4%at 120V,89.1%at 277V LEDS: EPA=0.65 TH D: Multi-chip 26W high output long life LEO Reflector: 7.8%at 120V.11.3%at 277V COIOf COOSISIenCy: Specular polycarbonate Other 7-step MacAdam Ellipse binning to achieve consistent Gaskets: --"�"----`-----`-T""--`--- Equivalency: fixture-to-fixture color. High-temperature silicone gaskets. Colof Stablllty: The FFLED26 is equivalent in delivered lumens ro a t00W Metal Halide. LED color temperature is warrantied to shift no more California Title 24: Ihan 200K in CCT over a 5 year period. See FFLED26/PC,FFlED26/PCS,FFLED26/PC2,or COlor Uniformity: FFLED26/PCS2 for a 2D13 California Title 24 RAB's range of CCT(Correlated Color Temperature) compliant model. follows the guidelines of the American National Standard for(SSL)Products,ANSI C78.377-2015. _. _____._�gllstruction_�—_---------- ___. ____._-----__ IP Rating: —_' --------- Ingress Protection rzting of IP65 for dust and water. Need help�Tec1�help line-88S RAB-1000 Ema!I�saies'�rab�,veb.com��/ebsde www.rabweb.r,om Page�of 2 � CopyrigM:c'�Z0i4 RAB Liyhtiny!nc Ail Righis Resen�ed Note:Specifications are,ub�ect to change at any time w lhout noiice ALED5T78 Dimensions 16" 406 mm T 4 1/8" 105 mm 12 3/8" 22 /2" \ \ I I / ! 314mm 572 mm Ordering Matrix Family ALED I— Fits —I 2 3/8"and 3"Tenons Distribution ST = Type V Watts 78 = 78W 52 = 52W 152 mm 1 Features IES type V (circular) distribution 100,000 -hour LED lifespan Compatible with standard 2 3/8" and 3" tenons Air -Flow fins for maximum heat dissipation 5 -year warranty Color Temp Finish = Cool = Bronze Y = Warm W = White N = Neutral RAB LIGHTING i G Dimming Bi-Level = No Dimming /D10 = Dimmable = No Bi-Level /BL = Bi-Level Need help" Tech help line' 888 RAB-1000 Email: sales@rabweb.com Website. www,rabweb.com Page 2 of 2 Copyright ,E 2014 RAE Lighting inc. All Rights Reserved Note: Specifications are subject to change at any time without notice FFLE�52 �A� �I O H T I N G Project: Type: Prepared By: Date: Driver lnfc LED Info Type: Constant Current Watts 52W 120V: 0.45A Color Temp: S000K(Coof) 208V: 0.?7A Color Accuracy: 67 CRI 740V 0.24A L70 Lifespan: 100,0Q0 277V: 0.21A Lumens: 5,496 Input Watts: 54W E�cacy 102 LPW Rectangular shaped LED Ooodlight designed to replace 175W Metal Halide.Patent Pending Efficiency: 971 airflow technology ensures long LED and driver lifespan.Use for building facade lighting, sign lighting,LED landscape lighting and instant-on security lighting. Color.Bronze Weight:12.5Ibs Technical Specifications Listings _,__.__ AmbientTemperature: Finish: UL LlSting: Suitable for use in 40°C ambient temperatures. Our environmentally friendly poVyester powder coatings Suitable For Wet Locations.Suitable for mounting Cold Weather Starting: are formulated for high-durability and long-lasting withi�12M(4FT)of Ihe ground. color,and contains no VOC or toxic heavy metals. The minimum starting temperature is-40°Fl-40°C. IESNA LM-79&LM-80 Testing: Green Technology: RA8 LED iuminaires have oeen tested by a� Thermal Management Housing: nAercur�and UV free, independent laboratory in accordance with IESNA LM- Superior heat sinking with external Air-Flow fins. OpUcal 79 and LM-80,and have received the Oepartmenl ot HOusing: - ----.—-----_....._.__V._. Energy"Lighling Facts"label. NEMA Type: Die-cast aluminum housing,!ens frame and mounting DLC Li5ted: arm. NEMA 8eam Spread of 7H x 5V ThiS prn��irt iS on th?D?sir�n I iph�a r.r,,,��n���m�ni r.� Threaded Size: Electrical �� Qudlified Pruducis Lisl end is eliyible f�i ielidtes Gwn Driver: DLC Member Utilities. 1/2"threaded arm. LED CharaCtell5tlC5 MountiRg: Constant Current,Class 2,100-277V,50I60 Hz,4 kV "---'---------- -- ------ surge protection,120V:0.45A,208V 0,27A,240V: LifeSpan: Heavy-duty moun[ing arm with O nng seal 8 atainless 0.24A,277V:0.21A steei screw. 100,000-hour LED lifespan based on IES LM-80 POwer Factol': results and TM-21 calculations. Eff2ctive PrOjECt2d Area: 99.4%at 1?0V,94.6%at 277V LEDs: EPA=0.65 THD: Two multi-chip,26Watt high performance LEDs. Reflectaf: 8.4%at 120V,9.3%a[277V Colof Consistency: Specuiar polycarbonate Other 7-step MacAdam Ellipse binning ro achieve consistent Gas et5: --- _..--..__.__i.: _ Equivalency: tiMure-to-fixture color. High-temperature silicone gaskets. The FFLED52 is equivalent in delivered lumens to a Color Stablllty: 175W Metal Halide. LED color temperature is warrantied to shift no more Califo�nia Title 24: lhan 200K in CCT over a 5 year period. Select an FFLED52 model equipped with a 0.10V Color Uniformity: driver(look forlDl D in fhe catalog!t)for a 2013 RAB's range of CCT(Correlatetl Color Tempera[ure) California Title 24 complianl model. follows the guidelines of the Amencan National Standard for(SSL)Products,ANSI C78.377-2015. ---...----- r�..gt..��«�gi?-- IP Rating: , . __.._. __.__... Ingress Protection rating of IP65 for dust and water, Need nelp�Tech help line:833 RAB-1000 Emad sales@rai�web.com'Nebsite ww�ro.rabweB.com Page 1 0(2 Copyrighi�2014 RAB Lighnng Inc .411 Rights Resenied Note:Specificafions are sub�ect to change at any time without noiice FFLED26 �qg L 1 G H T 1 N O Technical Specifications (continued) Other Patents: _... _ ._.______ ___.__._.___. Wd��enty: The FFLED design is protected by U.S.Pat.D643,147, RAB warrants that our LED products will be free from Canada Pat.140798,China Pat ZL2011 301 71 304.1, defects in matenals and workmanship for a period of tilexico Pat.36757 and pending paten[in Taiwan. five(5j years irom lhe date of delivery to the end user, including coverage of light output,cobr stability,driver performance and fixture finish. Dimensions Features � ���2� UI[ra efficient LED and optical design �- 18.9cm --� Replaces 100W MH floodlights 100,000 hour life based on LM-80 tests Air-flow technology heatsink 5-year warranty � � 10" 25.4cm �11,��1 O 27.9cm I Ordering Matrix Family Watts Mount ColorTemp BeamSpread Finish Dimming Voltage Photocell FFLED 26=26W =Arm =Cool =7H x 6V =Bronze =No Dimming =120-277V =No Pho(ocell T=Trunnion Y=Warm 844=4H x 4V W=White lD10=Dimmable /480=480 Volt /PC=120V Button SF=Slipfitter N=Neutral 855=5H x 5V /PC2=277V Button lPCS=120V Swivel /PC52=277V Swivel Need help?7ech help lir.e 68S:4A8-?000 Email salesQra6web.com�,4ebsite w�Nw.rabweb.com Page 2 oi 2 Capyrighi cc 201a RAB L;gh[ing Inc.All?ights Resenied Note.Specifications are sub�ect to change at any time wdhout no[ice ��i.E�8� �/�1�i L 1 6 H T 1 N G Project: Type: Prepared By: Date: _ Drivar lnfo LED Info Type: Constant Current Watts: S0W 1ZUV: U.T4H Goiar lemp: 5UUUK(Cool) 208V 0.48A Cobr Accuracy 72 CRI 2A0V 0.41A L70 Lifespan 100.000 277V: 0.36A Lumens: 9,672 Input Watts: 8SW Efficacy� 109 LPW Rectangular shaped LED`loodlight designed to replace 250W Metal Halide.Patent Pending E"rficiency: 90°/, airflow technology ensures long LED and driver lifespan.Use for building facade lighting, sign lighting,LED landscape lighting and instant-on security ligh�ing. Color.Bronze Weight:12.6 Ibs Technical Specifications Listings THD: Effective Projected Area: _. _.___... . ___ . UL Listing: 11.6%at 120V,19.5%at 277V EPA=0.65 Suitable for wet focations.Suitable for ground power Factor: Reflector: mounting. 98.5%at 120V,89.6%at 277V Specular polyr,arbonate DLC Listed: Consiruction ,,..,.. ..:. ,-� -----------. ._._.__...----_ ...__-___ as ets: This pro„ �,��on t��-Da�+gn Lighis Ccnso„��m(D��� -_ _ k Qualified Products List and is eligible for rebates from IP Reting: High-[emperature silicone yaskets. DLC Member Utilities. Ingress Protection rating of IP65 for dust and water. Fini5h: IESNA LM-79&LM-80 TCSting: Ambient Tempe►�tu�e: Our environmentally iriendly polyester powder coatings RAB LED luminaires have been tested by an Suitable for use in 40°C ambient tempere[ures. are formula[ed for high-durability and long-lasting independent lahoratory in accordance wilh IESNA LM- color,and contains no VOC or toxic heavy metals. 79 and LM-80,and have received the Department of Cold Weafher Stalting: Green Technolo 9Y� Energy"Lighting Facts"label. The minimum starting temperature is-40°F/-40°C. Mercury and UV free. LED Characteristics Thermai Management Housing: --_�._--_�__�---�_._.___._____---.. Optical LEDs: —_�._ _..__...___._._---.__.,-_.___.�_. Supenor heat sinking wdh extemal Air-Flow fins. NEMA Type: Multi-chip,high-autput,long-lite LEDs HoUsing: NEMA 8eam Spread of 7H x 6V LlfeSpan: Die-cast aluminum housing,lens frame and mounting Other 100,000-hour LED Iifespan based on IES LM-80 arm. _____.____.___.__._._.____.�.______.__.. results and TM-21 calculations. Threaded Si2e: EquivalenCy: Color Consi5tenCy: 1/2"threaded arm. The FFLED80 is equivalent in deli�rered lumens to a 25CW Metal Halide. 7-step MacAdam Ellipse binning to achieve consistent Mounting: fixture-to-fixture color. California Tltle 24: Heavy-duty mounting arm with O ring seal&stainless Color Stabllity: steel screw. Select an FFLED80 model equipped with a 0-10V driver Qook for/D10 in the catalog#)for a 2013 LED color temperature is warrantied to shift no more California Title 24 compliant model. than 200K in CCT over a S year period. Color Uniformity: RAB's range of CCT(Correlated Color Temperature) follows the guidelines of the American National Standard for(SSL)Producis,ANS'I C76.377-2015. __ Electrical Driver: '"._--�_ ..— -------- Constant Current,Class 2,100-277V,50l60 Hz,6 kV surge protection,120V:0.?4 A,208V.0.48 A,240V: 0.41 A,277V:0.36 A Need help�iech help Ime 883 R.aB-1000 Ernaii sa,es@rabweb.com�Nebsrte.�nnvw,rabweo.cum pase�,��� Copynghi;2014 RAB Ughr.ng inc All P.i^yhts Reseraed Note Sper,iiicatioi�s are suoject[o change a!any time wi�hnui notice FFLED52 RqB L 1 G H T I N O Technical Specifications (continued) Other _ Patents: �.._ ___. _. _...._._.— -- Warranty: The FFLED design is protected by U.5.Pat.D643,147, RAB warrants that our LED products will be free from Canada Pat.140798,China Pat.2L201130171304.1, defects in materials and workmanship for a penod of Mexico Pat.36757 and pending patent in Taiwan. five(5)years from the date of delivery to!he end user, including coverage of light output,color stability,driver performance and fixture finish. Dimensions Features � ���2 UIVa eKcient LED and opiical design r--- 18.9cm --� Repiaces 175W MH floodlights 100,000 hour life based on LM-80 tests Air-flow technology heatsink 5-year warranty � � 10" 25.4cm �����`' O 27.9Cm 1 Ordering Matrix Family Watts Mount Color Temp Beam Spread Finish Dimming Voltage Photoceil FFLED ' ' _ _ _ . 52=52W =Arm =Cool =7N x 6V =Bronze =No Dimming =120-277V =No Photocell T=Trunnion Y=Warm 644=4H x 4V W=White /D10=Dimmable /480=480 Volt IPC=120V Button SF=Slipftter N=Neutral B55=SH z SV lPC2=277V Button IPCS=120V Swivel /PCS2=277V Swivel Need help�Tech heip line�33S RAf3-1000�maiP sales(a�ra6web.com 4Vebsite.vnrow.rabweb.com Page 2 of 2 � Copyrigh �'J 2014 RAB Lighuny!nc.All Rights Reseried Note Specifications are;ub�ec�to change at any time�,vdhout notice ���� �� L I G H T I N G Project: Type: Prepared By: Date: Pole adaptors for ALED Area Lighis Color:Bronze Weight 0.5 Ibs Technical Spec�f9�ations Other Construction __.__.___..--_._ ,_---_..__. --___._.__._ ___..__--,.__._.._._ ._-- Description: Compatibility: Round pole adaptor 3" AL,ALX,AJ,ALED52,ALED78,ALED104,ALED105, ALED125 and ALED150. Dimensions i - t.e --- I n�a.m F-�� - i W.ei � ��_.-__. ._ ._ ...I.._ _ .' —__._. ._ _ � � I � J'� �fi I �\ / \ �'�" 15lD �I � \._. 1 . _ I�s,ml j, j/ Q I �,/ \� I I 1 \ � � ` � 1, \ � __ �-—_'_ �'9.rw �3ai ��o.as� I�+.D nxcuu " �P RIA5V S q�,JS 1' R1P 5' R2S S Ordering Matrix Family Size Compati6ility Finish RPA 3=3" =ALED52/78/104,AL,ALX,AJ -Branze -- 35=3.5" L=ALED10/13/20/26 W=White 4=4" 5=5" � I Need help�Tech help Irne-888 RA8-1000 Emad ,-ates@rabweq.com�Neb3rte.mnvw.rabweb.com Page 1 ot i Copyr�ght c^.2014 RAB Lighring Inc All Rights Resenied Note:Specificatiens are sub�ect to change at a�y time NitLout nofice I FFLED80 RiO�B L I G H T 1 N G Technical Specifications (continued) Other Buy American Act Compliant: GSA Schedule: � . ...____ ___.___ .._. _. Warranty: This product is a COTS item manufactured in the Suitable in accordance with FAR Subpart 25.4. RAB warrants that our LED products will be free from United States,and is compliant with the Buy American defects in materials and workmanship for a period of Act. five(5)years from the date of delivery to the end user, ReCOVety Act(ARRA�Complient: including coverage of light output,color stabiliry,driver performance and fxture finish. This product complies with the 52.225-21 "Requued Use of Amencan Iron,Steel,and Manufactured Patents: Goods--Buy American Act—Construction Matenals The FFLED design is protected by U.S.Pat.D643,147, (October 2010). Canada Pat.140798,China Pat.ZL201130�71304.1, Trade Agreements Act Compliant: Mexico Pat.36757 and pending patent in Taiwan. This product is a COTS ilem manufac[ured in[he Country of Origin: United States,and is compliant with the Trade Designed by RAB in New Jersey and assembled in the A9�eements Act. USA by RAB's IBEW Local 3 workers. Dimensions Features � ���� Ultra efficient LED and optical design r-- 18.9cm —�—� Replaces 250W MH floodligh[s 100,000 hour life based on LM-80 tests Air-flow technology heatsink 5-year warranty � � 10" 25.4cm - ����, O 27.9Cm� _ Ordering Matrix Family Watts Mount ColorTemp Beam5pread Finish Dimming Photocell FFLED S0=80W =Arm =Caol =7H x 6V =Bronze =No Dimming =Na Phatocell T=Trunnion Y=Warm B4d=4H x 4V W=White /D10=Dimmable !PC=120V Button SF=Slipfitter N=Neutral 655=5H x 5V /PC2=277V Button lPCS=120V Swivel IPCS2=277V Swivel _ _ Need help?rech help hne 888 RAB-1000 Emad saies@rebweb.com 4�!ebsde:vnaw.rabweb.com Page 2 of 2 Copyright c;2p?�RAB�ighting inc All Rights Reser��ed Note SpeciFications are;u6�ect to change at any time wiihout noUce RPA4 RqB L 1 G H T I N G Project: Type: Prepared By: Date: Pole adaptors tor ALED Area Lights Color:Bronze Weight:0.S lbs Technical Specifications Other Construction --...__ __._.__.._,.._.__._.._ ,___.__�_._._.�___...____._�._�..�___ Description: Compatiblity: Round pole adaptor 4" AL,ALX,AJ,ALED52,ALED78,ALED104,ALED105, ALED125 and ALED150. Dimertsions -- _ —�,� �Ib.p5� �2CW --� 13nW � _ .''— '_'_— '_—_'_ _..___ _�. ._. __ I j ' _' I � I sEE G�uwr-- z� o � Q �..- �� � �_�_ — _ _ � �m�. ,.o� ,.,., F0I£OIA pM'a' P R�.50 YS N 1.)3' -- R2V S R2Y T R3P . ....._._ .._. _... .. .. ..._. . .. .._ _ _ . . . .. .. ... .. . . . .. . . ... _... ......... . . .. .... ..._ Ordering Matrix Family Size Compati6ility Finish _ _, , _ _ . .__ . R PA _. 3=3" =ALED52178/104,AL,ALX,AJ =Bronze 35=3.5" L=ALED10113/20l26 W=White 4_4�� 5=5" Need help?Tech help line�888 RAB-1000 Emad sales@ra6web.com!�!ebs�le www.rabw=b.com . � Page 1 of 1 Copyright c0 2014 RAB Lighiing Inc.All Rights Reserved Note:Specifications 2re sub�ect to change at any time wilhoul notice R�A� RQ� L I G H T I N G Project: Type: Prepared By: Date: Pole adaptors for ALED Area lights Colar Bronze Weight O.S lbs Technica! Sp$cificatsons Other Construction _ --�-,_------..____._______,_.._...----J w__._._ Description: Compatiblity: Round pole adaptor 5" AL,ALX,AJ,ALED52,ALED78,ALED104,ALED105, ALED125and ALED150. Dimensions �. .._ ..r.� v li�e.os7 I I ' zoaa I'+l& i � i _ —._ .. ._—'.— ' _ __. '�.' r -- -- [ i � ,� � /'�I. �orn e zsao ` � Issm1 ......_ � j ` I' , \ \ Q \ ��2Yl0 `�.1J �19.05� Itl.�� POlE0.+ qM'n• ?V R�.9D' �S Rr�5' '—---R 2P 6 R26 0.J0 . . _ . .. . . .. . . ... . .. . .. ... .. . .... .. . .. ..... ... . Ordering Matrix Family Size Compatibility Finish _ _ RPA � ' 3=3" =ALED52f78/104,AL,ALX,AJ =Bronze 35=3.5" L=ALED 10l13/20/26 W=White 4=4" 5=5" nieed help�Tech help lir e 888 RAB-1000 Email saies@rah�.veb.com�A�ebsite:mnrow.rebweb.com Page 1 of? Copyriqht�20t4 RAB i.ighnng liic All Rights Resenied Note:Specifications are;un�er,t to change al any iime wiihouf noiice LED BOLLARD LIGNT (XBVRD) IU.S.and international patenis pending ; ID(PECTED LIFE-Minimum 60,000 hours to 100,000 hours depending upon the ambient � temperature of the installation location.See LSI web site for specific guidance. � LEDS-An array of 24 select high•brightness LEDs in Cool White(5000K),Warm White ! (3500K)or Neutral White(4000K)color temperature,69 CRI � � f ! REFLECTOR/DISTRIBUTION-Indirect.Photometric data is tested in accordance to IESNA � Procedures. HOUSING-Crown:Virtuaily tamper-proof concealed stainless steel fasteners in the cast � aluminum crown assembly. ( Lower Housing:One-piece,.322 inch seamless,e�Rruded aluminum.Various heights are I � available in 6"increments starting at a minimum of 30"(maximum height is 60").Lower ' housing attaches to cast aluminum base plate with four stainless steel roll pins. I � � ' OPTIONAL ROUGHNECK REINFORCEMENT-.375"ihick zinc plated,steel base plate with � welded U shapetl reinforcement.3/8"diameter 302 stainless steel roll pins with 10,000 ib. DOE LIGHTiNG FACTS shear load. Department oi Energy has verified representative product test data and results in accordance with it�Lighting Facls Program. �ENS(GASKET-One-pieCe,clear acrylic lens enclosure fully gasketed at top and hottom edge. Visit www.lightingtacts.com for specitic catalog strings. ANCHOR BOLTS-Requires four heavy-duty 3/8"x 10"galvanized steel anchor bolts. ELECTRICAL-Universal voltage power supply(120-277 VAC,50/60 Hz).347-480V also DIMENStONS available-400mA is standartl. Surge protector meets IEEE C62.41.2-2002,Scenario 1 Location Category C. 8-5/8" I�p1gmm� ORIVER-State-of-the-art driver technology designed specifically LSI LED light sources provides unsurpassed system etficiency.Driver complies with IEC and FCC standards. OPERATING TEMPERATURE- -40°C to*50°C(-40°F to+122°� FINISH-Fixtures are finished with LSI's DuraGrip°pofyester powder coat finishing process. The DuraGrip finish withstands extreme weather changes without cracking or peeling. UECAL STRIPING-Color-coortlinated decal is avaiiable in 9 standartl tlecal coiors or by a2°siandard custom order from a selection of hundreds.Decal is guaranteed for five years against (tU67mm) peeling,cracking,or fading. WARRANTY-LSI LED fixtures carry a limitetl 5-year warranty. � PHOTOMETRICS-Please visit our web site at www.lsi-intlustries.com for detailed photometric data. Dome-Top LISTING-Listed to U.S.and Canatlian safety standards.Suitable for wet locations.DLC-not all possible distributions are DLC approved.Please refer to LSI or DLC web site for specific BASE DETAIL listings.For a�ist of the specific products in this series that are DLC listed,please consult Nate:Base plate dimensions may change without notice. th6 LED Llghting S8Ct1011 Of Ouf WBbSlte Or th2 DeSign L'IghtS wObSit2 dt wWW.dBSignllghtS. Do not use for settinq anchor bolts.Consult factory for hase plate templates. Of9. Bolt Circle 6"Maximum � � (174mm) Anchar Balt This praduct,ar selected uersions ot this product,meet the standards listed Belaw.Please consult tactory � , 3!8"X 10" for your speciltc requirements. Conduit � � Opentng 1.5"�38mm) ARRA `�" C E � 3"(76mm) Balt Projectian � � .. � �9� nxa�.w wel localion Mazimum Balt C(rcle is 6" Standard(Minimum) � - Balt Cirele is 4.5" � ' • ' y LIGHT 0UTPUT-XBVR Descriptian M af LEOS �°�p�� � Lumans Walts Cool White 24 1338 38 Afso available in traditional light sources XBVR ID Neutral Whfte 24 1224 38 XBVR ID Warm White p4 85fi 38 XBVR ID LED Chips are frequently updated therefore values may increase Project Name i fixture Type � �o�21��5 �2015 Catalog N i LSiINDUSTRIESINC. LED BOLLARD LIGHT (XBVRD) PRODUCT ORDERING INFORMATION TYPICAlOflOEREXAMPLE: XBVRF ID LED 24 400 CW UE BRZ 45 Preiix Oistribution Light Source M of LEDS Drive Current Coiar Temp Line VoNage finish Options XBVRF IC-Indirect LED-Light 2a 400 CW-Cool White UE-Universal Electronic 8RZ-Bronze H-XX(Specify Height)� Fiat-Top Emitting (5000K) (120-277V 50/60Hz) BLK-Black PCI120-Button-rype Photocell XBVRD �iotle NW-Neutral White PLP-Ptatinum Plus PCI20B,260,277-Button-type Photocell Rountl-Top (4QOOK) 347-347 volt BUF-Bufi PCI347-Button-type Photocell WW -Warm White WHT-White GfR-Gfl Duplex Receplacle (3000K} 480-480 volt 6PT-Graphite LAB-Less Anchor Bolts SUG-Satin Verde Green RN-Roughneck Heavy Duty Mounting Plate MSV-Metallic Silver Cnlor Oecals 45-Light Goltl 20-Charcoal Metallic 1-Taller or shorter heights available in 6'increments.MiNmum height is 30"Maximum height is 60'. 55-Black 94-Blue Black ACCESSORY OROERING INFORMRTIUN (Accessories are field installed) 59-Dark Green 51-Dark Red Uescrlptian Order Num4er 21-Tomato Red ABKIT-Anchor Bolt Kit(BVA)3/8'x 10'-Galvanized 285560 50-White HSS-Rountl House Side Shieltl 122510 700-Aztec Silver Metallic Project Name i Fixture Type � 10�2i115 �2015 Catalog M i LSI INDUSTRIES INC. January 22, 2016 To: Board of County From: Toby Taylor Subject: Parking Lot DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 Commissioners Lighting Upgrades; Bid #61500203 As advertised, this bid is to upgrade the parking lot lighting to LED technology using the SEP funding. The low bid received was from Conserve -A -Watt Lighting. However, it does not meet specifications because the bidder failed to include a light distribution plan which will show the correct type of LED fixture is being installed for equivalent illumination. The second low bidder is Mac Electric and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to the second low bidder for $232,515.54. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ,v5. </o6.' 44 oo/7 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(a�co.weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: DECEMBER 28, 2015 REQUEST FOR: PARKING LOT LIGHTING UPGRADES - VARIOUS LOCATIONS DEPARTMENT: BUILDING & GROUNDS DEPT BID NO: #B1500203 PRESENT DATE: JANUARY 11, 2016 (Cs '" from 12/3o1Zo15) APPROVAL DATE: JANUARY 25, 2016 VENDOR CONSERVE -A -WATT LIGHTING INC 720 VALLEJO ST DENVER CO 80204 MAC ELECTRIC 3466 E CR 20C UNIT B13 LOVELAND CO 80537 MCBRIDE LIGHTING INC 16026 W 5TH AVE GOLDEN CO 80401 SKYLINE LIHGTING & ELECTRIC 1980 S QUEBEC ST SUITE 202 DENVER CO 80231 FINANCIAL MANAGEMENT INC 4634 S BROADWAY ENGLEWOOD CO 80113 (base bid) (Alt bid #1) (Alt bid #2) (base bid) (Alt bid) TOTAL PROJECT COST $220,741.00 $232,515.54 $285,203.58 $249,844.25 $258,337.54 $303,055.20* $264,431.57** COMPLETION DATE 6/15/16 4/15/16 3/31/16 (depending material) lead time. 4 weeks 4 weeks $342,613.23 4/25/16 *INCLUDES PRESCRIPTIVE REBATES & CUSTOM SUBTRACTED FROM TOTAL BID OF $328,599.15 **INCLUDES PRESCRIPTIVE REBATES & CUSTOM SUBTRACTED FROM TOTAL BID OF $299,256.02 TOBY WILL REVIEW THE BIDS. 0?0/5- 4055 -8Gaor7 WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: mwalters(co.weld.co.us E-mail: reverett(co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 Fax: (970) 336-7226 DATE OF BID: DECEMBER 28, 2015 REQUEST FOR: PARKING LOT LIGHTING UPGRADES - VARIOUS LOCATIONS DEPARTMENT: BUILDING & GROUNDS DEPT BID NO: #61500203 PRESENT DATE: DECEMBER 30, 2015 APPROVAL DATE: JANUARY 13, 2016 VENDOR **TOBY IS REVIEWING THE BIDS AT THIS TIME MONTHLY TOTAL CONSUMABLES MARKUP % 2015-4055 Hello