Loading...
HD Supply Utilities, Ltd/Street/73,142.70 HD Supply Utilities, Ltd. Sifeet Department 2011 Appropriation #59020 P.O. #27374 Contract Not To Exceed $73,142.70 AGREEMENT FOR PURCHASE OF GOODS AND SERVICES 7711e b THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES "Agreement is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety "City and HD Supply Utilities, Ltd., an entity duly authorized to do business in the State of Indiana "Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to•purchase the goods and /or services (the "Goods and Services from Vendor using City budget appropriation number 59020 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Seventy Three Thousand One Hundred Forty Two dollars and Seventy Cents ($73,142.70) (the "Estimate Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within sixty (60) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in accordance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement, including all required provisions of the American Recovery and Reimbursement Act of 2009, and /or 2 CFR 176. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing, to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and /or quotations regarding same as were provided to Vendor by City and /or by Vendor to and accepted by City pursuant to or as part of that certain City of Carmel Utilities Department Bid Proposal Package for "2010 LED Street Lighting Refit Kits Part 3" received by the City of Carmel Board of Public Works and Safety on or about February 16, 2011, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to \Ussvrapp.I \user data adn,iu\LA W\..harcd\ProLSvcs Goats Svcs \Strt t\2011\HD Supply Utililie.. Ltd. LED Light. P: rt Goal. Service, Rev 8 O6- O7.d6]::3 /8 /2011 3 :04 PM] HD Supply Utilities, Ltd. Street Department 2011 Appropriation #59020 P.O. #27374 Contract Not To Exceed $73,142.70 City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same "Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner. Time is of the essence of this Agreement. 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c) fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and /or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and /or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty (30) days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and /or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. [\\lssvrappsl\u.v data admin\LAVAsharul\Prol:Svc. Goods Svcs \Sire, \20I 11-ID Supply Utilities Lid LED Light Par{ Gads Sirvicc. Rex 8- 06- 07.doc:3 /8/2011 1 04 PM] HD Supply Utilities, Ltd. Street Department 2011 Appropriation #59020 P.O. #27374 Contract Not To Exceed $73,142.70 Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and /or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and /or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and /or Vietnam era veteran status. 12. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 13. NON- ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 14. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 15. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction over same. [1\Issvrapp,I \us, data adtnutU.AHAsharul\ProfSvc: Good. Svcs1Sirw\2011\HD Supply Utilitit, Ltd. LED [igins Par1 Gook Sirvn t Rev 8-06-07 dot. 3/8/2011 1 :04 PM] HD Supply Utilities, Ltd. Street Department 2011 Appropriation #59020 P.O. #27374 Contract Not To Exceed $73,142.70 16. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 17. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel Street Department One Civic Square Carmel, Indiana 46032 ATTN: David Huffman, Director AND Douglas C. Haney, City Attorney, Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: HD Supply Utilities, Ltd. 1100 Old State Road East Mattoon, IL 61938 800- 637 -7121 E -Mail: ATTENTION: Notwithstanding the above, notice of termination under paragraph 18 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 18. TERMINATION: 18.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and /or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. [\Vssvrappsl \user data admin\LAW\ harul\Prof.Svc. Good. Svcs \Str 1\201 I WD Supply Utilihv, Lid. LED Light; Pari4 Good.. Stxvi4c8 Rev 8- (16 -07. (ilk 3 /8/2011 1 :04 PM] HD Supply Utilities, Ltd. Street Department 2011 Appropriation #59020 P.O. #27374 Contract Not To Exceed $73,142.70 18.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 20. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 21. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2011 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 22. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 23. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants, terms, warranties and obligations set forth in Agreement. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely, voluntarily, and without any duress, undue influence or coercion. DUssvrapps Dust, data admin\LA I arod\PrnESvcs Goods Svcs \Strw\201I WD Supply Uttlam. Ltd. LED LighLS Par Goods St'in� Rev 8- O6- 07.do, )/13/2011 3 :114 PM] HD Supply Utilities, Ltd. Street Department 2011 Appropriation #59020 P.O. #27374 Contract Not To Exceed $73,142.70 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA HD SUPPLY UTILITIES, LTD. by and through its Board of Public Works and Safety By: By: 46 .1 James Brainard 'residing 0 icer Authorized Signature 1 Printed Name Ma Ann B ke,yember Da e: 6 Z/u „5e Title Lori S.V. ember FID/TIN: Q 5 Date: SSN if Sole Proprietor: ATTEST: Date: aY 1110 dtit liana Cordray, IA C, erk- reasurer Date: [\Ussvrapps I Wsa data adrnin\LA Wtsh tPtol Svcs Gods S ASlrwt201 P4-D Supply Utllitiu\ Ltd. LED Lights Pad Goods Suvicus Rev S -06- 07Atx:3 /8/2011 3:04 PM] 2011 LED STREET LIGHTING REFIT KITS PART 3 ITEM AND QUANTITY TOTAL 45 Wall Mount LED Street Lights per spec :3039 13 Cobra Head LED Street Lights per spec 3. 1s 1-(_ 25 Wall Mount LED Street Lights per spec g9-14" `2/ PACKAGE TOTAL L['9 /NC Cd zz_ s /3 2' 0 bra 4 /qD �D G)6f /U6 M Y o 5 /11)-4 I2 u ivT THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. (71,6 .z/ 1 1 ;AL ilb/) y3 o2 /v Exhibit A. POST BID SUBMITTAL MANUFACTURERS LIST Instructions To Bidders: The Bidder shall enter, in the spaces provided below, the name of the manufacturer of equipment that the Bidder proposes to furnish for each item of equipment listed in the manufacturers list below. The Bidder shall enter the name of only one manufacturer for each listed equipment item. Failure to enter a manufacturer's name for each listed equipment item may render the Bid non- responsive if it is determined that such omission is material by affording the Bidder a substantial advantage over other Bidders. Upon award of a contract, each listed equipment item shall be furnished by the named manufacturer, unless changes are specifically authorized. Equipment substitutions will be permitted only with the OWNER 's prior consent. Preliminary acceptance of equipment listed by the manufacturer's name shall not in any way constitute a waiver of the drawing and specification requirements covering such equipment. Acceptance will be based on full conformity with the drawings and specifications covering the equipment. Equipment Item (Contract Items) Manufacturer y5- PLED q� �s 4» fz .5`f,' 11 /WE 2a4- /0 1, /a/—x 3 E z e /W/K7 0? .5 FD 9/ JS L S DD 9 S A a 11//97/E ENCLOSED AND GASKETED LED FIXTURE TECHNICAL SPECIFICATIONS 1. SPECIFICATIONS 1.1 General This Specification covers the requirements for the manufacturing of new enclosed and gasketed low bay LED Luminaires with a source wattage of 116W (350 mA). The housing for 45 lights shall be RAL color 1015 and the luminaire shall be designed to be wall mounted. 1.2 Optical System 1.2.1 The optical system shall consist of a highly engineered LED metal core board (light engine), internal specular reflector and a precisely molded prismatic borosilicate glass refractor. The combination of the light engine, internal reflector and refractor provide minimal dirt depreciation, discoloration, and brittleness while delivering a very precise optical distribution. Unit must provide a symmetric distribution. Unit must perform at an average CCT of 5000K 250K. Luminaire shall have a minimum of 10,000 fixture lumens 5 1.2.2 LED light engine must be protected from elements by prismatic borosilicate glass. The LED metal core board must be integrated to a robust dedicated heat sink. 1.3 Housing 1.3.1 The luminaire housing, cast of low copper aluminum, allows for corrosion resistance and long life. The LED luminaire will be rated for IP -66 against dirt and water which ensures long component life and protection from the environment. 1.3.2 The luminaire must have an optimized maintained thermal management system by combining a robust heat sink utilizing both convection and conduction methodology with a mechanical design that promotes maximum airflow through the luminaire ensuring a minimum of 70,000 hours L70 at 55 degree C operating ambient. The range for the luminaire operation shall be 40C to +55C. 1.3.3 The luminaire gasketing shall be of silicone type. The fixture shall be designed to prevent any permanent distortion of the gasket assuring the sealing integrity of the electrical and optical housing after accelerated aging. 1.3.4 Luminaire shall have a dedicated electrical assembly. The top cover shall be secured to the electrical housing with stainless steel hardware including a stainless steel insert. 1.4 Electrical 1.4.1 Surge protection module will protect all downstream electronics such as LED drivers, transfer switches and relays for the purpose of protecting electronic devices from electrical disturbances such as nearby lightning strikes. The surge protection device will meet ANSI /IEEEC 62.41 -2002 for category C low. This specification requires the device to meet a 6kA, 3kV surge level. Surge protection device will be designed for quick field replacement through modular plug and play wiring. 1 3.53' 1.4.2 Solid state electronic drivers will be multi volt 120 -277, 347 -480 and have a rated life of up to 60,000 hours. 1.5 Finish 1.5.1 The luminaire shall be finished with a polyester powder paint applied after a pretreatment process to ensure maximum durability. The finish shall be white and shall pass the 1000 hour salt fog test per ASTM B117. 1.6 UL Listing 1.6.1 The luminaire shall be designed to UL 1598 and CSA -C22.2 number 250 for 55 Degree C ambient temperature. 1.7 Ratings 1.7.1 LED L70 Rating of at least 70,000 hours at 55 Deg C 1.7.2 LED's must maintain at least 90% of lumen output at 50,000 hours at 25 Deg C 1.7.3 Luminaire must be provided with an ANSI /IEEE Category C low Surge Suppression Device 1.8 Warranty 1.8.1 Luminaire quoted must be provided with a 5 year limited product warranty 1.9 Origin 1.9.1 Luminaire shall be assembled in USA per ARRA requirements. UNIT SHALL BE A HOLOP- HAKE-#- P- LED98355KAS -W-LNAW-L5_or_ approved equal PHOTOMETRICS: Each bid must contain photo metrics for each bid item. Photopia files will not be accepted. The successful vendor will be required to provide all necessary information to the City of Carmel for the reporting requirements included in Section 1512 of the American Recovery and Reinvestment Act of 2009. The successful vendor may be required to provide up to 4 lights for the City to install and test prior to ordering the bid quantity. (f or 2 ENCLOSED AND GASKETED LED FIXTURE TECHNICAL SPECIFICATIONS 1. SPECIFICATIONS 1.1 General This Specification covers the requirements for the manufacturing of new enclosed and gasketed low bay LED Luminaires with a source wattage of 116W (350 mA). The housing for 25 lights shall be RAL color 3009 and the luminaire shall be designed to be wall mounted. 1.2 Optical System 1.2.1 The optical system shall consist of a highly engineered LED metal core board (light engine), internal specular reflector and a precisely molded prismatic borosilicate glass refractor. The combination of the light engine, internal reflector and refractor provide minimal dirt depreciation, discoloration, and brittleness while delivering a very precise optical distribution. Unit must provide a symmetric distribution. Unit must perform at an average CCT of 5000K 250K. Luminaire shall have a minimum of 10,000 fixture lumens 5 1.2.2 LED light engine must be protected from elements by prismatic borosilicate glass. The LED metal core board must be integrated to a robust dedicated heat sink. 1.3 Housing 1.3.1 The luminaire housing, cast of low copper aluminum, allows for corrosion resistance and long life. The LED luminaire will be rated for IP -66 against dirt and water which ensures long component life and protection from the environment. 1.3.2 The luminaire must have an optimized maintained thermal management system by combining a robust heat sink utilizing both convection and conduction methodology with a mechanical design that promotes maximum airflow through the luminaire ensuring a minimum of 70,000 hours L70 at 55 degree C operating ambient. The range for the luminaire operation shall be 40C to +55C. 1.3.3 The luminaire gasketing shall be of silicone type. The fixture shall be designed to prevent any permanent distortion of the gasket assuring the sealing integrity of the electrical and optical housing after accelerated aging. 1.3.4 Luminaire shall have a dedicated electrical assembly. The top cover shall be secured to the electrical housing with stainless steel hardware including a stainless steel insert. 1.4 Electrical 1.4.1 Surge protection module will protect all downstream electronics such as LED drivers, transfer switches and relays for the purpose of protecting electronic devices from electrical disturbances such as nearby lightning strikes. The surge protection device will meet ANSI /IEEEC 62.41 -2002 for category C low. This specification requires the device to meet a 6kA, 3kV surge level. Surge protection device will be designed for quick field replacement through modular plug and play wiring. 1.4.2 Solid state electronic drivers will be multi volt 120 -277, 347 -480 and have a rated life of up to 60,000 hours. 1.5 Finish 1.5.1 The luminaire shall be finished with a polyester powder paint applied after a pretreatment process to ensure maximum durability. The finish shall be white and shall pass the 1000 hour salt fog test per ASTM B117. 1.6 UL Listing 1.6.1 The luminaire shall be designed to UL 1598 and CSA -C22.2 number 250 for 55 Degree C ambient temperature. 1.7 Ratings 1.7.1 LED L70 Rating of at least 70,000 hours at 55 Deg C 1.7.2 LED's must maintain at least 90% of lumen output at 50,000 hours at 25 Deg C 1.7.3 Luminaire must be provided with an ANSI /IEEE Category C low Surge Suppression Device 1.8 Warranty 1.8.1 Luminaire quoted must be provided with a 5 year limited product warranty 1.9 Origin 1.9.1 Luminaire shall be assembled in USA per ARRA requirements. UNITS HALL 8E_ A_ H OLOP_HANE_ #_PLED98355KASWLNAWL5 or approved equal PHOTOMETRICS: Each bid must contain photo metrics for each bid item. Photopia files will not be accepted. The successful vendor will be required to provide all necessary information to the City of Carmel for the reporting requirements included in Section 1512 of the American Recovery and Reinvestment Act of 2009. The successful vendor may be required to provide up to 4 lights for the City to install and test prior to ordering the bid quantity. A 2 CITY OF CARMEL, IN LED ROADWAY FIXTURE TECHNICAL SPECIFICATIONS 1. SPECIFICATIONS 1.1 General This Specification covers the requirements for the manufacturing of new Roadway style LED Luminaires with a source wattage of 129W (350 mA). The housing for 12 lights shall be RAL color 1015 and the luminaire shall be designed to be mounted on a 1 'A" to 2" horizontal arm and include a bracket to enable mounting to a 4" round pole. 1.2 Optical System 1.2.1 The optical system shall consist of a precisely molded prismatic glass refractor providing minimal dirt depreciation, discoloration, and brittleness. Six sealed LED Tight engines will be rated for IP66 against dirt and water which ensures long component life and protection from the environment. Unit must provide zero uptight to reduce light pollution. 1.3 Housing 1.3.1 The luminaire housing, cast of low copper aluminum, allows for corrosion resistance and long life. Shall utilize a four bolt mast arm mount providing easy, secure installation and adjustability for arms 1 to 2 Horizontal arm mount will offer 6 degrees vertical adjustment. Luminaire will meet ANSI C136.31 for 3.0G vibration for normal road and bridge applications. 1.3.2 The luminaire must have an optimized maintained thermal management system by combining a robust heat sink utilizing both convection and conduction methodology with a mechanical design that promotes maximum airflow through the luminaire ensuring a minimum of 105,000 hours L70 at 25 degree C operating ambient. Protection against dirt and foliage build up while maintaining the integrity of the airflow requirement shall be from an internal perforated steel cover. Protection from sun solar loading while luminaire is not in Solar Guard Technology isolating of the top cover of luminaire from the thermal heat sink through four touch points. 1.3.3 An access door, cast of low copper aluminum, shall be disengaged by a trigger latch for easy access to four bolt mounting, terminal block, surge protection module, LED drivers, and electronic transfer switch. 1.3.4 Luminaire must have a maximum weight of 28 lbs. and a maximum EPA of .62. 1.4 Electrical 1.4.1 Surge protection module will protect all downstream electronics such as LED drivers, transfer switches and relays for the purpose of protecting electronic devices from electrical disturbances such as nearby lightning strikes. The surge protection device will meet ANSI /IEEEC 62.41 -2002 for category C high. This specification requires the device to meet a 10kA, 10kV surge level. Surge protection device will be designed for quick field replacement through modular plug and play wiring. A -7 1 60 0 1.4.2 Solid state electronic drivers will be multi volt 120 -277, 347 -480 and have a rated life of 50,000 hours. Extended life driver option shall be utilized. This option will provide both main and auxiliary driver system extending system driver life to 100,000 hours minimum. The dual driver option will incorporate an electronic transfer switch that senses current on the main driver and will switch to the auxiliary driver when a failure occurs. The auxiliary driver is not energized until the main driver fails and includes a built -in time delay that eliminates nuisance switching due to power fluctuations. 1.5 Finish 1.5.1 The luminaire shall be finished with a polyester powder paint applied after a pretreatment process to ensure maximum durability. The finish shall be RAL color and shall pass the 1000 hour salt fog test per ASTM B117 and D1654 standard. 1.6 UL Listing 1.6.1 The luminaire shall be designed to UL 1598 and CSA -C22.2 number 250 for 40 Degree C ambient temperature. 1.7 Ratings 1.7.1 LED L70 Rating of at least 105,000 hours at 25 Deg C 1.7.2 LED's must maintain at least 83% of lumen output at 50,000 hours at 25 Deg C 1.7.3 Luminaire must be provided with an ANSI /IEEE Category C High Surge Suppression Device 1.8 Warranty 1.8.1 Luminaire quoted must be provided with a 5 year limited product warranty 1.9 Origin 1.9.1 Luminair_ eshall_ be_ asserrmbled _in_ USA _per_ARRA_requirements. UNIT SHALL BE A HOLOPHANE LEDG120355KA52KL3EL or approved equal for A �2