Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24-178 - LED Trail Inc - TCC Pickleball Court Lighting Addition
City of Tukwila • 6200 Southcenter Boulevard, Tukwila WA98188 CONTRACT FOR SERVICES Contract Number: 24-178 Council Approval N/A This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter optional municipal code city hereinafter referred to as "the City," and_LED Trami,uInc. , hereinafter referred to as "the Contractor," whose principal office is located at _3479 NW Yeon Ave Portland OR 97210 . WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $43,943.35 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing ,December 2nd , 20 24_, and ending_April 30th, 20 25 , unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. DS CA Revised May 2020 � Pagel of 4 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E�; s CA Revised May 2020 Page 2 of 4 E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. E�; S CA Revised May 2020 Page 3 of 4 14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Annlicable Law: Venue: Attornev's Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. DATED this 21st day of November , 2024 CITY OF TUKWILA CONTRACTOR: Signed by: O's h6�t4 Thomas McLeod, Mayor L al 11/20/2024 1 9:42 AM PST ATTEST/AUTHENTICATED: Signed by: .Jennifer Marshall FOR Andy Youn, City Clerk APPROVED AS TO FORM: Signed by: E�k9'9L"7�4 I-6�5 Office of the City Attorney DocuSigned by: EtA ViA 9L430A 11/19/2024 1 1:29 1 By: Kevin Hudson Printed Name. Title: General Manager Address: 3479 NW Yeon Ave. Portland OR 97210 CA Revised May 2020 Page 4 of 4 Truk da Cornrnunuty Center Project Name Pickleball Court lighting addition Project Descruptiari The Tukwila Community Center sits along the Duwamish River The 12.7 acre riverfront site hosts a 55,000 square foot multipurpose building, offering several activities and resources for seniors, adults, teens, and young children. The park includes a picnic shelter, barbecue area, restroom, splash park, basketball court, baseball field, soccer field and a new 4 court Pickleball area. The site of the Tukwila Community Center Park was acquired from King County in 1990. The property was initially acquired using bond funds from the 1969 Forward Thrust Park Bond Program and was used primarily as a pea patch garden. In 1997 the City of Tukwila built the 55,000 -square -foot Community Center, funded in part by savings generated by the City for such purposes as well as the issuance of capital bonds. In 2005 the city converted the tennis court to a cutting edge modular skate park, originally intended to be a temporary solution while the city sourced locations for a permanent site. it proved highly popular in 2019 it was refurbished but it was clear that it would soon be at the end of it's service life. In 2024 the aging state park was removed and the location was restored and was repurposed to a 4 stall outdoor pickleball court area. The new pickleball courts demand have precipitated a need to further improve the site by adding sport court lighting, adjacent to the sport court is a power box that previously housed the electrical infrastructure to provide lighting to the basketball and former tennis courts. Scope of Work • All utility locates and permits are the responsibility of the contractor • Remove all debris from activities. The contractor will work with the city to select appropriate fixtures with features such as anti - back lighting to be installed to ensure the light bleed from the intended area is minimal as to not affect the neighboring properties. Chapter 39.12 RCW requires local government contractors and subcontractors to pay prevailing wages to all workers for all public works and maintenance contracts, regardless of the dollar value of the contract. This includes Public works (RCW 39.04. 010) Initial DS Project Location I 1122,1Z.1 2.12.2 222 192.2 g Estimated Budget TBD Qualifications The successful bidder must be a licensed contractor and must have experience in the construction of and installation of lighting. The successful bidder must also be able to provide references and proof of insurance. Proposal Estimate due 10/18/2024 by 5pm Project award, 10/25/2024 Work commence 12/2/2024 Lt; al DS Project completion no later than, 4/30/2025 Timeline may be adjusted to accommodate supply chain or material acquisition. Submission fission Instructions Proposals must be submitted either in person or electronically to the City of Tukwila's Parks Maintenance Department at 13900 Interurban Ave S, Tukwila, WA 98168 or to Matthew.Au.st4i.p. kwiillamla.g,c y by 9/13/2024. Proposals must include the following: • A cover letter • A detailed scope of work • A project schedule • An itemized budget/estimate compliant with scope • A list of references • A copy of the contractor's license • A copy of proof of Industrial Insurance. • Washington State UBI # Evaluation Crlt ria All proposals will be reviewed by the Parks Maintenance Department. Companies will be evaluated on the following criteria: • Qualification • References • Lowest responsible bidder Proposals must be submitted electronically by the due date. To: Matthew.Au.sti nt@? U.!v h;llarnr ;gQy, questions may be emailed or via phone at (206) 433-7157. Proposal Elements Proposal should include: A detailed scope of work compliant with the scope outlined above in the project overview, work specifications below, and any information gained during the onsite visit. The submittal shall include a summary of the teams understanding of the work to be provided to the City of Tukwila as well as any recommendations regarding any additional needed services. The Submittal shall include information on three (3) references that may be contacted to discuss the reference's experience with the team. Include the references': name, address, telephone number and email for each. Any changes or omissions should be explained. PLEASE NOTE: The City does not pay for services in advance. Therefore, do not propose contract terms that call for upfront payments or deposits. Please provide the following documentation once proposal has been awarded and contract signing is to proceed : E °'t'a' °s • Certificate of Insurance compliant with contract. I • City of Tukwila Business License • Submitted Intent to Pay Prevailing Wage with Department of Labor and Industries • W-9 Please provide the following documentation upon final billing: • City of Tukwila Business License* *Unless an up to date document is on file with the City Clerk. Work Spec fi c tioirns • Installation of luminaires or other hardware associated with proper lighting function. • Contractor will work with City to select all lighting materials associated with the luminaire update. • Should any electrical panels be required to be updated or upgraded this should be included in the work. • The sport court lighting should be on a photo cell in which the lighting can be button activated for a period of up to 45 minutes, as well as on a timer not to extend past a time established in accordance to park hours. • Wireless Telematics can be offered as an optional service, but are not weighted for bid comparison. • Contractor should provided realistic timelines for acquisition of all materials to ensure project timelines are met. Area to Ibe HIIIuirnin ted Initial EDS Exhibit A Photos L al DS (initial FEATURES 10 Functions Broad Timing Range (from 0.1 sec to 10 days) Contact Configuration Universal Power Supply 2 LED Status Indicators Only 17.5 mm Wide DIN Rail Mountable ROHS Compliant 901-0000-281 November 2021, Rev G Exhibit A BENEFITS 5 Timing functions controlled by control voltage 4 Timing Functions Controlled via Trigger Input 1 Timing Function of Memory Latching Relay Meets Most Timing Requirements SPDTorDPDT 12 to 240 VACNDC Indicates Coil Status at a Glance Ideal for Tight Spaces Easy Installation / No Tools Environmentally Friendly This device is designed for connection .11 -phase voltage, 12-240 VAC/DC and must be installed according to norms valid in existing state. Connections must be made according to details in this instruction sheet. Installation, connections, setting and servicing should be performed by qualified electrician staff, who understands this instruction sheet and functions of respective device. AL Before starting installation ensure that the main switch is in "OFF" position and there should be no power going to the device. Qualified installer must also ensure the device is being installed into a temperature controlled environment which will guarantee not to exceed the specified maximum operating temperature. For installation use a screwdriver with 2 mm tip. DESCRIPTION Control Voltage Terminals Trigger input "S" Input voltage C1i Output Indication indication ■ Time range setting Adjustment within range Function setting 2 1 Output Contact TIME RANGES ©pp,p1�© 13 IM 13 ©1, M ©�13,©FF ©, FF FF FF FF 0.1-1s 1-10s 0.1 -1 min 1-10 min 0.1-1h 13 © p 13 © M° 13 ©mF, 13' 13 © 013 ©, FF 13, FF ©, ,aFF 13, ! o 13, �. F 1 - 10 h 0.1 - 1 day 1 - 10 days only ON only OFF WIRING DIAGRAMS Function CONTROL Timing Chart f VOLTAGE When the control voltage U Is applied, timing delay t begins. Relay Un Un contacts R change state after time delay is complete. Contacts R + EXTERNAL + return to their shelf state when control voltage lJ is removed. TRIGGER — Trigger switch is net used In this function. tO SWITCH �� 15 -COMMON Al S A2 Al S A2 16 - NORMALLY CLOSED It It t ^RI] 18 -NORMALLY OPEN R off t M t Mt V V O 25 -COMMON 25 26 28 26 - NORMALLY CLOSED A28 I Al - NORMALLY OPEN 1516 18 15 16 18 moved, contacts will also return to their shelf state. Trigger switch is not used in this function. SPDT DPDT Control voltage lJ must be applied continuously. When trigger Function Operation Timing Chart A. When the control voltage U Is applied, timing delay t begins. Relay — ON DELAY contacts R change state after time delay is complete. Contacts R Power On return to their shelf state when control voltage lJ is removed. Trigger switch is net used In this function. R ^ t off t B. When control voltage U is applied, time delay t begins. When U FLASHER Starting Off time delay t is complete, relay contacts R change state fortime delay L This cycle will repeat until control voltage U is removed. It It t Trigger switch is net used In this function. R off t M t Mt C. When control voltage U is applied, relay contacts R change state INTERVAL Immediately and timing cycle begins. When time delay is con- . — J Power On plate, contacts return to shelf state. When control voltage U Is re- t t moved, contacts will also return to their shelf state. Trigger switch is not used in this function. R off �_ �_ D. Control voltage lJ must be applied continuously. When trigger U OFF DELAY 5 is closed, relay contacts R change state. When trigger 5 is 5 Break opened, delay t begins. When delay t is complete, contacts Rclose return to their shelf state. If trigger S is closed before time delay _ , S open tis complete, than time is reset. When trigger I opened, the i t delay begins again; and relay contacts remain n their energized n R state. If control voltage U is removed, relay contacts R return to off their shelf state. E. Upon application of control voltage U, the relay is ready to accept RETRIGGE- trigger signal S. Upon application of the trigger signal S, the relay RABLE contacts R transfer and the preset time t begins. At the end of the J ONE SHOT preset time L the relay contacts R return to their normal condition close unless the trigger signal 5 is opened and closed priorto time out t S open . . . . (before preset time elapses). Continuous cycling of the trigger t t signal S at a rate faster than the preset time will cause the relay contacts Rto remain closed. If control voltage U Is removed, relay R off contacts R return to their shelf state. F. When control voltage U is applied, relay contacts R change state FLASHER Immediately and time delay t begins. When time delay t is U Starting On complete, contacts return to their shelf state for time delay t. This It t It cycle will repeat until control voltage U is removed. Trigger switch R on t t is net used in this function. ff G. Upon application of control voltage U, a single output pulse of 0.5 U — PULSE seconds is delivered to relay after time delay L Power must he GENERATOR removed and reapplied to repeat pulse. Trigger switch 5 is not of, t t used in this function. R H. Upon application of control voltage lJ, the relay is ready to accept u ONE SHOT trigger signal S. Upon application of the trigger signal S, the relay contacts Rtransfer and the preset time t begins. During time-out, S close - the trigger signal S is ignored. The relay resets by applying the open trigger signal s when the relay is not energized. t t R off t Control voltage U must be applied continuously. When trigger S U ON/OFF Is closed, time delay tbegins. When time delay Is complete, DELAY relay contacts R change state and remain transferred until close - S open S Make/Break trigger S Is opened. If control voltage U Is removed, relay t t R of 2 t � contacts R return to their shelf state. J. Control voltage U must be applied continuously. Output changes L) MEMORY state with every trigger 5 closure. If control voltage U is removed, LATCH relay contacts R return to their shelf state. S Make S close open R off �I L al DS SPECIFICATIONS OUTPUT CHARACTERISTICS 12 to 240 V 50/60 Hz/ VDC Number and type of contacts SPDT or DPDT Contact material Silver alloy Merge 15 A @ 240 VAC Contact Ratings 240 V 50/60 Hz 1/3 HP @ 120 V 50/60 Hz 3/4 HP @ 240 V 50/60 Hz B300 pilot duty Minimum switching requirement 100 mA Indication Red LED INPUT CHARACTERISTICS Control voltage range 12 to 240 V 50/60 Hz/ VDC Operating range (% of nominal) 85% to 110 Maximum consumption 3 VA (AC) 1.7 W (DC) Indication Green LED TIMING CHARACTERISTICS Functions available 10 Time scales 10 Time ranges 0.1 sect 10 days Tolerance (mechanical setting) 5 Repeatability (constant voltage and temperature) 0.2 Reset time (maximum) 150 ms Trigger pulse length (minimum) 50 ms PERFORMANCE CHARACTERISTICS Electrical life (operations @ rated current) 100,000 cycles (resistive) Mechanical life (unpowered) 10,000,000 cycles Dielectric strength Input to contacts 2500 VAC Between open contacts 1000 VAC Terminal wire capacity 12-22 AWG Terminal torque 3.54 in -lbs Ibf in (0.4 Nm) ENVIRONMENT Product certifications cULus, CE, RoHS Ambient air temperature Around the device Storage -30 to +70 'C (-22 to +158 'F) Operation -20 to +55 'C (-4 to +131 'F) Degree of protection IP 20 Weight 65 grams (2.3 oz) DIMENSIONS INCHES (MILLIMETERS) 901-0000-281 November 2021, Rev G r Macromatic Industrial Controls, Inc. • 2201 Corporate Drive • Waukesha, WI 53189Initial[—CS For product information and technical support go to www.macromatic.com/contact (_ (_ I Lf r 64 RELAY 60 (x%,36) CONTACT 30 QI--------- ------- - Qtu5715 15A Ln rhe) O Ilf'Y r`7 15{,, 19" v� cir7 =m _ TO 6) r:' I 17.6 70NF (0 77 AgNi N 4000 VA 0.9 kW 750 VA Macromatic Industrial Controls, Inc. • 2201 Corporate Drive • Waukesha, WI 53189Initial[—CS For product information and technical support go to www.macromatic.com/contact (_ (_ I Lf r LOAD RELAY CONTACT DC1 15A ' AC1A C3 AC15 (24/110/220 V) 70NF AgNi 1000W 4000 VA 0.9 kW 750 VA 15 A/0.5 A/0.35 A Macromatic Industrial Controls, Inc. • 2201 Corporate Drive • Waukesha, WI 53189Initial[—CS For product information and technical support go to www.macromatic.com/contact (_ (_ I Lf r 2 3 2 6 2 'I;1 .2 ' ...b. 20.3 ". 23.' 1.b 2'2 G 25.3 8.9, 2s, 31, 2.0 '?�Y." 2n:e 24,�k 29 0 3.2 11. 4.5 '15 ,, 22. 1.3�,.. �1 29 2 21.1.4.7 25'. 21 7 25. L" 24 3 t MEN 5.4 '19'� 21.9 S, 27 w,r' 25 3 7 -Z. , 21.9 29,5 22.2 25��//ir,2%�l/! 3 ,y . 52'0 . 2..y . 8 33. 22'.5 25: 2,3. u 2's. '26 1 4.9 23. 1 --_r 4 23.3 3 20",7 2'E'r. .33 !, ' ".7 29 .5 74 2 3.4 11. '.. 17 �n .____13_._.71.J..?9. Z'z,,, ,;, "2 Y'. 0;,;,,2y". ",";;,72'".3 '2' ' ";31; ;31.,� 2y;.', 2;j,. n";";2?"".2, X17 9 2.5 .1,........� r ,✓r 2.1 X5.2 Exhibit A . Revision Page 1 of 2 TECHNICAL DATA SHEET FOR PHOTOCONTROLS TECHNICAL DATA SHEET REQUIRED NOTES: Manufacturer: Catalog Number: PRECISION MULTIPLE CONTROLS T30 -DV Electrical Specification: Voltage Rating 105 - 285 VAC DUAL VOLT FUNCTION Load Rating, Watts / VA 3000W / 3000VA Dielectric Strength (dry), kV rms 2.5 (minimum) Operational & Environmental Specification: Failure Mode Fail -on Turn -on / off Illumination Range, (fc) 1-3 FC Turn -on / Turn-off Ratio: 1 -.3 Moisture Level 95% Relative Humidity @ 40 °C Temperature Range, 'C -40' to 80° Time Delay off/on 2-5 Sec. Mechanical and Construction Specification: Housing Material Gray Lexan Cover/Window Material Clear Lexan Swivel Material N/A Gasket (1) Neoprene Lock Nut (1) Cast Aluminum Threaded Stem 1/2"-14 Thread, fits 1/2" knockout Means of Connection 3 wires; Black 12 AWG (Line) 8", Red 12 AWG (Load) 8", White 14 AWG (Neutral) 11" Light Sensor Filtered Silicon Photo Diode Switching Mechanism Electrical Mechanical Relay Photocontrol Sealing Housing sealed tight preventing penetration of moisture , dust and other contaminants. Markings: Photocontrol Housing Model, Voltage, Capacity Label Date code Month / Year Barcode UPC -A Barcode on unit carton Warranty: Warranty Period 5 Years 1�iti I E 16 Proprietary Document T30 TECHNICAL DATA SHEET Page 1 Property of Precision Multiple Controls LED TRAIL Save Energy I Save Money"" Astoria LED ShoeBox Lights r @1 Cc ( *,/. ® Energy saving and long life span. + Parking Lot Philips chip, MeanWell driver. Roadway ♦ Instant Start, NO flickering, NO humming. + Park No mercury or other harmful elements. Campus High power factor. Sports stadium Astoria LED ShoeBox Lights are a fantastic alternative to environmentally harmful and inefficient High Pressure Sodium (HPS) and Metal Halide (MH) lamps. These lights have been optimized to deliver outstanding efficiency and high application performance to provide great light coverage and very attractive return on your investment. Astoria LED ShoeBox lights are installed at car dealerships, parking lots, main roadways, parks and university campuses. Shortcap standard, photocell available upon request. 43100 100 --140001m Initial DS l k� 65 3479 NW Yeon Avenue, Portland, OR 97210 WWW.LEDTRAIL.COM SALES@LEDTRAIL.COM PHONE: 971-200-2760 FAX: 800-507-8044 02020.2021 LED Trail. The products and any diagrams, and images in this catalog are proprietary to LED Trail. No reproduction of images or content is allowed. LED Trail reserves the right to discontinue or change the design, components or technical specifications of its products at any time and without prior notice. Pictures shown may vary from actual products. Some certifications may not apply to all products. Pushbutton on inside of man gates on each section to Activate 1 hour use of each court Basket ball or Pickleball Exhibit A f 3 20,5" Exhibit A NMO I Pickleball and 112 Basketball Court Lighting Tukwila ; LED 1P�'v��alIL W. 1Exhibit B I No ox sf ng ria 43100 slip fit slip lutnia 431 50fit 4,Y130 I 1 614 (1,:0;14 21 50 4,�YI30 Id !fiT (1 H,'11 d (5h 1401 ;'> $ 1.3N 101 I'> 1J4 11 1;31 �0 J.2N13.60 Jt 4.(,)21.60 0 0 4550 1350 I No exMmg 2fi-,-horn adaptor 9 ¢ $ 1'd5.00 $ 1,5%;'1.00 0 450 24 2.3/8 Port.—tions 6 Ft SWI Fence 24 12!.1111 Ili :1,Don 00 0 3600 y Rigitl Candu [,1[ 111. LB and -11 500 F[ G:b00 00 Ili 6,!(111.00 0 5000 P. — ung co tc23Nv42 SPDT tme se gu 'able up ere, hour. N9.00 Ili 1T1f.00 0 500 e N.e.a Mushroom-11,1-v:euocaI— Dayton 30Gi58 No metallic T-0.110 Ili tA11.00 0 100 Po. ver No cxistlng Phomcef 123v activated SPOT relay Dayton 401 1N5.r $ 00 0 150 Payback from energy—(month.) 1 -2711 T-1 Payback(month.)l -164 nevem, dem�mmedmroa, mxmn„ p,ogam anal„polemto melr,,Salo,no,-cPa9mfnPre,,,um:,ted w—d Pr>ulded by -L Project energy savings carry the same en viron. ental impact of taking (2.62) passenger vehincles off the road, a Au llgmlrg nn[ura. navesyev.wmranI/ Bulbb and down lig ht. hate aye. warranty- planting (38.52) —ss of tress. by coatsouI.. 1h. popcsal N'a mr prP,pedlgnt 9e N -Ne cela[o.. LEO Tal doe notpravdedut —W, o, hch dave b/ c.na.d decbpl c�onputos. ooiM1creem ca woe ncu g nor mmamw g g ndutoroM 1p taborormamra ar�mdudm_ Tsrm. at Sale — oufllned a1 LED Trails w.b.net hrp'l ledlmll mm/documents LEOTrail_Ter— Irl 4_pdf LED T2lr. Toren. and a...1 mon at length herJ, —ditmn. cf Sale ave ,—rpmated Into and farm a par[ of this Agreement