head office parking lot renovation · .9 certificate of recognition issued jointly by the nova...
TRANSCRIPT
NSLC HEAD OFFICE 93 CHAIN LAKE DRIVE, HALIFAX, NS
HEAD OFFICE PARKING LOT RENOVATION
NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE
HALIFAX, NOVA SCOTIA B3S 1A3
NSLC REFERENCE NO: CN-04-FY21
Submission Closing Deadline:
June 12, 2020 2:00 PM ADT (Halifax local time)
NSLC Contact: Tracey Darrigan Procurement Manager
Email: [email protected]
2
TABLE OF CONTENTS
1. GENERAL ...................................................................................................................................... 3
2. BID SUBMISSION ..................................................................................................................... 3
3. BID OPENING AND EVALUATION ....................................................................................... 4
4. BID DOCUMENTS ...................................................................................................................... 5
5. COMPLIANCE .............................................................................................................................. 6
6. SITE MEETING ........................................................................................................................... 6
7. BID AND PERFORMANCE SECURITY ................................................................................. 7
8. QUESTIONS ARISING DURING BIDDING ....................................................................... 7
9. AMENDMENTS TO BID DOCUMENTS ................................................................................ 8
10. TAXES ........................................................................................................................................... 8
11. GOVERNING LAW AND INTERPRETATION ...................................................................... 8
12. BID COMPLETION ..................................................................................................................... 8
13. BID EXPIRY PERIOD .............................................................................................................. 13
14. REQUESTS FOR INFORMATION ........................................................................................ 13
15. TRADE AGREEMENTS ............................................................................................................ 13
16. SUBSTITUTIONS ..................................................................................................................... 13
17. AWARD & EXECUTION OF THE CONTRACT, DOCUMENTS TO BE DELIVERED 13
18. SCHEDULING OF THE WORK ............................................................................................. 14
19. METHODS OF PROCEDURE ................................................................................................. 15
20. CONSTRUCTION BY OWNER OR OWNER’S OTHER CONTRACTORS ................... 15
21. OWNER’S EQUIPMENT .......................................................................................................... 16
22. SUBSTANTIAL PERFORMANCE OF THE WORK ............................................................ 16
23. COST AND EXPENSE ............................................................................................................. 16
24. DISPUTES .................................................................................................................................. 17
25. CONFIDENTIALITY ................................................................................................................. 18
26. CONFLICT OF INTEREST ...................................................................................................... 18
BASE BID FORM .................................................................................................................................. 19
BASE BID FORM CONT’D ................................................................................................................. 20
Appendix A BID PRICE BREAKDOWN ................................................................................ 21
Appendix B BID PRICE CHANGE ......................................................................................... 22
Appendix C BIDDER PROPOSED ALTERNATES .............................................................. 23
Appendix D KEY PERSONNEL ............................................................................................... 24
3
1. GENERAL
1.1 The intent of this tender is to solicit bids to perform the Work as defined in this Tender.
1.2 The project consists of Head Office parking lot renovation (the “Project”) at NSLC Head Office, 93 Chain Lake Drive, Halifax, NS.
1.3 Owner requires electronic copies of all Operation and Maintenance manuals/As Builts, to be issued upon completion of the project.
1.4 Owner requires work to commence June 29, 2020
1.5 Successful bidder is responsible to manage and schedule all electrical work with the NSLC’s contracted electrician.
1.6 Successful bidder is responsible to manage and schedule all electrical work with the NSLC’s contracted electrician.
1.7 Successful bidder should include cost of removal of the existing standards,
excavation, backfilling and ground restoration, concrete forming and placement for
the light bases. Owner’s electrical contractor is responsible for disconnecting the existing electrical to the lights, all conduit, conductors, 60’ steel posts, luminaires,
photo cells, breakers, junction boxes, crane and permit.
2. BID SUBMISSION
2.1 Submit one (1) completed original and one hard copy of the following documents:
.1 The Base Bid Form
.2 The bid bond and agreement to bond as described in Section 5.1
.3 Appendix A – Bid Price Breakdown
.4 Appendix B – Bid Price Change
.5 Appendix C – Bidder Proposed Alternates (where applicable)
.6 Appendix D – Key Personnel
.7 Certified true copies of the insurance policies required by the Bid Documents
.8 Certificate of Recognition issued jointly by the Workers’ Compensation Board
of Nova Scotia (WCB) and an occupational health and safety organization approved by the WCB.
.9 Certificate of Recognition issued jointly by the Nova Scotia Construction Safety Association and the Province of Nova Scotia Department of Labour, or
a valid Letter of Good Standing from an occupational health and safety organization approved by Nova Scotia Transportation and Public Works indicating the Contractor is in the process of qualifying for the Certificate of
4
Recognition.
.10 Preliminary project schedule highlighting long lead time materials, shop drawings, permits and other major milestones. Preliminary construction schedule may be in bar chart format.
2.2 The Bid containing all documents listed in Section 2.1 is preferred to be
delivered via courier in a sealed opaque envelope. Due to the current Public Health Emergency, NSLC cannot guarantee that the reception desk will be staffed and available for receipt of tenders.
2.3 Inscribe on the envelope “CN-04-FY21 – Head Office Parking Lot
Renovation” and clearly note the name of the Bidder on the envelope.
2.4 Submit the envelope to:
Nova Scotia Liquor Corporation 93 Chain Lake Drive
Halifax, NS B3S 1A3 Attention: Tracey Darrigan, Procurement Manager
2.5 Bids must be received on or before 2:00PM (ADT) Halifax local time on June 12, 2020
2.6 Bids will be date and time stamped at the place receiving the bids. Late bids will not be evaluated.
2.7 Bidders are solely responsible for the method and timing of delivery of their bids.
2.8 Owner will not return the original bid or any accompanying documentation
3. BID OPENING AND EVALUATION
3.1 Bids will be opened in private.
3.2 In the event that more than one envelope is received from the same bidder, only the last envelope received will be considered.
3.3 The Owner may reject the lowest or any bid or part of any bid, reject all bids
or cancel this bid process in whole or in part.
3.4 The bid price offered on the Base Bid Form will be considered the bidder’s “Base
Bid”.
.1 The Owner shall consider the submitted Alternative Prices, for those Alternatives that it chooses to accept, in making a determination for
award.
.2 The Owner shall consider the submitted Separate Prices, for those
Separate Prices that it chooses to accept, in deciding an award.
5
3.5 The Owner reserves the right to award the Contract to the bidder whom
submitted the bid which, in the Owner’s sole discretion, provides the best value to the Owner based on the criteria described in the Tender including, but not
limited to, a bidder’s:
.1 Base Bid.
.2 Bid Price Breakdown.
.3 Information provided pursuant to Article 14 [Requests for Information].
.4 Schedule.
The following weights will be applied to each criteria:
Criteria Weight
Site Visit Pass/Fail
Compliance with Bid Documents Pass/Fail
Schedule 10%
Price 90%
3.6 The Owner reserves the right to award the Contract to a bidder which, at
Owner’s discretion, has submitted a substantially compliant bid. Incomplete or conditional bids may be declared non-compliant.
3.7 The Owner is not obliged to award lowest priced submission and reserves the
right to re-address the requirement should there be reasonable doubt that prices received are not competitive.
4. BID DOCUMENTS
4.1 The basis of this bid process (the "Tender") are listed in this Section 4.1. The Tender includes but is not limited to:
.1 Instructions to Bidders
.2 Bid Forms comprising the:
(i) Base Bid Form
(ii) Appendix A – Bid Price Breakdown
(iii) Appendix B – Bid Price Change
(iv) Appendix C – Bidder Proposed Alternates
(v) Appendix D – Key Personnel
.3 Agreement, Definitions and General Conditions of the CCDC2 – 2008
.4 Supplementary Conditions to CCDC 2, 2008
.5 Drawings as noted in this Tender
6
.6 Specifications as noted in this Tender
.7 Addenda issued during open tender period.
4.2 Upon receipt of the tender, the bidders shall check the documents for
completeness. Bidders shall inform the Procurement Manager identified in Section 8 immediately:
.1 should any documents be missing or incomplete;
.2 upon finding any discrepancies or omissions.
4.3 It is the responsibility of bidders to ensure that they have all the necessary
information concerning the intent and requirements of this tender, and to seek clarification of any matter they consider to be unclear before forwarding a
Submission. The Owner is not responsible for any misunderstanding of this tender on the part of a bidder. No bidder can claim any advantage from any
error, inconsistency, or omission in this tender.
4.4 The tender is made available only for the purpose of submitting bids for this
Project. Availability and/or use of the tender does not confer a licence or grant for any other purpose.
4.5 Except as otherwise defined in this Tender, the defined terms in this Tender are taken from Standard Construction Document, CCDC 2, 2008 Stipulated Price Contract
5. COMPLIANCE
5.1 The bidder acknowledges that by submitting a compliant bid, it has accepted
an offer by the Owner to enter into a “bid contract” for the evaluation of bids and the award of the Contract, if an award is made. The bidder acknowledges that the terms of the “bid contract” are represented by the Bid Documents.
5.2 A bid which is incomplete and bids that fail to comply with the requirements of
this tender will be declared non-compliant and cause the bid to be rejected.
5.3 Rectification Period: If a submission fails to satisfy all the mandatory requirements, Owner will issue the proponent a rectification notice identifying the deficiencies and providing the bidder an opportunity to rectify the
deficiencies. If the bidder fails to satisfy the mandatory bid requirements within the Rectification Period of 24 hours, the bid will be excluded from
further consideration. The Rectification Period will begin to run from the date and time that Owner issues a rectification notice to the bidder.
6. SITE MEETING
6.1 A mandatory site meeting is scheduled at the retail location as follows;
Thursday, June 4, 2020 @ 10:00am (ADT) All bidders must attend and must sign the “Vendor Session Sign-In” form to confirm their attendance. The sign-in sheet will be circulated before the start of the meeting and collected by the meeting facilitator once the meeting
7
officially commences. To ensure the safety of all in attendance, NSLC will enforce social distancing protocols as directed by the Chief Medical Officer of the Province of Nova Scotia in response to Covid-19.
6.2 Submissions received from bidders who failed to attend the mandatory site meeting, as determined from the “Vendor Session Sign-In”, will not be evaluated.
7. BID AND PERFORMANCE SECURITY
7.1 Each bid shall be accompanied by bid security in the form of a bid bond in the amount equal to ten percent (10%) of the Bid Price naming the Owner as obligee and issued by a surety licensed to conduct surety and insurance
business in the jurisdiction of Nova Scotia. The bid security is for the benefit of the Owner and stands as security that the bidder, if awarded the Contract,
will deliver the performance security and evidence of insurance and other documents required by this Tender or by the Contract, and will execute the Contract. The bid security shall remain valid for a period of ninety (90) days
from the date of bid submission. No other form of bid security is acceptable.
7.2 The bid security of the bidder whose bid is accepted will be retained by the Owner to compensate the Owner for the damages it will suffer should the
successful bidder fail to execute the Contract and/or fail to provide the specified performance security and/or evidence of insurance and other documents required by these Instructions to Bidders or by the Contract.
7.3 Each Bid shall be accompanied by an agreement to bond issued by a surety company licenced to conduct surety and insurance business in the jurisdiction of Nova Scotia, undertaking to provide a fifty percent (50%) performance bond and a fifty percent (50%) labour and material payment bond, both to the
delivered to the Owner if the Bidder is awarded the contract.
7.4 Include the cost of all bonds in the bid price.
8. QUESTIONS ARISING DURING BIDDING
8.1 Direct questions arising during the bidding period to the Procurement Manager:
Tracey Darrigan, Procurement Manager
Email: [email protected]
8.2 The Procurement Manager is the sole contact for bidding on this Project.
A bid may be disqualified where contact is made with any person other than
the Procurement Manager.
8.3 If bidders find discrepancies, omissions, errors, departures from building by-
laws, codes or good practice, and points considered to be ambiguous or conflicting, they shall bring them to the attention of the Procurement Manager
in writing, and not less than five (5) Working Days before the bid closing date, so that the Consultant may, if the Consultant deems it necessary, issue
instructions, clarifications or amendments by addendum to all bidders through
8
the Procurement Manager prior to the bid closing date. The Procurement
Manager will endeavor to issue such addenda at least forty-eight (48) hours prior to bid closing.
9. AMENDMENTS TO BID DOCUMENTS
9.1 The Owner reserves the right to distribute any or all questions and answers to all other potential bidders through a Q&A addendum to be posted on the Nova Scotia
Procurement Web Portal. Addenda also includes changes to specifications and drawings, etc.
9.2 No information given verbally by the Owner, or by means of telephone, will be binding, nor will it be construed to change the requirements of the tender in
any way.
9.3 The Owner reserves the right to modify the terms of the tender before the closing
deadline, such changes to be communicated from the Owner in the form of an
addendum. Confirmation of addenda can be obtained by checking the tender document as posted on the Nova Scotia Procurement Web Portal at https://procurement.novascotia.ca/ Best practice is to do a final check of this
website before sending your formal submission in response to the tender. Upon final submission of a response, bidders acknowledge that they have based their
responses on the specifications and all addenda issued during this tender. 9.4 Failure to provide any additional information requested in an Addendum may
result in the Bid being declared as nonconforming and cause the bid to be rejected.
10. TAXES
10.1 Harmonized Sales Tax (HST) shall not be included in the bid price. All other eligible taxes shall be included in the bid price. Any taxes or increases to taxes
announced prior to the date of the issuance of the Tender and scheduled to come into effect subsequent to it, shall be taken to be included in the bid price.
11. GOVERNING LAW AND INTERPRETATION
11.1 are intended to be interpreted broadly and independently (with no particular provision intended to limit the scope of any other provision);
11.2 are non-exhaustive and shall not be construed as intending to limit the pre-existing rights of the parties to engage in pre-contractual discussions in accordance with the common law governing direct commercial negotiations;
and 11.3 are to be governed by and construed in accordance with the laws of the
province of Nova Scotia and the federal laws of Canada applicable therein.
12. BID COMPLETION
12.1 Fill in all blank spaces on the Bid Forms and Appendices (Supplementary Bid
Forms) in ink, or typewritten, providing all information requested, and ensure that an authorized person or persons sign all forms where indicated. Failure to
9
provide all requested information on the Bid Forms and failure to fill in all blank
spaces may result in a bid being declared non-compliant and cause the bid to be rejected.
12.2 The Bid will be executed under seal by the Bidder
.1 If the Bidder is an individual or a partnership, the Bid shall be executed by an individual or partner in the presence of a witness and the signer must show the capacity in which he signs (e.g. "Partner" or
"Proprietor").
.2 If the Bidder is a corporation, the Bid shall be executed under the seal of the company, affixed in the presence of the authorized officers.
.3 If the Bidder is a joint venture, each party to the joint venture shall execute the Bid under seal in the manner appropriate to such party.
12.3 Use only the Bid Forms issued as part of the Tender. If any or all pages of the
Bid Forms are amended by addendum, only the amended pages shall be used to submit a bid. Failure to comply with this paragraph may result in the bid being declared non-compliant.
12.4 Information provided by bidders on the Bid Forms may be amended prior to
bid closing, provided corrections are initialed by an authorized representative of the bidder. Other modifications, erasures, additions, conditions,
qualifications or un-initialed pre-closing amendments may result in the bid being declared non-compliant.
12.5 Bids that are not originals, are unsigned, improperly signed, un-initialed, incomplete, conditional or illegible, may be declared non-compliant.
12.6 Bid Price
.1 The Base Bid Form provides that the bid price shall be provided in
numbers and in words.
.2 Where the Bid Forms require the bidder to provide a breakdown of the bid price, the bid price shall govern in the case of conflict or ambiguity
between the bid price and the sum of the breakdown of the bid price. Bidders may submit Bid Price Breakdown within twenty-four hours of
receipt of a request from Procurement Manager.
.3 Bid price must include the cost of all permits and fees.
.4 Bidders may issue a change to a price already submitted, prior to the
closing deadline, by email to [email protected], provided Appendix B – Bid Price Change is completed. Email must include proper
identification by company name and the NSLC Reference No. This is to identify change in price only, not revealing the amount of the original
bid submitted.
12.7 Listing of Subcontractors
10
.1 Where required by the Tender, a bidder shall complete and submit a Bid
Price Breakdown, naming the Subcontractors and Suppliers which the bidder will employ to perform an item of the Work called for by the Contract. Failure of the bidder to list Subcontractors and Suppliers,
where required, or the listing by a bidder of more than one Subcontractor and Supplier to perform or supply an item of work listed,
may result in the bid being declared non- compliant.
.2 Where a bidder lists “own forces” in lieu of a Subcontractor, the bidder shall carry out such item of the Work with its own forces. Where “own
forces” have been listed by a bidder, the Owner reserves the right to obtain information from the bidder and from third parties respecting the
qualifications and experience of the bidder’s “own forces” for such item of the Work. If the Owner, acting reasonably, determines that the bidder’s “own forces” are not sufficiently qualified or sufficiently
experienced to undertake such item of the Work, it may reject the bid.
.3 No changes to the list of Subcontractors will be permitted prior to award
of the Contract without the prior written consent of the Owner. The Owner reserves the right, before award of the Contract, to reject a Subcontractor or Supplier proposed by a bidder. In such event, the bid
price of the bidder will be adjusted by the net difference between the amount quoted to the bidder by the rejected Subcontractor and the
quote of the replacement Subcontractor.
.4 Where stipulated in the Specifications or indicated on a Drawing, the Owner reserves the right, either before or after the award of the Contract, to assign to the Contractor all or portions of any contract
procured by the Owner as more particularly described in GC3.7 of the General Conditions, as amended by the Supplementary Conditions. In
the event of such an assignment, the Contractor may apply a mark-up of no more than 5%.
12.8 Itemized Prices. Where required by the Tender, a bidder shall complete and
submit a Supplementary Bid Form – Itemized Prices.
.1 Itemized Prices for work, if any, shall be included in the Bid Price, unless
otherwise stipulated.
.2 All Itemized Prices submitted take into consideration and allow for changes and adjustments in other work as may be necessary to provide a finished and functional result, unless specifically indicated otherwise.
.3 Itemized Prices shall be the bidder’s price for a specific item of work included in the Bid Price.
.4 Itemized Prices do not include the Harmonized Sales Tax (HST). All other
eligible taxes are included.
12.9 Alternative Prices. Where required by the Bid Documents, a bidder shall
complete and submit a Supplementary Bid Form – Alternative Prices:
11
.1 Alternative Prices for work, if any, shall not be included in the Bid Price.
.2 All Alternative Prices submitted take into consideration and allow for changes and adjustments in other work as may be necessary to provide a finished and functional result, unless specifically indicated otherwise.
.3 All Alternative Prices submitted include the cost of all: labour, materials, equipment, mark-ups, overheads, profit, direct and indirect supervision
and represent the net cost to the Owner.
.4 Alternative Prices for work shall be stipulated as an addition, a deletion or no change to the Bid Price.
.5 The Owner reserves the right to accept or reject any of the Alternative Prices. If the Owner chooses to accept any of the Alternative Prices they
will be added or deducted from the Bid Price to arrive at a final award amount. Acceptance of Alternative Prices is subject to the earlier acceptance of the bid or the bid expiry date.
.6 The Tender identifies the Alternative Prices requested as part of the Bid.
.7 The Owner reserves the right to accept or reject any or all alternative prices submitted.
.8 Alternative Prices do not include the Harmonized Sales Tax (HST). All other eligible taxes are included.
12.10 Separate Prices. Where required, a bidder shall complete and submit a
Supplementary Bid Form – Separate Prices;
.1 A Separate Price is a price for a particular article or item of work not included in the bid price and shall be added to or deducted from the Bid
Price in accordance with the Bid Documents, if accepted.
.2 All Separate Prices submitted take into consideration and allow for
changes and adjustments in other work as may be necessary to provide
a finished and functional result, unless specifically indicated otherwise.
.3 All Separate Prices submitted include the cost of all: labour, materials,
equipment, mark-ups, overheads, profit, direct and indirect supervision and represent the net cost to the Owner.
.4 The Owner reserves the right to accept or reject any of the Separate
Prices. If the Owner chooses to accept any of the Separate Prices they will be added or deducted from the Bid Price to arrive at a final award
amount. Acceptance of Separate Prices is subject to the earlier acceptance of the bid or the bid expiry date.
.5 The Tender identifies the Separate Prices requested as part of the Bid.
.6 The Owner reserves the right to accept or reject any or all Separate
Prices submitted.
.7 Separate Prices do not include Harmonized Sales Tax (HST). All other
eligible taxes are included.
12
12.11 Unit Prices. Where required by the Tender, a bidder shall complete and submit
a Supplementary Bid Form – Unit Prices. Bidders shall submit Unit Prices within twenty- four hours of receipt of a request from the Owner.
.1 Unit Prices shall be for specific measurable units of material and labour. All unit prices, unless specifically indicated, are for complete work, in place, supplied and installed in accordance with applicable Contract
requirements and include all overhead and profit mark-up.
.2 Credits for deleted work shall be no less than eighty-five percent (85%) of the submitted Unit Prices.
.3 The Owner shall have the right to negotiate the cost of additional work instead of using the submitted Unit Prices.
.4 Submitted Unit Prices include the cost of all: labour, materials,
equipment, mark- ups, direct and indirect supervision.
.5 Unit Prices do not include the Harmonized Sales Tax (HST). All other
eligible taxes are included.
12.12 Bidders Proposed Alternates. Where required by the Tender, a bidder shall complete and submit a Supplementary Bid Form – Bidder Proposed Alternates. Bidders are requested to provide any voluntary alternates, which reduce the
cost of the bid price without compromising the quality of the final product.
.1 All Bidder Proposed Alternates will be examined by the Owner and the
Consultant and are subject to review and acceptance. The Owner may
in its sole and absolute discretion accept any Bidder Proposed Alternates deemed acceptable.
.2 All Bidder Proposed Alternates submitted must take into consideration
and allow for changes and adjustments in other work as may be
necessary to provide a finished and functional result, unless specifically indicated otherwise.
.3 All submitted Bidder Proposed Alternates include the cost of all: labour,
materials, equipment, mark-ups, overheads, profit, direct and indirect supervision and represent the net cost to the Owner.
.4 Without limiting its rights under the Tender, the Owner reserves the right
to accept or reject any of the Bidder Proposed Alternates. Acceptance of
Bidder Proposed Alternates is subject to the earlier acceptance of the bid or the bid expiry date.
.5 Bidder Proposed Alternates do not include the Harmonized Sales Tax
(HST). All other eligible taxes are included.
.6 The submission of Bidder Proposed Alternates is not a requirement of
the Bid.
12.13 Key Personnel. Where required by the Tender, a bidder shall complete and
13
submit a Supplementary Bid Form – Key Personnel, which shall list the names
of the bidder’s key personnel to be assigned to the Project.
13. BID EXPIRY PERIOD
13.1 Bids shall be irrevocable for a period of ninety (90) days from the date of submission, after which period the bid expires.
13.2 The expiry of the bids may be extended beyond the period of ninety (90) days from the date of submission at the mutual written consent of the parties.
14. REQUESTS FOR INFORMATION
14.1 The Owner reserves the right to contact bidders, prior to making a final decision or recommendation, for clarification if requested information in their
submission is ambiguous or missing and if such clarification does not offer the bidder the opportunity to improve the competitive position of their Bid
Response.
14.2 In the evaluation process, the Owner may request references and consider information provided by those references. Consideration may also be given to the bidder’s past performance or conduct on previous work with the Owner.
The Owner retains the right of sole discretion to reject any submission based on the findings of this information
14.3 Within five (5) Working Days of notification of award, a bidder shall submit a preliminary construction schedule. Such preliminary construction schedule shall be consistent with the time for Substantial Performance of the Work
stated in the Tender. Such preliminary construction schedule may be in bar chart format and shall include all major subtrades and show Project milestones
and critical schedule items, such as start and completion of major Project components.
15. TRADE AGREEMENTS
15.1 Bidders should note that procurements falling within the scope of Chapter 5 of the Canadian Free Trade Agreement (CFTA) and/or the Atlantic Procurement
Agreement are subject to those trade agreements but that the rights and obligations of the parties shall be governed by the specific terms of this tender.
16. SUBSTITUTIONS
16.1 Any product or material utilized without approval will have to be removed from the Place of the Work and replaced with that specified at no extra cost to
Owner.
17. AWARD & EXECUTION OF THE CONTRACT, DOCUMENTS TO BE
DELIVERED
14
17.1 Bidders shall not issue or make any statements or news release concerning
their bid, the bid process, the Owner’s evaluation of the bids, or Owner’s award or cancellation of the bid process.
17.2 Prior to commencing the Work, the Contractor shall deliver to the Owner:
.1 the performance bond and the labour and material payment bond described in the Bid Documents, the form of such bonds to comply with the requirements of the Contract;
.2 certified true copies of the insurance policies required by the Bid Documents; and
.3 a current Clearance Certificate issued by the authority governing workplace safety and insurance in jurisdiction of Nova Scotia.
17.3 The Contractor shall execute the Contract and deliver the executed original to
Owner within seven (7) Working Days of receipt of award letter.
17.4 Notification of the successful bidder will be posted on the Nova Scotia
Procurement Web Portal at www.novascotia.ca/tenders . Bidders may request a debriefing after posting of the outcome of the procurement process on the Nova Scotia Procurement Web Portal. All requests must be in writing via email
to the NSLC Contact and must be made within ten (10) days of posting of the outcome of the procurement process. The intent of the debriefing information
session is to aid the bidder in presenting a better submission in subsequent procurement opportunities. Any debriefing provided is not for the purpose of providing an opportunity to challenge the procurement process or its outcome.
17.5 Owner reserves the right to cancel the awarded contract with written notice if
such cause is determined for cancelation. 17.6 The percentage of holdback on all payments shall be 10 percent (10%) for lien
purposes. The Owner reserves the right to withhold additional holdback amounts for work not completed as required in the tender documents.
17.7 The Contractor must provide a Statutory Declaration, properly notarized
stating that there are no Mechanics Liens registered against the job and that
all accounts have been paid in full, before certifying final payment including holdback monies.
17.8 The Owner will require, a Clearance Letter issued by the Workmen’s
Compensation Board, prior to issue of a Certificate of Total Completion.
18. SCHEDULING OF THE WORK
18.1 Before work on the project commences, the contracted party must ensure that all of its employees who will be working on the project have received training
and are competent to perform the work required.
18.2 The Successful Bidder shall be required to start work immediately upon the
execution of the Contract.
15
18.3 It is understood that the Bid includes all costs on account of premium time or
overtime required and all costs on account of premium prices required in order to obtain labour, plant, materials or equipment or other critical items including waiting time, double handling, after hours delivery and installation, protection
of new and existing services at the site in order to meet the completion dates of the scope of work and the project completion date.
18.4 It shall be understood and agreed that the Bid includes all costs on account of schedule interfacing, coordination and cooperation with other contractors or subcontractors who will be carrying out work during the progress of this
contract in order to meet the completion date for the work and the overall
completion date of the project.
19. METHODS OF PROCEDURE
19.1 All Work that interfaces with the existing building systems or Work that occurs within critical Areas within the building, which include but are not limited to: IT spaces, UPS Rooms, Electrical Rooms, Mechanical Rooms, and Fire Safety Rooms require the production of a Methods of Procedure (MOP) document that
must be submitted to the Owner and the Consultant for review and approved by the Owner.
19.2 Bidders are responsible for the production of all Methods of Procedure
documents necessary to complete the work. Bidders shall, as part of heir Base Bids, include all costs associated with the production and revision of Methods
of Procedures documents. The Bidder is responsible for all required revisions the Methods of Procedures documents so that they meet the approval of the Owner.
19.3 Bidders shall include as part of their Base Bids all cost associated with the
production of a two week look ahead schedule that outlines all construction activities occurring within the next two weeks of the Project. The two week look ahead must be updated on a weekly basis and submitted to the Owner for
review. The determination as to which activities will require the production of Methods of Procedures documents will be based on the Owner’s review of the
two week look ahead schedule.
20. CONSTRUCTION BY OWNER OR OWNER’S OTHER CONTRACTORS
20.1 The Owner, under separate contracts, has engaged certain vendors to perform work at the Place of the Work, which shall be completed prior to Substantial
Performance.
20.2 Bidders shall include as part of their base bids, all costs for the duration of the
Project, until Total Performance of the Work, to be solely responsible for, and
have overall responsibility, for construction health and safety at the Site, for compliance with all Codes relating to construction health and safety and for maintaining and supervising all health and safety precautions and programs
(including with respect to the Work and the other work performed by those vendors engaged by the Owner under separate contracts).
16
20.3 Bidders shall ensure that, prior to being granted access to the Place of the Work, each of the contractors engaged by the Owner under separate contract has signed and understood the health and safety compliance form included as an appendix to the supplementary conditions of the CCDC 2, 2008.
20.4 Without limiting the generality of any other provision that is contained in the contract or supplementary conditions, Bidders shall be, and shall carry out the
duties and responsibilities of, the constructor”, “prime contractor”, “principal contractor”, or similar applicable term in Nova Scotia as well as the duties and responsibilities of the “employer” or similar applicable term in Nova Scotia, all
of which is within the meaning of the occupational health and safety legislation applicable to the Place of the Work, with respect to the Project, until Total
Performance of the Work.
21. OWNER’S EQUIPMENT
The Owner has pre-purchased certain equipment with respect to this Project. The successful bidder shall assume full responsibility for providing access to the site for Owner contractors and supervision of all Owner contractors while on site.
The equipment, which the Owner may pre-purchase, includes but is not limited to: shelving, racking, audio and security equipment.
22. SUBSTANTIAL PERFORMANCE OF THE WORK
22.1 The Contractor shall submit, no later than ten (10) business days prior to
submitting the application for Substantial Performance of the Work, all guarantees, warranties, certificates, testing and balancing reports, distribution
system diagrams, as-built drawings and specifications, spare parts, maintenance manuals and any other material or documentation required to be submitted under the Contract together with written proof acceptable to the
Owner and the Consultant, that the Work has been substantially performed in conformance with the requirements of municipal, government and utility
authorities having jurisdiction. Failure to submit all the forgoing material and documentation in conformance with the Contract shall be grounds for the Consultant to reject the Contractors application for Substantial Performance of
the Work.
23. COST AND EXPENSE
23.1 The Owner is not liable to reimburse or compensate the Bidders in any manner whatsoever or under any circumstances (including, without limitation, cancellation of this Tender or the Project or the exercise of any other right by
the Owner) and the Owner is not liable for any expenses or costs incurred by the Bidders in connection with, or in relation to, this Bid (including, without
limitation, the preparation and submission of their Bids, site visits, conference calls, travel expenses, meetings, discussions and any additional information requested by the Owner) and such expenses or costs shall be borne by the
Bidders.
23.2 The Owner shall not be responsible for any liabilities, costs, expenses, losses
17
or damages (including, without limitation, loss of profits and loss of reputation)
incurred, sustained or suffered by any Bidder in connection with this Tender in any manner whatsoever or under any circumstance (including, without limitation, prior to, subsequent to, or by reason of the Bidder’s preparation or
submission of the Bid or acceptance, or non- acceptance by the Owner of any Bid, or by reason of any delay in the acceptance of a Bid or cancellation of this
Tender or the Project or any actions taken by the Owner).
24. DISPUTES
24.1 Disputes arising in connection with this bid process including, without limitation,
a dispute concerning the existence of the “bid contract” or a breach of the “bid contract”, or a dispute as to whether the bid of any bidder was submitted on
time or whether a bid is compliant, shall be dealt with by the Bidder and the Owner according to the process set forth in this Section 24.
24.2 In the event of a dispute as noted in Section 24.1 the Bidder shall give written
notice to the Owner within fifteen (15) working days of the date of the bid
closing. Written notice shall be delivered in hard copy to the Procurement Manager at the address noted in Section 7 of this Tender. The responding party
shall send a notice of reply within ten (10) Working Days after receipt of such notice of Dispute setting out particulars of this response.
24.3 Within ten (10) Working Days following receipt of a responding party’s notice of reply under Section 24.2, the representatives for the Owner and the Bidder shall attempt to reach a reasonable resolution of the dispute in an expeditious
manner. In the event that any dispute cannot be resolved by the representatives in an expeditious manner then the dispute shall be referred to
the appropriate executives of the Owner and the Bidder for negotiation and resolution. Either the Owner or the Bidder may initiate such referral to the executives by notice.
24.4 Executives of the Owner and the Bidder shall meet at a mutually agreeable location within ten (10) Working Days after delivery of the notice pursuant to Section 24.3 and, thereafter, as often as they deem necessary to exchange
relevant information and to attempt to resolve the dispute.
24.5 If the dispute has not been resolved within thirty (30) Days after delivery of the notice pursuant to Section 24.3, or if the executives of the Owner and the Bidder fail to meet within the ten (10) Working Day period, then either the
Owner or the Bidder may refer the dispute to the courts or, if they both agree, to some other form of dispute resolution including arbitration.
24.6 The parties shall in proceeding to resolve their disputes shall conform to the provisions of CCDC 40.
24.7 This Article is not intended to form part of any “bid contract” that may come
into being between a Bidder and any prospective Subcontractor or Supplier of that Bidder.
18
24.8 It is agreed that no act by either party shall be construed as a renunciation or
waiver of any of his rights or recourses, provided he has given the notices in accordance with this Section 24 and has carried out the instructions as provided
in this Section 24.
25. CONFIDENTIALITY
25.1 All proponents are hereby advised that the Nova Scotia Liquor Corporation
(NSLC) is a public body for the purposes of the Freedom of Information and
Protection of Privacy Act (FOIPOP). All records in the custody or control of the NSLC (including any bids or attachments submitted in response to this tender) are subject to public release to applicants under FOIPOP, subject to some
limited exceptions. Confidential materials related to a third party are addressed under s. 21 of FOIPOP. Any proponent that wishes to have any portion of its
proposal considered to be “confidential information” under FOIPOP must clearly mark as confidential. Only information that meets the test under s. 21 of FOIPOP can be withheld from disclosure.
26. CONFLICT OF INTEREST
26.1 The Owner may disqualify a bidder for any conduct, situation or circumstances,
determined by the Owner, in its sole and absolute discretion, to constitute a Conflict of Interest. For the purposes of this, the term “Conflict of Interest” includes, but is not limited to, any situation or circumstance where:
.1 in relation to the tender process, the bidder has an unfair advantage or
engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having, or having access to, confidential information of the Owner in the preparation of its
submission that is not available to other bidders, (ii) communicating with any person with a view to influencing preferred treatment in the
tender process (including but not limited to the lobbying of decision makers involved in the tender process), or (iii) engaging in conduct that compromises, or could be seen to compromise, the integrity of the open
and competitive tender process or render that process non-competitive or unfair; or
.2 in relation to the performance of its contractual obligations under a
contract for the Deliverables, the bidder’s other commitments,
relationships or financial interests (i) could, or could be seen to, exercise an improper influence over the objective, unbiased and impartial
exercise of its independent judgement, or (ii) could, or could be seen to, compromise, impair or be incompatible with the effective performance of its contractual obligations.
Bidders should disclose the names and all pertinent details of all
individuals (employees, advisers, or individuals acting in any other capacity) who (a) participated in the preparation of the submission; AND
(b) were employees of the Owner within twelve (12) months prior to the Submission Deadline.
19
CN-04-FY21
BASE BID FORM
TO:
Nova Scotia Liquor Corporation 92 Chain Lake Drive
Halifax, NS B3S 1A3
NAME OF BIDDER:
ADDRESS
TELEPHONE
BID PRICE
I/We the undersigned, having carefully examined the Tender Documents, including all addenda issued, having visited and investigated the Place of the Work, and
having examined all conditions, circumstances and limitations affecting the Work, offer to enter into a Contract with the Owner to perform the Work required by the
Tender Documents for the price of:
dollars [NOTE: insert amount in words]
$ . [NOTE: insert amount in numbers]
The price offered excludes the Harmonized Sales Tax (HST). All other eligible
taxes are included in the bid price.
BID SECURITY
Attached to this bid is a bid bond issued by ________________________ in the amount of $________________.
AGREEMENT TO BOND
Attached to this bid is a separate agreement to bond issued by
undertaking to provide the bonds required by
Tender.
20
CN-04-FY21
BASE BID FORM CONT’D
DECLARATIONS
I/We the undersigned declare that:
1. I/We agree to perform the Work, inclusive of mobilization time, in compliance with the Contract Documents and attain Substantial
Performance of the Work within weeks after award of the Contract.
2. No person, firm or corporation other than the undersigned has any
interest in this bid or in the proposed Contract for which this bid is
made.
3. This bid is irrevocable and is open for acceptance by the Owner for a period of ninety (90) days from the date of submission.
4. The bid price includes all cash allowances identified in the Bid Documents.
DATE
SIGNATURE
Name and Title
NSLC Head Office Parking Lot RenovationQty Total
7.7%
1 Mob, Bonds, Insurance, Permits, Pre-Construct Management 1 LS $ $
2 Removals
.1 Asphalt pavement (incl. excv. 3" asphalt) 43 cy $
.2 Granular Subbase (6" gravel) 85 cy $
.3 Pavement cutting 328 LF $
.4 Concrete Curb & gutter 3,008 LF $
.5 Concrete Sidewalk 814 ft2 $
.6 Landscaping 4,695 ft2 $
3 Traffic Control ___ # of days $
4 Granulars
.1 6" Type 1 Gravels 79,845 ft2
$
.2 Surge Rock Provisional 50 Tons $
$ -
5 Concrete Curb $
.1 Concrete High Back Curb 1001 LF $
6 Asphalt Pavement
.1 Asphalt Pavement Type C (1.5" Thick) 79,845 ft2
624 Ton $
.2 Asphalt Pavement Type B (2" Thick) 79,845 ft2
832 Ton $
.3 Milling and 2" C-HF Asphalt Overlay 328 ft2
$
7 Paint Markings
.1 Lines 6,037 LF $
.2 Painted Hatch 1245 ft2
$
8 Electrical
8.1 Ductbanks
.1 Trench - apx 600mm wide x 600mm deep 'part of pavers bid' 225 m $
.2 2" EMT PVC Conduit 225 m $
.3 Conductor - 3#8 AWG RW90 675 m $
.4 Removals - existing standards 'part of pavers bid' 11 Ea $
8.2 Lighting
.1 Foundation c/w Excavation, B/F, Formwork & Concrete 'part of pavers bid' 3 Ea $
.2 60' Steel Pole 3 Ea $
.3 Luminaires - 30,000 flood light 9 Ea $
.4 Photocell 1 Ea $
8.3 Interior Wiring
.1 Breaker, 20A, 347V 1 Ea $
.2 1" EMT Conduit 100 m $
.3 Conductor - 3#8 AWG RW90 300 m $
.4 Misc - junction boxes, conduit straps, etc. 1 LS $
9 Internal Work, incl. disconnect and reconnect of all electrical 1 LS
10 Testing Allowance, if applicable 1 LS
DIRECT AND INDIRECT CONSTRUCTION COSTS (Without Contingencies and Allowances)
TOTAL CONSTRUCTION PRICE without HST
Tender #CN-04-FY21
No. Description UOM Unit Cost
Electrical Permit Separate
APPENDIX A BID PRICE BREAKDOWN
DATE ______________
SIGNATURE _________________________________
Name and Title (Please Print) _____________________________
22
CN-04-FY21
Appendix B BID PRICE CHANGE
NAME OF BIDDER
I/We the undersigned propose to adjust our bid price as follows. I/We acknowledge adjustments are only applicable to prices submitted prior to tender closing.
Bid Price Change Forms must be emailed to [email protected] and MUST be
received by the closing time and date of June 12, 2020 02:00PM (AST).
INCREASE BY: $___________________ to the lump sum
OR
DECREASE BY: $___________________ to the lump sum
**ALL PRICE ADJUSTMENTS EXCLUDE HST**
DATE
SIGNATURE
Name and Title (Please Print)______________________________________
23
CN-04-FY21
Appendix C BIDDER PROPOSED ALTERNATES
NAME OF BIDDER
Description of Proposed Alternate Amount to be Added (+) or Deducted (-)
from Base Bid
1 lift of 3” type C asphalt compacted $
$
$
$
$
$
DATE
SIGNATURE
Name and Title (Please Print) _________________________________
24
CN-04-FY21
Appendix D KEY PERSONNEL
NAME OF BIDDER
I/We the undersigned offer the following key personnel for the delivery of the Project. I/We agree that the key personnel named below are subject to the
approval of the Owner. I/We agree that once approved the key personnel shall not be changed without the prior written approval of the Owner.
Key Personnel
Role
(ex. Project Manager, Site Supervisor
Name Years Experience
DATE
SIGNATURE
Name and Title (Please Print)
HEAD OFFICE PAVING LOT RENOVATIONS
SPECIFICATIONS
NOVA SCOTIA LIQUOR CORPORATION
93 CHAIN LAKE DRIVE
HALIFAX, NOVA SCOTIA
B3S 1A3
NSLC REFERENCE NO: CN-04-FY21
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 1 of 10
Introduction The Nova Scotia Liquor Corporation (“NSLC”) is issuing a Tender for paving at the Head Office and Distribution Centre (“HO/DC”) located at 93 Chain Lake Drive, NS B3S 1A3. In addition to this 10-page document, the Tender package consists of the following separate pdf document:
7-page Drawing and Specifications along with a Detail Pricing Sheet (Available by pdf)
Scope of Work In general terms, the work at the HO/DC will involve but not be limited to the provision of labour, material, equipment and supervision necessary to complete the work outlined in the engineer’s specifications. The HO operates Monday - Friday from 6:30 am to 5 pm and the DC operates Monday – Friday 24 hours a day, Saturday and Sunday both from 6:30 am to 3:30 pm and traffic controls will be necessary during these regular working hours.
Bidders will be deemed to have familiarized themselves with existing project site and working conditions and all other conditions, which may affect performance of the Contract. Measurements provided are only estimates and Bidders are expected to verify all measurements before submitting the Tender. No plea of ignorance of such conditions as a result of failure to make all necessary examinations will be accepted as a basis for any claims for extra compensation or an extension of time.
The project is conditional upon replies received and receipt of adequate funding. There is no firm commitment by NSLC to award this Tender.
Project must commence on or before June 29th, 2020, providing contract is awarded within three (3) calendar days of close of bid closing time. The site will be available to start construction on June 29th, 2020 unless approved otherwise. Specifications The specifications are identified on the actual engineers’ drawings and specification package.
• C00 – Existing Conditions and Removal Site Plan • C01 – Proposed Site Plan • C02 – Details • E01 – Electrical Notes, Details and Schedules • Description of Lighting Specifications • 3U – Bullhorn Specifications • 60’ Floodlight Pole Specifications • Detail Pricing Sheet
Tender Submission Form Pricing Individuals wishing to submit a response to this Tender (“Bidder”) shall submit, in accordance with the terms set out herein, a Tender Submission Form in the format provided herein which should include the following:
• A lump sum cost for the various components of work • Prices submitted to be exclusive of all taxes. HST shall be extra. • Tender Submission Forms to be signed and dated by an authorized signing officer of the Bidder submitting
the Tender. • Tender prices are irrevocable for ninety (90) days from the tender Closing Date (as defined below). • Tenders will be considered on a total cost only as per specifications. • All tender prices must be Freight Prepaid, FOB work site. Please note: The Bidder is responsible for all
shipping, handling, off-loading, insurance, etc. • All tenders are to be in Canadian funds.
All persons/companies interested in submitting a tender are to attend a mandatory site meeting on Thursday, June 4, 2020 at 10:00 a.m. at the HO/DC located at 93 Chain Lake Drive, Halifax.
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 2 of 10
Quality All materials and services shall meet the applicable standards and specifications as set out in this Tender and/or the relevant purchase order and must be satisfactory to NSLC.
The Bidder chosen to perform the work set out herein (the “Successful Bidder”) shall perform the obligations of the Contract in a good and workmanlike manner in compliance with all applicable laws in effect, and in accordance with industry standards and practice. Detailed Technical Requirements Bidders should describe in detail all items that will be provided (equipment and accessories, service, and support).
The Tender Submission Form and the Tender documents detail the minimum specifications required for the Renovation and upgrades. Products/services tendered by the Bidder must meet or exceed the products/services specifications as indicated in these documents.
Bidders should also indicate each instance where it proposes to exceed the specification within the quoted price and indicate any value-added devices included in the lump sum price.
Bidders shall supply only new and current materials and components. No end of line components will be acceptable for purposes of this Tender. All components must be durable for extensive and intensive commercial use. All material must be first grade.
Where applicable, for items to be purchased, the Successful Bidder must provide MSDS sheets. All items, as applicable, must be labeled to show contents as per the Nova Scotia WHMIS legislation.
Product/System Options Alternatives to specified products and systems will only be considered during the bidding period in the manner prescribed below. 1. Where the Bid Documents stipulate a particular product, alternatives may be considered by the NSLC up to
five (5) working days before receipt of bids specified for delivery to NSLC. 2. Bidders should address/email their written requests to the Procurement Contact only. Requests for alternate
products must be submitted by the Bidder only. 3. When a request to substitute a product is made, NSLC will issue an Addendum to known bidders, if substitute
is recommended. 4. In submission of alternatives to products specified, bidders shall include in their bid, any changes required in
the work to accommodate such alternatives. A later claim by the bidder for an addition to the contract price because of changes in work necessitated by use of alternatives shall not be considered.
5. The submission shall provide sufficient information to enable NSLC Facilities Manager to determine acceptability of such products.
6. Submission of an alternate must provide complete information on required revisions to other work to accommodate each alternate, the dollar amount of additions to or reductions from the Bid Price, including revisions to other Work.
7. Unless alternatives are submitted in this manner and subsequently accepted, provide products as specified.
Delivery of Materials and Services The Bidder is to submit a detailed work schedule (or Gant Chart) with weekly increments, indicating a construction schedule. The work schedule, submitted by the Bidder, will be an important factor in awarding the work. Accurate schedules are encouraged.
The materials and services are to be received on the property designated by NSLC by such date as may be stipulated on any purchase order issued.
The Successful Bidder is to meet firm delivery dates as assigned by the NSLC Facilities Manager. The delivery dates are assigned for each project in advance of the work being performed based on scope of work, Contractors proposed schedule at time of tender and any technical data provided at the site visit.
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 3 of 10
NSLC may immediately terminate the Contract upon the failure or continued failure to deliver the materials and services to the designated NSLC property by the date specified or any extension agreed to in writing by NSLC, without prejudice to claims of NSLC for damages resulting from the failure to deliver by the original specified date. In the event of such termination, NSLC shall bear no liability for any amounts other than the stipulated Tender price for materials and services ordered and received on NSLC property prior to termination.
Implementation and Installation Bidders should specify lead times required by the Bidder to deliver equipment or service. Include any details pertaining to the implementation or installation of the request. Outline type of assistance that will be provided at the time of installation (e.g., set up, equipment adjustments, testing, etc.).
Service Service considerations will be of the essence of the Contract; having the right product in the right place at the right time with the right maintenance and support.
Additional Costs Any additional costs should be listed.
Project References Provide two (2) project references for any work done by the firm in the past three years that is similar in nature to the requirements defined in this Tender. Select clients that are similar to NSLC, and provide a contact name, along with their phone number and email address. The reference information provided should identify the size of the projects conducted for them as well as demonstrate the extent of your previous experience, the clients’ overall satisfaction with your services and the results achieved, including your adherence to interim and final deadlines.
Best Possible Overall Value Bidders are requested to provide a Tender that will meet NSLC’s requirements at the best possible overall value, as determined by NSLC in its sole discretion.
Value Added Value added items/services are items/services included by the Bidder within the tender price. NSLC encourages Bidders to include value added items within the tender price.
Best Value In order to establish the best value of goods/services offered, bids may be evaluated not only on purchase price and life cycle cost considerations, but also items such as environmental considerations, social considerations, delivery, servicing, technical specifications, warranty, accessory options and the capacity of the Bidder to meet other criteria as stated in the bid documents. Samples and/or presentations may be requested. Subcontractors/Other Tradespersons/Individuals Bidders shall submit a list of subcontractors (if applicable) with their Tender. Bidders are fully responsible to NSLC for the acts and/or omissions of subcontractors and of persons either directly or indirectly employed or retained by them. Nothing contained in the Contract documents shall create any contractual relation between any subcontractor and NSLC. Subcontracting the Contract shall not relieve the Bidder from any contract obligations. Bidders must provide subcontractors with a copy of the Tender documents making subcontractors aware that NSLC is not responsible for any payments to subcontractor and that all actions, directions or claims are solely between the Bidder and subcontractor.
The Contract, or any portion thereof, shall not be assigned nor sub-contracted without the prior written approval of NSLC, which approval may be withheld in NSLC’s sole discretion. When sub-contracting, the Successful Bidder must be prepared, if requested, to provide copies of billings from subcontractors.
The Successful Bidder shall only use additional subcontractors during the course of the contract with the prior written approval of NSLC.
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 4 of 10
The Successful Bidder shall at all times enforce strict discipline and good order among their employees and subcontractors and shall avoid any unfit person or any person not skilled in the work assigned to the employee.
Selection of Successful Bidder Determination of the successful bidder for this Tender will only be Scope Item 1 Pricing plus compliance to all other pertinent aspects of the Tender package. The parties’ respective obligations to provide the products and services and to pay the tender price shall only be triggered by the issuance of the purchase order by NSLC.
Successful Bidder Upon a Bidder being advised by NSLC that he/she is a Successful Bidder, he/she shall comply with the following:
a) The Successful Bidder must notify NSLC in writing of any pre-existing damages to the site within 10 (ten) days of tender award.
b) The Successful Bidder will be required to attend a scheduling/start-up meeting prior to commencing work and a work schedule will be prepared in consultation with NSLC Facilities Manager. The meeting will also address start-up documentation, shop drawings submissions, storage of products, equipment, etc. This schedule will specify any work that is allowed to proceed during HO/DC hours. Generally, one work area at a time will be set aside for construction. Hours of work must be performed outside of the normal scheduled HO/DC day in order to ensure minimum disruption to the HO/DC operation, subject to the approval of the NSLC Facilities Manager or designate.
c) Upon receiving NSLC and schedule approval, the Successful Bidder, may have access to the HO/DC property to work weekends, during HO/DC holidays and after HO/DC hours. Non-disruptive work may be permitted during HO/DC hours at the discretion of HO/DC officials. No request for extra compensation due to scheduling for evening and weekend work will be considered by NSLC.
d) The Successful Bidder will attend pre-job briefings, safety briefings, and all other applicable meetings. e) As applicable, the Successful Bidder must provide a hazardous materials and asbestos abatement plan to
NSLC for approval prior to commencement of work. f) The Successful Bidder shall adhere to all applicable NSLC Policies and Procedures. g) The Successful Bidder shall be solely responsible for all means, methods, techniques and procedures
necessary for performing the work under this Contract. h) The Successful Bidder is at all times responsible for correcting any defective work or materials at the
Successful Bidder’s cost; and payment by NSLC to the Successful Bidder does not relieve the Successful Bidder of any responsibility.
i) The Successful Bidder shall ensure smoking is only in designated areas. j) The Successful Bidder warrants its work and materials for a minimum of twelve (12) months after the date
of substantial completion. Such warranty period shall begin after installation and operational commissioning.
k) Successful Bidders shall provide their own transportation to and from the job site. l) The Successful Bidder must comply with all NSLC security procedures and report to the HO/DC Security
Office prior to commencing any work and before leaving (pre- and post-sign in). All employees shall have photo identification.
m) The work area must be enclosed to prevent the spread of dust or debris throughout the building. The Successful Bidder is responsible for the clean-up of the work area or other areas disturbed by them.
n) The Successful Bidder agrees to provide all necessary equipment, tools, labour, incidentals and other means of construction to do all the work and furnish all the materials of the specified requirements which are necessary to complete the work. Any material and/or equipment necessary for the proper operation of the system, which is not specified or described herein, shall be deemed part of this specification.
o) The Successful Bidder must be aware of the lead time required in obtaining equipment and place orders for these items immediately after notification of award of Tender and following approval of shop drawings by NSLC, where applicable
p) The Successful Bidder agrees to submit to NSLC for approval and prior to ordering and installation, shop drawings of all specified items, where applicable.
q) The Successful Bidder is responsible to verify the site and/or plans, prior to proceeding with the project. r) The construction work and job site shall be limited to the areas indicated on the phasing plan. Only areas
identified on this plan shall be used by the Successful Bidder for construction trailers and storage of
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 5 of 10
materials. s) The Successful Bidder is to have control of areas of the site in which they are working but cannot restrict
access to other parts of the building or site around the areas where they are working. Access to the HO/DCs to be maintained during construction.
t) The Successful Bidder shall provide for a clean site. All material shall be stored in an orderly manner and all garbage shall be removed from the site daily.
u) The work site shall be identified and appropriately guarded. v) The Successful Bidder is responsible for the removal and disposal of all demolition material to an approved
site. w) If requested, the Successful Bidder shall provide a detailed schedule of values which must be submitted
prior to commencement of work. x) Carry out noise generating work Monday to Friday after HO hours from 5:00 p.m. to 6:30 a.m. and on
Saturdays, Sundays and statutory holidays.
y) Paint areas Monday to Friday after HO hours from 5:00 p.m. to 6:30 a.m. and on Saturdays, Sundays and statutory holidays.
z) The Successful Bidder shall assume full responsibility should conflicts occur between the Contract Documents and any work is done without consulting the NSLC Facilities Manager for a decision.
Hazardous Materials a) The Successful Bidder must review all hazardous materials audits, including but not limited to asbestos, which
identify the possible presence of hazardous materials that may be encountered during process of work. These reports are available to the Successful Bidder.
b) The Successful Bidder must stop work immediately upon discovery of suspected impacted or damaged hazardous materials containing materials while working on site and advise the Nova Scotia Liquor Corporation.
c) Nova Scotia Liquor Corporation will review the hazardous materials conditions and schedule for any required hazardous materials removal as deemed necessary by the NSLC Facilities Manager.
d) The Successful Bidder must provide the Nova Scotia Liquor Corporation seventy-two (72) hours of a normal workweek, prior notice for the scheduling of hazardous materials work.
e) Costs for remediation of damaged asbestos that is caused by the Successful Bidder shall be billed to the Successful Bidder. If the invoices are not paid by the Successful Bidder by the end of the next billing period, the amount shall be deducted from the outstanding balance owed by NSLC for services to date.
Insurance Requirements 1. The Successful Bidder shall secure and maintain at its expense during the term of this Agreement:
(i) Workers’ Compensation to meet statutory requirements and employer’s liability (with limits of not less than $2 million)
(ii) Commercial General Liability insurance, including but not limited to, products liability and completed operations, contractual liability, owners and contractor’s liability, attached machinery extension endorsement, independent contractor, for a combined single limit of no less than $2 million per occurrence; and
(iii) Commercial Auto Liability insurance covering all owned, non-owned and hired vehicles for a minimum combined single limit of $2 million per occurrence.
2. Primary Insurance - Bidders agree that the insurance as required above shall be primary and non-contributory. 3. No Limitation – The Successful Bidder is responsible for determining whether the above minimum insurance
coverages are adequate to protect its interests. The above minimum coverages do not constitute limitations upon Successful Bidder’s liability.
4. Endorsements - For the policies referenced in 1(ii) above, there shall contain an endorsement naming NSLC as an Additional Insured, and eliminating and removing any exclusion of liability for i) injury, including bodily injury and death to an employee of the insured or of NSLC or ii) any obligation of the insured to indemnify, hold harmless, defend, or otherwise make contribution to NSLC because of damage arising out of injury, including bodily injury and death, to an employee of NSLC.
5. The Successful Bidder must deliver a certificate of insurance evidencing the above prior to the work being performed. It is also agreed that the above insurance coverage is primary and must be kept in force during the term of the Contract. Furthermore, NSLC must receive at least thirty (30) days’ notice of cancellation or
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 6 of 10
modification of the above insurance.
This document can be included with the bid documents. If not, the document(s) must be provided to the Procurement Contact after receipt of a written NSLC request and prior to commencement of work.
The Successful Bidder is to provide, after receipt of a written NSLC request a copy, provided by each subcontractor, of their Commercial Auto Liability and Commercial General Liability insurance covering all owned, non-owned and hired vehicles for a minimum combined single limit of $2,000,000 per occurrence. The document will show contain an endorsement naming the NSLC as an Additional Insured. The insurance must be kept in force during the term of the contract. Proof must be received prior to commencement of work.
The above documentation is required before any contract is awarded or purchase order issued. Compliance with Legislation and Regulations 1. Compliance
Successful Bidders shall comply with and shall ensure all of its agents, employees and subcontractors comply with all applicable laws and regulations, including but not limited to all safety, health and environmental requirements pursuant to any government permit, license, or authorization. Successful Bidders shall at their cost obtain all permits, approvals and licenses required by any governing authority in order to enable Successful Bidders to provide its goods and services and otherwise perform its obligations under the Contract. Copies of these permits or approvals must be provided to NSLC or posted as required prior to the commencement of work.
The Successful Bidder shall comply with all Federal, Provincial or Municipal Acts, Regulations, Ordinances and by-laws applicable to the Work to be carried out under this Contract including, without limiting the generality of the foregoing, the following: Worker’s Compensation Act (Nova Scotia), Labour Standards Code (Nova Scotia) and Employment Insurance Act (Canada).
2. Labour Code
Successful Bidders shall comply with all applicable provisions of the Labour Code (Nova Scotia) and the Employment Standards Act (Nova Scotia) and all regulations and amendments thereto.
3. Workers' Compensation
The Successful Bidder is to supply a clearance letter from the Workers’ Compensation Board of Nova Scotia indicating the Successful Bidder is assessed and in good standing, before any contract is awarded or purchase order issued. Bidders should include with the bid documents. If not, the document(s) must be provided to the Procurement Contact after receipt of a written NSLC request. The Successful Bidder shall remain in good standing for the duration of the contract. Individuals not covered by Workers Compensation are not permitted on NSLC property. The clearance letter must be received prior to commencement of work, and on an annual or as required by NSLC thereafter. It is the NSLC's policy that Successful Bidders maintain a level of coverage and there are no exemptions and/or exceptions. The Successful Bidder is to provide, after receipt of a written NSLC request, a copy of a clearance letter from the Workers’ Compensation Board of Nova Scotia for each subcontractor. This documentation is required prior to commencement of work. Subcontractors are to remain in good standing for the duration of the contract and the Successful Bidder is responsible to ensure that good standing status is maintained. In the event that any such certification during the term of the contract expires, the obligation remains with the Successful Bidder to provide the updated required letters.
4. Hazard Assessment Before materials are delivered to the work site and five (5) working days before work begins, the Successful Bidder shall contact the designated NSLC Facilities Manager to meet the Successful Bidder’s project supervisor at the project site to receive and discuss the Successful Bidder’s Hazard Assessment of the worksite and of the job. The hazard assessment shall list the hazards anticipated with the job and how the
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 7 of 10
Successful Bidder will address and minimize those hazards. For instance, if it is a roofing job, the Successful Bidder shall indicate how they will meet the requirements of the Provincial Fall Protection and Scaffolding Regulation on this specific job. The Successful Bidder will also indicate what Job Classification they will be working under with respect to the “Control of Construction Impact on Building Occupants” and how they will be addressing the requirements under that Job Classification. The Successful Bidder’s selection of Job Classification and means of complying with the associated protocols shall be approved by the designated NSLC Facilities Manager prior to the start of work. The Successful Bidder will conform to the requirements of the “Control of Construction Impact on Building Occupants” while working on NSLC property. No request for extra compensation due to following the Protocols in “Control of Construction Impact on Building Occupants” will be considered by the owner.
5. Certificate of Recognition Program – Letter of Good Standing
The Successful Bidder is to supply a Certificate of Recognition issued jointly by the Workers’ Compensation Board of Nova Scotia and an occupational health and safety organization approved by the Workers’ Compensation Board of Nova Scotia (such as the Nova Scotia Construction Safety Association,) before any contract is awarded or purchase order issued. Bidders may include this certificate with their bid documents. If not, the document(s) must be provided to the Procurement Contact after receipt of a written NSLC request. These approved organizations are currently listed on the Workers’ Compensation Board of Nova Scotia’s web site and can be found by clicking on prevention then on programs and services and then on certificates of recognition. The Successful Bidder shall remain in good standing for the duration of the contract. Proof of good standing must be received prior to commencement of work, and on an annual basis or as required by NSLC thereafter. The Successful Bidder is to provide for each subcontractor, after receipt of a written NSLC request, a copy of a Certificate of Recognition issued jointly by the Workers’ Compensation Board of Nova Scotia and an occupational health and safety organization approved by the Workers’ Compensation Board of Nova Scotia (such as the Nova Scotia Construction Safety Association). This documentation is required prior to commencement of work. Subcontractors are to remain in good standing for the duration of the contract and the Successful Bidder is responsible to ensure that good standing status is maintained. Individuals not in good standing are not permitted on NSLC property. Proof of good standing must be received prior to commencement of work, and on an annual basis or as required by NSLC thereafter. In the event that any such certification during the term of the contract expires, the obligation remains with the Successful Bidder to provide the updated required certificates.
6. Canada Safety Council and Associated Standards
All equipment must bear the required approval markings. All other similar equipment approvals must also be obtained. It shall be the responsibility of the Successful Bidder to obtain all applicable approvals, at its own expense.
7. Nova Scotia Occupational Health and Safety Legislation
Successful Bidder shall comply at all times with the Nova Scotia Occupational Health and Safety Act, Regulations and Code, and its amendments thereto.
Safety Requirements 1. Safety Responsibility
The Successful Bidder shall be solely responsible for ensuring the safety and health of its agents, employees and subcontractors and for ensuring that its activities do not compromise the safety of NSLC's operations. The Successful Bidder shall provide to its agents, employees and subcontractors, at its own expense, any and all safety equipment required to protect against injuries during the performance of the services and shall ensure that its agents, employees and subcontractors are knowledgeable of and utilize safe practices in the provision of the services, such practices to be at least as stringent as those set out in NSLC's safety standards provided to Successful Bidder from time to time.
2. Project Site Protection and Safety
The Successful Bidder shall protect NSLC's property, staff and students, the Successful Bidder’s staff, agents or
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 8 of 10
subcontractors and the public, from damage or injury occasioned by the performance of its obligations under this Contract. In addition to complying with any safety standards provided to the Successful Bidder by NSLC, the Successful Bidder shall: (a) provide all guards and fences and other safety equipment; (b) respond to reports of hazards by NSLC; (c) do the following when work is generating vibration, noise or safety concerns (including without
limitation jack hammering, shot blasting, sandblasting, concrete cutting and use of powder actuated fasteners) that may affect NSLC property, staff, students or operations: (i) coordinate with NSLC representatives; (ii) schedule and coordinate hours of work with NSLC input; and (iii) stop operations generating vibration, noise or safety concerns when instructed by NSLC.
3. Hazardous Materials If applicable, the Successful Bidder shall develop and implement a written "Hazardous Materials Information" document to ensure that all persons at the work site are made aware of the existence of any hazardous materials such as asbestos, lead-based products, and PCB’s.
Additions/Deletions to Work NSLC may at any time order additions or deletions to the work. In such case the contract sum shall be adjusted at a price negotiated between the Successful Bidder and NSLC. Any addition or deletion must be documented in writing. Change Orders If a change to the project scope of work is proposed or required, NSLC Facilities Manager will provide the Successful Bidder with a written description of the proposed change. The Successful Bidder will provide, within three (3) days of the written description, the method of adjustment or amount of adjustment for the Tender Price, if any, and the adjustment in the Contract Time, if any, for the proposed change. When NSLC Facilities Manager and the Successful Bidder agree to the adjustments and/or method, such agreement shall be effective immediately and shall be recorded in a Change Order. The work value resulting from the Change Order is to be included in the progress payment as a separate line item.
Satisfactory Performance The Successful Bidder agrees to satisfactorily perform the services described in this Contract. The Successful Bidder shall provide such written reports on the services performed as may be required by NSLC in a competent and professional manner to the satisfaction of the NSLC. It is agreed that satisfactory performance shall be evaluated by NSLC in its sole discretion and judgement.
Remedial Work Costs In the event that there are deficiencies in the Work, NSLC reserves the right to charge the Successful Bidder for the reasonable costs incurred by NSLC in order to supervise and inspect the remedial work to and to certify that the deficiencies have been remedied and the Work has been carried out and completed in accordance with the Contract. All such costs incurred by NSLC may be charged and set off against any amount due to the Successful Bidder on the basis of actual costs incurred by NSLC including costs relating to the time spent by the employees and agents of NSLC.
Successful Bidder’s Equipment Successful Bidders must provide and maintain adequate serviceable and safe vehicles and equipment to meet the obligations of this contract. NSLC reserves the right to inspect the vehicles and equipment prior to awarding contracts as a result of this Tender. The same right is extended for the duration of the Contract.
The Successful Bidder shall be responsible for the supply of any and all materials and incidentals, training and equipment required for the completion of the work. This shall include such items as protective clothing, hard hats, safety vests, etc. for the employees. Any tools and equipment required and the maintenance thereof shall be the responsibility of the Successful Bidder. Any additional materials, incidentals, training, and equipment resulting from changes to any applicable Federal, Provincial or Municipal Acts, Regulations or Ordinances shall be the responsibility
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 9 of 10
of the Successful Bidder.
It is the Successful Bidder’s responsibility to ensure that their company, including all personnel and subcontractors are operating equipment in a safe manner while on NSLC property.
Purchase Orders/Invoicing Work will begin on issuance of a NSLC official purchase order. No work is authorized until the Successful Bidder has received an official purchase order or NSLC written award letter. NSLC accepts no responsibility for any work performed prior to the issuance of a purchase order or NSLC written notification. The purchase order number should appear on any/all invoices covering same. Invoices are to be forwarded to Nova Scotia Liquor Corporation, 93 Chain Lake Drive, Halifax, Nova Scotia, B3S 1A3, Attention: Theresa Arbuckle, Facilities Manager
NSLC will hold back ten percent (10%) of any payment until the lien periods have expired and the Successful Bidder has provided NSLC with a complete release of any lien registered as a result of any work carried out by the Successful Bidder, or any Subcontractor or Supplier to the Successful Bidder. The Successful Bidder will show the ten percent (10%) holdback as a separate line on each invoice.
If change orders have been approved, the invoice should reflect a separate line for each change order amount being billed or a separate invoice for change orders is acceptable.
Suspension of Service by NSLC NSLC may at any time suspend the work, or any part thereof, by giving two (2) days’ notice to the Successful Bidder in writing. Termination Should a Successful Bidder make default in any of its obligations or contravene any provision of the Contract, including but not limited to the failure to provide a service/product that meets the applicable standard(s) and specifications or that fails to be satisfactory to NSLC, NSLC may (i) remedy such default or contravention at the expense of the Successful Bidder or (ii) immediately terminate this Contract, in whole or in part, without prejudice to claims of NSLC for damages resulting from the Successful Bidder’s default or contravention.
In addition to, and in no way limiting the generality of the above, NSLC may immediately terminate the Contract if the Successful Bidder: (i) Becomes insolvent or unable to pay its debts as they become due; (ii) Ceases to do business as a going concern; (iii) Is unable to perform its obligations hereunder for any reason; (iv) Makes an assignment for the benefit of creditors, applies to or petitions any tribunal for the appointment
of a custodian, receiver or trustee for itself or any substantial part of its assets, or commences any proceeding with respect to itself under any bankruptcy, reorganization, readjustment of debt, debt relief, insolvency, receivership, dissolution or liquidation law or statute of any jurisdiction, or if it files any such application or petition, or if such proceeding is commenced against a Successful Bidder;
(v) Is found to have made a misrepresentation in its Tender Submission Form; or (vi) Acts in such a way that is deemed by NSLC, in its sole discretion, to be contrary to the best interest of
NSLC or the public good.
Evaluation Price 90% Schedule 10%
• # of days on site
• Completion date
The Nova Scotia Liquor Corporation Head Office and Distribution Centre
Page 10 of 10
ID FORM for CN-04-FY21 – Head Office Parking Lot Renovation
1. Enclosures: Workers Compensation: Yes No _ Certificate of Recognition Yes No _ Insurance Yes No _ Work Schedule Yes No _
2. Is bid security (mandatory) enclosed? Yes No _ 3. All employees shall have photo identification. Yes _ No _ 4. Will subcontractors be used? Yes No _
If yes, please provide names of subcontractors. _ If subcontractors are used, do they meet the mandatory requirements?
Workers Compensation Yes No _ Certificate of Recognition Yes____No _ Insurance Yes____No ____
5. References Project Information, Company
Name, Contact Information
Date Started/Finished
Contract Value
Submitted by:
Legal Name of Company _
Address:
Telephone:
Email:
Contact Person:
Signature:
Date:
C00
REG
ISTE
RED PROFESS IONAL ENGIN
EER
P. M. Fitzgerald
7380*PROV
I NCE OF NOVA SCOTI A
*
MAY 27/20
C01
REG
I STE
RED PROFESS IONAL ENGIN
EE R
P. M. Fitzgerald
7380*PR
OV
I NCE OF NOVA SCOTI A
*
MAY 27/20
··· ·
·
·
·
●
·
C02
REG
I STE
RED PROFESS IONAL ENGIN
EER
P. M. Fitzgerald
7380*PR
OV
I NCE OF NOVA SCOTI A
*
MAY 13/20
E01
” ”
”
“ ”
”
McGraw-Edison
SPECIFICATION FEATURES
ConstructionExtruded aluminum driver enclosure thermally isolated from Light Squares for optimal thermal performance. Heavy-wall, die-cast aluminum end caps enclose housing and die-cast aluminum heat sinks. A unique, patent pending interlocking housing and heat sink provides scalability with superior structural rigidity. 3G vibration and IP66 rated up to 60° from horizontal. Optional tool-less hardware available for ease of entry into electrical chamber.
OpticsPatented, high-efficiency injection-molded AccuLED Optics technology. Optics are precisely designed to shape the distribution maximizing efficiency and application spacing. AccuLED Optics create consistent distributions with the scalability to meet customized application requirements. Offered standard in 4000K (+/- 275K) CCT 70 CRI.
Optional 6000K CCT, 5000K CCT and 3000K CCT.
ElectricalLED drivers are mounted to removable tray assembly for ease of maintenance.120-277V 50/60Hz, 347V 60Hz or 480V 60Hz operation. 480V is compatible for use with 480V Wye systems only. Standard with 0-10V dimming. Shipped standard with our proprietary circuit module designed to withstand 10kV of transient line surge. The Galleon LED Flood luminaire is suitable for operation in -40°C to 40°C ambient environments. For applications with ambient temperatures exceeding 40°C, specify the HA (High Ambient) option. Light Squares are IP66 rated. Greater than 90% lumen maintenance expected at 60,000 hours. Available in standard 1A drive current and optional 600mA, 800mA and 1200mA drive currents (nominal).
MountingCast aluminum knuckle arm mounts directly to fixture housing, and is available with either commercial pole mount or slipfitter for bullhorn, pipe or tenon mount. Can be tilted up to 60° from horizontal without compromising vibration or IP rating. Slipfitter compatible with 2-3/8" – 3" pipe or tenon mounting.
FinishHousing finished in super durable TGIC polyester powder coat paint, 2.5 mil nominal thickness for superior protection against fade and wear. Heat sink is powder coated black. Standard housing colors include black, bronze, grey, white, dark platinum and graphite metallic. RAL and custom color matches available.
WarrantyFive-year warranty.
The Galleon™ LED Flood luminaire combines the low-profile design of the Galleon with the mounting angle flexibility of a pole or wall-mounted floodlight. With a maximum tilt angle of 60° from horizontal, and patented, high-efficiency AccuLED Optics™ technology, it provides uniform and energy conscious illumination for parking lots, container /rail yards and highway projects. Mounts direct to pole or to a, bullhorn or pole-top tenon. IP66 rated and UL/cUL Listed for wet locations.
DESCRIPTION
Catalog # Type
Date
Project
Comments
Prepared by
GLEON GALLEON LED FLOOD
1-10 Light Squares
Solid State LED
FLOODLIGHT LUMINAIRE
C E R T I F I C A T I O N D A T AUL/cUL Wet Location ListedISO 9001LM79 / LM80 Compliant3G Vibration Rated up to 60° from HorizontalIP66 Rated up to 60° from HorizontalDesignLights Consortium® Qualified*
E N E R G Y D A T AElectronic LED Driver>0.9 Power Factor<20% Total Harmonic Distortion120V-277V 50/60Hz347V & 480V 60Hz-40°C Min. Temperature40°C Max. Temperature50°C Max. Temperature (HA Option)
S
YSTEMS
C
E R T I F I E
D
Direct Pole Mount
Wall Mount
Slipfitter Mount
“A”
3-15/16" [100mm]
33-1/8" [841mm]
33-25/32" [858mm]
26-19/32" [675mm]
9-7/8"[40mm]
10-1/8"[257mm]
4-7/8"[124mm]
DIMENSIONS
TY P E " N "3/4" [19mm]
DiameterHole
(2) 9/16" [14mm]Diameter
Holes
1-3/4"[44mm]
7/8" [22mm]
2"[51mm]
DRILLING PATTERN
TD506001ENJuly 24, 2019 4:17 PM*www.designlights.org
DIMENSIONAL DATA
Number of Light Squares
“A” Width
1-4 15-1/2" (394mm)
5-6 21-5/8" (549mm)
7-8 27-5/8" (702mm)
9-10 33-3/4" (857mm)
WaveLinx
Specifications and dimensions subject to change without notice.
Eaton 1121 Highway 74 SouthPeachtree City, GA 30269P: 770-486-4800www.eaton.com/lighting
EPA CHART
GLEON GALLEON LED FLOOD
TD506001ENJuly 24, 2019 4:17 PM
LUMEN MULTIPLIERLUMEN MAINTENANCE
100
0 10 20 30 40 50 60 70 80 90 100
95
90
85
80
75
70
65
60
55
50
45
Hours (Thousands)
Calculated per IESNA TM-21 Data Projected
Lum
en M
ain
ten
ance
(Pe
rcen
t)
Up to 1A, up to 50°C1.2A, up to 40°C
page 2
Tilt Angle(Degrees)
Number of Light Squares
Weight 1 @ 90° 2 @ 180° 2 @ 90° 2 @ 120° 3 @ 90° 3 @ 120° 4 @ 90°
0°
1-4 34 lbs. (15.45 kgs.) 1.21 2.42 1.94 2.19 2.92 2.83 3.87
5-6 45 lbs. (20.45 kgs.) 1.21 2.42 2.12 2.28 3.12 3.12 4.23
7-8 55 lbs. (25.00 kgs.) 1.21 2.42 -- 2.39 -- 3.42 --
9-10 63 lbs. (28.63 kgs.) 1.21 2.42 -- 2.51 -- 3.73 --
15°
1-4 34 lbs. (15.45 kgs.) 1.21 2.42 2.14 2.39 3.14 3.16 4.23
5-6 45 lbs. (20.45 kgs.) 1.21 2.42 2.46 2.46 3.43 3.60 4.91
7-8 55 lbs. (25.00 kgs.) 1.30 2.59 -- 2.65 -- 4.06 --
9-10 63 lbs. (28.63 kgs.) 1.58 3.17 -- 3.02 -- 4.54 --
30°
1-4 34 lbs. (15.45 kgs.) 1.41 2.82 2.94 2.78 4.05 4.25 5.88
5-6 45 lbs. (20.45 kgs.) 1.96 3.92 3.66 3.55 5.13 5.18 7.31
7-8 55 lbs. (25.00 kgs.) 2.51 5.01 -- 4.33 -- 6.16 --
9-10 63 lbs. (28.63 kgs.) 3.06 6.12 -- 5.14 -- 7.23 --
45°
1-4 34 lbs. (15.45 kgs.) 1.99 2.99 3.70 3.60 5.19 5.23 7.40
5-6 45 lbs. (20.45 kgs.) 2.77 5.55 4.76 4.72 6.76 6.67 9.81
7-8 55 lbs. (25.00 kgs.) 3.54 7.09 -- 5.85 -- 8.16 --
9-10 63 lbs. (28.63 kgs.) 4.33 8.66 -- 7.01 -- 9.70 --
60°
1-4 34 lbs. (15.45 kgs.) 2.44 4.88 4.30 4.24 6.09 6.04 8.60
5-6 45 lbs. (20.45 kgs.) 3.40 6.79 -- 5.64 -- 7.88 --
7-8 55 lbs. (25.00 kgs.) 4.34 8.68 -- 7.03 -- 9.72 --
9-10 63 lbs. (28.63 kgs.) 5.30 10.60 -- -- -- -- --
Note: Mounting not valid where left blank due to clearance.
Drive Current Ambient TemperatureTM-21 Lumen Maintenance
(60,000 Hours)
Projected L70 (Hours)
Up to 1A Up to 50°C > 95% 416,000
1.2A Up to 40°C > 90% 205,000
Ambient Temperature
Ambient Temperature
0° 1.02
10° 1.01
25° 1.00
40° 0.99
50° 0.97
Specifications and dimensions subject to change without notice.
Eaton 1121 Highway 74 SouthPeachtree City, GA 30269P: 770-486-4800www.eaton.com/lighting
GLEON GALLEON LED FLOOD
TD506001ENJuly 24, 2019 4:17 PM
NOMINAL POWER LUMENS (1.2A)
page 3
Number of Light Squares 1 2 3 4 5 6 7 8 9 10
Nominal Power (Watts) 67 129 191 258 320 382 448 511 575 640
Input Current @ 120V (A) 0.58 1.16 1.78 2.31 2.94 3.56 4.09 4.71 5.34 5.87
Input Current @ 208V (A) 0.33 0.63 0.93 1.27 1.57 1.87 2.22 2.52 2.80 3.14
Input Current @ 240V (A) 0.29 0.55 0.80 1.10 1.35 1.61 1.93 2.18 2.41 2.71
Input Current @ 277V (A) 0.25 0.48 0.70 0.96 1.18 1.39 1.69 1.90 2.09 2.36
Input Current @ 347V (A) 0.20 0.39 0.57 0.78 0.96 1.15 1.36 1.54 1.72 1.92
Input Current @ 480V (A) 0.15 0.30 0.43 0.60 0.73 0.85 1.03 1.16 1.28 1.45
Optics
T2
4000K/5000K Lumens 6,863 13,412 20,011 26,441 32,761 39,205 46,364 52,534 58,601 64,880
3000K Lumens 6,489 12,681 18,919 25,000 30,974 37,066 43,836 49,668 55,405 61,341
BUG Rating B1-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B4-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5
T2R
4000K/5000K Lumens 7,285 14,238 21,246 28,072 34,780 41,621 49,221 55,770 62,212 68,878
3000K Lumens 6,888 13,462 20,087 26,541 32,884 39,351 46,537 52,729 58,819 65,122
BUG Rating B1-U0-G1 B2-U0-G2 B2-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B4-U0-G5 B4-U0-G5
T3
4000K/5000K Lumens 6,995 13,670 20,397 26,951 33,391 39,959 47,256 53,544 59,728 66,130
3000K Lumens 6,613 12,924 19,284 25,480 31,570 37,780 44,679 50,624 56,471 62,524
BUG Rating B1-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5
T3R
4000K/5000K Lumens 7,150 13,973 20,850 27,549 34,134 40,846 48,307 54,734 61,056 67,598
3000K Lumens 6,761 13,212 19,713 26,046 32,272 38,619 45,673 51,750 57,726 63,911
BUG Rating B1-U0-G2 B2-U0-G2 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5
T4FT
4000K/5000K Lumens 7,036 13,748 20,515 27,107 33,586 40,191 47,530 53,854 60,074 66,512
3000K Lumens 6,652 12,999 19,397 25,629 31,754 37,999 44,938 50,917 56,797 62,885
BUG Rating B1-U0-G2 B2-U0-G3 B2-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5
T4W
4000K/5000K Lumens 6,945 13,571 20,249 26,756 33,152 39,671 46,917 53,160 59,298 65,653
3000K Lumens 6,566 12,831 19,146 25,297 31,344 37,508 44,358 50,260 56,064 62,072
BUG Rating B1-U0-G2 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5
SL2
4000K/5000K Lumens 6,851 13,388 19,977 26,396 32,704 39,137 46,283 52,444 58,498 64,768
3000K Lumens 6,477 12,658 18,888 24,957 30,920 37,003 43,759 49,584 55,308 61,235
BUG Rating B1-U0-G2 B2-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5
SL3
4000K/5000K Lumens 6,994 13,668 20,394 26,947 33,388 39,953 47,249 53,537 59,720 66,119
3000K Lumens 6,612 12,922 19,281 25,477 31,567 37,774 44,673 50,618 56,463 62,514
BUG Rating B1-U0-G2 B2-U0-G3 B2-U0-G3 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5
SL4
4000K/5000K Lumens 6,645 12,986 19,378 25,603 31,723 37,962 44,893 50,868 56,743 62,824
3000K Lumens 6,282 12,279 18,321 24,207 29,993 35,892 42,445 48,094 53,648 59,398
BUG Rating B1-U0-G2 B1-U0-G3 B2-U0-G4 B2-U0-G4 B2-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
5NQ
4000K/5000K Lumens 7,214 14,097 21,036 27,795 34,437 41,210 48,734 55,220 61,597 68,199
3000K Lumens 6,820 13,329 19,888 26,279 32,558 38,962 46,077 52,208 58,237 64,479
BUG Rating B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4
5MQ
4000K/5000K Lumens 7,347 14,356 21,423 28,306 35,071 41,969 49,632 56,237 62,730 69,454
3000K Lumens 6,947 13,573 20,254 26,762 33,158 39,680 46,925 53,170 59,309 65,667
BUG Rating B3-U0-G1 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4 B5-U0-G5 B5-U0-G5 B5-U0-G5
5WQ
4000K/5000K Lumens 7,366 14,396 21,480 28,381 35,164 42,080 49,765 56,386 62,898 69,639
3000K Lumens 6,964 13,610 20,308 26,833 33,247 39,786 47,050 53,311 59,468 65,842
BUG Rating B3-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4 B5-U0-G5 B5-U0-G5 B5-U0-G5 B5-U0-G5
SLL/SLR
4000K/5000K Lumens 6,147 12,010 17,921 23,679 29,339 35,109 41,521 47,046 52,478 58,102
3000K Lumens 5,811 11,355 16,944 22,388 27,739 33,194 39,256 44,479 49,617 54,933
BUG Rating B1-U0-G2 B2-U0-G3 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
RW
4000K/5000K Lumens 7,149 13,970 20,846 27,543 34,126 40,837 48,295 54,722 61,042 67,582
3000K Lumens 6,760 13,208 19,709 26,041 32,264 38,610 45,661 51,738 57,713 63,897
BUG Rating B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4 B5-U0-G4
AFL
4000K/5000K Lumens 7,175 14,021 20,921 27,643 34,249 40,986 48,470 54,920 61,262 67,828
3000K Lumens 6,784 13,256 19,780 26,136 32,381 38,750 45,827 51,925 57,922 64,129
BUG Rating B1-U0-G1 B2-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G3 B3-U0-G3 B3-U0-G3 B3-U0-G3 B4-U0-G4 B4-U0-G4
* Nominal data for 70 CRI.
Specifications and dimensions subject to change without notice.
Eaton 1121 Highway 74 SouthPeachtree City, GA 30269P: 770-486-4800www.eaton.com/lighting
GLEON GALLEON LED FLOOD
NOMINAL POWER LUMENS (1A)
TD506001ENJuly 24, 2019 4:17 PM
page 4
Number of Light Squares 1 2 3 4 5 6 7 8 9 10
Nominal Power (Watts) 59 113 166 225 279 333 391 445 501 558
Input Current @ 120V (A) 0.51 1.02 1.53 2.03 2.55 3.06 3.56 4.08 4.60 5.07
Input Current @ 208V (A) 0.29 0.56 0.82 1.11 1.37 1.64 1.93 2.19 2.46 2.75
Input Current @ 240V (A) 0.26 0.48 0.71 0.96 1.19 0.41 1.67 1.89 2.12 2.39
Input Current @ 277V (A) 0.23 0.42 0.61 0.83 1.03 1.23 1.45 1.65 1.84 2.09
Input Current @ 347V (A) 0.17 0.32 0.50 0.64 0.82 1.00 1.14 1.32 1.50 1.68
Input Current @ 480V (A) 0.14 0.24 0.37 0.48 0.61 0.75 0.91 0.99 1.12 1.28
Optics
T2
4000K/5000K Lumens 6,256 12,225 18,242 24,104 29,865 35,739 42,265 47,888 53,420 59,144
3000K Lumens 5,915 11,559 17,248 22,789 28,236 33,790 39,960 45,277 50,506 55,919
BUG Rating B1-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B4-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5
T2R
4000K/5000K Lumens 6,642 12,979 19,366 25,589 31,705 37,941 44,870 50,840 56,711 62,789
3000K Lumens 6,280 12,271 18,311 24,193 29,976 35,872 42,423 48,068 53,619 59,365
BUG Rating B1-U0-G1 B2-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B4-U0-G5 B4-U0-G5
T3
4000K/5000K Lumens 6,377 12,461 18,593 24,568 30,439 36,426 43,077 48,810 54,447 60,282
3000K Lumens 6,029 11,781 17,580 23,229 28,781 34,441 40,731 46,150 51,480 56,997
BUG Rating B1-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5
T3R
4000K/5000K Lumens 6,518 12,739 19,006 25,113 31,116 37,235 44,036 49,895 55,658 61,622
3000K Lumens 6,029 11,781 17,579 23,229 28,779 34,440 40,729 46,148 51,478 56,995
BUG Rating B1-U0-G2 B2-U0-G2 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5
T4FT
4000K/5000K Lumens 6,414 12,533 18,702 24,710 30,616 36,637 43,328 49,093 54,763 60,631
3000K Lumens 6,064 11,849 17,681 23,363 28,946 34,638 40,966 46,417 51,776 57,325
BUG Rating B1-U0-G2 B2-U0-G3 B2-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5
T4W
4000K/5000K Lumens 6,331 12,372 18,459 24,391 30,221 36,163 42,769 48,459 54,056 59,849
3000K Lumens 5,986 11,697 17,452 23,061 28,572 34,192 40,436 45,817 51,108 56,585
BUG Rating B1-U0-G2 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5
SL2
4000K/5000K Lumens 6,245 12,205 18,212 24,062 29,813 35,677 42,192 47,807 53,326 59,042
3000K Lumens 5,904 11,539 17,218 22,750 28,187 33,732 39,891 45,199 50,418 55,822
BUG Rating B1-U0-G2 B2-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5 B4-U0-G5
SL3
4000K/5000K Lumens 6,376 12,460 18,591 24,564 30,436 36,421 43,072 48,803 54,439 60,273
3000K Lumens 6,028 11,780 17,578 23,224 28,776 34,435 40,723 46,141 51,471 56,986
BUG Rating B1-U0-G2 B2-U0-G3 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5
SL4
4000K/5000K Lumens 6,058 11,838 17,664 23,340 28,918 34,605 40,924 46,370 51,727 57,269
3000K Lumens 5,727 11,193 16,701 22,067 27,341 32,718 38,692 43,841 48,906 54,146
BUG Rating B1-U0-G2 B1-U0-G3 B2-U0-G4 B2-U0-G4 B2-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
5NQ
4000K/5000K Lumens 6,577 12,851 19,176 25,336 31,392 37,566 44,426 50,337 56,151 62,170
3000K Lumens 6,218 12,151 18,131 23,955 29,680 35,517 42,003 47,592 53,089 58,779
BUG Rating B2-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4
5MQ
4000K/5000K Lumens 6,697 13,088 19,528 25,803 31,970 38,258 45,243 51,264 57,185 63,313
3000K Lumens 6,332 12,374 18,463 24,395 30,227 36,171 42,776 48,468 54,066 59,861
BUG Rating B3-U0-G1 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4 B5-U0-G5 B5-U0-G5 B5-U0-G5
5WQ
4000K/5000K Lumens 6,715 13,122 19,580 25,871 32,055 38,360 45,365 51,401 57,337 63,482
3000K Lumens 6,348 12,406 18,513 24,461 30,307 36,268 42,891 48,599 54,210 60,021
BUG Rating B3-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G5 B5-U0-G5 B5-U0-G5 B5-U0-G5
SLL/SLR
4000K/5000K Lumens 5,604 10,949 16,337 21,586 26,745 32,004 37,850 42,886 47,838 52,965
3000K Lumens 5,298 10,351 15,446 20,409 25,287 30,258 35,786 40,547 45,229 50,077
BUG Rating B1-U0-G2 B1-U0-G3 B2-U0-G3 B2-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
RW
4000K/5000K Lumens 6,517 12,735 19,002 25,107 31,109 37,227 44,025 49,883 55,644 61,607
3000K Lumens 6,162 12,040 17,965 23,738 29,413 35,197 41,623 47,163 52,609 58,247
BUG Rating B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4
AFL
4000K/5000K Lumens 6,541 12,781 19,072 25,199 31,221 37,362 44,185 50,065 55,846 61,831
3000K Lumens 6,184 12,084 18,032 23,825 29,519 35,325 41,775 47,334 52,801 58,459
BUG Rating B1-U0-G1 B2-U0-G2 B2-U0-G2 B3-U0-G2 B3-U0-G3 B3-U0-G3 B3-U0-G3 B3-U0-G3 B4-U0-G4 B4-U0-G4
* Nominal data for 70 CRI.
Specifications and dimensions subject to change without notice.
Eaton 1121 Highway 74 SouthPeachtree City, GA 30269P: 770-486-4800www.eaton.com/lighting
NOMINAL POWER LUMENS (800MA)
TD506001ENJuly 24, 2019 4:17 PM
GLEON GALLEON LED FLOODpage 5
Number of Light Squares 1 2 3 4 5 6 7 8 9 10
Nominal Power (Watts) 44 85 124 171 210 249 295 334 374 419
Input Current @ 120V (A) 0.39 0.77 1.13 1.54 1.90 2.26 2.67 3.03 3.39 3.80
Input Current @ 208V (A) 0.22 0.44 0.62 0.88 1.06 1.24 1.50 1.68 1.87 2.12
Input Current @ 240V (A) 0.19 0.38 0.54 0.76 0.92 1.08 1.30 1.46 1.62 1.84
Input Current @ 277V (A) 0.17 0.36 0.47 0.72 0.83 0.95 1.19 1.31 1.42 1.67
Input Current @ 347V (A) 0.15 0.24 0.38 0.49 0.63 0.77 0.87 1.01 1.15 1.52
Input Current @ 480V (A) 0.11 0.18 0.29 0.37 0.48 0.59 0.66 0.77 0.88 0.96
Optics
T2
4000K/5000K Lumens 5,054 9,878 14,739 19,475 24,129 28,875 34,148 38,691 43,159 47,785
3000K Lumens 4,779 9,338 13,935 18,412 22,813 27,301 32,286 36,581 40,805 45,179
BUG Rating B1-U0-G1 B2-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B4-U0-G5 B4-U0-G5
T2R
4000K/5000K Lumens 5,366 10,486 15,647 20,675 25,616 30,654 36,252 41,076 45,819 50,730
3000K Lumens 5,074 9,914 14,794 19,548 24,218 28,982 34,276 38,835 43,320 47,964
BUG Rating B1-U0-G1 B1-U0-G2 B2-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5
T3
4000K/5000K Lumens 5,153 10,068 15,022 19,849 24,593 29,430 34,805 39,436 43,990 48,705
3000K Lumens 4,872 9,519 14,203 18,766 23,251 27,825 32,907 37,285 41,591 46,048
BUG Rating B1-U0-G1 B2-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B4-U0-G5 B4-U0-G5
T3R
4000K/5000K Lumens 5,266 10,292 15,356 20,290 25,140 30,084 35,578 40,312 44,968 49,786
3000K Lumens 4,979 9,731 14,518 19,184 23,769 28,443 33,638 38,114 42,516 47,071
BUG Rating B1-U0-G2 B1-U0-G2 B2-U0-G3 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
T4FT
4000K/5000K Lumens 5,182 10,126 15,109 19,964 24,736 29,600 35,006 39,664 44,245 48,987
3000K Lumens 4,899 9,574 14,285 18,876 23,387 27,986 33,097 37,501 41,832 46,315
BUG Rating B1-U0-G2 B1-U0-G2 B2-U0-G3 B2-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
T4W
4000K/5000K Lumens 5,115 9,995 14,914 19,706 24,417 29,218 34,554 39,152 43,674 48,354
3000K Lumens 4,836 9,450 14,100 18,631 23,085 27,624 32,670 37,017 41,292 45,717
BUG Rating B1-U0-G2 B2-U0-G2 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B4-U0-G5 B4-U0-G5
SL2
4000K/5000K Lumens 5,046 9,860 14,713 19,441 24,087 28,825 34,089 38,625 43,085 47,702
3000K Lumens 4,771 9,322 13,911 18,381 22,774 27,253 32,229 36,518 40,735 45,101
BUG Rating B1-U0-G1 B2-U0-G2 B2-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B4-U0-G5
SL3
4000K/5000K Lumens 5,152 10,067 15,020 19,846 24,591 29,426 34,800 39,431 43,984 48,698
3000K Lumens 4,871 9,518 14,200 18,764 23,249 27,822 32,902 37,280 41,585 46,042
BUG Rating B1-U0-G2 B1-U0-G2 B2-U0-G3 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
SL4
4000K/5000K Lumens 4,894 9,565 14,271 18,857 23,364 27,959 33,065 37,465 41,792 46,270
3000K Lumens 4,627 9,043 13,492 17,829 22,090 26,434 31,261 35,422 39,513 43,746
BUG Rating B1-U0-G2 B1-U0-G3 B1-U0-G3 B2-U0-G4 B2-U0-G4 B2-U0-G4 B2-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
5NQ
4000K/5000K Lumens 5,313 10,383 15,493 20,470 25,363 30,351 35,893 40,669 45,367 50,229
3000K Lumens 5,024 9,817 14,647 19,354 23,980 28,696 33,936 38,452 42,893 47,490
BUG Rating B2-U0-G1 B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G3 B5-U0-G3
5MQ
4000K/5000K Lumens 5,411 10,574 15,778 20,848 25,830 30,911 36,554 41,418 46,202 51,154
3000K Lumens 5,117 9,997 14,917 19,710 24,421 29,225 34,561 39,160 43,682 48,364
BUG Rating B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4 B5-U0-G4
5WQ
4000K/5000K Lumens 5,426 10,603 15,820 20,903 25,899 30,992 36,652 41,529 46,325 51,290
3000K Lumens 5,130 10,025 14,958 19,763 24,486 29,302 34,654 39,263 43,799 48,493
BUG Rating B3-U0-G1 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4 B5-U0-G5 B5-U0-G5
SLL/SLR
4000K/5000K Lumens 4,528 8,846 13,199 17,440 21,609 25,858 30,580 34,649 38,651 42,792
3000K Lumens 4,281 8,364 12,480 16,489 20,430 24,448 28,912 32,759 36,543 40,459
BUG Rating B1-U0-G2 B1-U0-G2 B2-U0-G3 B2-U0-G3 B2-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5 B3-U0-G5
RW
4000K/5000K Lumens 5,265 10,289 15,353 20,285 25,134 30,077 35,569 40,303 44,958 49,775
3000K Lumens 4,978 9,727 14,516 19,179 23,763 28,437 33,629 38,105 42,506 47,060
BUG Rating B2-U0-G1 B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G3 B5-U0-G4
AFL
4000K/5000K Lumens 5,285 10,327 15,409 20,360 25,225 30,186 35,699 40,450 45,120 49,956
3000K Lumens 4,996 9,763 14,569 19,249 23,849 28,540 33,752 38,244 42,659 47,232
BUG Rating B1-U0-G1 B1-U0-G1 B2-U0-G2 B2-U0-G2 B3-U0-G2 B3-U0-G3 B3-U0-G3 B3-U0-G3 B3-U0-G3 B3-U0-G3
* Nominal data for 70 CRI.
Specifications and dimensions subject to change without notice.
Eaton 1121 Highway 74 SouthPeachtree City, GA 30269P: 770-486-4800www.eaton.com/lighting
TD506001ENJuly 24, 2019 4:17 PM
GLEON GALLEON LED FLOOD
NOMINAL POWER LUMENS (600MA)
page 6
Number of Light Squares 1 2 3 4 5 6 7 8 9 10
Nominal Power (Watts) 34 66 96 129 162 193 226 257 290 323
Input Current @ 120V (A) 0.30 0.58 0.86 1.16 1.44 1.73 2.03 2.33 2.59 2.89
Input Current @ 208V (A) 0.17 0.34 0.49 0.65 0.84 0.99 1.14 1.30 1.48 1.63
Input Current @ 240V (A) 0.15 0.30 0.43 0.56 0.74 0.87 1.00 1.13 1.30 1.43
Input Current @ 277V (A) 0.14 0.28 0.41 0.52 0.69 0.81 0.93 1.04 1.22 1.33
Input Current @ 347V (A) 0.11 0.19 0.30 0.39 0.49 0.60 0.69 0.77 0.90 0.99
Input Current @ 480V (A) 0.08 0.15 0.24 0.30 0.38 0.48 0.53 0.59 0.71 0.77
Optics
T2
4000K/5000K Lumens 4,121 8,055 12,019 15,881 19,676 23,547 27,847 31,552 35,196 38,967
3000K Lumens 3,896 7,615 11,363 15,015 18,604 22,263 26,328 29,831 33,276 36,842
BUG Rating B1-U0-G1 B1-U0-G2 B2-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G4
T2R
4000K/5000K Lumens 4,376 8,552 12,760 16,860 20,890 24,998 29,563 33,497 37,365 41,369
3000K Lumens 4,138 8,085 12,064 15,941 19,751 23,635 27,951 31,670 35,328 39,113
BUG Rating B1-U0-G1 B1-U0-G2 B2-U0-G2 B2-U0-G2 B2-U0-G2 B3-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4
T3
4000K/5000K Lumens 4,201 8,210 12,251 16,187 20,055 23,999 28,383 32,159 35,873 39,718
3000K Lumens 3,973 7,763 11,583 15,304 18,961 22,691 26,835 30,406 33,916 37,552
BUG Rating B1-U0-G1 B1-U0-G2 B2-U0-G2 B2-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5
T3R
4000K/5000K Lumens 4,294 8,393 12,523 16,546 20,501 24,532 29,014 32,875 36,671 40,600
3000K Lumens 4,060 7,936 11,840 15,644 19,383 23,195 27,432 31,082 34,671 38,386
BUG Rating B1-U0-G1 B1-U0-G2 B2-U0-G2 B2-U0-G3 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5
T4FT
4000K/5000K Lumens 4,226 8,257 12,321 16,280 20,172 24,139 28,547 32,346 36,082 39,948
3000K Lumens 3,996 7,807 11,649 15,392 19,071 22,822 26,990 30,582 34,114 37,770
BUG Rating B1-U0-G1 B1-U0-G2 B2-U0-G2 B2-U0-G3 B2-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5
T4W
4000K/5000K Lumens 4,171 8,151 12,162 16,071 19,912 23,827 28,178 31,928 35,615 39,432
3000K Lumens 3,943 7,706 11,498 15,194 18,825 22,527 26,642 30,187 33,673 37,281
BUG Rating B1-U0-G1 B2-U0-G2 B2-U0-G2 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5 B3-U0-G5
SL2
4000K/5000K Lumens 4,114 8,041 11,998 15,854 19,643 23,506 27,799 31,498 35,135 38,901
3000K Lumens 3,890 7,603 11,344 14,989 18,572 22,224 26,282 29,780 33,219 36,779
BUG Rating B1-U0-G1 B1-U0-G2 B2-U0-G3 B2-U0-G3 B3-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5
SL3
4000K/5000K Lumens 4,200 8,209 12,249 16,184 20,053 23,996 28,379 32,154 35,869 39,712
3000K Lumens 3,972 7,762 11,580 15,302 18,960 22,688 26,831 30,400 33,913 37,546
BUG Rating B1-U0-G1 B1-U0-G2 B2-U0-G3 B2-U0-G3 B2-U0-G3 B3-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5
SL4
4000K/5000K Lumens 3,992 7,799 11,638 15,378 19,053 22,801 26,964 30,552 34,081 37,733
3000K Lumens 3,774 7,374 11,003 14,539 18,015 21,557 25,493 28,886 32,222 35,674
BUG Rating B1-U0-G2 B1-U0-G2 B1-U0-G3 B1-U0-G3 B2-U0-G4 B2-U0-G4 B2-U0-G4 B2-U0-G5 B2-U0-G5 B3-U0-G5
5NQ
4000K/5000K Lumens 4,333 8,467 12,634 16,694 20,683 24,751 29,271 33,166 36,996 40,961
3000K Lumens 4,097 8,005 11,945 15,784 19,555 23,401 27,674 31,357 34,978 38,727
BUG Rating B2-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G2 B5-U0-G3 B5-U0-G3
5MQ
4000K/5000K Lumens 4,413 8,622 12,867 17,000 21,064 25,207 29,810 33,777 37,677 41,715
3000K Lumens 4,173 8,152 12,165 16,073 19,915 23,832 28,185 31,934 35,623 39,440
BUG Rating B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4
5WQ
4000K/5000K Lumens 4,424 8,646 12,900 17,046 21,120 25,274 29,890 33,866 37,778 41,826
3000K Lumens 4,182 8,175 12,197 16,117 19,968 23,896 28,260 32,018 35,717 39,545
BUG Rating B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G4 B5-U0-G4 B5-U0-G4 B5-U0-G4
SLL/SLR
4000K/5000K Lumens 3,692 7,214 10,763 14,222 17,621 21,086 24,937 28,256 31,519 34,897
3000K Lumens 3,491 6,820 10,176 13,447 16,660 19,937 23,577 26,715 29,800 32,994
BUG Rating B1-U0-G1 B1-U0-G2 B1-U0-G3 B2-U0-G3 B2-U0-G3 B2-U0-G4 B3-U0-G4 B3-U0-G4 B3-U0-G5 B3-U0-G5
RW
4000K/5000K Lumens 4,293 8,390 12,520 16,542 20,496 24,527 29,007 32,866 36,662 40,591
3000K Lumens 4,059 7,932 11,837 15,640 19,378 23,189 27,425 31,074 34,662 38,377
BUG Rating B2-U0-G1 B3-U0-G1 B3-U0-G2 B4-U0-G2 B4-U0-G2 B4-U0-G2 B4-U0-G2 B5-U0-G3 B5-U0-G3 B5-U0-G3
AFL
4000K/5000K Lumens 4,310 8,421 12,566 16,602 20,571 24,616 29,112 32,986 36,795 40,738
3000K Lumens 4,074 7,962 11,881 15,697 19,448 23,273 27,525 31,187 34,788 38,516
BUG Rating B1-U0-G1 B1-U0-G1 B2-U0-G2 B2-U0-G2 B2-U0-G2 B3-U0-G2 B3-U0-G3 B3-U0-G3 B3-U0-G3 B3-U0-G3
* Nominal data for 70 CRI.
Specifications and dimensions subject to change without notice.
Eaton 1121 Highway 74 SouthPeachtree City, GA 30269P: 770-486-4800www.eaton.com/lighting
0-10V (DIM)This fixture is offered standard with 0-10V dimming driver(s). The DIM option provides 0-10V dimming wire leads for use with a lighting control panel or other control method.
Photocontrol (P, R and PER7)Optional button-type photocontrol (P) and photocontrol receptacles (R and PER7) provide a flexible solution to enable “dusk-to-dawn” lighting by sensing light levels. Advanced control systems compatible with NEMA 7-pin standards can be utilized with the PER7 receptacle.
After Hours Dim (AHD)This feature allows photocontrol-enabled luminaires to achieve additional energy savings by dimming during scheduled portions of the night. The dimming profile will automatically take effect after a “dusk-to-dawn” period has been calculated from the photocontrol input. Specify the desired dimming profile for a simple, factory-shipped dimming solution requiring no external control wiring. Reference the After Hours Dim supplemental guide for additional information.
Dimming Occupancy Sensor (MS/DIM-LXX, MS/X-LXX and MS-LXX)These sensors are factory installed in the luminaire housing. When the MS/DIM-LXX sensor option is selected, the occupancy sensor is connected to a dimming driver and the entire luminaire dims when there is no activity detected. When activity is detected, the luminaire returns to full light output. The MS/DIM sensor is factory preset to dim down to approximately 50 percent power with a time delay of five minutes. The MS-LXX sensor is factory preset to turn the luminaire off after five minutes of no activity. The MS/X-LXX is also preset for five minutes and only controls the specified number of light engines to maintain steady output from the remaining light engines.
These occupancy sensors includes an integral photocell that can be activated with the FSIR-100 accessory for “dusk-to-dawn” control or daylight harvesting - the factory preset is OFF. The FSIR-100 is a wireless tool utilized for changing the dimming level, time delay, sensitivity and other parameters. A variety of sensor lens are available to optimize the coverage pattern for mounting heights from 8’-40’.
For mounting heights up to 20' (-L20)
20
15
10
5
0
20 18 15 12 9 6 63 9 12 15 183 0 20Coverage Side Area (Feet)
0 0
20
30
401624 8 18 0
Coverage Side Area (Feet)
For mounting heights from 8' to 16' (LWR-LW) For mounting heights from 16' to 40' (LWR-LN)
Coverage Side Area (Feet)0 10 20 30 40102030408 18 24
0
12
8
36 7 0Coverage Side Area (Feet)
For mounting heights up to 8' (-L08 - Cutoff 8' to 24')
7 361824 5 5 18 24
0
40
30
20
10
30 12 0Coverage Side Area (Feet)
For mounting heights up to 40' (-L40)
12 3020 6 6 20
0
40
27
15
50 30 0Coverage Side Area (Feet)
For mounting heights up to 40' (-L40W)
30 5040 1020 10 20 40
LumaWatt Pro Wireless Control and Monitoring System (LWR-LW and LWR-LN)The Eaton’s LumaWatt Pro powered by Enlighted is a connected lighting solution that combines a broad selection of energy-efficient LED luminaires with a powerful integrated wireless sensor system. The sensor controls the lighting system in compliance with the latest energy codes and collects valuable data about building performance and use. Software applications turn the granular data into information through energy dashboards and specialized apps that make it simple and help optimize the use of building resources, beyond lighting.
WaveLinx Wireless Outdoor Lighting Control Module (WOLC-7P-10A)The 7-pin wireless outdoor lighting control module enables WaveLinx to control outdoor area, site and flood lighting. WaveLinx controls outdoor lighting using schedules to provide ON, OFF and dimming controls based on astronomic or time schedules based on a 7 day week.
CONTROL OPTIONS
TD506001ENJuly 24, 2019 4:17 PM
GLEON GALLEON LED FLOODpage 7
Specifications and dimensions subject to change without notice.
Eaton 1121 Highway 74 SouthPeachtree City, GA 30269P: 770-486-4800www.eaton.com/lighting
GLEON GALLEON LED FLOOD
TD506001ENJuly 24, 2019 4:17 PM
ORDERING INFORMATION
page 8
Sample Number: GLEON-AF-04-LED-E1-T4FT-GM-ADJS-800
Product Family 1, 2 Light Engine
Number of Light Squares 3 Lamp Type Voltage Distribution Color Mounting
GLEON=Galleon AF= 1A Drive Current
01= 102= 203= 304= 405= 506= 607= 7
08= 8
09= 9
10= 10
LED= Solid State Light Emitting Diodes
E1=120-277V347=347V 4
480=480V 4, 5
T2=Type IIT2R=Type II RoadwayT3=Type IIIT3R=Type III RoadwayT4FT=Type IV Forward ThrowT4W=Type IV Wide5NQ=Type V Narrow5MQ=Type V Square Medium5WQ=Type V Square WideSL2=Type II w/Spill ControlSL3=Type III w/Spill ControlSL4=Type IV w/Spill ControlSLL=90° Spill Light Eliminator LeftSLR=90° Spill Light Eliminator Right RW=Rectangular Wide Type IAFL=Automotive Frontline
AP=GreyBZ=BronzeBK=BlackDP=Dark PlatinumGM=Graphite MetallicWH=White
ADJA= Adjustable Arm - Direct Pole Mount 6
ADJS= Adjustable Arm - Slipfitter 6
ADJA-WM= Adjustable Arm - Wall Mount 6
Options (Add as Suffix) Accessories (Order Separately)
7027=70 CRI 2700K 7
7030=70 CRI 3000K 7
8030=80 CRI 3000K 8 7050=70 CRI 5000K 7 7060=70 CRI 6000K 7
600= Drive Current Factory Set to Nominal 600mA 9
800= Drive Current Factory Set to Nominal 800mA 9
1200= Drive Current Factory Set to Nominal 1200mA 10
F= Single Fuse (120, 277 or 347V. Must Specify Voltage)FF=Double Fuse (208, 240 or 480V. Must Specify Voltage)2L=Two Circuits 11, 12
DIM=External 0-10V Dimming LeadsP=Button Type Photocontrol (120, 208, 240 or 277V. Must Specify Voltage)PER7=NEMA 7-PIN Twistlock Photocontrol ReceptacleR= NEMA Twistlock Photocontrol ReceptacleAHD145=After Hours Dim, 5 Hours 13
AHD245=After Hours Dim, 6 Hours 13
AHD255=After Hours Dim, 7 Hours 13
AHD355=After Hours Dim, 8 Hours 13
HA=50°C High Ambient 14
MS/DIM-L08= Motion Sensor for Dimming Operation, Maximum 8' Mounting Height 15, 16
MS/DIM-L20= Motion Sensor for Dimming Operation, 9' - 20' Mounting Height 15, 17
MS/DIM-L40= Motion Sensor for Dimming Operation, 21' - 40' Mounting Height 15, 18
MS/DIM-L40W= Motion Sensor for Dimming Operation, 21' - 40' Mounting Height (Wide Range) 15, 19
MS/X-L08= Bi-Level Motion Sensor, Maximum 8' Mounting Height 15, 16, 20
MS/X-L20= Bi-Level Motion Sensor, 9' - 20' Mounting Height 15, 17, 20
MS/X-L40= Bi-Level Motion Sensor, 21' - 40' Mounting Height 15, 18, 20
MS/X-L40W= Bi-Level Motion Sensor, 21' - 40' Mounting Height (Wide Range) 15, 19, 20
MS-L08= Motion Sensor for ON/OFF Operation, Maximum 8' Mounting Height 15, 16
MS-L20=Motion Sensor for ON/OFF Operation, 9' - 20' Mounting Height 15, 17
MS-L40= Motion Sensor for ON/OFF Operation, 21' - 40' Mounting Height 15, 18
MS-L40W= Motion Sensor for ON/OFF Operation, 21' - 40' Mounting Height (Wide Range) 15, 19
LWR-LW= LumaWatt Wireless Sensor, Wide Lens for 8' - 16' Mounting Height 21
LWR-LN= LumaWatt Wireless Sensor, Narrow Lens for 16' - 40' Mounting Height 21
L90=Optics Rotated 90° LeftR90=Optics Rotated 90° RightMT=Factory Installed Mesh TopTH=Tool-less Door HardwareLCF=Light Square Trim Plate Painted to Match Housing 22
HSS=Factory Installed House Side Shield 23
ZW=WaveLinx-enabled 4-PIN Twistlock Receptacle 25, 26
ZW-SWPD4WH=Wavelinx Wireless Sensor, 7’ – 15’ Mounting Height, White 25, 26
ZW-SWPD4BZ=Wavelinx Wireless Sensor, 7’ – 15’ Mounting Height, Bronze 25, 26
ZW-SWPD5WH=Wavelinx Wireless Sensor, 15’ – 40’ Mounting Height, White 25, 26
ZW-SWPD5BZ=Wavelinx Wireless Sensor, 15’ – 40’ Mounting Height, Bronze 25, 26
OA/RA1016=NEMA Photocontrol Multi-Tap - 105-285VOA/RA1027=NEMA Photocontrol - 480VOA/RA1201=NEMA Photocontrol - 347VOA/RA1013=Photocontrol Shorting CapOA/RA1014=120V PhotocontrolMA1252=10kV Surge Module ReplacementMA1036-XX=Single Tenon Adapter for 2-3/8" O.D. TenonMA1037-XX=2@180° Tenon Adapter for 2-3/8" O.D. TenonMA1197-XX=3@120° Tenon Adapter for 2-3/8" O.D. TenonMA1188-XX=4@90° Tenon Adapter for 2-3/8" O.D. TenonMA1189-XX=2@90° Tenon Adapter for 2-3/8" O.D. TenonMA1190-XX=3@90° Tenon Adapter for 2-3/8" O.D. TenonMA1191-XX=2@120° Tenon Adapter for 2-3/8" O.D. TenonMA1038-XX=Single Tenon Adapter for 3-1/2" O.D. TenonMA1039-XX=2@180° Tenon Adapter for 3-1/2" O.D. TenonMA1192-XX=3@120° Tenon Adapter for 3-1/2" O.D. TenonMA1193-XX=4@90° Tenon Adapter for 3-1/2" O.D. TenonMA1194-XX=2@90° Tenon Adapter for 3-1/2" O.D. TenonMA1195-XX=3@90° Tenon Adapter for 3-1/2" O.D. TenonFSIR-100=Wireless Configuration Tool for Occupancy Sensor 15
GLEON-MT1=Field Installed Mesh Top for 1-4 Light SquaresGLEON-MT2=Field Installed Mesh Top for 5-6 Light SquaresGLEON-MT3=Field Installed Mesh Top for 7-8 Light SquaresGLEON-MT4=Field Installed Mesh Top for 9-10 Light SquaresLS/HSS=Field Installed House Side Shield 23, 24
WOLC-7P-10A=WaveLinx Outdoor Control Module (7-pin) 25, 28
SWPD4-WH=Wavelinx Wireless Sensor, 7’ – 15’ Mounting Height, White 25, 26, 27
SWPD4-BZ=Wavelinx Wireless Sensor, 7’ – 15’ Mounting Height, Bronze 25, 26, 27
SWPD5-WH=Wavelinx Wireless Sensor, 15’ – 40’ Mounting Height, White 25, 26, 27
SWPD5-BZ=Wavelinx Wireless Sensor, 15’ – 40’ Mounting Height, Bronze 25, 26, 27
NOTES: 1. DesignLights Consortium® Qualified. Refer to www.designlights.org Qualified Products List under Family Models for details. 2. Customer is responsible for engineering analysis to confirm pole and fixture compatibility for all applications. Refer to our white paper WP513001EN for additional support information.3. Standard 4000K CCT and minimum 70 CRI.4. Requires the use of an internal step down transformer when combined with sensor options. Not available with sensor at 1200mA. Not available in combination with the HA high ambient and sensor options at 1A.5. Only for use with 480V Wye systems. Per NEC, not for use with ungrounded systems, impedance grounded systems or corner grounded systems (commonly known as Three Phase Three Wire Delta, Three Phase
High Leg Delta and Three Phase Corner Grounded Delta systems).6. Vibration and IP ratings maintained up to 60° from horizontal.7. Extended lead times apply. Use dedicated IES files for 2700K, 3000K, 5000K and 6000K when performing layouts. These files are published on the Galleon LED Flood product page on the website.8. Extended lead times apply. Use dedicated IES files for 3000K, 5000K and 6000K when performing layouts. These files are published on the Galleon LED Flood product page on the website.9. 1 Amp standard. Use dedicated IES files for 600mA, 800mA and 1200mA when performing layouts. These files are published on the Galleon LED Flood product page on the website. 10. Not available with HA option.11. 2L is not available with MS, MS/X or MS/DIM at 347V or 480V. 2L in AF-02 through AF-04 requires a larger housing, normally used for AF-05 or AF-06. Extended arm option may be required when mounting two or
more fixtures per pole at 90° or 120°. Refer to arm mounting requirement table.12. Not available with LumaWatt wireless sensors. 13. Requires the use of P photocontrol or the PER7 or R photocontrol receptacle with photocontrol accessory. See After Hours Dim supplemental guide for additional information.14. 50°C lumen maintenance data applies to 600mA , 800mA and 1A drive currents.15. The FSIR-100 configuration tool is required to adjust parameters including high and low modes, sensitivity, time delay, cutoff and more. Consult your lighting representative at Eaton for more information.16. Approximately 22' detection diameter at 8' mounting height.17. Approximately 40' detection diameter at 20' mounting height.18. Approximately 60' detection diameter at 40' mounting height. 19. Approximately 100' detection diameter at 40' mounting height. 20. Replace X with number of Light Squares operating in low output mode. 21. LumaWatt wireless sensors are factory installed only requiring network components RF-EM-1, RF-GW-1 and RF-ROUT-1 in appropriate quantities. See www.eaton.com/lighting for LumaWatt application information.22. Not available with house side shield (HSS).23. Only for use with SL2, SL3, SL4 and AFL distributions. The Light Square trim plate is painted black when the HSS option is selected.24. One required for each Light Square.25. Cannot be used in conjunction with photocontrol or other controls systems (P, R, MS, LWR). 26. WAC Gateway required to enable field-configurability: Order WAC-PoE and WPOE-120 (10V to PoE injector) power supply if needed.27. Requires ZW.28. Requires PER7.
3
1
4
5
2
6370
6 370
485
60.3
73
3.9 Thk.
60.3
5.2 TH
63 ID
60.3
3.9 Thk.
178
432
R254
970
A
A
25mm x (3) Wire Access Holes
Deburr
25
75
230
152
25 deburr
SECTION A-A
Drill (2)x 11 clearance holesbefore welding nuts
4 370
Assembly Weight: 12.6 kg
REV. DESCRIPTION DATE BY APPRD
# QTY. PART NUMBER Description MATERIAL
1 1 C17P-02-PP-2.5-SCH40 2 1/2" Pipe, Sch.40 [5.16mm Thk.], 230mm Length A53 GR. B
2 1 C17P-02-PP-2-SCH40 2" Pipe, Sch.40 [3.91mm Thk.], 375mm Length A53 GR. B
3 2 C17P-01-01 Bent Arm, 2 Sch.40 Pipe, Length 807mm ASTM A53 GR.B
4 2 P15-N05-0.375 3/8"-16-Hex Regular Nut 18-8 SS
5 2 P15-B09-0.375x0.75 3/8"-16 Socket Set Screw, Length 3/4" 18-8 SS
OBTAINED FROM ITS CONTENT SHALL BE USED ONLY FOR THE SPECIFIC PURPOSE AUTHORIZED BY VALMONT WEST COAST ENGINEERING GROUP.THE INFORMATION CONTAINED IN THIS DRAWING IS THE PROPERTY OF VALMONT WEST COAST ENGINEERING GROUP, AND ANY INFORMATION
A
1
B
2 3 4
D
C
1 2 3 4
5 6 7
A
8
B
5 6 7
D
C
8 9
9
PROJECT:
CH
EC
KE
D:
DES
IGN
ED:
DR
AW
N:
DATE: 26/09/2012
ZOLT
AN
BA
NY
I
7984 River Road, Delta, B.C. Canada V4G 1E3Ph.(604)946-1256 Fx.(604)946-1203
www.valmontwce.com
SHEET
0REV.
OF
ZOLT
AN
BA
NY
I
3U-Bullhorn
C17-BH3-03-01DWG. #:
QTY: -
IOA
N G
IOSA
N
SCALE:
NTS
PROFESSIONAL ENGINEER SEAL
3 Arms @ 180 degree-
11
TED
BR
OC
KM
AN
APP
RO
VED
:
Round Tapered
OBTAINED FROM ITS CONTENT SHALL BE USED ONLY FOR THE SPECIFIC PURPOSE AUTHORIZED BY VALMONT WEST COAST ENGINEERING GROUP.THE INFORMATION CONTAINED IN THIS DRAWING IS THE PROPERTY OF VALMONT WEST COAST ENGINEERING GROUP, AND ANY INFORMATION
A
1
B
2 3 4
D
C
1 2 3 4
5 6 7
A
8
B
5 6 7 8 9
9
PROJECT:
CH
EC
KE
D:
DE
SIG
NE
D:
60' Floodlight Pole
C
ER
IC S
ON
G
AP
PR
OV
ED
:IO
AN
GIO
SAN
www.valmontwce.com
CH
AR
LES
WU
0REV.
PROFESSIONAL ENGINEER SEAL
OF
DATE: 11-Sep-2018 713103B-RT-60-ASDWG. #:1
CH
AR
LES
WU
SCALE:
NTS
1
QTY:
DR
AW
N: SHEET4 Fixture Cross Arm
100 Ellis Drive, Barrie, ON Canada, L4N 9B2. Ph. (705)721-1090, Fx.(705)721-1421.
D
SECTION A-A
475 OD
400 BCD
8- 32 REV. DESCRIPTION DATE BY APPRD
# Qty Part Number Description Material
1 1 713103B-RT-60-MS Main Shaft, see drawing: 713103B-RT-60-MS
2 1 713103B-Arm-01 Cross Arm, see drawing 713103B-Arm-01
Hardware BOM Table (5x12 Handhole)
# Qty Part Number Description Material
1 1 C04P-CO-05-01 Hand Hole Cover Casting, 152 x 324 x 14 mm Th. A536 65-45-12 Ductile Iron
2 1 P15-B03-0.375x1.5 3/8"-16 Hex Head Regular Bolt, Length 1.5", Full thread 18-8 SS
3 5 P15-W02-0.375 3/8"-FlatWasherNarrow 316 SS
4 2 P15-N05-0.375 3/8"-16-Hex Regular Nut 316 SS
5 2 P15-B03-0.375x1 3/8"-16 Hex Head Regular Bolt, Length 1" 18-8 SS
DETAIL B
1
2
2425
60
775 775 775
127
2
Assembly Weight: 665 kg
1
DETAIL B
60'-0
"
325
6 Thk
38
5 Thk
937
9
216
125
937
1
500
±15
0
18
288
234
AA
2
3
4
3
5
35
1
C04-HH-07-01
DESIGN CRITERIA: Design Standards: CAN/CSA S6-14 – Canadian Highway Bridge Design Code CSA 22.2 No 206-13 – Lighting Poles CSA-S16 - Limit States Design of Steel Structures AASHTO NWG Fatigue Category III Location: Halifax, NS Wind Pressure: 590 Pa (1/50 year return) EPA: Total EPA = 0.416m2 (Fixtures) + 0.367m2 (X-Arm)
NOTES: 1. All welding per CSA W59 2003 2. Anchor bolt: 1” x 36” F1554-Gr55, 8 per structure
BASE REACTIONS ULS (Factored)
Fx (kN)
Fy (kN)
Fz (kN)
Mx (kNm)
My (kNm)
Mz (kNm)
0.000 7.431 8.188 85.840 0.000 0.000
6
13
50
6 6
7
30°
254 BCD
2
9
6
5
7
SECTION D-D
810
Main Shaft
C
OBTAINED FROM ITS CONTENT SHALL BE USED ONLY FOR THE SPECIFIC PURPOSE AUTHORIZED BY VALMONT WEST COAST ENGINEERING GROUP.THE INFORMATION CONTAINED IN THIS DRAWING IS THE PROPERTY OF VALMONT WEST COAST ENGINEERING GROUP, AND ANY INFORMATION
A
1
B
2 3 4
D
C
1 2 3 4
5 6 7
A
8
B
5 6 7 8 9
9
PROJECT:
CH
EC
KE
D:
AP
PR
OV
ED
:
CH
AR
LES
WU
DATE: 10-Sep-2018
IOA
N G
IOSA
N
1
ER
IC S
ON
GD
RA
WN
: SHEET
0
Round Tapered
REV.D
ESI
GN
ED
:
60' Floodlight Pole
713103B-RT-60-MSOF
QTY:
CH
AR
LES
WU
SCALE:
www.valmontwce.com
1
NTS
PROFESSIONAL ENGINEER SEAL
DWG. #:
100 Ellis Drive, Barrie, ON Canada, L4N 9B2. Ph. (705)721-1090, Fx.(705)721-1421.
D
6
5 X 8
SECTION F-F
3
8
7
9
5
3
GMAW033
0.8tt
FC-BM1370
7
200
50
13
t=5
19
6
38
Detail M
5
10
SECTION A-A
4
1
2
0.8tt
FC-BM1370
t=6
450
13
Drill 11
38
50
6
8
7
GMAW033
DETAIL E
9
Typ
3
6
Tack
200
50
11
F
F
E125
500
±15
0
234
5 Thk
325
216
6 Thk
937
1
60
'-0"
937
9
18
288
38
A
A
DD
REV. DESCRIPTION DATE BY APPRD
# Qty Part Number Description Material
1 1 P01-0000-01-141 Base Plate 480mm OD, 265mm ID, 405mm BCD, 38mm Thk A572 Gr.50
2 1 P12-0T-01-696 RT Shaft, 325mm BOD, 216mm TOD, 6mm Thk., 9371mm Length A572 Gr.65
3 1 P12-0T-01-697 RT Shaft, 234mm BOD, 125mm TOD, 5mm Thk., 9372mm Length A572 Gr.65
4 1 P43-00-01-105 Backup Strip, 6mm x 50mm Flat Bar, 310mm OD,Length to Suit A572 Gr.65
5 1 C04-HR-01-03(VC) 127 x 305 x 64 x 8mm Thk Handhole Ring with Tabs, see draw: C04-HR-01-03(VC) A572-Gr.65
6 1 C04P-RI-07-03(VC) 5" x 3" Rectangular HSS Tubing, Thk: 6mm, Length: 38.1mm A572 Gr.50
7 1 P07-04-01-29 Flange plate, 128mm ID., 254mm BCD, 19mm Thk. A572 Gr.65
8 1 P31-RB01-0.3125x115 Bar Round, 8mm OD, 115mm Length Q235B
9 1 P20-CO-01-NPT-H-1.5 1.5" NPT Half Coupling Black Forged Steel
10 1 P15-B03-0.375x1.5 3/8"-16 Hex Head Regular Bolt, Length 1.5", Full thread 18-8 SS
11 3 P15-W02-0.375 3/8"-FlatWasherNarrow 316 SS
12 2 P15-N05-0.375 3/8"-16-Hex Regular Nut 316 SS
13 1 P45-01-01 CSA Decal3
9
Assembly Weight: 618 kg.
7
5
13
1
2
6
Base Plate
GMAW033
Detail M
Shaft
MCAW01 5
Backing bar
P01-0000-01-148
1
400 BCD
260
475 OD
8- 32
C04P-RI-07-03(VC)
6
127
76
6
P07-04-01-29
7
254
128
4- 22
NOTES: DESIGN STANDARDS: CAN/CSA S6-14 – Canadian Highway Bridge Design Code. WELDING: All welding per CSA W59 2003.
254BCD
1
OBTAINED FROM ITS CONTENT SHALL BE USED ONLY FOR THE SPECIFIC PURPOSE AUTHORIZED BY VALMONT WEST COAST ENGINEERING GROUP.THE INFORMATION CONTAINED IN THIS DRAWING IS THE PROPERTY OF VALMONT WEST COAST ENGINEERING GROUP, AND ANY INFORMATION
A
1
B
2 3 4
D
C
1 2 3 4
5 6 7
A
8
B
5 6 7
D
C
8 9
9
PROJECT:
CH
EC
KE
D:
DE
SIG
NE
D:
IOA
N G
IOSA
N
DR
AW
N:
ER
IC S
ON
G
2425mm LG - 4 FIXTURES
1
www.valmontwce.com
DATE: 10-Sep-2018 0REV.C
HA
RLE
S W
U
4" SQ. TUBULAR CROSS ARM
SHEET
713103B-Arm-01DWG. #:
60mm (2-3/8") OD Tenon
CH
AR
LES
WU
SCALE:
NTS
QTY:
PROFESSIONAL ENGINEER SEAL
OF
7984 River Road, Delta, B.C. Canada V4G 1E3Ph.(604)946-1256 Fx.(604)946-1203
AP
PR
OV
ED
:
REV. DESCRIPTION DATE BY APPRD
# QTY PART NUMBER Description MATERIAL
1 1 P07-04-01-27 Flange plate, 76mm ID., 254mm BCD, 19mm Thk. A572 Gr.65
2 1 P30-04-HSS-4-0.188 4" Square HSS Tubing, Thk: 4.78mm, Length: 2425mm Q345B
3 4 P38-01-2.375x5(VC) Tenon, Std. 60mm OD (2" Sch. 40 Pipe or 2.375" Tube 5mm w.t.) Q235B
4 2 P40-04-03-01 Square cap, 4" SQ, Black, JMA 1722-4SQ Plastic
5 8 P15-W01-0.75 3/4"-Flat Washer Narrow ASTM F436 - Galv.
6 4 P15-B01-0.75x2.75 3/4"-10 Heavy Hex Bolt, Length 2.75" A325 Type1, Galv.
7 4 P15-N03-0.75 3/4"-10-Heavy Hex Nut A563 Gr.DH, Galv.
3706
1
4
Top View
3 3
3 3
Typ2
370Typ
76in HSS (Bottom only)
1213
102 SQ
Wire Hole25
1213
4 x
2425
21Detail A
Front View
3 33
3 4370Typ
50
19 Thk
775 775
4.8
775
102
12.7
50
2425
127
60
25
4
56
Assembly Weight: 47.2kg
7
1
2
3
3
3
3
4
P07-04-01-27
1
254
254 76
22 3706
2
Detail A
Typ1 370
Typ 19
76
Wire Hole
NOTES: WELDING: All welding per CSA W59 2003.
157
15
157
REV. DESCRIPTION DATE BY APPRD
# Qty Part Number Description Material
1 2 C10-AP-01-99 Anchor plate, 475mm OD, 300mm ID., 400mm BCD, 9.5mm Thk. G40.21 300W
2 8 P15-AB07-1X36 Anchor Bolt 25mm Dia. x 914mm (+102mm bent) ASTM F1554 GR. 55, Galv.
3 24 P15-N03-1 1"-8-Heavy Hex Nut A563 Gr.DH, Galv.
4 16 P15-W01-1 1"-Flat Washer Narrow ASTM F436 - Galv.
CH
AR
LES
WU
400mm BCD1
IOA
N G
IOSA
N
OBTAINED FROM ITS CONTENT SHALL BE USED ONLY FOR THE SPECIFIC PURPOSE AUTHORIZED BY VALMONT WEST COAST ENGINEERING GROUP.THE INFORMATION CONTAINED IN THIS DRAWING IS THE PROPERTY OF VALMONT WEST COAST ENGINEERING GROUP, AND ANY INFORMATION
A
1
B
2 3 4
D
C
1 2 3 4
5 6 7
A
8
B
5 6 7
D
C
8 9
9
Anchor Cluster
0
PROFESSIONAL ENGINEER SEAL
SCALE:
DR
AW
N:
REV.
PROJECT:
ER
IC S
ON
G
DWG. #:DATE: 06-Sep-2018
SHEET
CH
EC
KE
D:
www.valmontwce.com
OF
NTS
713103B-AC1
QTY:
DE
SIG
NE
D:
1" x 36" Anchor Bolt
CH
AR
LES
WU
7984 River Road, Delta, B.C. Canada V4G 1E3Ph.(604)946-1256 Fx.(604)946-1203
AP
PR
OV
ED
:
TACKTYP.
Top of foundation
9.5
Thre
ad
178
9.5
953
91
436
"
25
AA
Assembly Weight: 54 kg
1
1
3
3
4
2
4
4
3
Top of foundation
Anchor Bolt Project Detail
5
Base Plate5
4
26
2
6
20
3
38
25
3
26
SECTION A-AHandhole Side
1
475 OD
300
28 8-
400 BCD
DESIGN CRITERIA: Design Standards: CAN/CSA S6-14 – Canadian Highway Bridge Design Code CSA 22.2 No 206-13 – Lighting Poles CSA-S16 - Limit States Design of Steel Structures AASHTO NWG Fatigue Category ILocation: Halifax, NS Wind Pressure: 590 Pa (1/50 year return) EPA: Total EPA = 0.416m2 (Fixture) + 0.367m2 (X-Arm) NOTES: Torque bolts & nuts using the “TURN-OF-NUT” tightening method. Bring all bolts and nuts in the joint to a “SNUG-TIGHT” condition.“SNUG-TIGHT” is the tightness attained by a few impacts of an impact wrench or the full effort of a man using a spud wrench. When all bolts in the joint are “SNUG-TIGHT”, each bolt in the joint shall be tightened additionally by rotating the bolt or nut 1/3 turn +/- 30
BASE REACTIONS ULS (Factored) Fx
(kN) Fy
(kN) Fz
(kN) Mx
(kNm) My
(kNm) Mz
(kNm) 0.000 7.431 8.188 85.840 0.000 0.000
JOB: CO713103B-2 QTY: 14
Sept. 06, 2018
3/8" NC (Typ)
262
96
28
12.5
131
131
A
A
137
8
309
1
64
2
2
1
Grounding Bolt hole
R59.5
96
3/8" NCDrill and tap
28
13
48
C04P-TA-01-01-01VC
2
6
6
11
16
SECTION A-A
4GMAW020
4GMAW020
Assembly Weight: 3 Kg
REV. DESCRIPTION DATE BY APPRD
1 Replaced Handhole Ring Tab 23-Nov-15 MS CG
# QTY PART NUMBER Description MATERIAL
1 1 C04P-RI-02-03(VC) 5x12 Handhole Ring, 64mm Dp, 8mm Thk., 747mm Bar Length A572-Gr.65
2 2 C04P-TA-01-01-01VC 5x12 Handhole Ring Tab, 6mm x 28mm x 119mm A572 Gr.50
OBTAINED FROM ITS CONTENT SHALL BE USED ONLY FOR THE SPECIFIC PURPOSE AUTHORIZED BY WEST COAST ENGINEERING GROUP.THE INFORMATION CONTAINED IN THIS DRAWING IS THE PROPERTY OF WEST COAST ENGINEERING GROUP, AND ANY INFORMATION
A
1
B
2 3 4
D
C
1 2 3 4
5 6 7
A
8
B
5 6 7
D
C
8 9
9
PROJECT:
CH
EC
KE
D:
DES
IGN
ED:
DR
AW
N:
DATE: 08-NOV-2013
MA
R SE
VIL
LA
7984 River Road, Delta, B.C. Canada V4G 1E3Ph.(604)946-1256 Fx.(604)946-1203
www.valmontwce.com
SHEET
1REV.
OF
IOA
N G
IOSA
N
5 x 12" Hand Hole Ring Tabbed
C04-HR-01-03VCDWG. #:
QTY: -
CO
NST
AN
TIN
GH
EOR
GH
E
SCALE:
NTS
PROFESSIONAL ENGINEER SEAL
127mm x 305mm x 64mm x 8mm Thk. Ring-
11
TED
BR
OC
KM
AN
APP
RO
VED
:
1
C04P-RI-07-03(VC)
127
76
6
R6
REV. DESCRIPTION DATE BY APPRD
# Qty Part Number Description Material
1 1 C04P-RI-07-03(VC) 5" x 3" Rectangular HSS Tubing, Thk: 6mm, Length: 38.1mm A572 Gr.65
1
Weight: 0.7 kg
1
38
6mm Thk x 38mm Depth
1
OBTAINED FROM ITS CONTENT SHALL BE USED ONLY FOR THE SPECIFIC PURPOSE AUTHORIZED BY VALMONT WEST COAST ENGINEERING GROUP.THE INFORMATION CONTAINED IN THIS DRAWING IS THE PROPERTY OF VALMONT WEST COAST ENGINEERING GROUP, AND ANY INFORMATION
A
1
B
2 3 4
D
C
1 2 3 4
5 6 7
A
8
B
5 6 7
D
C
8 9
9
PROJECT:
CH
EC
KE
D:
DE
SIG
NE
D:
-
DR
AW
N:
PROFESSIONAL ENGINEER SEAL
1
ER
IC S
ON
G
www.valmontwce.com
DATE: 11-Sep-2018 0REV.
SHEETOF
IOA
N G
IOSA
N
C04P-RI-07-03(VC)DWG. #:
3x5 Handhole RingQTY:
CH
AR
LES
WU
SCALE:
NTS
IOA
N G
IOSA
N
7984 River Road, Delta, B.C. Canada V4G 1E3Ph.(604)946-1256 Fx.(604)946-1203
AP
PR
OV
ED
: