Loading...
HomeMy WebLinkAbout25-005 Bear Electrical Solutions for LED Streetlight Installation Rebid ProjectContract This public works contract ("Contract") is entered into by and between the City of Cupertino ("City") and Bear Electrical Solutions ("Contractor"), for work on the LED Streetlight Installation Rebid Project ("Project"). The parties agree as follows: Award of Contract. In response to the Notice Inviting Bids, Contractor has submitted a Bid Proposal to perform the Work to construct the Project. On December 3, 2024, City authorized award of this Contract to Contractor for the amount set forth in Section 4, below. City has elected to include the following Project alternate(s) in the Contract: 2. Contract Documents. The Contract Documents incorporated into this Contract include and are comprised of all of the documents listed below. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, including this Contract. 2.1 Notice Inviting Bids; 2.2 Instructions to Bidders; 2.3 Addenda, if any; 2.4 Bid Proposal and attachments thereto; 2.5 Contract; 2.6 Payment and Performance Bonds; 2.7 General Conditions; 2.8 Special Conditions; 2.9 Project Plans and Specifications; 2.10 Change Orders, if any; 2.11 Notice of Potential Award; 2.12 Notice to Proceed; and 2.13 The following: No other documents 3. Contractor's Obligations. Contractor will perform all of the Work required for the Project, as specified in the Contract Documents. Contractor must provide, furnish, and supply all things necessary and incidental for the timely performance and completion of the Work, including all necessary labor, materials, supplies, tools, equipment, transportation, onsite facilities, and utilities, unless otherwise specified in the Contract Documents. Contractor must use its best efforts to diligently prosecute and complete the Work in a professional and expeditious manner and to meet or exceed the performance standards required by the Contract Documents. 4. Payment. As full and complete compensation for Contractor's timely performance and completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City will pay Contractor $629,449.00 ("Contract Price") for all of Contractor's direct and indirect costs to perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in accordance with the payment provisions in the General Conditions. 5. Time for Completion. Contractor will fully complete the Work for the Project, meeting all requirements for Final Completion, within 60 working days from the commencement date given in the Notice to Proceed ("Contract Time"). By signing below, Contractor expressly waives any claim for delayed early completion. LED Streetlight Installation Rebid 2023 Form CONTRACT Project No. 2022-13 Pagel 6. Liquidated Damages. As further specified in Section 5.4 of the General Conditions, if Contractor fails to complete the Work within the Contract Time, City will assess liquidated damages in the amount of $1,000 per day for each day of unexcused delay in achieving Final Completion, and such liquidated damages may be deducted from City's payments due or to become due to Contractor under this Contract. 7. Labor Code Compliance. 7.1 General. This Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, including requirements pertaining to wages, working hours and workers' compensation insurance, as further specified in Article 9 of the General Conditions. 7.2 Prevailing Wages. This Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. Copies of these prevailing rates are available online at http://www.dir.ca.gov/DLSR. 7.3 DIR Registration. City may not enter into the Contract with a bidder without proof that the bidder and its Subcontractors are registered with the California Department of Industrial Relations to perform public work pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 8. Workers' Compensation Certification. Pursuant to Labor Code § 1861, by signing this Contract, Contractor certifies as follows: 1 am aware of the provisions of Labor Code § 3700 which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work on this Contract." 9. Conflicts of Interest. Contractor, its employees, Subcontractors and agents, may not have, maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or requirement, or in violation of any California law, including Government Code § 1090 et seq., or the Political Reform Act, as set forth in Government Code § 81000 et seq. and its accompanying regulations. Any violation of this Section constitutes a material breach of the Contract. 10. Independent Contractor. Contractor is an independent contractor under this Contract and will have control of the Work and the means and methods by which it is performed. Contractor and its Subcontractors are not employees of City and are not entitled to participate in any health, retirement, or any other employee benefits from City. 11. Notice. Any notice, billing, or payment required by or pursuant to the Contract Documents must be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable overnight delivery service, or by email as a PDF file. Notice is deemed effective upon delivery, except that service by U.S. Mail is deemed effective on the second working day after deposit for delivery. Notice for each party must be given as follows: City: Public Works Department 10300 Torre Ave Cupertino, CA 95014 LED Streetlight Installation Rebid 2023 Form CONTRACT Project No. 2022-13 Page 2 408-777-3354 Attn: Jo Anne Johnson joannej@cupertino.gov Copy to: PWinvoices pwinvoices@cupertino.gov Contractor: Name: Bear Electrical Solutions Address: 1252 State Street City/State/Zip: Alviso, CA 95002 Phone: 408-449-5178 Attn: Andrew Bader, President Email: Abader@bear-electrical.com Copy to: Robert Asuncion, Vice President Rasuncion@bear-electrical.com 12. General Provisions. 12.1 Assignment and Successors. Contractor may not assign its rights or obligations under this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's and City's lawful heirs, successors and permitted assigns. 12.2 Third Party Beneficiaries. There are no intended third party beneficiaries to this Contract. 5014 12.3 Governing Law and Venue. This Contract will be governed by California law and venue will be in the Santa Clara County Superior Court, and no other place. Contractor waives any right it may have pursuant to Code of Civil Procedure § 394, to file a motion to transfer any action arising from or relating to this Contract to a venue outside of Santa Clara County, California. 12.4 Amendment. No amendment or modification of this Contract will be binding unless it is in a writing duly authorized and signed by the parties to this Contract. 12.5 Integration. This Contract and the Contract Documents incorporated herein, including authorized amendments or Change Orders thereto, constitute the final, complete, and exclusive terms of the agreement between City and Contractor. 12.6 Severability. If any provision of the Contract Documents is determined to be illegal, invalid, or unenforceable, in whole or in part, the remaining provisions of the Contract Documents will remain in full force and effect. 12.7 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Contractor certifies, by signing below, that it is not identified on a list created under the Iran Contracting Act, Public Contract Code § 2200 et seq. (the "Act"), as a person engaging in investment activities in Iran, as defined in the Act, or is otherwise expressly exempt under the Act. 12.8 Authorization. Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporation Code § 313. LED Streetlight Installation Rebid 2023 Form CONTRACT Project No. 2022-13 Page 3 The parties agree to this Contract as witnessed by the signatures below: CITY: Approved as to form: a), c � n. �&90� s/ s/ City Manager City Attorney Name, Title Name, Title Date: 12/30/2024 Date: 12/27/2024 Attest: s/ Kirsten Squarcia, City Clerk Name, Title Date: 01/06/2025 CONTRACTOR: Bear Electrical Solutions, LLC Business Name s/ Seal: Andrew Bader, President Name, Title 12/27/2024 Date: Second Signature (See Section 12.8): ,kvobe�t AsmclM s/ Robert Asuncion, Vice President Name, Title 12/28/2024 Date: License No. 982079 Expires 08/31/2026 Contractor's California License Number(s) and Expiration Date(s) END OF CONTRACT LED Streetlight Installation Rebid 2023 Form CONTRACT Project No. 2022-13 Page 4 ACOR" CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 12/17/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Woodruff -Sawyer & Co. 50 California Street, Floor 12 San Francisco CA 94111 CONTACT NAME: Alison Chambers PHONE FAX AIC No Ext : 415-402-6584 AIC No): 415-989-9923 ADDRESS: achambers@woodruffsawyer.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Hartford Casualty Insurance Company 29424 INSURED BEARELE-01 Bear Electrical Solutions, LLC 1252 State Street, P.O. Box 924 INSURER B : Hartford Fire Insurance Company 19682 INsuRERc: Sentinel Insurance Company, Ltd. 11000 INSURER D : Alviso, CA 95002 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1190604340 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS B X COMMERCIAL GENERAL LIABILITY Y Y 57UEABA6WSN 2/1/2024 2/1/2025 EACH OCCURRENCE $1,000,000 CLAIMS -MADE OCCUR DAMAGE TO PREM ISRENTED (Ea occurrence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY jE LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY Y Y 57UEAFN9268 2/1/2024 2/1/2025 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR Y Y 57RHABA6WSP 2/1/2024 2/1/2025 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $ In nnn $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N Y 57WEAAJ9MEN 2/1/2024 2/1/2025 X PER OTH- STATUTE I I ER ANYPROPRIETOR/PARTNER/EXECUTIVE Y E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ NIA E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Automobile Liability Physical Damage: Comprehensive/Collision Deductible: $1,000 Worker's Compensation Deductible: $0 General Liability Property damage deductible: $5,000 RE: All Agreements. The City of Cupertino, it's City Council, officers, officials, employees, agents, servants and volunteers and all public agencies from whom permits will be obtained and their officers, officials, employees, agents, servants and volunteers are Additional Insured as respects General Liability, Automobile Liability and See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Cupertino 10300 Torre Avenue Cupertino, CA 95014 AUTHORIZED REPRESENTATIVE ac. ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: BEARELE-01 LOC #: ,CORE) AGENCY Woodruff -Sawyer & Co. POLICY NUMBER CARRIER 4DDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE NAIC CODE NAMED INSURED Bear Electrical Solutions, LLC 1252 State Street, P.O. Box 924 Alviso. CA 95002 EFFECTIVE DATE: Page 1 of 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Umbrella Liability on a Primary and Non-contributory basis with a waiver of subrogation to the extent provided in the attached forms. Notice of Cancellation applies with respects General Liability, Automobile Liability, Umbrella Liability and Workers Compensation to the extent provided in the attached forms. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy no. 57UEAFN9268 COMMERCIAL AUTOMOBILE HA 99 16 03 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form, the provisions of this endorsement apply. 1. BROAD FORM INSURED A. Subsidiaries and Newly Acquired or Formed Organizations The Named Insured shown in the Declarations is amended to include: (1) Any legal business entity other than a partnership or joint venture, formed as a subsidiary in which you have an ownership interest of more than 50% on the effective date of the Coverage Form. However. the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. (2) Any organization that is acquired or formed by you and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (a) That is a partnership or joint venture, (b) That is an "insured" under any other policy, (c) That has exhausted its Limit of Insurance under any other policy, or (d) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization. B. Employees as Insureds Paragraph A. 1. - WHO IS AN INSURED - of SECTION II - LIABILITY COVERAGE is amended to add: d Any "employee" of yours while using a covered "auto" you don't own; hire or borrow in your business or your personal affairs- C. Lessors as Insureds Paragraph A. 1. - WHO IS AN INSURED - of Section II - Liability Coverage is amended to add: e. The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (1) The agreement requires you to provide direct primary insurance for the lessor and (2) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire- D. Additional Insured if Required by Contract (1) Paragraph A, 1. - WHO IS AN INSURED - of Section II - Liability Coverage is amended to add: f. When you have agreed, in a written contract or written agreement, that a person or organization be added as an additional insured on your business auto policy, such person or organization is an "insured", but only to the extent such person or organization is liable for "bodily injury" or "property damage" caused by the conduct of an "insured" under paragraphs a. or b. of Who Is An Insured with regard to the ownership, maintenance or use of a covered "auto." © 2011, The Hartford (Includes copyrighted material Form HA 99 16 03 12 of ISO Properties, Inc., with its permission.) Page 1 of 5 The insurance afforded to any such additional insured applies only if the "bodily injury" or "property damage" occurs, (1) During the policy period, and (2) Subsequent to the execution of such written contract, and (3) Prior to the expiration of the period of time that the written contract requires such insurance be provided to the additional insured. (2) How Limits Apply If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of_ (a) The limits of insurance specified in the written contract or written agreement; or (b) The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. (3) Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non- contributory with the additional insured's own insurance. (4) Duties in The Event Of Accident, Claim, Suit or Loss If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the additional insured shall be required to comply with the provisions in LOSS CONDITIONS 2. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM , SUIT OR LOSS - OF SECTION IV - BUSINESS AUTO CONDITIONS, in the same manner as the Named Insured. E_ Primary and Non -Contributory if Required by Contract Only with respect to insurance provided to an additional insured in 1.D. - Additional Insured If Required by Contract, the following provisions apply (3) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Other Insurance 5.d. (4) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (3) and (4) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to d❑ so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum Of. (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance: and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, by the method described in Other Insurance 5.d. 2. AUTOS RENTED BY EMPLOYEES Any "auto" hired or rented by your "employee" on your behalf and at your direction will be considered an "auto" you hire. The OTHER INSURANCE Condition is amended by adding the following: O 2011 The Hartford (Includes copyrighted material Form HA 9916 03 12 of ISO Properties, Inc., with its permission.) Page 2 of 5 If an "employee's" personal insurance also 5 applies on an excess basis to a covered "auto" hired or rented by your "employee' on your behalf and at your direction, this insurance will be primary to the "employee's" personal insurance. 3. AMENDED FELLOW EMPLOYEE EXCLUSION EXCLUSION 5. - FELLOW EMPLOYEE - of SECTION II - LIABILITY COVERAGE does not apply if you have workers' compensation insurance in -force covering all of your "employees". Coverage is excess over any other collectible insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are covered "autos" for Liability Coverage and if Comprehensive; Specified Causes of Loss, or Collision coverages are provided under this Coverage Form for any "auto" you own; then the Physical Damage Coverages provided are extended to "autos" you hire or borrow, subject to the following limit_ The most we will pay for "loss" to any hired "auto" is: (1) $100.000; (2) The actual cash value of the damaged or stolen property at the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property, whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto' for that coverage. No deductible applies to "loss" caused by fire or lightning. Hired Auto Physical Damage coverage is excess over any other collectible insurance. Subject to the above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto' you own_ We will also cover loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss, subject to a maximum of $1000 per "accident". This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. PHYSICAL DAMAGE - ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to provide a limit of $50 per day and a maximum limit of $1,000. 6. LOAN/LEASE GAP COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, in the event of a total "loss" to a covered "auto', we will pay your additional legal obligation for any difference between the actual cash value of the "auto' at the time of the "loss" and the "outstanding balance" of the loan/lease. "Outstanding balance" means the amount you owe on the loan/lease at the time of "loss" less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; lease termination fees; security deposits not returned by the lessor; costs for extended warranties, credit life Insurance, health, accident or disability insurance purchased with the loan or lease, and carry-over balances from previous loans or leases_ 7. AIRBAG COVERAGE Under Paragraph B. EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added - The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. 8. ELECTRONIC EQUIPMENT - BROADENED COVERAGE a. The exceptions to Paragraphs BA - EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE are replaced by the following: Exclusions 4.c. and 4.d. do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical system that, at the time of "loss", is_ (1) Permanently installed in or upon the covered "auto"; (2) Removable from a housing unit which is permanently installed in or upon the covered "auto", (3) An integral part of the same unit housing any electronic equipment described in Paragraphs (1) and (2) above; or O 2011 The Hartford (Includes copyrighted material Form HA 9916 03 12 of ISO Properties, Inc., with its permission.) Page 3 of 5 (4) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system. b. Section III — Version CA 00 01 03 10 of the Business Auto Coverage Form, Physical Damage Coverage, Limit of Insurance, Paragraph C.2 and Version CA 00 01 10 01 of the Business Auto Coverage Form, Physical Damage Coverage, Limit of Insurance, Paragraph C are each amended to add the following: $1,500 is the most we will pay for "loss" in any one "accident" to all electronic equipment (other than equipment designed solely for the reproduction of sound, and accessories used with such equipment) that reproduces, receives or transmits audio, visual or data signals which, at the time of "loss", is: (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; (2) Removable from a permanently installed housing unit as described in Paragraph 2_a_ above or is an integral part of that equipment; or (3) An integral part of such equipment_ c. For each covered "auto", should loss be limited to electronic equipment only, our obligation to pay for, repair, return or replace damaged or stolen electronic equipment will be reduced by the applicable deductible shown in the Declarations, or $250, whichever deductible is less_ 9. EXTRA EXPENSE - BROADENED COVERAGE Under Paragraph A_ - COVERAGE - of SECTION III - PHYSICAL DAMAGE COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. 10. GLASS REPAIR -WAIVER OF DEDUCTIBLE Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. 11. TWO OR MORE DEDUCTIBLES Under Paragraph ❑. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE. the following is added: If another Hartford Financial Services Group, Inc. company policy or coverage form that is not an automobile policy or coverage form applies to the same "accident", the following applies: (1) If the deductible under this Business Auto Coverage Form is the smaller (or smallest) deductible, it will be waived; (2) If the deductible under this Business Auto Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. 12. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The requirement in LOSS CONDITIONS 2.a. - DUTIES IN THE EVENT OF ACC IDENT,CLAIM, SUIT OR LOSS - of SECTION IV - BUSINESS AUTO CONDITIONS that you must notify us of an "accident" applies only when the "accident" is known to: (1) You, if you are an individual: (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager. if you are a corporation. 13. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 14. HIRED AUTO - COVERAGE TERRITORY Paragraph e. of GENERAL CONDITIONS 7. - POLICY PERIOD_ COVERAGE TERRITORY of SECTION IV - BUSINESS AUTO CONDITIONS is replaced by the following.- e. For short-term hired "autos", the coverage territory with respect to Liability Coverage is anywhere in the world provided that if the "insured's" responsibility to pay damages for "bodily injury" or "property damage" is determined in a "suit," the "suit" is brought in the United States of Amedca, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. 15. WAIVER OF SUBROGATION TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - of SECTION IV - BUSINESS AUTO CONDITIONS is amended by adding the following: O 2011, The Hartford (Includes copyrighted material Form HA 9916 03 12 of ISO Properties, Inc., with its permission.) Page 4 of 5 We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payments we make for damages under this Coverage Form_ 16. RESULTANT MENTAL ANGUISH COVERAGE The definition of "bodily injury" in SECTION V- D EFiNITION S is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by any person, including mental anguish or death resulting from any of these. 17. EXTENDED CANCELLATION CONDITION Paragraph 2. of the COMMON POLICY CONDITIONS - CANCELLATION - applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail or deliver to the first Named Insured written notice of cancellation at least 50 days before the effective date of cancellation 18. HYBRID, ELECTRIC, OR NATURAL GAS VEHICLE PAYMENT COVERAGE In the event of a total loss to a "non -hybrid" auto for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended as follows: a.lf the auto is replaced with a "hybrid" auto or an auto powered solely by electricity or natural gas, we will pay an additional 10%, to a maximum of $21500, of the "non -hybrid" auto's actual cash value or replacement cost, whichever is less, b.The auto must be replaced and a copy of a bill of sale or new lease agreement received by us within 80 calendar days of the date of "loss," c. Regardless of the number of autos deemed a total loss, the most we will pay under this Hybrid, Electric, or Natural Gas Vehicle Payment Coverage provision for any one "loss" is $10,000. For the purposes of the coverage provision, a.A "non -hybrid" auto is defined as an auto that uses only an internal combustion engine to move the auto but does not include autos powered solely by electricity or natural gas. b.A "hybrid" auto is defined as an auto with an internal combustion engine and one or more electric motors; and that uses the internal combustion engine and one or more electric motors to move the auto, or the internal combustion engine to charge one or more electric motors, which move the auto. 19. VEHICLE WRAP COVERAGE In the event of a total loss to an "auto" for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended to add the following. In addition to the actual cash value of the "auto", we will pay up to S1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage provision for any one "loss" is $5,000 For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. O 2011, The Hartford (Includes copyrighted material Form HA 9916 03 12 of ISO Properties, Inc., with its permission.) Page 5 of 5 Policy #57UEAFN9268 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. Form IH 03 13 06 11 Page 1 of 1 © 2011, The Hartford Policy #57RHABA6WSP OW THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE CONDITION - PRIMARY OR PRIMARY AND NON-CONTRIBUTORY WHEN REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT This endorsement modifies insurance provided under the following: UMBRELLA LIABILITY POLICY I. Paragraph B.2 of Section III — Who Is An Insured is replaced by the following: 2. Any person or organization with whom you agreed, because of a written contract, written agreement or because of a permit issued by a state or political subdivision, to provide insurance such as is afforded under this policy, but only with respect to your operations, "your work" or facilities owned or used by you. This provision does not apply: a. Unless the written contract or written agreement has been executed, or the permit has been issued prior to the "bodily injury", "property damage", or "personal and advertising injury"; and b. Unless the limits of liability specified in such written contract, written agreement or permit are greater than the limits shown for "underlying insurance"; or c. Beyond the period of time required by the written contract or written agreement. In no event shall any coverage afforded to any such person or organization apply to any claim or "suit" to which "underlying insurance" does not apply. Coverage provided by this policy for any such additional insured will follow the provisions, exclusions and limitations of the "underlying insurance". II. Solely as respects the insurance afforded to any person or organization qualifying as an additional insured under Paragraph I. above, the Other Insurance condition in Section VI — Conditions is replaced by the following: G. Other Insurance 1. This policy shall apply in excess of all "underlying insurance" whether or not valid and collectible. It shall also apply in excess of other valid and collectible insurance (except other insurance purchased specifically to apply in excess of this insurance) which also applies to any loss for which insurance is provided by this policy. These excess provisions apply, whether such other insurance is stated to be: a. Primary; b. Contributing; c. Excess; or d. Contingent. 2. However, the following provisions apply to other insurance available to any person or organization qualifying as an additional insured under Paragraph B.2. of Section III — Who Is An Insured, as amended by Item I. of this endorsement and who is also an additional insured under the Commercial General Liability Coverage Part scheduled in the "underlying insurance": a. Primary Insurance When Required By Contract If you have agreed in a written contract, written agreement or permit to provide primary insurance to the additional insured, then, after the "underlying insurance" is Form XL 24 37 09 11 © 2011, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) Page 1 of 2 exhausted, this insurance will be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Paragraph 3. below. b. Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract, written agreement, or permit to provide insurance to the additional insured that is primary and non-contributory, then, after the "underlying insurance" is exhausted, this insurance will be primary and we will not seek contribution from the additional insured's own insurance. Paragraphs a. and b. do not apply to other insurance on which the additional insured qualifies as an additional insured pursuant to the terms of that policy or has been added as an additional insured by endorsement. 3. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. III. The following is added to Section IV — Limits Of Insurance: H. How Limits Apply To Additional Insureds If you have agreed in a written contract, written agreement or permit that another person or organization be added as an additional insured on the Commercial General Liability Coverage Part scheduled in the "underlying insurance" and such person or organization also qualifies as an additional insured under this policy, the most we will pay on behalf of such insured is the lesser of: a. The limits of insurance specified in the written contract, written agreement or permit, less any amounts payable by any "underlying insurance"; or b. The Limits of Insurance shown in the Umbrella Liability Policy Declarations. Such amount shall be a part of and not in addition to the Limits of Insurance shown in the Umbrella Liability Policy Declarations and described in other provisions of this Section. Page 2 of 2 Form XL 24 37 09 11 Policy #57RHABA6WSP b. To sue us on this policy unless all of its terms and those of the "underlying insurance" have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but, we will not be liable for damages that are not payable under the terms of this policy or that are in excess of the limit of liability. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. F. Appeals In the event the "insured" or the "insured's" underlying insurer elects not to appeal a judgment in excess of the "underlying insurance" or the "self -insured retention," we may elect to make such appeal, at our cost and expense. If we so elect, we shall be liable in addition to the applicable Limit of Insurance, for the: 1. Taxable costs; 2. Disbursements; and 3. Additional interest incidental to such appeal; But in no event will we be liable for "damages" in excess of the applicable aggregate Limit of Insurance. If a judgment is rendered in excess of the limits of "underlying insurance" and we offer to pay our full share of such judgment, but you or your underlying insurers elect to appeal it, you, your underlying insurers or both will bear: a. The cost and duty of obtaining any appeal bond; b. The taxable costs, disbursements and additional interest incidental to such appeal; and c. Any increase in damages over the amount the matter could have been settled for after the verdict was entered and before the appeal was filed. G. Other Insurance This policy shall apply in excess of all "underlying insurance" whether or not valid and collectible. It shall also apply in excess of other valid and collectible insurance (except other insurance purchased specifically to apply in excess of this insurance) which also applies to any loss for which insurance is provided by this policy. These excess provisions apply, whether such other insurance is stated to be: 1. Primary; 2. Contributing; 3. Excess; or 4. Contingent. H. Transfer Of Rights Of Recovery Against Others To Us 1. Transfer Of Rights Of Recovery If the insured has rights to recover all or a part of any payment we have made under this policy, those rights are transferred to us. The insured must do nothing after a loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. a. Recoveries shall be applied to reimburse: (1) First, any interest (including the Named Insured) that paid any amount in excess of our limit of liability; (2) Second, us, along with any other insurers having a quota share interest at the same level; (3) Third, such interests (including the Named Insured) of whom this insurance is excess. However, a different apportionment may be made to effect settlement of a claim by agreement signed by all interests. b. Reasonable expenses incurred in the exercise of rights of recovery shall be apportioned among all interests in the ratio of their respective losses for which recovery is sought. 2. Waiver Of Rights Of Recovery (Waiver Of Subrogation) If the "insured" has waived any rights of recovery against any person or organization for all or part of any payment we have made under this policy, we also waive that right, provided the "insured" waived their rights of recovery against such person or organization in a contract, agreement or permit that was executed prior to the injury or damage. Changes This policy contains all the agreements between you and us concerning the insurance afforded. Notice to any agent, or knowledge possessed by any agent or any other person shall not effect a waiver or a change in any part of this policy, or stop us from asserting any rights under the terms of this policy. The Named Insured first shown in the Declarations is authorized on behalf of all "insureds" to agree with us on changes in the terms of this policy. If the terms are changed, the changes will be shown in an endorsement issued by us and made a part of this policy. Form XL 00 03 09 16 Page 11 of 14 Policy #57RHABA6WSP THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. Form IH 03 13 06 11 Page 1 of 1 © 2011, The Hartford Policy #57UEABASWSN with respect to duties as such. That representab" will have all your rights and duties under this Coverage Part. a. Unnamed Subsidiary Any subsidiary, and subsidiary thereof, of yours which is a legally incorporated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of the Coverage Part. The insurance afforded herein for any subsidiary not named in this Coverage Part as a named insured does not apply to Injury or damage with respect to which such insured Is also a named Insured under another policy or would be a named insured under such policy but for its termination or the exhaustion of its limits of insurance. 3. Newly Acquired Or Fanned Organization Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain financial interest of more than 50% of the voting stock, will qualify as a Named Insured If there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or farm the organization or the and of the policy period, whichever is earlier, IL Coverage A does not apply to "bodily Injury" or 'property damage' that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. t. Nonowned Watercraft With respect to watercraft you do not own that is less than 51 feet long and Is not being used to carry persons for a charge, any person is an insured while operating such watercraft with your permission. Any other person or organization responsible for the conduct of such person is also an insured, but only with respect to liability arising out of the operation of the watercrm% and only if no other insurance of any kind is available to that person or organization for this liability. However, no person or organization Is an insured with respect to: a. "Bodily injury" to a co= employee" of the person operating the watercr* or b. "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who Is an Insured underthis provision. 5. Additional Insureds When Required By Written Contract, Written Agreement Or Pon It The following parson(s) or organizations) are an addltlonal Insured when you have agreed, In a written contract, written agreement or because of a permit issued by a state or political subdivision, that such person or organization be added as an additional insured an your policy, provided the injury or damage occurs subsequent to the execution of the arag reement. A person or organization Is an additional Insured under this provision only for that period of time required by the contract or agreement. However, no such person or organization is an insured under this provision if such person or organization Is Included as an Insured by an endorsement issued by us and made a part of this Coverage Part. a. Vendors Any person(s) or organization(s) (referred to below as vendor), but only with respect to "bodily Injury" or "property damage" arising out of 'your products" which are distributed or sold in the regular course of the vendor's business and only If this Coverage Part provides coverage for "bodily injury" or "property damage" Included within the "products -completed operations hazard". (1) The Insurance afforded the vendor is subject to the following additlonal exclusions: This Insurance does not apply to: in) 'Bodily Injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability In a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have In the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made Intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonaVation, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged In the original container, (a) Any failure to make such Inspectlons, adjustments, tests or servicing as the vendor has agreed to make or normally Pape 12 of 21 HG 00 0109 16 undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Sub- paragraphs (d) or (f); or (h) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. b. Lessors Of Equipment (1) Any person(s) or organization(s) from whom you lease equipment; but only with respect to their liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). (2) With respect to the insurance afforded to these additional insureds this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. c. Lessors Of Land Or Premises Any person or organization from whom you lease land or premises, but only with respect to liability arising out of the ownership, maintenance or use of that part of the land or premises leased to you. With respect to the insurance afforded these additional insureds the following additional exclusions apply: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors Any architect, engineer, or surveyor, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In connection with your premises; or (2) In the performance of your ongoing operations performed by you or on your behalf. With respect to the insurance afforded these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. e. Permits Issued By State Or Political Subdivisions Any state or political subdivision, but only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. With respect to the insurance afforded these additional insureds, this insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury' arising out of operations performed for the state or municipality; or HG 00 01 09 16 Page 13 of 21 (2) "Bodily injury' or "property damage" included within the "products -completed operations hazard". f. Any Other Party Any other person or organization who is not an additional insured under Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In the performance of your ongoing operations; (2) In connection with your premises owned by or rented to you; or (3) In connection with "your work" and included within the "products -completed operations hazard", but only if (a) The written contract or agreement requires you to provide such coverage to such additional insured; and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products - completed operations hazard". However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, this insurance does not apply to: "Bodily injury', "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. The limits of insurance that apply to additional insureds is described in Section III — Limits Of Insurance. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV — Commercial General Liability Conditions. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION III — LIMITS OF INSURANCE 1. The Most We Will Pay The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. General Aggregate Limit The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard"; and c. Damages under Coverage B. 3. Products -Completed Operations Aggregate Limit The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products - completed operations hazard". 4. Personal And Advertising Injury Limit Subject to 2. above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Each Occurrence Limit Subject to 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and Page 14 of 21 HG 00 01 09 16 primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos".- (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment" does not include any land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". 16. "Occurrence" means an accident, including continuous or repeated exposure to substantially the same general harmful conditions. 17."Personal and advertising injury" means injury, including consequential "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution,- c. The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a room, dwelling or premises that a person or organization occupies, committed by or on behalf of its owner, landlord or lessor; d. Oral, written or electronic publication, in any manner, of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written or electronic publication, in any manner, of material that violates a person's right of privacy; f. Copying, in your "advertisement", a person's or organization's "advertising idea" or style of "advertisement"; or g. Infringement of copyright, slogan, or title of any literary or artistic work, in your "advertisement". 1 B. "Pollutants" mean any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. 19. "Products -completed operations hazard": a. Includes all "bodily injury" and "property damage" occurring away from premises you own or rent and arising out of "your product" or "your work" except: (1) Products that are still in your physical possession; or (2) Work that has not yet been completed or abandoned. However, "your work" will be deemed completed at the earliest of the following times: (a) When all of the work called for in your contract has been completed. (b) When all of the work to be done at the job site has been completed if your contract calls for work at more than one job site. (c) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service, maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as completed. b. Does not include "bodily injury" or "property damage" arising out of: (1) The transportation of property, unless the injury or damage arises out of a condition in or on a vehicle not owned or operated by you, and that condition was created by the "loading or unloading" of that vehicle by any insured; (2) The existence of tools, uninstalled equipment or abandoned or unused materials; or (3) Products or operations for which the classification, listed in the Declarations or in a policy Schedule, states that products - Page 20 of 21 HG 00 01 09 16 completed operations are subject to the General Aggregate Limit. 20."Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it. As used in this definition, computerized or electronically stored data, programs or software are not tangible property. Electronic data means information, facts or programs: a. Stored as or on; b. Created or used on; or c. Transmitted to or from; computer software, including systems and applications software, hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 21."Suit' means a civil proceeding in which damages because of "bodily injury", "property damage" or "personal and advertising injury" to which this insurance applies are alleged. "Suit" includes: a. An arbitration proceeding in which such damages are claimed and to which the insured must submit or does submit with our consent; or b. Any other alternative dispute resolution proceeding in which such damages are claimed and to which the insured submits with our consent. 22."Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short-term workload conditions. 23."Volunteer worker" means a person who a. Is not your "employee"; b. Donates his or her work; c. Acts at the direction of and within the scope of duties determined by you; and d. Is not paid a fee, salary or other compensation by you or anyone else for their work performed for you. 24. "Your product': a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your product"; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. 25. "Your work": a. Means: (1) Work or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work or operations. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your work", and (2) The providing of or failure to provide warnings or instructions. HG 00 01 09 16 Page 21 of 21 Policy #57UEABA6WSN 12. TWO OR MORE COVERAGE PARTS OR POLICIES ISSUED BY US If this policy and any other policy issued to an insured by us or any affiliated company provides coverage that applies to the same claim or damages, the maximum applicable limit(s) of liability or limit of insurance under all the policies will not exceed the highest applicable limit of liability or limit of insurance under any one policy. This condition does not apply to any policy issued by us or an affiliated company specifically written to apply as excess insurance over this policy. 13. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. 14. CONTRACTUAL LIABILITY COVERAGE FOR PERSONAL AND ADVERTISING INJURY Exclusion e. of SECTION I - COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY is replaced by the following: This insurance does not apply to: Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed in a contract or agreement that is an "insured contract", provided the "personal and advertising injury" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability assumed in an "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury", provided: (a) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contract"; and (b) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 15. INSURED CONTRACT DEFINITION a. INSURED CONTRACT -CONSTRUCTION OPERATIONS AND MUNICIPAL WORK Paragraph d. of the definition of "insured contract" in Section V - Definitions is deleted and replaced by the following: An obligation, as required by ordinance, to indemnify a municipality. b. CONTRACTUAL LIABILITY Paragraph f. of the definition of "insured contract" is deleted and replaced by the following: That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury", "property damage", or "personal and advertising injury" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. includes that part of any contract or agreement that indemnifies a railroad for "bodily injury", "property damage", or "personal and advertising injury" arising out of construction or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road- beds, tunnel, underpass or crossing. Page 6 of 7 Form HS 24 50 09 19 Policy No. 57UEABA6WSN (3) Any manager, if you or the additional insured is a limited liability company; (4) Any "executive officer" or insurance manager, if you or the additional insured is a corporation; (5) Any trustee, if you or the additional insured is a trust; or (6) Any elected or appointed official, if you or the additional insured is a political subdivision or public entity. This duty applies separately to you and any additional insured. 3. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when b. below applies. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. b. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (1) Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (2) Premises Rented To You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; (3) Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (4) Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability; (5) Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I - Coverage A - Bodily Injury And Property Damage Liability; (6) When You Are Added As An Additional Insured To Other Insurance Any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance; or (7) When You Add Others As An Additional Insured To This Insurance Any other insurance available to an additional insured. However, the following provisions apply to other insurance available to any person or organization who is an additional insured under this coverage part. (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. (b) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract, written agreement, or permit that this insurance is primary and non- contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Page 16 of 21 HG 00 01 09 16 Policy No. 57UEABA6WSN Paragraphs (a) and (b) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 5. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. 6. Representations a. When You Accept This Policy By accepting this policy, you agree: (1) The statements in the Declarations are accurate and complete; (2) Those statements are based upon representations you made to us; and (3) We have issued this policy in reliance upon your representations. b. Unintentional Failure To Disclose Hazards If unintentionally you should fail to disclose all hazards relating to the conduct of your business that exist at the inception date of this Coverage Part, we shall not deny coverage under this Coverage Part because of such failure. 7. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 8. Transfer Of Rights Of Recovery Against Others To Us a. Transfer Of Rights Of Recovery If the insured has rights to recover all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. Waiver Of Rights Of Recovery (Waiver Of Subrogation) If the insured has waived any rights of recovery against any person or organization for all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, we also waive that right, provided the insured waived their rights of recovery against such person or organization in a contract, agreement or permit that was executed prior to the injury or damage. 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the HG 00 01 09 16 Page 17 of 21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CALIFORNIA CANCELLATION ENDORSEMENT Policy Number: 57WEAAJ9MEN Effective Date: 02/01/24 Endorsement Number: Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: BEAR ELECTRICAL SOLUTIONS INC 1252 State St, PO Box 924 ALVISO CA 95002 This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of the Information Page. The cancellation condition in Part Six (Conditions) of the policy is replaced by these conditions: Cancellation 1. You may cancel this policy. You must mail or deliver advance written notice to us stating when the cancellation is to take effect. 2. We may cancel this policy for one or more of the following reasons: a. Non-payment of premium; b. Failure to report payroll; c. Failure to permit us to audit payroll as required by the terms of this policy or of a previous policy issued by us; d. Failure to pay any additional premium resulting from an audit of payroll required by the terms of this policy or any previous policy issued by us; e. Material misrepresentation made by you or your agent; f. Failure to cooperate with us in the investigation of a claim; g. Failure to comply with Federal or State safety orders; h. Failure to comply with written recommendations of our designated loss control representatives; i. The occurrence of a material change in the ownership of your business; j. The occurrence of any change in your business or operations that materially increases the hazard for frequency or severity of loss; k. The occurrence of any change in your business or operation that requires additional or different classification for premium calculation; I. The occurrence of any change in your business or operation which contemplates an activity excluded by our reinsurance treaties. 3. If we cancel your policy for any of the reasons listed in (a) through (f), we will give you 10 days advance written notice, stating when the cancellation is to take effect. Mailing that notice to you at your mailing address shown in Item 1 of the Information Page will be sufficient to prove notice. If we cancel your policy for any of the reasons listed in Item (g) through (1), we will give you 30 days advance written notice; however, we agree that in the event of cancellation and reissuance of a policy effective upon a material change in ownership or operations, notice will not be provided. 4. The policy period will end on the day and hour stated in the cancellation notice. Countersigned by: Authorized Representative Form WC 04 06 01 A Printed in U.S.A. Process Date: 02/01/24 Policy Expiration Date: 02/01/25 Policy no. 57WEAAJ9MEN THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA F We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us. Countersigned by Form WC 04 03 06 (1) Printed in U.S.A. Process Date: 02/01/2024 Job Description Authorized Representative Policy Expiration Date: 02/01/2025 Notice Inviting Bids Bid Submission. City of Cupertino ("City") will accept electronically submitted bids for its LED Streetlight Installation Rebid Project ("Project"), by or before October 29, 2024, at 2:00 PM via electronic submission to the City's "Business Opportunities" online portal in the manner set forth in Section 1 of the Instructions to Bidders, at which time the bids will be opened by the City.. 2. Project Information. 2.1 Location and Description. The Project is located at Various locations within the city of Cupertino and is described as follows: Remove existing streetlight fixtures, dispose of existing fixtures, purchase and install new LED fixtures of various wattages as directed by the engineer. A map showing locations of work is located at https://tankolighting.mgps. arc gis. com/apes/instant/basic/index.html?appid =a19ee34579134fl59ba27dOdcfead266 2.2 Time for Final Completion. The Project must be fully completed within 60 working days. City anticipates that the Work will begin on or about February 3, 2025, but the anticipated start date is provided solely for convenience and is neither certain nor binding. 3. License and Registration Requirements. 3.1 License. This Project requires a valid California contractor's license for the following classification(s): Class A or Class C-10. 3.2 DIR Registration. City may not accept a Bid Proposal from or enter into the Contract with a bidder, without proof that the bidder is registered with the California Department of Industrial Relations ("DIR") to perform public work pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 4. Contract Documents. The plans, specifications, bid forms and contract documents for the Project, and any addenda thereto ("Contract Documents") may be downloaded from City's Business Opportunities website located at: https://apps.cupertino.org/bidmanagement/index.aspx.. A printed copy of the Contract Documents is not available 5. Bid Security. The Bid Proposal must be accompanied by bid security of ten percent of the maximum bid amount, in the form of a cashier's or certified check made payable to City, or a bid bond executed by a surety licensed to do business in the State of California on the Bid Bond form included with the Contract Documents, in the manner set forth in Section 4 of the Instructions to Bidders. The bid security must guarantee that within ten days after City issues the Notice of Potential Award, the successful bidder will execute the Contract and submit the payment and performance bonds, insurance certificates and endorsements, and any other submittals required by the Contract Documents and as specified in the Notice of Potential Award. LED Streetlight Installation Rebid 2023 Form NOTICE INVITING BIDS Project No. 2022-13 Page 1 6. Prevailing Wage Requirements. 6.1 General. Pursuant to California Labor Code § 1720 et seq., this Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. 6.2 Rates. The prevailing rates are on file with the City and are available online at http://www.dir.ca.aov/DLSR. Each Contractor and Subcontractor must pay no less than the specified rates to all workers employed to work on the Project. The schedule of per diem wages is based upon a working day of eight hours. The rate for holiday and overtime work must be at least time and one-half. 6.3 Compliance. The Contract will be subject to compliance monitoring and enforcement by the DIR, under Labor Code § 1771.4. 7. Performance and Payment Bonds. The successful bidder will be required to provide performance and payment bonds, each for 100% of the Contract Price, as further specified in the Contract Documents. 8. Substitution of Securities. Substitution of appropriate securities in lieu of retention amounts from progress payments is permitted under Public Contract Code § 22300. 9. Subcontractor List. Each Subcontractor must be registered with the DIR to perform work on public projects. Each bidder must submit a completed Subcontractor List form with its Bid Proposal, including the name, location of the place of business, California contractor license number, DIR registration number, and percentage of the Work to be performed (based on the base bid price) for each Subcontractor that will perform Work or service or fabricate or install Work for the prime contractor in excess of one-half of 1 % of the bid price, using the Subcontractor List form included with the Contract Documents. 10. Instructions to Bidders. All bidders should carefully review the Instructions to Bidders for more detailed information before submitting a Bid Proposal. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, as defined therein, including this Notice Inviting Bids. By: Date: 9/25/24 Kirsten Squarcia, City Clerk Publication Date: 10/4/24 & 10/11/24 END OF NOTICE INVITING BIDS LED Streetlight Installation Rebid 2023 Form NOTICE INVITING BIDS Project No. 2022-13 Page 2 Instructions to Bidders Each Bid Proposal submitted to City of Cupertino ("City") for its LED Streetlight Installation Rebid Project ("Project") must be submitted in accordance with the following instructions and requirements: Bid Submission. 1.1 General. Each Bid Proposal must be completed, using the form provided in the Contract Documents, signed, and submitted to City, with all required forms and attachments, by or before the date and time set forth in Section 1 of the Notice Inviting Bids, or as amended by subsequent addendum. Faxed or emailed Bid Proposals will not be accepted, unless otherwise specified. Late submissions will not be considered. City reserves the right to postpone the date or time for receiving or opening bids. Each bidder is solely responsible for all of its costs to prepare and submit its bid and by submitting a bid waives any right to recover those costs from City. The bid price(s) must include all costs to perform the Work as specified, including all labor, material, supplies, and equipment and all other direct or indirect costs such as applicable taxes, insurance and overhead. 1.2 Electronic Submission. The Bid Proposal and all required forms and attachments must be submitted in PDF format on the City's "Business Opportunities" portal at https://apps.cupertino.org/bidmanagement/index.aspx. To submit a bid, (1) select the folder icon in the "Actions" column for the Project; (2) select the "Electronic Submission" tab; (3) when the log -in screen appears, enter the log -in credentials used to access the Contract Documents and/or create an account, as appropriate; (4) after logging in, carefully follow all instructions for electronic submission of the Bid Proposal and all required forms and attachments. Each bidder should familiarize itself with the City's "Business Opportunities" portal before the bid deadline. Electronic submission may take more time than anticipated. Each bidder should plan accordingly and afford itself ample time to upload its bid. Bids that are in the process of uploading but are not completely uploaded by the bid deadline will be automatically rejected by the portal. The portal will not allow submission after the bid deadline. 1.3 Bid Posting. The amount of each bid and such other relevant information as the City deems appropriate, together with the name of each bidder, shall be posted on the City website https://apps.cupertino.orq/bidmanagement/index.aspx on the first working day following a period of 48 hours after the bid opening and remain open to public inspection for a period of not less than fifteen (15) calendar days after the bid opening. 1.4 DIR Registration. Subject to limited legal exceptions for joint venture bids and federally -funded projects, City may not accept a Bid Proposal from a bidder without proof that the bidder is registered with the DIR to perform public work under Labor Code § 1725.5. If City is unable to confirm that the bidder is currently registered with the DIR, City may disqualify the bidder without opening its bid. (Labor Code §§ 1725.5 and 1771.1(a).) 2. Bid Proposal Form and Enclosures. Each Bid Proposal must be completed legibly using the Bid Proposal form included with the Contract Documents. The Bid Proposal form must be fully completed without interlineations, alterations, or erasures. Any necessary corrections must be clear and legible, and must be initialed by the bidder's authorized representative. A Bid Proposal submitted with exceptions or terms such as "negotiable," LED Streetlight Installation Rebid 2023 Form INSTRUCTIONS TO BIDDERS Project No. 2022-13 Page 3 "will negotiate," or similar, will be considered nonresponsive. Each Bid Proposal must be accompanied by bid security, as set forth in Section 4 below, and by a completed Subcontractor List and Non -Collusion Declaration using the forms included with the Contract Documents, a PDF copy of the bid security, and any other required enclosures, as applicable. In addition to submitting a PDF copy of the bid security, each bidder must also send the original form of bid security to the City, as set forth in Section 4, below. 3. Authorization and Execution. Each Bid Proposal must be signed by the bidder's authorized representative. A Bid Proposal submitted by a partnership must be signed in the partnership name by a general partner with authority to bind the partnership. A Bid Proposal submitted by a corporation must be signed with the legal name of the corporation, followed by the signature and title of two officers of the corporation with full authority to bind the corporation to the terms of the Bid Proposal, under California Corporations Code § 313. 4. Bid Security. Each bid must be guaranteed by bid security of ten percent of the maximum bid amount, in the form of a cashier's or certified check made payable to the City, or bid bond using the form included in the Contract Documents and executed by a surety licensed to do business in the State of California. 4.1 Form of Security and Submission. In addition to submitting a PDF copy of the bid security, the wet -inked original bid bond, cashier's or certified check, must be sent to the City via U.S. Mail or a reliable overnight delivery service in a sealed envelope addressed to City of Cupertino, Office of the City Clerk, 10300 Torre Avenue, Cupertino, CA 95014 and clearly labeled with the bidder's legal name and address, the Project title, and date and time of the bid deadline. The envelope containing the original form of bid security must be postmarked or otherwise dated to show that it was submitted to the United States Postal Service or overnight delivery service by or before the date of the bid deadline. 4.2 Bid Guarantee. The bid security must guarantee that, within ten days after issuance of the Notice of Potential Award, the bidder will: execute and submit the enclosed Contract for the bid price; submit payment and performance bonds for 100% of the maximum Contract Price; and submit the insurance certificates and endorsements and any other submittals, if any, required by the Contract Documents or the Notice of Potential Award. A Bid Proposal may not be withdrawn for a period of 60 days after the bid opening without forfeiture of the bid security, except as authorized for material error under Public Contract Code § 5100 et seq. 5. Requests for Information. Questions or requests for clarifications regarding the Project, the bid procedures, or any of the Contract Documents must be submitted in writing to Jo Anne Johnson, Project Manager at joannej@cupertino.gov. Oral responses are not authorized and are not binding on the City. Bidders should submit any such written inquiries at least five Working Days before the scheduled bid opening. Questions received any later might not be addressed before the bid deadline. An interpretation or clarification by City in response to a written inquiry will be issued in an addendum. 6. Pre -Bid Investigation. 6.1 General. Each bidder is solely responsible at its sole expense for diligent and thorough review of the Contract Documents, examination of the Project site, and reasonable and prudent inquiry concerning known and potential site and area conditions prior to submitting a Bid Proposal. Each bidder is responsible for knowledge of conditions and requirements which reasonable review and LED Streetlight Installation Rebid 2023 Form INSTRUCTIONS TO BIDDERS Project No. 2022-13 Page 4 investigation would have disclosed. However, except for any areas that are open to the public at large, bidders may not enter property owned or leased by the City or the Project site without prior written authorization from City. 6.2 Document Review. Each bidder is responsible for review of the Contract Documents and any informational documents provided "For Reference Only," e.g., as-builts, technical reports, test data, and the like. A bidder is responsible for notifying City of any errors, omissions, inconsistencies, or conflicts it discovers in the Contract Documents, acting solely in its capacity as a contractor and subject to the limitations of Public Contract Code § 1104. Notification of any such errors, omissions, inconsistencies, or conflicts must be submitted in writing to the City no later than five Working Days before the scheduled bid opening. (See Section 5, above.) City expressly disclaims responsibility for assumptions a bidder might draw from the presence or absence of information provided by City. 6.3 Project Site. Questions regarding the availability of soil test data, water table elevations, and the like should be submitted to the City in writing, as specified in Section 5, above. Any subsurface exploration at the Project site must be done at the bidder's expense, but only with prior written authorization from City. All soil data and analyses available for inspection or provided in the Contract Documents apply only to the test hole locations. Any water table elevation indicated by a soil test report existed on the date the test hole was drilled. The bidder is responsible for determining and allowing for any differing soil or water table conditions during construction. Because groundwater levels may fluctuate, difference(s) in elevation between ground water shown in soil boring logs and ground water actually encountered during Project construction will not be considered changed Project site conditions. Actual locations and depths must be determined by bidder's field investigation. The bidder may request access to underlying or background information on the Project site in City's possession that is necessary for the bidder to form its own conclusions, including, if available, record drawings or other documents indicating the location of subsurface lines, utilities, or other structures. 6.4 Utility Company Standards. The Project must be completed in a manner that satisfies the standards and requirements of any affected utility companies or agencies (collectively, "utility owners"). The successful bidder may be required by the third party utility owners to provide detailed plans prepared by a California registered civil engineer showing the necessary temporary support of the utilities during coordinated construction work. Bidders are directed to contact the affected third party utility owners about their requirements before submitting a Bid Proposal. 7. Bidders Interested in More Than One Bid. No person, firm, or corporation may submit or be a party to more than one Bid Proposal unless alternate bids are specifically called for. However, a person, firm, or corporation that has submitted a subcontract proposal or quote to a bidder may submit subcontract proposals or quotes to other bidders. 8. Addenda. Any addenda issued prior to the bid opening are part of the Contract Documents. Subject to the limitations of Public Contract Code § 4104.5, City reserves the right to issue addenda prior to bid time. Each bidder is solely responsible for ensuring it has received and reviewed all addenda prior to submitting its bid. Bidders should check City's website periodically for any addenda or updates on the Project at: https:Happs.cupertino.ora/bidmanagement/index.aspx. 9. Brand Designations and "Or Equal" Substitutions. Any specification designating a material, product, thing, or service by specific brand or trade name, followed by the words "or equal," is intended only to indicate quality and type of item desired, and bidders may LED Streetlight Installation Rebid 2023 Form INSTRUCTIONS TO BIDDERS Project No. 2022-13 Page 5 request use of any equal material, product, thing, or service. All data substantiating the proposed substitute as an equal item must be submitted with the written request for substitution. A request for substitution must be submitted within 35 days after Notice of Potential Award unless otherwise provided in the Contract Documents. This provision does not apply to materials, products, things, or services that may lawfully be designated by a specific brand or trade name under Public Contract Code § 3400(c). 10. Bid Protest. Any bid protest against another bidder must be submitted in writing and received by City at 10300 Torre Ave, Cupertino 95014or sent via email at joannej@cupertino.gov before 5:00 p.m. no later than two Working Days following the date upon which the City posts the bid results ("Bid Protest Deadline") and must comply with the following requirements: 10.1 General. Only a bidder who has actually submitted a Bid Proposal is eligible to submit a bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A bidder may not rely on the bid protest submitted by another bidder, but must timely pursue its own protest. For purposes of this Section 10, a "Working Day" means a day that City is open for normal business, and excludes weekends and holidays observed by City. Pursuant to Public Contract Code § 4104, inadvertent omission of a Subcontractor's DIR registration number on the Subcontractor List form is not grounds for a bid protest, provided it is corrected within 24 hours of the bid opening or as otherwise provided under Labor Code § 1771.1(b). 10.2 Protest Contents. The bid protest must contain a complete statement of the basis for the protest and must include all supporting documentation. Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the protesting bidder and any person submitting the protest on behalf of or as an authorized representative of the protesting bidder. 10.3 Copy to Protested Bidder. Upon submission of its bid protest to City, the protesting bidder must also concurrently transmit the protest and all supporting documents to the protested bidder, and to any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest, by email or hand delivery to ensure delivery before the Bid Protest Deadline. 10.4 Response to Protest. The protested bidder may submit a written response to the protest, provided the response is received by City before 5:00 p.m., within two Working Days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the "Response Deadline"). The response must attach all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person responding on behalf of or representing the protested bidder if different from the protested bidder. 10.5 Copy to Protesting Bidder. Upon submission of its response to the bid protest to the City, the protested bidder must also concurrently transmit by email or hand delivery, by or before the Response Deadline, a copy of its response and all supporting documents to the protesting bidder and to any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. LED Streetlight Installation Rebid 2023 Form INSTRUCTIONS TO BIDDERS Project No. 2022-13 Page 6 10.6 Exclusive Remedy. The procedure and time limits set forth in this Section are mandatory and are the bidder's sole and exclusive remedy in the event of a bid protest. A bidder's failure to comply with these procedures will constitute a waiver of any right to further pursue a bid protest, including filing a Government Code Claim or initiation of legal proceedings. 10.7 Right to Award. City reserves the right, acting in its sole discretion, to reject any bid protest that it determines lacks merit, to award the Contract to the bidder it has determined to be the responsible bidder submitting the lowest responsive bid, and to issue a Notice to Proceed with the Work notwithstanding any pending or continuing challenge to its determination. 11. Reservation of Rights. City reserves the unfettered right, acting in its sole discretion, to waive or to decline to waive any immaterial bid irregularities; to accept or reject any or all bids; to cancel or reschedule the bid; to postpone or abandon the Project entirely; or to perform all or part of the Work with its own forces. The Contract will be awarded, if at all, within 60 days after opening of bids or as otherwise specified in the Special Conditions, to the responsible bidder that submitted the lowest responsive bid. Any planned start date for the Project represents the City's expectations at the time the Notice Inviting Bids was first issued. City is not bound to issue a Notice to Proceed by or before such planned start date, and it reserves the right to issue the Notice to Proceed when the City determines, in its sole discretion, the appropriate time for commencing the Work. The City expressly disclaims responsibility for any assumptions a bidder might draw from the presence or absence of information provided by the City in any form. Each bidder is solely responsible for its costs to prepare and submit a bid, including site investigation costs. 12. Bonds. Within ten calendar days following City's issuance of the Notice of Potential Award to the apparent low bidder, the bidder must submit payment and performance bonds to City as specified in the Contract Documents using the bond forms included in the Contract Documents. All required bonds must be calculated on the maximum total Contract Price as awarded, including additive alternates, if applicable. 13. License(s). The successful bidder and its Subcontractor(s) must possess the California contractor's license(s) in the classification(s) required by law to perform the Work. The successful bidder must also obtain a City business license within < > days following City's issuance of the Notice of Potential Award. Subcontractors must also obtain a City business license before performing any Work. 14. Ineligible Subcontractor. Any Subcontractor who is ineligible to perform work on a public works project under Labor Code §§ 1777.1 or 1777.7 is prohibited from performing work on the Project. 15. Safety Orders. If the Project includes construction of a pipeline, sewer, sewage disposal system, boring and jacking pits, or similar trenches or open excavations, which are five feet or deeper, each bid must include a bid item for adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life or limb, which comply with safety orders as required by Labor Code § 6707. 17. Additive and Deductive Alternates. As required by Public Contract Code § 20103.8, if this bid solicitation includes additive or deductive items, the method checked below (17 B) will be used to determine the lowest bid. City retains the right to add to or deduct from the Contract any of the additive or deductive alternates included in the Bid Proposal. 17 (A) The lowest bid will be the lowest bid price on the base contract without consideration of the prices on the additive or deductive items. LED Streetlight Installation Rebid 2023 Form INSTRUCTIONS TO BIDDERS Project No. 2022-13 Page 7 18. Incorrect Totals. In the event a computational error for any bid item (base bid or alternate) results in an incorrect extended total for that item, the submitted base bid or bid alternate total will be adjusted to reflect the corrected amount as the product of the estimated quantity and the unit cost. In the event of a discrepancy between the actual total of the itemized or unit prices shown on the Bid Schedule for the base bid, and the amount entered as the base bid on the Bid Proposal form, the actual total of the itemized or unit prices shown on the Bid Schedule for the base bid will be deemed the base bid price. Likewise, in the event of a discrepancy between the actual total of the itemized or unit prices shown on the Bid Schedule for any bid alternate, and the amount entered for the alternate on the Bid Proposal form, the actual total of the itemized prices shown on the Bid Schedule for that alternate will be deemed the alternate price. Nothing in this provision is intended to prevent a bidder from requesting to withdraw its bid for material error under Public Contract Code § 5100 et seq. 19. Estimated Quantities. Unless identified as a "Final Pay Quantity," the quantities shown on the Bid Schedule are estimated and the actual quantities required to perform the Work may be greater or less than the estimated amount. The Contract Price will be adjusted to reflect the actual quantities required for the Work based on the itemized or unit prices provided in the Bid Schedule, with no allowance for anticipated profit for quantities that are deleted or decreased, and no increase in the unit price, and without regard to the percentage increase or decrease of the estimated quantity and the actual quantity. 20. Bidder's Questionnaire. A completed, signed Bidder's Questionnaire using the form provided with the Contract Documents and including all required attachments must be submitted within 48 hours following a request by City. A bid that does not fully comply with this requirement may be rejected as nonresponsive. A bidder who submits a Bidder's Questionnaire which is subsequently determined to contain false or misleading information, or material omissions, may be disqualified as non -responsible. END OF INSTRUCTIONS TO BIDDERS LED Streetlight Installation Rebid 2023 Form INSTRUCTIONS TO BIDDERS Project No. 2022-13 Page 8 CUPERTINO PUBLIC WORKS DEPARTMENT CITY HALL 10300 TORRE AVENUE - CUPERTINO, CA 95014-3266 (408) 777-3354 - FAX (408) 777-3333 ADDENDUM NO. 1 LED STREETLIGHT INSTALLATION REBID BID OPENING: October 29, 2024 2:00 P.M. ISSUE DATE: October 24, 2024 The following revisions are hereby made to the above -mentioned project: 1) The following substitute products are approved for use in the project. Attachment A — Gardco OPF-S-Spec-Sheet Bid Items 8, 9 & 10 Attachment B - Lumecon-LDS-SAL_10102024 Bid Item 8 grey mast arm mount Attachment C - Lumecon-LDS-SAL_10102024 Bid Item 9 black mast arm mount Attachment D - Lumecon-LDS-SAL-10102024 Bid Item 10 and 1 lblack pole top mount luminaire and mount Attachment E - Road focus plus info only. Provided for clarification on specified cobrahead fixture line. Please indicate receipt of this addendum on the last page of the Proposal. Failure to do so may cause rejection of your bid. If your bid is based on one or more approved substitutes, include appropriate attachment with bid documents. APPROVED BY: 0z Chad Mosley Director of Public Works U0• Attacment A Gardco OPF- S-Spv Bid it 8 9 & 10 Gardco OptiForm site and area luminaires are available in three sizes: small, medium and large. Featuring the latest in LED technology, OptiForm achieves up to 192 lumens per watt. Eleven optical distributions are available, suitable for a range of outdoor lighting applications. OptForm features a unique mounting system with a two-piece housing for hassle -free installation. Mounting options include a standard arm, mast arm, and wall mount bracket. Service Tag is a standard feature with every OptiForm luminaire, providing maintenance or upgrade assistance throughout the life of the product. Ordering guide OPF-S Project: Location: Cat. N o: Type: Lamps: Notes: example: O PF-S-A01-840-T4 M-AR1-120-B L50-L3-BZ OPF-S Site and Area Precision PIUs15 8271 80CRI 2700K AFR Autofront row LCL LEED corner optic left AR12•17 Arm mount 120 120V OptiForm (T2M. T3M. T4M. T5M only) 830 80CRI 3000K T2M Type 2 medium LCR LEED corner optic right (standard) 208 208V Small Area A01 7,000lumens P01 2,500lumens 840 80CRI4000K T3M Type 3medium BLC Back light control MARS Mast arm 240 240V A02 9,000lumens P02 4,000 lumens 727' 70CRI 2700K UM Type 4 medium 2RL Type 2 rotated left 90° WAL Wall mount 277 277V A03 11,000 lumens P03 6,500 lumens 730 70CRI 3000K T4W Type 4 wide 2RR Type 2 rotated right 270° MOS4 Mounting 347 347V A04 15,000lumens PO4 9,000 lumens 740 70CRI 4000K T5N Type 5 narrow 3RL Type 3 rotated left 90° ordered A05 17,000lumens P05 11,500 lumens 750 70CRI 5000K T5M Type 5 medium 3RR Type 3 rotated right 270° separately 480 480V A06 19,000lumens P06 14,000 lumens T5W Type 5 wide 4RL' Type 4 rotated left 90° UNV 120-277V A07 20,000lumens P07 16,500 lumens 411111 Type 4 rotated right 270° HVU16 347-480V P08 19,000lumens Controls P09 22,000lumens Sensing OptionsDimming The following options include 0-10V Driver None Surge protector 10kW10kA standard EM12•16•16 Emergency Standard textured finish Battery Pack none 0-10V dimming driver SP2 Surge protector 20kV/10kA (option) (0-40 -C) BK Black DLEA5•10 Dimming leads externally FS111 Single fuse (120, 277, or347VAC) Available with WH White accessible (controls by others) precision BZ Bronze FS211 Double fuse 208,240, or480V ( ) plus optics DG Dark Gray FAWS6•6•10 Field adjustable wattage selector PCB11," Photocontrol button connected to P01-P03 only MG Medium Gray 131-505.7•10 Bi-level with motion sensor L2 PIR sensor, #2 lens (Required 0-10V driver if BL50 is selected) TR5 NEMA Twist -lock 5-pin receptacle connected to 0-10V driver The following options Include SR/DALI Driver WIAP sensor options TR719 7-pin twist lock receptacle connected WIAPsa.13 Wireless Interact LB Low (7'-15'mountingheight) to D4i compliant driver Customer specified (includes SR drive and SR receptacle) sensor, black color housing, wireless Interact, integral ,,,3 TLP • 7-pin twist lock receptacle connected OC Special optional SRDR5.e.13 SR driver connected to Zhaga socket (D4i) to D4i compliant driver w/ 3-pin color or RAL, LW Low (7'-15' mounting height) photocell consult factory Dynadimmer: Automatic Profile Dimming sensor, white color housing SC Special color 6.13 HB High (15'-40' mounting EHS Housing machined to accept external (must supply C$50' Security50%dimming,7hours height) sensor, black color house side shield for field install. color chip, CM505" Median 50% dimming, 8 hours housing Must be combined withOPF-S-EHS-1 requires CS305,13 Security 30% dimming, 7 hours accessory. factory quote) CM305•13 Median 30%dimming, 8 hours HW High (15'-4 mounting or, white color height) sensor, BAC1 3 Meets the requirements of the housing Buy American Act of 1933 (BAA) 1. Extended leadtime applies. Consult factory for details. 13. UNV [120-277V] only available for lumen packages P03-P09. HVU [347-480V] 2. Mounts to a square pole with knockout for 4-5" OD round pole. only available for lumen packages P06-P09 & A04-A07. 3. Mounts to a horizontal 2-3/8" OD x 5" Long tenon. 14. Not available for lumen packages PO4-P09. 4. Must be ordered with mounting accessory. Photocell option (TR7) 15. Not available with Dynadimmer, SRDR, FAWS, FS1, FS2, DLEA, BL50 must be selected with mounting accessory. See Page 2 for options. (physical restriction). 5. Not available with other dimming control options (mutually exclusive). 16. Precision Plus Optics (P01-P09) available onlywith T2M, T3M, T4M, and T5M 6. Not available with motion sensor (physical restriction). optical distributions and are non -rotatable. 7. Must be specified with a motion sensor lens (1-2). 17. OPF-RMB accessory recommended for retrofit applications. 8. Not PCB, TR5. 18. Failure to properly select the"BAC" suffix could result in you receiving product that is available with not BAA compliant product with no recourse for an RMA or refund. This BAC designation 9. Must be specified with a motion sensor LW, LB. hereunder does not address (i) the applicability of, or availability of a waiver under, the 10. Not available with TR7, TLP. Trade Agreements Act, or (ii) the "Buy America" domestic content requirements imposed 11. Musts input on states, localities, and other non-federal entities as a condition of receiving funds specify voltage. p y p 9 administered bythe Department of Transportation or other federal agencies. 12. Not available in HVU [347-48OV]. millnow oeo°e DARKS APPROVED _ , 4 " COL US OPF-S_OptiForm_Small 04/24 page 1of9 interact ✓11 KKN Reduces light APPROVpollution `�' C-Iff" by D,,kSky.,q OPF-S OptiForm small Site & area luminaire Shielding Accessory Kits (order separately) One shield kit per luminaire OPF-S-EHS-1* External house side shield (field installed) OPF-S-HIS-1** Internal house side shields. For Area optic types T2M, T3M, and T5N. OPF-S-HIS-T4-1** Internal house side shield for Area optic types T4M and T4W, qty 1. OPF-S-HIS-5M/5W-1** Internal house side shield for Area optic types T51A and T5W. qty 1 *Must select EHS option on luminiare options section **Not available for Precision Plus (P01-P09) Luminaire Accessories (order separately) Pole Mount Fusing FP1 Pole mount single fuse (120V, 277V, or 347V) FP2 Pole mount double fuse (208V, 240V, or 480V) FP3 Pole mount double fuse canadian double pull (208V, 240V, or 480V) Photocell Accessories . P400S Shorting cap Mountings (boxed and shipped separately) Must choose Mounting Ordered Separately (MOS) selection for mounting option of luminaire. Useful for attachment of arm to pole prior to luminaire installation. Standard Arm OPF-AR1-(F)207 Standard arm mount OPF-AR1-TR7-(F)2.19•17 Mast arm mount with 7-pin (TR7) receptacle Wall Mount OPF-WAL-(F) Wall mount bracket OPF-WAL-TR7-(F)13 Wall mount with 7-pin (TR7) receptacle Mast Arm OPF-MAR-(F)3 Mast arm mount OPF-MAR-TR7-(F)3,13 Mast arm mount with 7-pin (TR7) receptacle `)ptical Distributions Site and Area Optics Type 2 Medium Type 3 Medium vq Type 5 Narrow (D Autofront Row Type 5 Medium CD LCL Type 4 Medium 0 Type 5 Wide LCR Mounting Accessories OPF-RMB Retrofit Mounting Bolster Plate for attaching OptiForm to existing poles. Recommended for retrofit applications. OPF-RPA Round Pole Adapter. Fits to 3"- 3.9" O.D. pole. Painted black. Pole Top Fitters PTF2 - Pole top fitter fits 2 3/8 - 21/2" OD x 4" depth tenon PTF2-1-90-(F) 1 luminiare at 901 PTF2-2-90-(F) 2 luminiares at 90' PTF2-3-90-(F) 3 luminiares at 90o PTF2-4-90-(F) 4luminiares at 901 PTF2-2-180-(F) 2luminiares at180o PTF2-3-120-(F) 3luminiares at 120o PTF3 - Pole top fitter fits 3-3 1/2" OD x 6" depth tenon PTF3-1-90-(F) 1 luminiare at 90o PTF3-2-90-(F) 2luminiaresat90o PTF3-3-90-(F) 3 luminiares at 90o PTF3-4-90-(F) 4luminiares at 90o PTF3-2-180-(F) 2 luminiares at 1800 PTF3-3-120-(F) 3 luminiares at 120' Type 4 Wide Back Light Control 0 Precision Plus Optics Type 2 Medium Type 3 Medium 4(:: > C) Type 4 Medium Type 5 Medium OPF-S-OptiForm-Small 04/24 page 2 of 9 OPF-S OptiForm small Site & area luminaire OPF-5 Area Optic Lumen values Watts Type Lumen OutputPackage BUG Efficacy Lumen BUG Efficacy jon� T2M 6991 B2-UO-G2 167 7391 B2-UO-G2 176 7391 B2-UO-G2 176 T3M 6935 B2-UO-G2 166 7332 B2-UO-G2 175 7332 B2-UO-G2 175 T4M 7028 B1-UO-G2 168 7431 B1-UO-G2 177 7431 B1-U0-G2 177 T5M 7244 B3-UO-G1 173 7659 B3-UO-G1 183 7659 B3-UO-G1 183 AFR 7241 B2-UO-G2 173 7655 B2-UO-G2 183 7655 B2-UO-G2 183 A01 42 T4W 6692 B1-UO-G2 160 7075 B1-UO-G2 169 7075 B1-U0-G2 169 T5N 7193 B3-UO-G1 172 7605 B3-UO-G1 182 7605 B3-UO-G1 182 T5W 6926 B3-UO-G2 165 7322 B3-UO-G2 175 7322 B3-UO-G2 175 LCL 3804 B1-U0-G1 91 4021 B1-U0-G1 96 4021 B1-UO-G1 96 LCR 3804 B1-U0-G1 91 4021 B1-U0-G1 96 4021 B1-UO-G1 96 BLC 4874 B0-U0-G1 116 5153 BO-UO-G1 123 5153 B0-U0-G1 123 T2M 8941 B2-UO-G2 165 9452 B2-UO-G2 175 9452 B2-UO-G2 175 T3M 8869 B2-UO-G2 164 9377 B2-UO-G2 173 9377 B2-UO-G2 173 T4M 8989 B1-UO-G2 166 9503 B1-UO-G2 176 9503 B1-U0-G2 176 T5M 9265 B3-UO-G2 171 9795 B3-UO-G2 181 9795 B3-UO-G2 181 AFR 9260 B2-UO-G2 171 9790 B2-UO-G2 181 9790 B2-UO-G2 181 A02 54 T4W 8558 B2-UO-G2 158 9048 B2-UO-G2 167 9048 B2-UO-G2 167 T5N 9200 B3-UO-G1 170 9726 B3-UO-G1 180 9726 B3-UO-G1 180 T5W 8858 B3-UO-G2 164 9365 B3-UO-G2 173 9365 B3-UO-G2 173 LCL 4864 B1-U0-G1 90 5143 B1-U0-G1 95 5143 B1-UO-G1 95 LCR 4864 B1-U0-G1 90 5143 B1-U0-G1 95 5143 B1-UO-G1 95 BLC 6234 BO-UO-G2 115 6591 BO-UO-G2 122 6591 BO-UO-G2 122 T2M 10438 B2-UO-G2 164 11035 B2-UO-G2 174 11035 B3-UO-G3 174 T3M 10354 B2-UO-G2 163 10947 B2-UO-G2 172 10947 B2-UO-G2 172 T4M 10494 B2-UO-G2 165 11094 B1-UO-G2 174 11094 B2-UO-G2 174 T5M 10816 B3-UO-G2 170 11435 B3-UO-G2 180 11435 B3-UO-G2 180 AFR 10811 B3-UO-G3 170 11429 B2-UO-G2 180 11429 B3-UO-G3 180 A03 64 T4W 9991 B2-UO-G3 157 10563 B2-UO-G2 166 10563 B2-UO-G3 166 T5N 10740 B3-UO-G2 169 11355 B3-UO-G1 179 11355 B3-UO-G2 179 T5W 10341 B4-UO-G2 163 10933 B3-UO-G2 172 10933 B4-UO-G2 172 LCL 5679 B1-UO-G1 89 6004 B1-U0-G1 94 6004 B1-UO-G1 94 LCR 5679 B1-UO-G1 89 6004 B1-U0-G1 94 6004 B1-UO-G1 94 BLC 7278 B1-U0-G2 114 7694 BO-UO-G2 121 7694 B1-U0-G2 121 T2M 14465 B3-UO-G3 160 15293 B3-UO-G3 169 15293 B3-UO-G3 169 T3M 14350 B3-UO-G3 158 15171 B3-UO-G3 167 15171 B3-UO-G3 167 T4M 14543 B2-UO-G2 160 15375 B2-UO-G2 170 15375 B2-UO-G2 170 T5M 14990 B4-UO-G2 165 15848 B4-UO-G2 175 15848 B4-UO-G2 175 AFR 14982 B3-UO-G3 165 15840 B3-UO-G3 175 15840 B3-UO-G3 175 A04 91 T4W 13847 B2-UO-G3 153 14639 B2-UO-G3 161 14639 B2-UO-G3 161 T5N 14884 B4-UO-G2 164 15736 B4-UO-G2 174 15736 B4-UO-G2 174 T5W 14331 B4-UO-G3 158 15151 B4-UO-G3 167 15151 B4-UO-G3 167 LCL 7870 B1-UO-G2 87 8321 B1-UO-G2 92 8321 B1-U0-G2 92 LCR 7870 B1-UO-G2 87 8321 B1-UO-G2 92 8321 B1-U0-G2 92 BLC 10086 B1-UO-G2 111 10663 B1-UO-G2 118 10663 B1-U0-G2 118 OPF-S-OptiForm-Small 04/24 page 3 of 9 OPF-S OptiForm small Site & area luminaire OPF-S Area Optic Lumen values (cont'd) Package Watts Type Lum-� Output BUG a n, Efficacy (LPW) Lumen Output BUG Rating Efficacy (LPW) Lumen Output BUG Rating j Efficacy (LPW) T2M 16226 B3-UO-G3 156 17155 B3-UO-G3 164 17155 B3-UO-G3 164 T3M 16096 B3-UO-G3 154 17018 B3-UO-G3 163 17018 B3-UO-G3 163 T4M 16313 B2-UO-G3 156 17247 B2-UO-G3 165 17247 B2-UO-G3 165 T5M 16814 B4-UO-G2 161 17777 B4-UO-G2 170 17777 B4-UO-G2 170 AFR 16806 B3-UO-G3 161 17768 B3-UO-G3 170 17768 B3-UO-G3 170 A05 104 T4W 15532 B3-UO-G3 149 16421 B3-UO-G3 157 16421 B3-UO-G3 157 T5N 16696 B4-UO-G2 160 17652 B4-UO-G2 169 17652 B4-UO-G2 169 T5W 16075 B4-UO-G3 154 16995 B4-UO-G3 163 16995 B4-UO-G3 163 LCL 8828 B1-U0-G2 85 9333 B1-U0-G2 89 9333 B1-U0-G2 89 LCR 8828 B1-U0-G2 85 9333 B1-U0-G2 89 9333 B1-U0-G2 89 BLC 11314 B1-U0-G2 108 11961 B1-U0-G2 115 11961 B1-U0-G2 115 T2M 18441 B3-UO-G3 151 19496 B3-UO-G3 160 19496 B3-UO-G3 160 T3M 18294 B3-UO-G3 150 19341 B3-UO-G3 158 19341 B3-UO-G3 158 T4M 18540 B3-UO-G3 152 19601 B3-UO-G3 160 19601 B3-UO-G3 160 T5M 19110 B4-UO-G2 156 20203 B4-UO-G2 165 20203 B4-UO-G2 165 AFR 19100 B3-UO-G3 156 20193 B3-UO-G3 165 20193 B3-UO-G3 165 A06 122 T4W 17652 B3-UO-G3 144 18662 B3-UO-G3 153 18662 B3-UO-G3 153 T5N 18975 B4-UO-G2 155 20061 B4-UO-G2 164 20061 B4-UO-G2 164 T5W 18270 B5-UO-G3 150 19315 B5-UO-G3 158 19315 B5-UO-G3 158 LCL 10033 B2-UO-G2 82 10607 B2-UO-G2 87 10607 B2-UO-G2 87 LCR 10033 B2-UO-G2 82 10607 B2-UO-G2 87 10607 B2-UO-G2 87 BLC 12858 B1-U0-G2 105 13594 B1-U0-G2 111 13594 B1-U0-G2 111 T2M 16776 B3-UO-G3 123 20034 B3-UO-G3 147 21181 B3-UO-G3 156 T3M 16642 B3-UO-G3 122 19874 B3-UO-G3 146 21012 B3-UO-G3 154 T4M 16866 B2-UO-G3 124 20142 B3-UO-G3 148 21294 B3-UO-G3 156 T5M 17384 B4-UO-G2 128 20761 B4-UO-G2 152 21949 B4-UO-G2 161 AFR 17375 B3-UO-G3 128 20750 B3-UO-G3 152 21938 B3-UO-G3 161 A07 136 T4W 16058 B3-UO-G3 118 19178 B3-UO-G3 141 20275 B3-UO-G3 149 T5N 17262 B4-UO-G2 127 20615 B4-UO-G2 151 21794 B4-UO-G2 160 T5W 16620 B4-UO-G3 122 19848 B5-UO-G3 146 20984 B5-UO-G3 154 LCL 9127 B1-U0-G2 67 10900 B2-UO-G2 80 11524 B2-UO-G2 85 LCR 9127 B1-U0-G2 67 10900 B2-UO-G2 80 11524 B2-UO-G2 85 BLC 11697 B1-U0-G2 86 13969 B1-UO-G2 103 14768 B1-U0-G2 108 OPF-S-OptiForm-Small 04/24 page 4 of 9 OPF-S OptiForm small Site & area luminaire OPF-S Precision Plus Optic Lumen values Package System Watts Distribution Type OutputPerformance Lumen 3000K Lumen��� 4000K T2M 2691 B1-U0-G1 182 2845 B1-U0-G1 192 2845 B1-U0-G1 192 T3M 2718 B1-U0-G1 184 2874 B1-U0-G1 194 2874 B1-U0-G1 194 P01 15 T41A 2665 B1-U0-G1 180 2817 B1-U0-G1 190 2817 B1-U0-G1 190 T51A 2610 B2-U0-G1 176 2759 B2-U0-G1 186 2759 B2-U0-G1 186 T2M 4022 B1-U0-G1 178 4252 B1-U0-G1 189 4252 B1-U0-G1 189 T3M 4062 B1-U0-G1 180 4295 B1-U0-G1 191 4295 B1-U0-G1 191 P02 23 T4M 3983 B1-U0-G1 177 4211 B1-U0-G1 187 4211 B1-U0-G1 187 T5M 3900 B2-UO-GI 173 4124 B2-U0-G1 183 4124 B2-U0-G1 183 T2M 6465 B2-UO-G2 169 6835 B2-UO-G2 179 6835 B2-UO-G2 179 T3M 6530 B2-UO-G2 171 6904 B2-UO-G2 181 6904 B2-UO-G2 181 P03 38 T41A 6402 B1-U0-G2 168 6768 B1-U0-G2 177 6768 B1-U0-G2 177 T5M 6269 B3-U0-G2 164 6629 B3-UO-G2 174 6629 B3-UO-G2 174 T2M 8759 B2-UO-G2 165 9261 B2-UO-G2 174 9261 B2-UO-G2 174 T3M 8848 B2-UO-G2 166 9355 B2-UO-G2 176 9355 B2-UO-G2 176 PO4 53 T4M 8674 B2-UO-G2 163 9171 B2-UO-G2 172 9171 B2-UO-G2 172 T5M 8495 B3-UO-G2 160 8982 B3-UO-G2 169 8982 B3-UO-G2 169 T2M 11253 B2-UO-G2 172 11898 B2-UO-G2 182 11898 B2-UO-G2 182 T3M 11366 B3-UO-G3 173 12018 B3-UO-G3 183 12018 B3-UO-G3 183 P05 66 T41A 11143 B2-UO-G3 170 11782 B2-UO-G3 180 11782 B2-UO-G3 180 T5M 10913 B3-UO-G2 167 11539 B3-UO-G2 176 11539 B3-UO-G2 176 T2M 13987 B3-U0-G3 183 14788 B3-UO-G3 194 14788 B3-1.10-G3 194 T3M 14128 B3-UO-G3 185 14937 B3-UO-G3 196 14937 B3-UO-G3 196 P06 76 T41A 13850 B2-UO-G3 182 14644 B2-UO-G3 192 14644 B2-UO-G3 192 T51A 13564 B4-UO-G3 178 14342 B4-UO-G3 188 14342 B4-UO-G3 188 T21A 15850 B3-UO-G3 168 16758 B3-UO-G3 178 16758 B3-UO-G3 178 T3M 16010 B3-UO-G3 170 16927 B3-UO-G3 180 16927 B3-UO-G3 180 P07 94 T41A 15696 B3-U0-G3 167 16595 B3-UO-G3 176 16595 B3-UO-G3 176 T5M 15372 B4-UO-G3 163 16253 B4-UO-G3 172 16253 B4-UO-G3 172 T2M 19800 B3-UO-G3 176 20934 B3-UO-G3 186 20934 B3-U0-G3 186 T3M 19999 B3-UO-G3 178 21145 B3-UO-G3 188 21145 B3-UO-G3 188 P08 113 T41A 19607 B3-UO-G3 174 20730 B3-UO-G3 184 20730 B3-UO-G3 184 T51A 19202 B4-UO-G3 171 20302 B4-UO-G3 180 20302 B4-UO-G3 180 T21A 21655 B3-UO-G3 163 22896 B3-UO-G3 172 22896 B3-UO-G3 172 T3M 21874 B3-UO-G3 164 23127 B3-UO-G3 174 23127 B3-UO-G3 174 P09 133 T41A 21444 B3-UO-G4 161 22673 B3-UO-G4 171 22673 B3-UO-G4 171 T5M 21002 B4-U0-G3 158 22205 B4-UO-G3 167 22205 B4-UO-G3 167 OPF-S-OptiForm-Small 04/24 page 5 of 9 OPF-S OptiForm small Site & area luminaire LED Wattage and Lumen Values (Emergency Mode) Dimensions Standard Drill Pattern Drill Template #5 OPF-S-PXX-740-X-EM 4000 70 6 1000 BO-UO-GO 1014 BO-UO-G1 838 BO-UO-GO 0 .41 OPF-S-PXX-750-X-EM 5000 7o 6 960 BO-UO-GO 973 BO-UO-G1 804 BO-UO-GO 1.00 OPF-S-PXX-830-X-EM 3000 80 6 856 BO-UO-GO 868 BO-UO-G1 717 BO-UO-GO OPF-S-PXX-840-X-EM 4000 80 6 887 BO-UO-GO 899 BO-UO-G1 743 BO-UO-GO 0 11.00 1 3.00 Predicted Lumen Depreciation Data Predicted performance derived from LED manufacturer's data and engineering design estimates, based on IESNA LM-80 methodology. Actual experience may vary due to field application conditions.1-70 is the predicted time when LED performance 0 .41 depreciates to 70% of initial lumen output. Calculated per IESNA TM21-11. Published L70 hours limited to 6 times actual LED test hours Ambi.qnt Lumen Calculated • L70• Temp Package Hours % at 60,000 Standard Arm Mounting Hole Pa"- - 25°C A06-A07 >77,000 hours >77,000 hours 90% 2" 25°C All others >100,000 hours >100,000 hours 96% n(51m) 4-7/8" (124mm) 2-7/8" (73mm) OPF-S-OptiForm-Small 04/24 page 6 of 9 OPF-S OptiForm small Site & area luminaire Dimensions OptiForm Standard Arm Weight: 11 lb (5.0 kg) EPA: 0.2 ftz (0.018 m2) w�.w1 18.5' �(470mm)� (178Imm) L 24.1" (612mm) OptiForm Mast Arm Weight: 12.6 Ib (5.7 kg) 7" (178mm) L6.8" 4.5' (175mm) (114mm) 2.5" (64mm) 10.9" (277mm) L 3.11 ® (79mm) (279mm) 18.5" �(470mm) 2.5" L (64mm) 3.1" • (79mm) 28.4' (721mm) 10.9" OptiForm Wall Mount Weight: 11.5 lb (5.2 kg) 2.5" (64mm) 10.9" (277mm) 18.5" (470mm) 22.1' (561mm) OptiForm External Housing Shield ® 00 ID m0 0 0 m'Do • • 18.5" (470mm) F" T (178m� 3.75" (95mm) 24.1" (612mm) 2.5" (64mm) 10.9" (277mm) OPF-S-OptiForm-Small 04/24 page 7 of 9 OPF-S OptiForm small Site & area luminaire Specifications Housing Housing and door constructed of low copper die cast Aluminum alloy (A360) with detatchable arms for quick mounting. Heatsink is integral to the housing providing passive cooling of LEDs to maintain long LED life. Luminaire housing rated to IP65, LED Modules rated IP66 tested in accordance to Section 9 of IEC 60598-1. OptiForm carries and impact rating of IK08. Vibration resistance OptiForm is tested and rated to standards set forth in ANSI C136.31-2018 Level 2 for Bridge and Overpass applications. Light engine Light engine comprises of a module of 40-LED aluminum metal clad board fully sealed with optics: Medium = 2 Modules with 80 LEDs, Large = 4 modules with 160 LEDs. Module is RoHS compliant. Color temperature as per ANSI/NEMA bin 2700 Kelvin nominal (2725 ±145K), 3000 Kelvin nominal (3045K+/- 175K) or 4000 Kelvin nominal (3985K +/- 275K), CRI 70 Min. 75 Typical. Other CCT/CRI also available, consult factory. LED light engine is rated IP66 in accordance to Section 9 of IEC 60598-1. Energy saving benefits System efficacy up to 182 Ims/W with significant energy savings over Pulse Start Metal Halide luminaires. Optional control options provide added energy savings during unoccupied periods. Optical systems Site and Area optical distributions include Types 2 Medium, 3 Medium, 4 Medium 4 Wide, 5 Narrow, 5 Medium, 5 Wide, and Auto Front Row. LEED Corner Left, LEED Corner Right, and Backlight Control distributions also available to provide excellent cutoff to meet the most stringent requirements at property lines. Optional internal shields mount to LED optics and are available with Type 2M, 3M, and 4M distributions. Types 2M and 3M can be rotated at 901 or 2701 when specified, and are factory set only. Site and Area optics shall be performance tested per LM-79 and TM-15 (IESNA) certifying their photometric performance. Luminaire designed with 0% uplight (UO per IESNA TM-15). Precision Plus optical distributions include Types 2, 3, 4 and 5 and are designed to illuminate pedestrian scale applications by providing lower glare, while still achieving desired distribution, optimized spacing, and excellent uniformity. Optics are made of optical grade polymer refractor lenses and shall be performance tested per LM-63, LM-79 and TM-15 (IESNA) certifying their photometric performance. Luminaire designed with 0% uplight (UO per IESNA TM-15). Mounting Standard luminaire arm mounts to square poles with knock -out on the arm to allow for mounting to 4" O.D. round poles. Standard arm casting can accomodate existing bolt spacing from 2" to 4-7/8". It is recommended to use the bolster plate kit OFF RMB when it's not a new installation or if the mounting holes are larger than 0.41" (10mm). OptiForm features a Mast Arm for Mounting to 2-3/8x4" tenon as well as wall mount casting for exterior building mount applications. Control options Dimming Leads Externally Accessible (DLEA): Access to 0-10V dimming leads supplied through back of luminaire (for secondary dimming controls by others). Cannot be used with other control options. Sensor Ready Zhaga Socket Connector (SRDR): Product is D4i Certified and equipped with Sensor Ready drivers connected to 4-pin Zhaga Book 18 compliant receptacle designed for sensor and other control system applications. Receptacle is rated IP66 assembly in a compact design that provides a sealed electrical interface and rated UV resistance, mounted on underside of the luminaire, protective dust cap included. When a controller not provided by Signify is used with Sensor Ready Zhaga socket connector, the controller must be certified to work with the Xitanium SR LED drivers as part of the SR certified program. SRDR can be used with NEMA 7-pin twist lock receptacle, which is mounted on top of the luminaire. Automatic Profile Dimming (CS/CM/CE/CA): Standard dimming profiles provide flexibility towards energy savings goals while optimizing light levels during specific dark hours. Dimming profiles include two dimming settings including dim to 30% or 50% of the total lumen output. When used in combination with not programmed motion response it overrides the controller's schedule when motion is detected. After 5 minutes with no motion, it will return to the automatic diming profile schedule. Automatic dimming profile scheduled with the following settings: • CS50/CS30: Security for 7 hours night duration (Ex., 11 PM - 6 AM) • CM50/CM30: Median for 8 hours night duration (Ex., 10 PM - 6 AM) All above profiles are calculated from mid point of the night. Dimming is set for 6 hours after the mid point and 1 or 2 hours before depending of the duration of dimming. Cannot be used with other dimming control options Field Adjustable Wattage Selector (FAWS): Luminaire equipped with the ability to manually adjust the wattage in the field to reduce total luminaire lumen output and light levels. Comes pre-set to the highest position lumen output selected. Use chart below to estimate reduction in lumen output desired. Cannot be used with other control options or motion response. 1 25% 6 80% 2 50% 7 85% 3 55% 8 90% 4 65% 9 95% 5 75% 10 100% Note: Typical value accuracy+/- 5% Motion response options Bi-Level Infrared Motion Response (BL50): Motion Response module is mounted integral to luminaire factory pre-programmed to 50% dimming when not ordered with other control options. BL-IMRI is set/operates in the following fashion: The motion sensor is set to a constant 50%. When motion is detected by the PIR sensor, the luminaire returns to full power/light output. Dimming on low is factory set to 50% with 5 minutes default in "full power" prior to dimming back to low. When no motion is detected for 5 minutes, the motion response system reduces the wattage by 50%, to 50% of the normal constant wattage reducing the light level. Other dimming settings can be provided if different dimming levels are required (contact Technical Support for details). Infrared Motion Response with Other Controls: When used in combination with other controls (Automatic Dimming Profile), motion response device will simply override controller's schedule with the added benefits of a combined dimming profile and sensor detection. In this configuration, the motion response device cannot be re -programmed with FSIR-100 Wireless Remote Programming Tool. The profile can only be re -programmed via the controller. Infrared Motion Response Lenses (1-2): Infrared Motion Response Integral module is available with two different sensor lens types to accommodate various mounting heights and occupancy detection ranges. Lens #2 is designed for mounting heights 8' to 15'. Lens #3 is designed for higher mounting heights up to 20' with a 40' diameter coverage area. See charts for approximate detection patterns: Luminaire with #2 lens o 3' 24' 11' T 3' 0' 3' T 11' 24' 1 44 ft i OPF-S-OptiForm-Small 04/24 page 8 of 9 OPF-S OptiForm small Site & area luminaire Specifications (cont'd) Electrical Twist -Lock Receptacle (TR5/TR7): Twist Lock Receptacle with 5 pins enabling dimming or with 7 pins with additional functionality (by others) can be used with a twistlock photoelectric cell or a shorting cap. Dimming Receptacle Type B (5-pin) and Type D-24 (7-pin) in accordance to ANSI C136.41. Can be used with third -party control system. Receptacle located on top of luminaire housing. When specifying receptacle with twistlock photoelectric cell, voltage must be specified. When ordering 7-pin Twist -lock receptacle (TR7), all 7 pins are wired to respective pins with the Sensor Ready (SR) driver, and photocell or shorting cap is not included. When ordering a twist -lock receptacle with a photocell (TLP), the receptacle used is a 7-pin receptacle, with pins 6 and 7 connected to SR DALI driver. 0-10V dimming leads (pins 4 and 5) are connected if not ordered with any other dimming option. Driver: Driver efficiency (>90% standard). 120-480V available (restrictions apply). Open/short circuit protection. All drivers are 0-10V dimming to 10% power standard, except when using Sensor Ready (SR) drivers, which uses DALI protocol (options CS50/CM50/CS30/CM30, SRDR, and TR7). Drivers are RoHS and FCC Title 47 CFR Part 15 compliant. Button Photocontrol (PCB): Button style design for internal luminaires mounting applications. The photocontrol is constructed of a high impact UV stabilized polycarbonate housing. Rated voltage of 120V or 208-277V with a load rating of 1000 VA. The photocell will turn on with 1-4Fc of ambient light. Surge protection (SP1/SP2): Surge protection device tested in accordance with ANSI/IEEE C62.45 per ANSI/IEEE C62.41.2 Scenario I Category C High Exposure 10kW10kA waveforms for Line -Ground, Line -Neutral and Neutral -Ground, and in accordance with DOE MSSLC Model Specification for LED Roadway Luminaires Appendix D Electrical Immunity High test level 10kV/10kA. 20kV / 10kA surge protection device that provides extra protection beyond the SP1 10kW10kA level. Listings UL/cUL wet location listed to the UL 1598 standard, suitable for use in ambient temperatures from -400 to 400C (-400 to 1040F). All Optiform configurations are qualified under Design Lights Consortium Premium classification. Consult DLC Qualified Products list to confirm your specific luminaire selection is approved. CCTs 3000K and warmer are Dark Sky Approved. Finish Each standard color luminaire receives a fade and abrasion resistant, electrostatically applied, thermally cured, triglycidal isocyanurate (TGIC) textured polyester powdercoat finish. Standard colors include bronze (BZ), black (BK), white (WH), dark gray (DGY), and medium gray (MGY). Consult Factory for specs on optional, custom colors, and marine grade paint. Service Tag Each individual luminaire is uniquely identifiable, thanks to the Service tag application. With a simple scan of a OR code, placed on the inside of the mast door, you gain instant access to the luminaire configuration, making installation and maintenance operations faster and easier, no matter what stage of the luminaire's lifetime. Just download the APP and register your product right away. For more details visit: signify.com Warranty OptiForm luminaires feature a 5-year limited warranty See signify.com/warranties for complete details and exclusions. AdLpw IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES DESCRIPTIVE INFORMATION (From Photometric File) IESNA:LM-63-2002 [TEST] Scaled From OPF-M-A15-740-T3M [TESTLAB] SIGNIFY CANADA LTD (Boisbriand) [ISSUEDATE] 11/01/2022 [MANUFAC] SIGNIFY CANADA LTD [LUMCAT] OPF-S-A03-727-T3M [LUMINAIRE] OptiForm - Small, 40 LED's, 2700K CCT, TYPE T3M OPTIC, 70CRI [LAMP] (1) LDGN66 Array(s) DRIVEN AT 1000mA LABSOLUTELUMENS] 8670.1 ABSOLUTE LUMENS DELIVERED [OTHER] DATA SHOWN IS ABSOLUTE LUMENS [OTHER] TESTED PER LM-79 CHARACTERISTICS IES Classification Longitudinal Classification Lumens Per Lamp Total Lamp Lumens Luminaire Lumens Downward Total Efficiency Total Luminaire Efficiency Luminaire Efficacy Rating (LER) Total Luminaire Watts Ballast Factor Upward Waste Light Ratio Maximum Candela Maximum Candela Angle Maximum Candela (<90 Degrees Vertical) Maximum Candela Angle (<90 Degrees Vertical) Maximum Candela At 90 Degrees Vertical Maximum Candela from 80 to <90 Degrees Vertical Cutoff Classification (deprecated) Type III Medium N.A. (absolute) N.A. (absolute) 8670 N.A. (absolute) N.A. (absolute) 136 63.59 1.00 0.00 5227.537 60H 71V 5227.537 60H 71V 0 (0.0% Luminaire Lumens) 1346.124 (15.5% Luminaire Lumens) N.A. (absolute) Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 1 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES LUMINAIRE CLASSIFICATION SYSTEM (LCS) Lumens % Lamp % Luminaire FL - Front -Low (0-30) 739.9 N.A. 8.5 FM - Front -Medium (30-60) 2907.7 N.A. 33.5 FH - Front -High (60-80) 2614.6 N.A. 30.2 FVH - Front -Very High (80-90) 147.8 N.A. 1.7 BL - Back -Low (0-30) 459.1 N.A. 5.3 BM - Back -Medium (30-60) 1005.5 N.A. 11.6 BH - Back -High (60-80) 724.4 N.A. 8.4 BVH - Back -Very High (80-90) 71.1 N.A. 0.8 UL - Uplight-Low (90-100) 0.0 N.A. 0.0 UH - Uplight-High (100-180) 0.0 N.A. 0.0 Total 8670.1 N.A. 100.0 BUG Rating B2-UO-G2 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 2 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION Vert. Horizontal Angles Angles 0_0 5_0 15.0 25.0 35.0 45.0 55.0 60.0 62.5 65.0 0 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1 1379.915 1376.925 1376.552 1373.806 1372.163 1369.734 1366.033 1363.142 1363.309 1361.714 2 1402.191 1401.309 1399.197 1395.708 1393.197 1388.079 1381.611 1377.523 1376.995 1373.886 3 1420.007 1422.220 1420.751 1416.046 1412.912 1404.441 1399.454 1392.648 1390.496 1387.702 4 1439.892 1442.408 1441.632 1433.986 1432.824 1423.027 1416.252 1408.576 1405.191 1402.237 5 1460.859 1460.548 1460.971 1453.544 1451.699 1441.193 1433.583 1425.023 1420.138 1417.519 6 1480.894 1478.878 1479.720 1472.643 1470.767 1459.591 1450.529 1442.888 1436.776 1433.639 7 1495.885 1496.556 1496.896 1490.554 1489.144 1478.429 1468.325 1460.739 1453.854 1451.380 8 1516.591 1517.454 1514.520 1509.169 1507.739 1496.718 1486.978 1479.432 1474.786 1470.045 9 1539.072 1536.646 1534.881 1528.408 1525.999 1515.865 1505.897 1498.803 1494.112 1490.771 10 1558.200 1557.841 1557.206 1549.191 1544.725 1534.284 1525.454 1518.584 1514.716 1511.700 11 1582.519 1579.136 1579.949 1571.170 1565.471 1553.148 1545.262 1540.078 1536.438 1531.241 12 1609.375 1605.227 1604.640 1593.723 1585.975 1574.132 1566.663 1558.340 1556.152 1549.542 13 1641.640 1635.147 1630.948 1617.206 1610.044 1594.282 1587.526 1578.006 1576.757 1570.246 14 1672.853 1666.279 1657.838 1643.659 1633.707 1616.235 1607.081 1597.628 1595.938 1587.829 15 1705.541 1699.803 1688.400 1673.164 1658.138 1638.953 1626.958 1616.939 1616.057 1606.209 16 1741.453 1734.532 1723.270 1703.726 1684.176 1662.284 1646.534 1638.093 1632.166 1627.948 17 1779.454 1767.711 1758.056 1734.669 1713.308 1685.215 1665.316 1657.481 1650.699 1646.198 18 1815.913 1802.364 1792.890 1767.897 1742.206 1708.938 1682.860 1675.536 1669.550 1664.742 19 1851.097 1838.436 1827.390 1802.749 1775.951 1733.443 1705.233 1693.353 1686.152 1682.167 20 1886.019 1874.672 1861.827 1836.373 1806.382 1758.275 1723.927 1709.386 1702.400 1698.250 21 1905.027 1895.988 1884.758 1871.765 1837.697 1784.551 1742.982 1726.156 1718.314 1713.966 22 1942.409 1926.748 1906.108 1890.422 1867.009 1812.923 1761.716 1742.581 1736.311 1728.936 23 1977.642 1962.906 1938.897 1914.574 1897.758 1842.712 1781.620 1759.083 1750.615 1742.391 24 2009.269 1994.768 1971.520 1949.527 1905.623 1870.255 1800.874 1775.338 1764.546 1756.046 25 2039.347 2024.135 2003.661 1978.487 1934.248 1886.185 1821.539 1791.596 1778.670 1768.430 26 2064.654 2052.774 2030.728 2008.643 1963.203 1901.221 1845.223 1806.541 1793.660 1781.709 27 2089.011 2080.356 2058.970 2036.233 1993.008 1928.426 1865.059 1821.567 1808.436 1797.238 28 2112.610 2103.423 2081.293 2060.943 2024.118 1954.672 1882.323 1836.633 1824.948 1814.611 29 2137.616 2132.761 2104.416 2085.445 2050.883 1980.636 1900.685 1853.223 1842.636 1832.980 30 2170.303 2161.455 2132.875 2113.136 2079.459 2007.107 1895.672 1870.577 1860.819 1852.525 31 2203.118 2191.534 2163.115 2139.072 2108.543 2031.143 1914.834 1888.236 1879.786 1872.059 32 2233.569 2225.195 2192.120 2168.665 2138.308 2058.893 1926.832 1890.275 1894.971 1891.270 33 2268.794 2256.272 2227.751 2198.001 2166.370 2083.685 1946.522 1902.943 1896.113 1895.585 34 2304.997 2292.506 2260.686 2224.780 2192.465 2111.468 1966.002 1926.365 1916.380 1908.609 35 2342.593 2329.768 2297.795 2259.051 2221.787 2132.865 1989.149 1948.061 1936.278 1928.571 36 2374.594 2364.219 2334.497 2296.636 2253.244 2160.356 2015.483 1972.190 1960.880 1948.652 37 2411.810 2396.414 2367.648 2334.989 2294.145 2188.652 2041.140 1995.165 1981.932 1971.176 38 2448.062 2435.383 2401.552 2371.648 2337.863 2226.801 2071.484 2021.851 2004.898 1994.599 39 2492.210 2477.100 2442.901 2414.896 2388.674 2266.612 2104.459 2049.637 2031.302 2020.951 40 2536.113 2518.493 2490.903 2462.771 2439.247 2310.774 2144.884 2085.418 2064.194 2051.595 41 2573.318 2559.168 2534.376 2514.379 2491.805 2354.314 2189.991 2125.586 2101.942 2088.518 42 2611.138 2597.946 2580.023 2563.634 2539.160 2398.128 2236.135 2168.174 2147.449 2130.475 43 2647.449 2633.881 2622.866 2610.283 2582.854 2446.938 2285.431 2215.777 2191.818 2171.584 44 2684.875 2673.937 2667.704 2659.967 2619.289 2489.151 2330.875 2259.954 2236.403 2212.599 45 2727.043 2715.860 2712.153 2711.907 2653.708 2526.088 2366.978 2292.992 2270.355 2242.944 46 2770.456 2763.640 2758.871 2763.186 2700.866 2564.859 2393.258 2316.057 2291.942 2266.525 47 2816.772 2809.774 2806.314 2817.614 2755.812 2604.923 2415.305 2334.830 2301.731 2283.579 48 2844.115 2848.275 2853.472 2871.355 2813.247 2654.901 2442.204 2356.062 2319.993 2298.753 49 2870.629 2879.726 2893.489 2914.858 2876.875 2711.596 2479.827 2387.402 2345.779 2323.016 50 2892.997 2901.070 2923.658 2948.020 2944.975 2775.031 2525.776 2425.391 2385.322 2356.352 51 2915.338 2919.835 2950.936 2978.396 3013.775 2843.921 2581.869 2470.465 2427.202 2392.983 52 2943.848 2942.111 2971.580 3007.826 3084.544 2919.070 2641.099 2522.200 2474.241 2435.433 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 3 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 2974.250 2967.951 2986.211 3042.569 3149.896 2999.079 2708.888 2580.875 2524.721 2484.495 3007.010 2994.271 3000.103 3084.168 3219.797 3081.084 2780.655 2647.436 2585.412 2537.634 3033.446 3021.874 3027.848 3124.030 3289.905 3171.654 2865.536 2715.497 2650.494 2598.355 3057.991 3044.785 3053.092 3159.654 3352.640 3266.307 2955.589 2792.033 2720.382 2663.428 3064.081 3055.321 3074.721 3186.013 3406.290 3366.895 3049.217 2867.908 2796.219 2736.089 3035.027 3048.893 3087.071 3198.972 3453.798 3470.295 3153.589 2955.614 2881.359 2813.661 2966.422 3006.777 3081.058 3200.527 3488.722 3581.250 3265.594 3057.537 2973.252 2900.772 2867.467 2933.947 3046.276 3186.790 3506.748 3697.635 3395.171 3169.749 3078.479 2997.174 2765.817 2829.834 2981.416 3163.723 3503.042 3809.030 3535.504 3296.488 3192.492 3104.747 2644.261 2718.801 2897.519 3133.788 3476.489 3915.152 3697.389 3440.813 3325.568 3223.672 2437.853 2548.950 2795.739 3107.611 3442.860 3997.442 3879.670 3598.809 3475.232 3351.888 2103.124 2254.511 2616.594 3075.641 3419.431 4045.701 4081.325 3779.121 3639.565 3498.623 1731.853 1881.394 2292.351 3004.457 3424.433 4061.018 4297.987 3991.480 3825.631 3659.328 1320.166 1476.270 1900.131 2805.368 3479.392 4048.513 4517.305 4221.944 4033.079 3839.990 988.742 1103.218 1492.507 2442.583 3542.282 4026.470 4730.002 4475.564 4264.864 4035.437 777.059 839.206 1111.760 1983.819 3525.552 4058.142 4910.093 4725.324 4507.534 4248.160 654.143 692.207 868.599 1534.766 3320.748 4166.764 5028.241 4953.739 4737.894 4464.860 571.765 603.256 727.957 1159.361 2942.759 4334.195 5051.385 5128.777 4948.854 4673.332 505.148 531.571 635.585 941.036 2419.189 4463.655 4969.821 5227.537 5110.116 4859.294 446.886 469.995 561.421 813.690 1877.605 4417.560 4815.661 5202.202 5171.632 4974.629 396.364 413.503 489.851 712.360 1429.964 4086.924 4632.848 5001.804 5071.264 4961.204 347.662 363.144 424.277 619.538 1152.448 3491.509 4412.946 4634.559 4782.797 4760.805 303.360 319.358 367.212 537.159 980.737 2797.981 4128.198 4162.825 4292.972 4347.750 268.498 281.540 319.446 459.724 842.088 2089.598 3703.350 3663.669 3720.741 3763.039 242.927 251.749 280.551 390.931 717.072 1488.563 3093.848 3137.909 3075.576 3043.153 217.114 224.292 248.090 333.460 605.132 1094.350 2328.510 2481.340 2365.272 2260.897 191.911 196.838 218.212 284.431 514.622 907.104 1627.248 1766.735 1696.672 1624.156 168.402 171.535 189.197 242.157 440.779 777.910 1157.981 1237.412 1224.079 1210.673 143.032 146.021 160.407 201.281 365.491 648.297 916.638 963.947 965.138 968.176 118.494 123.503 134.112 166.891 302.622 525.762 762.946 788.677 789.826 793.212 96.750 104.007 111.746 136.468 243.916 423.170 636.347 659.996 653.259 650.311 76.536 85.160 90.226 108.317 193.894 330.915 507.190 566.634 543.156 526.706 59.834 67.683 71.295 83.065 148.743 254.805 394.423 460.641 432.398 403.852 44.865 51.313 54.380 60.926 109.457 188.435 292.983 317.520 302.736 279.142 30.722 35.400 38.733 42.532 76.196 126.344 191.796 199.146 188.331 173.266 17.902 21.718 23.786 26.353 41.870 64.338 91.968 91.228 85.655 74.040 6.960 9.410 10.301 11.065 14.501 17.060 15.644 13.982 14.615 12.241 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 4 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 5 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 165 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 166 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 167 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 168 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 169 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 170 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 171 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 172 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 173 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 174 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 175 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 176 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 177 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 178 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 179 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 180 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Vert. Horizontal Angles Angles 67.5 70.0 72.5 75.0 77.5 80.0 82.5 85.0 87.5 90.0 0 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1 1359.490 1354.505 1357.108 1355.400 1353.653 1355.869 1353.686 1352.797 1350.787 1347.228 2 1369.631 1366.523 1365.906 1363.964 1361.807 1362.948 1358.408 1357.084 1353.972 1349.202 3 1384.404 1380.180 1376.916 1374.088 1369.124 1368.704 1364.722 1361.174 1358.525 1352.926 4 1398.144 1392.901 1389.505 1387.514 1381.653 1378.944 1373.934 1369.038 1363.899 1358.665 5 1412.675 1408.156 1403.697 1400.224 1393.439 1390.384 1385.930 1378.322 1369.688 1367.041 6 1426.098 1422.813 1417.207 1414.563 1407.584 1403.595 1398.203 1389.161 1378.865 1375.605 7 1442.988 1438.024 1433.814 1430.109 1422.908 1418.686 1411.837 1401.756 1390.081 1385.063 8 1462.618 1457.353 1452.527 1447.084 1439.325 1435.589 1426.456 1415.978 1405.098 1396.090 9 1481.569 1476.708 1471.571 1464.634 1457.195 1453.484 1442.476 1430.920 1419.839 1406.972 10 1503.803 1496.275 1491.806 1482.969 1475.659 1471.812 1460.649 1447.584 1435.637 1421.941 11 1524.694 1516.902 1512.125 1502.786 1495.106 1491.590 1479.552 1465.720 1451.714 1440.515 12 1545.355 1537.351 1531.017 1523.220 1517.429 1511.676 1498.965 1485.106 1469.109 1456.998 13 1566.527 1558.366 1551.416 1543.484 1537.949 1532.328 1518.575 1503.648 1485.055 1475.774 14 1585.348 1580.207 1571.965 1563.893 1558.796 1552.634 1538.279 1523.217 1504.513 1492.736 15 1605.582 1599.755 1591.059 1585.850 1579.819 1571.763 1558.270 1540.910 1526.108 1511.730 16 1622.850 1618.948 1610.539 1605.513 1599.840 1591.389 1577.654 1561.232 1546.568 1531.537 17 1641.477 1636.836 1628.295 1623.807 1618.269 1609.790 1597.276 1580.745 1566.665 1551.319 18 1659.417 1654.694 1647.814 1640.089 1636.555 1628.325 1616.304 1600.784 1585.802 1569.737 19 1677.050 1671.083 1663.348 1657.851 1654.516 1643.002 1631.916 1619.252 1603.482 1587.858 20 1693.881 1685.860 1680.627 1675.246 1672.093 1662.670 1648.528 1635.921 1620.783 1603.862 21 1709.393 1702.759 1697.036 1691.809 1684.405 1679.764 1665.261 1653.478 1638.331 1619.128 22 1723.504 1717.545 1711.727 1707.840 1701.339 1696.417 1682.337 1671.927 1655.856 1636.746 23 1735.296 1731.559 1727.340 1724.889 1718.892 1715.752 1701.463 1689.688 1673.828 1654.500 24 1748.192 1746.979 1744.176 1742.632 1738.480 1734.760 1720.197 1706.811 1691.479 1672.445 25 1765.164 1762.649 1761.891 1761.668 1757.717 1753.859 1738.059 1725.817 1708.508 1688.561 26 1781.757 1779.672 1780.137 1780.998 1776.843 1772.661 1757.922 1743.750 1725.051 1704.348 27 1799.187 1797.330 1797.510 1800.430 1796.250 1790.520 1777.592 1762.657 1744.062 1719.446 28 1818.190 1816.358 1816.829 1818.612 1816.875 1810.374 1796.002 1779.964 1761.080 1734.648 29 1836.449 1833.889 1835.166 1836.889 1836.071 1825.565 1814.190 1796.336 1776.329 1748.419 30 1855.040 1851.696 1853.896 1852.086 1854.852 1841.340 1831.504 1810.649 1791.943 1759.877 31 1873.219 1869.102 1870.669 1869.614 1871.415 1860.438 1848.900 1826.418 1806.115 1771.039 32 1891.073 1887.768 1888.599 1886.484 1887.968 1879.117 1863.976 1842.061 1818.914 1781.488 33 1896.078 1895.230 1893.386 1891.267 1891.813 1890.691 1880.962 1858.331 1832.212 1789.780 34 1903.752 1902.333 1899.535 1899.313 1901.303 1892.964 1896.106 1873.993 1845.925 1803.160 35 1923.708 1920.472 1916.618 1918.153 1919.393 1909.053 1894.034 1890.786 1859.812 1815.158 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 6 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 1943.486 1937.868 1936.527 1937.815 1936.853 1925.448 1909.892 1892.424 1873.354 1826.911 1965.502 1957.467 1958.869 1956.245 1954.357 1942.747 1928.349 1900.968 1887.034 1838.427 1988.263 1978.649 1980.042 1977.346 1970.570 1962.677 1947.187 1919.751 1888.811 1849.921 2014.080 2006.838 2005.309 2001.269 1994.837 1985.737 1964.363 1937.996 1902.044 1863.543 2041.979 2036.441 2033.473 2031.530 2022.162 2012.308 1986.932 1959.200 1916.576 1882.253 2078.357 2069.941 2066.989 2062.321 2054.500 2042.895 2017.336 1984.811 1938.802 1891.020 2118.511 2109.483 2104.307 2098.987 2090.412 2076.965 2052.127 2012.324 1964.097 1901.599 2161.123 2151.900 2142.781 2137.976 2128.115 2108.906 2083.431 2038.883 1985.885 1923.450 2197.313 2189.255 2175.593 2170.465 2158.529 2135.298 2108.931 2062.204 2004.351 1938.915 2232.672 2223.263 2210.691 2202.136 2183.655 2158.597 2125.832 2074.515 2014.812 1940.289 2255.318 2245.889 2234.181 2222.796 2203.780 2172.806 2133.831 2080.653 2022.885 1945.766 2267.891 2260.223 2248.161 2235.152 2210.402 2181.841 2141.278 2085.706 2025.561 1948.914 2282.906 2271.097 2261.175 2246.090 2218.780 2191.261 2148.511 2092.438 2031.936 1954.405 2305.615 2288.688 2277.017 2257.721 2232.783 2204.261 2162.626 2104.299 2038.740 1961.841 2333.856 2316.950 2295.690 2277.840 2252.771 2222.554 2181.122 2117.997 2051.955 1971.750 2364.274 2349.546 2323.502 2302.262 2281.021 2244.586 2200.617 2136.575 2067.069 1983.823 2404.484 2386.553 2359.155 2334.679 2311.789 2271.231 2221.687 2156.921 2084.902 1997.538 2451.817 2428.080 2399.478 2374.611 2344.544 2308.708 2252.964 2184.373 2104.710 2013.880 2503.033 2475.780 2443.556 2418.466 2382.418 2343.876 2286.517 2210.185 2129.721 2030.934 2561.252 2529.443 2493.645 2464.574 2428.694 2383.486 2322.336 2243.523 2155.901 2052.033 2621.622 2586.061 2546.356 2515.123 2477.368 2425.746 2362.107 2277.770 2185.066 2074.188 2687.557 2648.382 2604.604 2570.747 2529.973 2474.762 2406.084 2317.221 2217.214 2101.032 2758.728 2716.961 2667.160 2631.134 2586.609 2524.239 2454.426 2363.954 2256.434 2133.343 2842.871 2790.517 2744.888 2701.190 2650.287 2584.492 2507.917 2409.973 2295.411 2170.863 2932.703 2876.668 2823.290 2770.378 2715.989 2646.373 2561.736 2460.848 2340.056 2205.838 3031.191 2970.129 2909.441 2848.677 2786.383 2710.236 2618.214 2512.903 2385.924 2249.071 3135.537 3071.235 3002.448 2932.794 2860.418 2778.426 2680.650 2563.568 2429.064 2292.839 3254.812 3179.883 3100.315 3021.070 2938.729 2846.798 2738.901 2615.868 2475.070 2332.711 3389.197 3297.629 3205.749 3112.639 3022.237 2919.031 2798.111 2666.304 2518.424 2371.530 3536.139 3425.003 3317.547 3212.851 3111.615 2996.280 2868.323 2727.290 2571.893 2413.030 3691.868 3563.016 3437.651 3323.378 3209.637 3085.425 2954.915 2799.964 2629.721 2453.757 3861.203 3705.786 3563.444 3442.744 3314.592 3185.132 3049.140 2871.899 2677.981 2486.068 4032.677 3853.830 3694.641 3559.673 3419.029 3284.579 3130.276 2929.787 2721.458 2515.745 4209.075 4008.716 3831.074 3677.769 3522.507 3376.925 3202.626 2985.874 2758.015 2543.633 4396.346 4160.077 3967.882 3792.871 3627.280 3460.044 3268.743 3034.652 2799.575 2563.998 4570.930 4298.687 4083.671 3896.646 3718.265 3531.474 3327.292 3080.578 2822.694 2578.958 4696.451 4409.746 4173.023 3966.625 3789.786 3595.362 3379.271 3115.606 2841.575 2587.332 4729.250 4447.508 4195.235 3979.856 3805.622 3607.751 3391.932 3119.805 2842.353 2580.060 4596.511 4347.115 4091.006 3866.879 3686.270 3504.286 3305.560 3053.792 2796.931 2544.954 4258.967 4043.977 3803.160 3585.319 3401.651 3246.505 3082.380 2879.169 2674.261 2452.135 3707.808 3528.520 3309.331 3103.205 2943.252 2842.184 2719.203 2586.073 2445.724 2282.925 2963.843 2809.994 2649.748 2528.579 2423.782 2363.559 2298.516 2224.164 2137.447 2038.668 2186.155 2089.881 2023.690 1965.753 1936.976 1924.191 1906.747 1883.839 1841.240 1797.949 1579.366 1543.274 1537.077 1557.595 1572.404 1588.810 1598.619 1591.210 1580.807 1553.941 1204.210 1198.007 1225.871 1264.573 1287.603 1310.465 1321.529 1332.262 1346.124 1329.337 967.810 964.390 990.294 1026.073 1044.551 1058.083 1075.117 1092.705 1126.656 1119.043 781.318 773.411 796.942 815.119 818.940 823.766 830.911 860.708 912.357 914.931 630.395 613.339 618.621 614.487 604.664 594.118 600.900 640.284 706.603 712.903 496.224 468.347 452.013 433.524 406.228 396.530 407.459 451.238 514.520 518.169 366.695 327.946 298.580 276.238 252.742 246.523 257.905 298.257 347.382 343.008 243.304 209.014 180.808 166.539 152.079 148.606 152.276 176.516 207.033 202.036 149.827 120.025 100.122 87.994 81.225 75.467 72.161 76.156 91.853 93.137 63.289 51.171 44.682 39.423 34.760 29.781 26.463 24.769 29.665 31.339 11.289 10.328 10.288 10.267 9.785 9.240 9.120 8.670 8.897 8.778 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 7 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 8 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 148 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 149 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 150 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 151 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 152 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 153 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 154 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 155 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 156 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 157 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 158 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 159 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 160 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 161 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 162 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 163 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 164 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 165 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 166 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 167 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 168 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 169 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 170 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 171 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 172 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 173 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 174 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 175 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 176 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 177 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 178 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 179 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 180 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Vert. Horizontal Angles Angles 92.5 95.0 97.5 100.0 102.5 105.0 107.5 110.0 112.5 115.0 0 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1 1349.071 1346.602 1348.580 1345.627 1342.321 1343.851 1341.556 1340.110 1339.684 1339.251 2 1349.799 1346.982 1347.175 1342.973 1340.193 1339.595 1335.370 1331.706 1330.927 1329.674 3 1350.547 1348.919 1345.305 1341.350 1338.489 1335.428 1330.292 1326.128 1323.197 1320.132 4 1354.462 1351.938 1346.473 1343.149 1336.998 1332.222 1325.019 1321.337 1317.331 1313.340 5 1360.348 1356.210 1349.779 1344.949 1338.086 1330.789 1321.893 1317.993 1311.299 1307.422 6 1367.998 1362.568 1353.254 1346.950 1338.237 1329.955 1320.807 1314.471 1306.956 1300.514 7 1377.695 1369.465 1359.099 1351.173 1339.496 1331.147 1321.034 1312.801 1302.680 1295.580 8 1388.648 1378.159 1368.294 1356.935 1343.908 1335.660 1321.553 1311.371 1299.994 1292.642 9 1398.068 1387.462 1377.125 1363.770 1349.654 1339.801 1324.900 1312.555 1301.471 1290.223 10 1411.929 1398.826 1387.002 1374.254 1357.428 1344.607 1328.934 1314.215 1301.769 1289.006 11 1427.228 1411.623 1399.414 1384.158 1367.262 1350.214 1333.043 1316.201 1302.327 1287.816 12 1442.881 1425.610 1412.013 1395.654 1377.733 1357.375 1337.326 1319.344 1302.929 1286.452 13 1460.629 1440.387 1425.059 1407.056 1387.594 1364.555 1341.509 1322.557 1301.175 1285.083 14 1477.924 1456.497 1439.122 1419.326 1397.537 1372.780 1347.973 1325.267 1301.259 1282.933 15 1495.632 1474.622 1453.976 1431.724 1407.926 1379.714 1353.700 1329.776 1304.197 1279.326 16 1513.724 1490.799 1467.770 1445.122 1417.524 1386.012 1358.923 1331.746 1303.468 1274.785 17 1531.783 1507.260 1481.994 1456.313 1426.223 1393.272 1363.010 1332.191 1302.284 1270.046 18 1547.738 1522.494 1494.784 1466.756 1433.771 1398.603 1365.209 1331.873 1299.144 1264.650 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 9 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 1563.713 1536.473 1505.927 1476.103 1439.727 1403.485 1367.608 1329.848 1294.957 1257.652 1579.478 1549.666 1518.692 1482.978 1446.222 1407.784 1368.101 1327.415 1288.146 1249.714 1596.342 1563.265 1529.275 1492.568 1456.066 1413.884 1368.449 1325.368 1282.559 1240.510 1612.454 1575.834 1541.765 1500.815 1461.642 1415.692 1369.728 1323.118 1276.057 1231.551 1628.548 1588.863 1551.770 1509.626 1467.450 1419.865 1369.001 1320.065 1269.890 1220.006 1642.952 1604.352 1563.207 1519.329 1472.721 1422.231 1370.719 1316.207 1262.961 1209.527 1658.166 1618.403 1574.094 1526.857 1479.126 1423.692 1369.900 1312.415 1255.357 1196.747 1672.528 1631.051 1586.220 1533.184 1482.575 1425.457 1369.132 1307.807 1245.994 1183.850 1686.424 1642.941 1595.132 1539.539 1486.421 1426.085 1366.850 1302.104 1236.709 1169.783 1698.975 1653.944 1603.505 1546.902 1489.001 1427.442 1364.066 1295.793 1225.763 1154.888 1710.826 1663.646 1611.222 1551.151 1489.212 1428.170 1362.113 1288.564 1214.265 1139.208 1720.465 1672.282 1617.934 1556.638 1491.285 1427.849 1358.358 1281.766 1202.774 1123.135 1729.718 1679.311 1623.468 1559.834 1494.655 1426.697 1353.232 1272.985 1189.819 1106.782 1737.678 1684.934 1628.903 1563.830 1496.298 1423.519 1347.489 1264.376 1177.338 1091.640 1746.113 1692.520 1633.944 1567.705 1497.964 1422.974 1343.028 1255.502 1165.159 1077.095 1757.206 1700.412 1639.292 1570.171 1499.794 1422.239 1337.819 1247.272 1153.775 1064.062 1767.187 1708.368 1643.802 1573.258 1500.868 1420.680 1332.868 1238.417 1141.947 1051.528 1775.806 1715.389 1649.602 1574.851 1501.848 1417.799 1326.551 1228.954 1130.748 1040.295 1784.684 1722.781 1654.858 1578.415 1501.105 1413.115 1319.129 1218.675 1118.762 1028.162 1792.022 1726.241 1658.234 1580.574 1498.990 1408.401 1313.438 1209.418 1107.525 1017.348 1803.951 1733.858 1662.616 1582.915 1497.384 1405.334 1306.764 1199.265 1098.472 1005.922 1820.162 1748.162 1673.103 1587.968 1497.957 1402.127 1301.184 1191.756 1089.133 994.992 1835.440 1760.608 1681.834 1591.476 1498.603 1398.840 1294.389 1185.037 1079.178 984.451 1851.544 1773.776 1688.920 1597.245 1500.098 1393.765 1286.089 1176.930 1070.111 972.531 1867.986 1785.097 1696.498 1601.339 1501.549 1390.852 1279.357 1167.506 1059.101 960.255 1878.794 1791.848 1698.516 1602.398 1498.954 1385.650 1273.994 1159.236 1047.712 947.909 1879.603 1789.273 1693.343 1593.503 1486.373 1376.732 1264.041 1146.441 1034.941 934.218 1881.919 1785.459 1687.815 1584.662 1474.485 1363.730 1250.899 1132.061 1019.885 919.368 1883.621 1781.792 1684.886 1578.355 1464.971 1351.396 1238.185 1118.493 1004.899 904.160 1886.456 1781.937 1683.329 1574.204 1457.891 1342.548 1228.315 1108.268 993.080 890.271 1884.933 1782.632 1681.094 1570.397 1454.758 1335.616 1219.182 1099.049 982.585 878.144 1884.543 1785.230 1680.060 1567.267 1450.394 1330.240 1210.036 1088.400 970.817 865.866 1892.123 1793.188 1681.984 1564.765 1446.287 1326.027 1202.028 1079.018 959.314 853.238 1900.454 1803.448 1685.238 1564.977 1444.596 1322.436 1195.840 1069.568 948.435 840.789 1907.756 1813.798 1691.920 1566.175 1444.131 1320.638 1190.074 1060.023 937.033 827.766 1921.517 1823.177 1698.954 1569.444 1445.204 1318.569 1182.681 1050.883 924.951 813.312 1939.328 1836.894 1707.585 1575.260 1447.655 1317.123 1180.013 1042.025 911.011 799.040 1957.251 1852.526 1714.994 1584.386 1454.664 1318.511 1177.980 1032.710 898.658 783.882 1976.741 1867.342 1732.062 1595.636 1462.088 1322.133 1177.305 1024.389 885.552 767.931 2005.075 1883.720 1753.852 1609.105 1473.535 1328.036 1177.977 1019.005 873.290 751.587 2034.957 1907.654 1776.304 1628.561 1486.154 1336.557 1179.763 1014.947 862.240 735.669 2069.700 1930.652 1802.484 1650.578 1501.189 1345.421 1181.433 1011.669 852.680 721.776 2110.737 1963.160 1832.406 1678.053 1519.669 1358.929 1185.154 1010.238 843.527 707.041 2149.189 2002.094 1867.109 1709.273 1545.135 1375.313 1192.086 1009.503 834.958 693.068 2186.748 2037.492 1893.091 1742.941 1576.252 1398.696 1205.391 1011.862 827.394 678.762 2221.762 2069.585 1913.011 1773.980 1605.829 1423.111 1220.236 1015.940 821.815 664.008 2256.675 2097.707 1940.992 1800.507 1632.141 1444.977 1234.990 1018.605 814.935 647.890 2285.537 2120.893 1961.742 1822.854 1652.315 1460.923 1245.385 1016.582 803.253 629.067 2304.691 2133.081 1974.842 1839.526 1666.851 1473.369 1249.767 1011.064 787.040 608.767 2319.603 2141.322 1981.616 1849.315 1676.359 1479.181 1248.189 1000.052 767.903 587.282 2334.288 2146.566 1981.243 1848.540 1679.394 1480.095 1242.341 986.650 746.759 563.585 2347.479 2149.192 1974.395 1835.266 1666.864 1470.032 1230.487 968.244 722.824 538.717 2356.622 2146.779 1954.799 1807.127 1635.669 1442.196 1205.446 941.212 696.033 514.040 2360.415 2143.012 1937.767 1764.463 1582.398 1389.146 1161.379 899.747 662.605 488.485 2352.558 2132.269 1911.303 1713.074 1509.527 1309.248 1092.078 842.147 619.094 458.625 2316.262 2101.300 1886.396 1641.849 1413.598 1197.591 993.708 762.731 563.252 424.344 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 10 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 2246.803 2038.526 1815.898 1547.905 1297.731 1068.818 868.350 668.180 500.523 385.886 2117.442 1936.707 1700.367 1419.139 1156.768 920.554 737.104 568.437 432.661 343.331 1923.696 1786.661 1540.127 1258.213 994.391 777.354 608.244 472.293 367.222 299.028 1715.218 1574.182 1336.560 1069.981 825.813 631.639 490.977 386.821 309.290 254.712 1489.012 1346.369 1117.462 876.575 663.340 501.062 391.203 315.827 256.463 213.281 1268.864 1120.458 907.524 696.592 518.742 391.253 309.547 254.802 208.736 176.400 1056.170 911.291 715.428 534.460 395.490 302.290 245.228 200.936 167.364 140.280 844.279 700.135 526.902 384.857 291.587 228.724 188.399 155.021 129.027 108.805 628.236 492.252 356.390 258.439 206.213 164.457 134.790 110.903 92.560 79.917 432.541 319.087 229.816 176.221 144.551 117.322 94.893 77.649 65.096 59.488 266.290 194.480 144.986 118.321 98.371 80.092 62.188 50.838 46.002 44.838 145.062 109.048 84.573 74.131 63.144 49.079 38.928 34.325 32.733 33.463 64.894 49.838 44.507 40.061 33.435 27.978 25.103 23.671 22.972 23.738 24.615 18.883 18.683 17.676 16.827 15.933 15.328 14.657 14.108 14.558 8.728 8.542 8.198 8.185 8.208 8.038 8.124 7.916 7.591 7.835 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 11 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 131 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 132 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 133 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 134 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 135 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 136 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 137 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 138 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 139 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 140 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 141 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 142 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 143 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 144 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 145 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 146 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 147 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 148 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 149 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 150 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 151 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 152 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 153 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 154 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 155 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 156 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 157 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 158 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 159 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 160 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 161 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 162 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 163 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 164 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 165 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 166 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 167 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 168 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 169 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 170 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 171 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 172 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 173 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 174 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 175 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 176 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 177 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 178 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 179 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 180 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Vert. Horizontal Angles Angles 117.5 120.0 125.0 135.0 145.0 155.0 165.0 175.0 180.0 0 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1350.556 1 1338.188 1338.465 1335.836 1331.968 1329.208 1326.171 1325.549 1324.041 1326.692 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 12 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 1326.583 1324.056 1320.915 1313.762 1308.086 1301.080 1299.515 1296.373 1299.683 1316.657 1313.365 1306.865 1295.409 1285.963 1276.639 1273.292 1270.459 1271.305 1307.496 1302.965 1295.791 1279.652 1265.288 1254.601 1248.878 1244.897 1245.771 1300.113 1293.469 1283.247 1263.622 1245.626 1232.669 1224.265 1217.577 1219.547 1293.226 1285.113 1271.059 1247.816 1225.976 1209.851 1200.261 1192.476 1193.139 1286.099 1277.439 1261.200 1233.217 1206.153 1185.172 1171.491 1164.027 1167.086 1281.389 1271.375 1251.316 1216.690 1185.745 1159.989 1143.187 1133.069 1137.921 1277.365 1266.496 1242.298 1201.266 1165.333 1132.341 1111.828 1100.136 1103.934 1274.340 1261.073 1235.037 1184.450 1141.833 1104.400 1080.239 1068.019 1070.700 1271.342 1255.304 1225.421 1167.312 1116.667 1075.559 1049.680 1037.797 1039.759 1267.038 1250.374 1215.090 1148.954 1090.559 1048.612 1020.966 1009.297 1009.938 1263.218 1242.311 1203.090 1127.881 1062.322 1019.788 993.756 982.337 981.746 1258.374 1235.930 1190.383 1105.767 1034.201 993.384 968.421 956.758 959.568 1252.044 1227.070 1177.205 1082.757 1009.716 968.743 944.908 932.807 935.488 1245.477 1217.128 1162.660 1059.380 984.923 945.971 923.474 909.895 911.690 1238.435 1208.094 1146.850 1034.849 962.041 923.137 902.290 889.223 889.582 1229.301 1196.138 1128.345 1009.062 940.998 903.991 881.555 868.880 868.689 1217.532 1183.267 1108.320 984.997 920.233 884.094 862.832 848.699 849.256 1205.967 1168.376 1085.924 961.733 900.128 866.560 845.542 832.409 832.394 1194.355 1152.807 1062.545 938.984 881.474 849.195 830.134 818.064 820.601 1181.371 1133.924 1038.240 918.109 864.090 834.658 816.576 805.505 807.264 1166.801 1114.692 1016.407 900.227 848.722 820.737 804.500 796.427 795.730 1151.538 1094.929 993.664 883.713 835.114 807.870 794.456 788.150 787.281 1136.107 1074.604 969.833 868.925 821.670 796.663 784.129 780.475 779.892 1119.360 1053.841 948.862 854.642 809.569 785.877 777.072 773.899 771.886 1101.422 1034.263 930.102 840.952 797.944 775.208 769.277 769.274 767.550 1083.656 1014.916 913.191 828.332 786.093 767.603 764.296 767.073 766.383 1064.661 995.129 898.912 815.094 774.660 758.657 761.296 766.997 765.751 1046.540 977.331 882.453 802.510 764.308 752.105 761.583 771.001 769.327 1028.658 960.117 869.536 791.338 753.349 746.841 762.108 776.171 774.156 1012.658 944.594 857.335 780.468 743.626 741.843 763.178 779.522 779.788 996.922 929.899 846.393 768.740 733.548 737.880 763.754 781.802 784.912 982.794 916.734 834.588 757.439 723.020 733.264 761.844 783.935 787.675 969.587 903.431 823.262 744.577 712.760 727.292 758.788 784.911 789.572 956.029 891.881 812.818 732.000 701.417 719.393 754.482 782.749 787.823 944.730 881.510 803.821 720.753 690.596 708.648 746.167 777.277 782.242 933.002 870.852 794.884 708.331 679.204 698.232 736.112 768.431 774.143 923.226 859.461 784.423 695.350 668.440 686.497 723.791 754.368 760.427 911.919 848.228 774.590 682.621 655.923 673.396 707.166 738.608 745.706 900.740 835.888 763.300 671.096 642.959 659.207 690.594 720.699 728.657 888.710 824.701 751.152 658.130 628.590 644.724 674.169 703.588 710.983 875.118 812.696 737.446 644.247 612.774 629.084 659.679 689.588 697.560 862.360 800.766 723.458 630.108 597.461 614.730 645.577 680.352 687.766 848.879 787.724 708.801 615.798 581.855 600.347 635.112 678.709 685.480 834.128 773.735 692.538 600.591 567.159 587.325 629.308 684.447 692.201 818.875 758.813 677.921 583.998 552.559 575.489 629.076 694.322 703.553 806.298 745.154 661.474 566.078 538.885 564.738 628.643 702.561 711.582 792.141 731.632 645.831 547.334 523.174 552.725 626.995 705.677 718.082 778.093 717.065 630.749 528.751 507.123 541.360 624.310 704.561 719.311 763.479 703.078 616.556 511.010 490.989 531.064 620.768 702.824 719.531 749.052 689.469 603.196 493.382 474.551 521.629 615.851 698.457 718.007 734.341 674.850 589.259 476.441 459.414 513.419 609.828 693.836 712.240 721.942 660.285 573.623 458.949 445.733 506.179 600.733 684.808 706.064 707.115 645.641 558.346 442.289 432.786 497.309 590.834 679.050 698.885 690.824 631.357 541.549 427.821 420.567 489.702 583.131 676.025 695.806 673.579 615.470 525.081 413.430 409.241 481.400 577.608 676.619 695.303 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 13 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 657.052 599.316 509.542 399.927 398.924 473.740 573.925 680.206 700.583 641.044 583.283 494.418 386.237 389.190 466.328 574.029 686.500 706.951 625.980 566.337 478.740 373.077 380.084 458.372 577.082 695.784 715.449 610.468 550.706 462.738 361.610 371.243 451.992 582.763 707.444 726.348 595.357 535.614 447.537 349.610 361.428 447.471 591.802 720.021 738.765 579.284 520.126 431.056 336.548 351.725 445.320 603.369 734.395 752.201 562.823 504.571 413.920 325.937 340.467 445.220 614.754 746.504 764.211 545.770 487.282 395.367 315.409 329.417 446.587 626.033 759.580 776.450 527.555 468.737 377.338 304.429 318.295 449.495 638.736 772.760 788.743 506.217 448.273 360.305 293.966 308.390 453.393 651.883 785.235 798.514 483.779 425.847 341.868 283.639 299.071 457.767 664.816 793.742 807.334 458.652 401.137 322.657 271.451 291.582 462.855 674.863 797.726 810.654 432.803 376.606 302.883 255.052 283.884 467.872 681.890 793.672 803.703 407.641 353.593 283.432 239.747 279.087 474.343 684.596 781.219 793.071 386.801 332.229 265.778 225.325 274.259 480.694 684.306 767.955 779.485 365.276 313.304 247.574 211.272 269.154 483.358 679.297 758.855 767.213 340.892 292.182 229.817 199.602 263.407 482.709 667.637 751.997 762.534 314.163 269.231 211.192 189.061 258.308 476.859 647.969 737.634 753.308 283.456 244.630 194.095 178.272 251.657 462.310 619.999 714.118 733.032 249.187 216.318 175.270 167.311 243.638 440.249 581.199 654.796 673.734 214.413 188.651 155.063 155.195 230.623 410.584 524.827 560.096 577.244 181.187 159.336 136.625 142.391 212.884 367.522 451.549 448.066 455.268 148.679 131.371 120.791 128.799 195.028 314.070 390.261 375.906 372.950 119.952 107.470 106.393 114.482 176.069 271.473 345.310 327.223 322.021 96.289 90.626 93.081 99.135 156.049 238.992 298.165 279.950 279.091 76.327 77.068 78.935 83.972 134.362 210.303 256.157 231.420 230.501 60.043 63.004 65.231 68.887 111.423 180.209 214.006 195.465 196.559 46.934 49.724 52.736 53.100 86.559 133.774 162.770 150.250 157.565 35.278 37.698 40.313 38.574 54.085 86.731 110.181 94.321 107.357 24.773 26.210 27.754 24.694 27.605 44.547 69.491 50.932 68.802 14.759 15.552 15.378 13.978 13.459 18.867 23.834 22.247 32.216 7.809 7.572 7.182 6.395 5.628 5.068 3.509 3.093 4.233 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 14 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 15 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES CANDELA TABULATION - (Cont.) 170 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 171 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 172 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 173 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 174 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 175 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 176 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 177 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 178 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 179 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 180 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 0.000 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 16 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES COEFFICIENTS OF UTILIZATION 1.0 0.9 0.8 0.7 0.6 Coeff. Of Utiliz. 0.5 0.4 0.3 0.2 0.1 0.0 ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ 1 Street Width / Mounting Height FLUX DISTRIBUTION SS HS Percent Lumens Of Luminaire Downward Street Side 6410.0 73.9 Downward House Side 2260.2 26.1 Downward Total 8670.2 100.0 Upward Street Side 0.0 0.0 Upward House Side 0.0 0.0 Upward Total 0.0 0.0 Total Flux 8670.2 100.0 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 17 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES POLAR GRAPH Maximum Candela = 5227.537 Located At Horizontal Angle = 60, Vertical Angle = 71 # 1 - Vertical Plane Through Horizontal Angles (60 - 240) (Through Max. Cd.) # 2 - Horizontal Cone Through Vertical Angle (71) (Through Max. Cd.) Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 18 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES ISOFOOTCANDLE LINES OF HORIZONTAL ILLUMINANCE 3 2 1 101 1 1.75 2 2.75 3 4 5 1 I 5 I I 1 I I I I I I 5 I I I I 10 I I � I L — — — — — — — — i I I — — — — I I I� 2 — — — — — — — — —I— — — — — — — — — — — — — — — — — — I I I I I I I I I I I I I I I 0 1 2 2.25 3 3.75 4 Distance In Units Of Mounting Height Values Based On 10 Foot Mounting Height 1/2 Maximum Candela Trace Shown As Dashed Curve (+) = Maximum Candela Point House Side Street Side 5 6 7 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 19 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. IES ROAD REPORT PHOTOMETRIC FILENAME: OPF-S-A03-727-T3M.IES LUMINAIRE CLASSIFICATION SYSTEM (LCS) GRAPH Luminaire Lumens Uplight 290 218 1454 100 72 100 90------------ 90 80 80 60 60 30 30 Back 0 Front Luminaire Lumens: Front: Low=739.9, Medium=2907.7, High=2614.6, Very High=147.8 Back: Low=459.1, Medium=1005.5, High=724.4, Very High=71.1 Uplight: Low=0.0, High=0.0 BUG Rating : B2-UO-G2 Photometric Toolbox (R) Copyright 2002-2019 by Lighting Analysts, Inc. Page 20 Calculations based on published IES Methods and recommendations, values rounded for display purposes. Results derived from content of manufacturers photometric file. Attachment B Lumecon-LDS-SAL_10102024 Bid Item 8 grey mast arm moun ..:LumeconiSERIES DETROIT Description The sleek fixture design of the LDS -SAL is a blend of modern sophistication and unmatched energy efficiency. The LDS -SAL small area light includes the benefits of superior thermal efficiency, an industry -leading ten-year all -parts warranty, and custom optics ensuring best -in -class photometric results. Optimize photometric designs with greater pole spacing, uniformity, and lower energy usage. The LDS -SAL includes lumen packages up to 30,000 lumens allowing one -for -one replacements of existing HID fixtures up to 1000 Watt and is a perfect spec -grade solution for parking lots, pathways, tennis courts, and many other outdoor applications. Proudly Made in the USA. Technical Specifications Input Voltage: 120-277V or 347-480V. Housing: Die-cast aluminum housing with 60% gloss polyester powder coat finishes for maximum durability. The base aluminum material is prepared using an environmentally - friendly non -chrome 2-step surface cleaning and passivation process. The process results in a more durable conversion layer than traditional chromate conversion coatings and allows maximum adhesion of the powder coating to the aluminum substrate. Housing features an integrated heat sink and driver compartment built into the fixture design. Mounting: Mounting arm designed for a square / round pole (standard). Additional mounting options include a pole mounting arm adaptor. Split Circuit: Optional Effective Projected Area (EPA): 0.83 ft2 Color Temperature: 2200K, 2700K, 3000K, 4000K (standard), 5000K. LED Lifetime: All LEDs are rated for a minimum of 100,000 hours of continuous operation at ambient outdoor temperatures from-40°F/-40°C to 115°F/46°C. Color Rendering Index (CRI): Minimum of 80 or higher. CRI 90+ available upon request. CRI 90+ not available in 2200K. Dimming: 0-10V standard dimming capability. Custom Optics: Lumecon meticulously engineered premium acrylic optical lenses to maximize the distribution and uniformity of light while minimizing cost. Our arrays distribute light at least 21%further and with 29% more uniformity than leading competitors. Lumecon custom lenses create a uniform, well -lit environment that mitigates illuminance "hot spots" and use less wattage than typical LED area lights. Vandal Resistant: Our lens is also resistant to vandalism with a low compact design making the lens material dense and impact resistant. We build to withstand high abuse lighting environments. Surge Protection: Thermally protected 20kA/ 40kV varistor type surge suppressor is included and meets ANSI C136.2-2015: Extreme Level. Also meets IEC61643-11 Class II / EN61643-11 Type 2, and US Dept of Energy MSSLC Model Spec for surge protection. The device is wired in series with the luminaire input power in order to interrupt power to the luminaire when consumed, protecting the LED power supply and circuit boards from additional electrical surges. LDS - SAL LED Small Area Light Catalog Number: LDS-SAL/LFC-60-GR-T3-1-27-7P-DIM-TM Project: Cupertino Streetlighting Rebid- Shoe Box 8 Comments: Tenon mount for mast arm Prepared By: Date: 1 0/12/24 Lumecon ETD- System: The enhanced thermal dissipation system engines are thermally bonded to provide maximum thermal dissipation to the exterior of the fixture to ensure long life. To protect the light engine panel from moisture and corrosion, the LED light engine panel is uniformly coated with a UV stabilized acrylic polymer resin that meets MIL and ASTM dielectric standards, UL, and IPC standards for flammability, moisture resistance and thermal shock. Certification Data: ETL Listed to UL 1598, UL 8750 Wet Locations. 'Full compliance and test documentation is available for TM-21, LM-79, LM-80, ETL Listing to UL1598 and UL 8750.Salt Fog tested for 3,000 hours per ASTM B117-16 / ASTM D610-08. Ingress Protection: IP66 per ANSI/IEC 60529-2004. Passed 3G vibration @ 100K cycles, per ANSI C 136.31-2018. DesignLights Consortium® (DLC) Qualified Product: Unless noted, not all versions of this product may be DLC® qualified. For a complete list of Lumecon DLC® Qualified Products visit: www.designlights.org. Dimulator Photo -Control: Maximize the cost -saving benefits of your outdoor LED light fixtures with the stand-alone Dimming solution. All Dimulators (except for CD and DIM 3 versions) have three selectable dimming levels (30%,50%, 70%) with three different start times (10:00 pm, Midnight, or 2:00 am), which are selectable through the ten position selector switch located on the bottom of the base. All dimming schedules will return to full brightness at 5:00 am. The stand-alone unit is made to work with the ANSI C136.41 receptacle and will provide dimming of LED fixtures. Manufacturing Origin: US Manufactured and Assembled Buy American Act: The product is assembled in the USA and meets the Buy America(n) government procurement requirements under FAR, DFARS, and DOT regulations. Warranty: 10 Year L70 performance based warranty. For full warranty terms, please visit our website: www.lumecon.com Email: salesCollumemn.com Website: www.lumecon.com Phone: 248-477-5009 •�0• / Copyright © 2022 Lumecon U.C. All Rights Reserved. ,�,.+''`` Schedule Note: Specifications and photometric data are subject to change at any time without notice. Intertek IP66 Please see www.lumecon.com for current specifications and documentation. ...�.��.LuM2Fon SDETROIT ERIES Ordering Information LDS -SAL— Options / Ordering Example: LDS-SAL-110-DB-T5-1-50-MAS LDS - SAL LED Small Area Light Color Distribution ME= Mounting Methods 30 - 30 Watts DB - Dark Bronze T2 - Type II I 1 - 120v-277v 22 - 2200K 3 MAS - Mounting Arm (Square Pole) s 45 - 45 Watts GR - Gray T3 - Type 111 2 - 347v-480v 27 - 2700K s For a Round pole, add UARP option 60 - 60 Watts BK - Black T4 - Type IV 30 - 3000K s SF - Slip Fitter 75 - 75 Watts WH - White T5 - Type V 40 - 4000K TM - Tenon Mount e 80 - 80 Watts CC - Custom Color 50 - 5000K 85 - 85 Watts AF -Automotive Finish 95 - 95 Watts 110 - 110 Watts 125 - 125 Watts 160 - 160 Watts 200 - 200 Watts 220 - 220 Watts Options & Accessories UARP - Universal Adaptor Round Pole R - Receptacle Only IRS - Receptacle Only with Shorting Cap 7P - Seven -pin Twist Lock Photocell Receptacle Only PC1 - 120v-277v Button Eye Photocell 2 PC2 - 347v-480v Button Eye Photocell 2 PC3 - 120v-277v Twist Lock Photocell (10 year warranty) PC4 - 347v-480v Twist Lock Photocell (10 year warranty) OC1 - On/Off 3 OC2 - Dim/High 3.4 OC3 - On/Off w/Photocell' OC4 - Dim/High w/Photocell 3A SC - Split Circuit 5A7 33-00112 - External Glare Shield 33-00120 - Full Glare Snoot BB - Battery Back -Up (only available on the 30W - 80W models and on 120/277V models) BBCR - Battery Back -Up Cold Rated (only available on the 30W - 80W models and on 120/277v models) DIM4 - 105-305 VAC, 50/60 Hz with 10 position field adjustable selector switch DIM4-HV - High Voltage 312-530 VAC, 50/60 Hz with 10 position field adjustable selector switch DIM4-CD - Constant all-night Dimming DIM4-CD-HV - Constant all-night Dimming, 315-530 VAC 50/60Hz DIM4-CUL - 120 VAC. 50/60 Hz, cUL certified version with gray cover DIM4-ALC - Adaptive Lighting Control with 2% per year incremental increase to compensate for aging fixture DIM3-XX - Factory set dimming schedule (10 position selector switch not available) BS5 - Bird Spikes (Field Installed) BL - Backlight Louver(s) snap over LED Array(s) for Backlight Control at the source.' Notes: 1. For units with 7P the mounting must be restricted to +/-450 from horizontal aim per ANSI C1136.10-2010. If more than a 450 Tilt, use PC1 or PC2 2. Cannot be combined with Occupancy Sensor. Use OC3 or OC4 when Occupancy Sensor and Photocell are needed and aiming greater than 451 from horizontal. 3. Must note on PO Mounting Height for proper lens application 4. See Occupancy Sensor Default Settings Table 5. Split circuit is only available for 30W, 45W, 60W, and 80W models. 6. Split circuit is not compatible with Occupancy sensing our photo -eye control. 7. Split Circuit and Battery Back-up cannot both fit in the same housing. Battery Back -Up will require external. Battery Backup will only control one of the circuits. 8. 3000K or warmer, and fixed mounts must be ordered for IDA certification compliance. 9. Works with Type 2, Type 3 and Type 4 arrays. Sheet/LDS-SAL 10102024 • to DETROIT LDS - SAL LuM2C:on SERIES •-•• LED Small Area Light If OCC Sensor Option is selected, mounting height specifications need to be clarified: ❑ Mounting height between 0' - 10' If Mounting height and parameter settings not specified when ordered. Default mounting height is ❑ Mounting height between 10' - 20' 10-40' lens and preset factory settings. ❑ Mounting height over 20'+ OCC Sensor Patterns 0'- 10' Mounting Height 10'- 40'Mounting Height 40'+ Mounting Height I ■� Gfll��ii �►.i��llll ` ' ll�il12 Coverage Top View Coverage Top View Dimmed State High Level Photocell Operation Dwell Time Ramp -up Time Ramp -up Time Option (Unoccupied) (When occupied) (OC4 Option Only`) (Occupancy time delay) (From unoccupied (From occupied to occupied) to unoccupied) OC2 and OC4 I Approx. 20% Output 1100% Output I Enabled @ 1.5 FC* 15 Minutes I Disabled I Disabled *Note: OC2 and OC4 settings including photocell set point, high/low dim rates, and occupancy sensor time delay are all configurable by using the Wattstopper@ App. If any other settings are desired to be set at the factory, please note these changes on Purchase Order. Dimensions & Weights Model Width Length Height I W LDS -SAL 13.25" 19.25" 4.35" 15lbs L �6.70" (MAS) 10.72" (SF) LEM V -- 25.40"— Color Option Samples Due to variations in monitor settings and color printing settings, colors will not be exact. ire, DB-DARK ORGRAYBK-BLACK WH-WHITE BRONZE Sheet/LDS-SAL 10102024 DETROIT ::*'-:LumeC:onISERIES Mounting Method Dimensions 5it..: 78 5" LDS - SAL LED Small Area Light 2512" e3.11"' e2.99" 7" 188t to 3t" 02.50" 3.84.17" I-4.31"� I-3.35"— MAS - Square Pole Arm Dimensions 2.81 3.37 UARP - Universal Adaptor Round Pole TM - Tenon Arm Dimensions External Glare Shield and Full Glare Snoot Dimensions r-1.50-r a.00" 1 7.13" 1 8.50" Backlight Louver(s) 8.50" 33-00112 — External Glare Shield SF - Slip Fitter Arm Dimensions "I Field Installed for Forward Glare Reduction I = 4CO 141k 7.17' 33-00120 — Full Glare Snoot BL - Backlight Louver(s) snap over LED Array(s) for Backlight Control at the source. Works with Type 2, Type 3 and Type 4 arrays. Field Installed for Rear Glare Reduction Sheet/LDS-SAL 10102024 DETRIIIT .!-"LumeconiSERIES Performance Data LDS - SAL LED Small Area Light Type l 30 3.267 1 0 1 109 4.367 1 0 1 146 4.400 1 0 1 147 4900 1 0 1 163 4933 1 0 1 164 Tvpe3 30 3,300 1 0 1 110 4,400 1 0 1 147 4,433 1 0 1 148 4967 1 0 1 166 4967 1 0 1 166 LDS-SAL/LFC-30 Type4 30 3,233 1 0 1 108 4,300 1 0 1 143 4,367 1 0 1 146 4867 1 0 1 162 4900 1 0 1 163 Tvpe5 30 3,333 2 0 2 111 4,367 2 0 2 146 4.433 2 0 2 148 5033 2 0 2 168 5033 2 0 2 168 Type2 45 5,150 1 0 1 114 7,350 1 0 1 163 7,450 1 0 1 166 7700 1 0 1 171 7750 1 0 1 172 LDS-SAL/LFC-45 Type3 45 4,850 1 0 1 108 7,050 1 0 1 157 1 0 1 159 7300 1 0 1 162 7300 1 0 1 162 Type4 45 4,800 1 0 1 107 6,850 1 0 1 152 1 0 1 154 7250 1 0 1 161 7250 1 0 1 161 T e5 45 4,950 3 0 2 110 7100 3 0 2 158 3 0 2 160 7450 3 0 2 166 7500 3 0 2 167 Type 2 60 6,000 1 0 2 100 8,467 1 0 2 141 1 0 2 144 9000 1 0 2 150 9000 1 0 2 150 Type3 60 6,000 2 0 2 100 8,400 2 0 2 140 E97 2 0 2 142 9067 2 0 2 151 9133 2 0 2 152 LDS-SAL/LFC-60 Type4 60 5,933 2 0 2 99 8,267 2 0 2 138 2 0 2 140 8933 2 0 2 149 8933 2 0 2 149 T e5 60 6,133 3 0 3 102 8,533 3 0 3 142 3 0 3 144 9200 3 0 3 153 9267 3 0 3 154 Type2 75 6,333 2 0 2 84 9,750 2 0 2 130 2 0 2 131 11083 2 0 2 148 10250 2 0 2 137 LDS-SAL/LFC-75 Type3 75 6.250 2 0 2 83 9.583 2 0 2 128 2 0 2 130 11167 2 0 2 149 10333 2 0 2 138 Type4 75 1 6,583 2 0 2 88 9,417 2 0 2 126 9,583 2 0 2 128 10917 2 0 2 146 10083 2 0 2 134 Type5 75 7,167 3 0 3 96 9,750 3 0 3 130 9,917 3 0 3 132 11083 3 0 3 148 10250 3 0 3 137 Type 2 80 8,000 2 0 2 100 10,133 2 0 2 127 10,311 2 0 2 129 11733 2 0 2 147 10578 2 0 2 132 LDS-SAL/LFC-80 Type3 80 7.911 3 0 3 99 10,044 3 0 3 126 3 0 3 127 11822 3 0 3 148 10667 3 0 3 133 Type4 80 7,733 3 0 3 97 9,867 3 0 3 123 3 0 3 124 11644 3 0 3 146 10489 3 0 3 131 T e5 80 8 000 4 0 2 100 10133 4 0 2 127 4 0 2 129 11733 4 0 2 147 10578 4 0 2 132 Type2 85 9,917 2 0 2 117 12,089 2 0 2 142 2 0 2 143 12750 2 0 2 150 13317 2 0 2 157 LDS-SAL/LFC-85 T e3 85 10,011 3 0 3 118 12183 3 0 3 143 E14461 3 0 3 144 12844 3 0 3 151 13411 3 0 3 158 Type4 85 9,633 3 0 3 113 11,711 3 0 3 138 3 0 3 140 12372 3 0 3 146 13033 3 0 3 153 Tvpe5 85 10.106 4 0 2 119 12.372 4 0 2 146 4 0 2 148 13033 4 0 2 153 13694 4 0 2 161 Type 2 95 13,194 2 0 2 139 14,250 2 0 2 150 2 0 2 152 14989 2 0 2 158 15517 2 0 2 163 LDS-SAL/LFC-95 Tvpe3 95 13,300 3 0 3 140 14.356 3 0 3 151 14.567 3 0 3 153 14989 3 0 3 158 15622 3 0 3 164 Type4 95 12,878 3 0 3 136 13,933 3 0 3 147 413 3 0 3 148 14567 3 0 3 153 15200 3 0 3 160 Types 95 13,406 4 0 2 141 14,567 4 0 2 153 4 0 2 156 15306 4 0 2 161 15833 4 0 2 167 Type2 110 13 933 2 0 2 127 16 500 2 0 2 150 2 0 2 146 16133 2 0 2 147 16133 2 0 2 147 LDS-SAL/LFC-110 Type3 110 14,056 3 0 3 128 16,744 3 0 3 152 3 0 3 147 16256 3 0 3 148 16256 3 0 3 148 T e4 110 13.567 3 0 3 123 16133 3 0 3 147 3 0 3 144 15889 3 0 3 144 15889 3 0 3 144 Types 110 14,300 4 0 2 130 16,256 4 0 2 148 4 0 2 146 16133 4 0 2 147 16133 4 0 2 147 Type 2 125 15,417 2 0 2 123 18,472 2 0 2 148 2 0 2 146 17917 2 0 2 143 17917 2 0 2 143 LDS-SAL/LFC-125 Tvpe3 125 15,556 3 0 3 124 18,611 3 0 3 149 3 0 3 147 18056 3 0 3 144 18056 3 0 3 144 Type4 125 15,000 3 0 3 120 17,917 3 0 3 143 18,056 3 0 3 144 17778 3 0 3 142 17778 3 0 3 142 Tvpe5 125 15,556 4 0 2 124 18,194 4 0 2 146 18,194 4 0 2 146 18056 4 0 2 144 18056 4 0 2 144 Type2 160 19.200 2 0 2 120 22,933 2 0 2 143 23.289 2 0 2 146 24356 2 0 2 152 24356 2 0 2 152 LDS-SAL/LFC-160 Type3 160 19,378 3 0 3 121 23,111 3 0 3 144 23,467 3 0 3 147 24533 3 0 3 153 24533 3 0 3 153 Type4 160 19.022 3 0 3 119 22.756 3 0 3 142 22.933 3 0 3 143 24178 3 0 3 151 24178 3 0 3 151 Type5 160 19.378 5 0 3 121 23,289 5 0 3 146 23,289 5 0 3 146 24356 5 0 3 152 24356 5 0 3 152 Type2 200 21,333 2 0 2 107 27,333 2 0 2 137 27,556 2 0 2 138 27111 2 0 2 136 27778 2 0 2 139 LDS-SAL/LFC-200 Type3 200 21,556 3 0 3 108 27,556 3 0 3 138 27,778 3 0 3 139 27333 3 0 3 137 28444 3 0 3 142 Type4 200 21,111 3 0 3 106 26,000 3 0 3 130 27,333 3 0 3 137 26889 3 0 3 134 27556 3 0 3 138 Types 200 21,333 4 0 2 107 26.889 4 0 2 134 27 778 4 0 2 139 27333 4 0 2 137 27778 4 0 2 139 Type2 220 23,467 2 0 2 107 30,067 2 0 2 137 30,311 2 0 2 138 30311 2 0 2 138 30311 2 0 2 138 Tvpe3 220 23,711 3 0 3 108 30.311 3 0 3 138 30 556 3 0 3 139 30556 3 0 3 139 30556 3 0 3 139 LDS-SAL/LFC-220 Type4 220 23,222 3 0 3 106 28,600 3 0 3 130 30,067 3 0 3 137 30067 3 0 3 137 30067 3 0 3 137 T e5 220 23,467 4 0 2 107 29,578 4 0 2 134 30,556 4 0 2 139 30556 4 0 2 139 30556 4 0 2 139 Email: sales(ci),lumecon.com Website: www.lumecon.com Phone: 248-477-5009 Copyright © 2022 Lumecon I.I.C. All Rights Reserved. Note: Specifications and photometric data are subject to change at any time without notice. Please see www.lumecon.com for current specifications and documentation. Sheet / LDS-SAL_10102024 DETROIT :LumeConiSERIES Performance Data LDS - SAL LED Small Area Light Electrical Load Data t LDS-SAL-30 550 30 0.28 AC Current Load t• .t 0.16 0.14 0.12LDS-SAL-45 70.147 875 45 0.42 0.24 0.21 0.18LDS-SAL-60 1100 60 0.56 0.32 0.28 0.24 LDS-SAL-75 1475 75 0.70 0.40 0.36 0.31 0.18 LDS-SAL-80 1480 80 0.74 0.43 0.37 0.32 0.19 LDS-SAL-85 695 85 0.79 0.45 0.40 0.35 0.20 LDS-SAL-95 840 95 0.89 0.51 0.44 0.39 0.23 LDS-SAL-110 975 110 1.02 0.59 0.51 0.44 0.25 LDS-SAL-125 1150 125 1.16 0.67 0.58 0.50 0.29 LDS-SAL-160 1450 160 1.48 0.85 0.74 0.64 0.37 LDS-SAL-200 1642 200 1.86 1.06 0.92 0.82 0.48 LDS-SAL-220 1925 220 2.05 1.17 1.00 0.90 0.53 Lumen Maintenance Data in the table below references projected performance in a 25°C ambient and is based on 10,000 hours of LED testing. Performance data has been tested per IESNA LM-80-08 and projected per IESNATM-21-11. Use the lumen maintenance factor that corresponds to the desired number of operating hours below to calculate LLF. Fixture Model t LDS-SAL-30 1.0 Lumen Maintenance Factors @ 25°C, 25,000 50,000 70,000 100,000 0.99 0.96 0.92 0.85 LDS-SAL-45 1.0 0.99 0.96 0.92 0.85 LDS-SAL-60 1.0 0.99 0.96 0.92 0.85 LDS-SAL-75 1.0 0.99 0.96 0.92 0.85 LDS-SAL-80 1.0 0.99 0.96 0.92 0.85 LDS-SAL-85 1.0 0.99 0.96 0.92 0.85 LDS-SAL-95 1.0 0.99 0.96 0.92 0.85 LDS-SAL-110 1.0 0.99 0.96 0.92 0.85 LDS-SAL-125 1.0 0.99 0.96 0.92 0.85 LDS-SAL-160 1.0 0.99 0.96 0.92 0.85 LDS-SAL-200 1.0 0.99 0.96 0.92 0.85 LDS-SAL-220 1.0 0.99 0.96 0.92 0.85 Email: salesOlumecon.com Website: www.lumecon.com Phone: 248-477-5009 Copyright © 2022 Lumecon I.I.C. All Rights Reserved. Note: Specifications and photometric data are subject to change at any time without notice. Please see www.lumecon.com for current specifications and documentation. Sheet / LDS-SAL_10102024 Attachment C Lumecon-LDS-SAL 10102024 Bid Item 9 black mast arm mount ..:�SER,ES LDS -SAL ...:LumeconLED Small Area Light Description The sleek fixture design of the LDS -SAL is a blend of modern sophistication and unmatched energy efficiency. The LDS -SAL small area light includes the benefits of superior thermal efficiency, an industry -leading ten-year all -parts warranty, and custom optics ensuring best -in -class photometric results. Optimize photometric designs with greater pole spacing, uniformity, and lower energy usage. The LDS -SAL includes lumen packages up to 30,000 lumens allowing one -for -one replacements of existing HID fixtures up to 1000 Watt and is a perfect spec -grade solution for parking lots, pathways, tennis courts, and many other outdoor applications. Proudly Made in the USA. Technical Specifications Input Voltage: 120-277V or 347-480V. Housing: Die-cast aluminum housing with 60% gloss polyester powder coat finishes for maximum durability. The base aluminum material is prepared using an environmentally - friendly non -chrome 2-step surface cleaning and passivation process. The process results in a more durable conversion layer than traditional chromate conversion coatings and allows maximum adhesion of the powder coating to the aluminum substrate. Housing features an integrated heat sink and driver compartment built into the fixture design. Mounting: Mounting arm designed for a square / round pole (standard). Additional mounting options include a pole mounting arm adaptor. Split Circuit: Optional Effective Projected Area (EPA): 0.83 ft2 Color Temperature: 2200K, 2700K, 3000K, 4000K (standard), 5000K. LED Lifetime: All LEDs are rated for a minimum of 100,000 hours of continuous operation at ambient outdoor temperatures from-40°F/-40°C to 115°F/46°C. Color Rendering Index (CRI): Minimum of 80 or higher. CRI 90+ available upon request. CRI 90+ not available in 2200K. Dimming: 0-10V standard dimming capability. Custom Optics: Lumecon meticulously engineered premium acrylic optical lenses to maximize the distribution and uniformity of light while minimizing cost. Our arrays distribute light at least 21%further and with 29% more uniformity than leading competitors. Lumecon custom lenses create a uniform, well -lit environment that mitigates illuminance "hot spots" and use less wattage than typical LED area lights. Vandal Resistant: Our lens is also resistant to vandalism with a low compact design making the lens material dense and impact resistant. We build to withstand high abuse lighting environments. Surge Protection: Thermally protected 20kA/ 40kV varistor type surge suppressor is included and meets ANSI C136.2-2015: Extreme Level. Also meets IEC61643-11 Class II / EN61643-11 Type 2, and US Dept of Energy MSSLC Model Spec for surge protection. The device is wired in series with the luminaire input power in order to interrupt power to the luminaire when consumed, protecting the LED power supply and circuit boards from additional electrical surges. Catalog Number: LDS-SAL/LFC-60-BL-T3-1-27-7P-DIM-TM Project: Cupertino Streetlighting Rebid- Shoe Box 9 Comments: Tenon mount for mast arm Prepared By: Date: 1 0/12/24 Lumecon ETD- System: The enhanced thermal dissipation system engines are thermally bonded to provide maximum thermal dissipation to the exterior of the fixture to ensure long life. To protect the light engine panel from moisture and corrosion, the LED light engine panel is uniformly coated with a UV stabilized acrylic polymer resin that meets MIL and ASTM dielectric standards, UL, and IPC standards for flammability, moisture resistance and thermal shock. Certification Data: ETL Listed to UL 1598, UL 8750 Wet Locations. 'Full compliance and test documentation is available for TM-21, LM-79, LM-80, ETL Listing to UL1598 and UL 8750.Salt Fog tested for 3,000 hours per ASTM B117-16 / ASTM D610-08. Ingress Protection: IP66 per ANSI/IEC 60529-2004. Passed 3G vibration @ 100K cycles, per ANSI C 136.31-2018. DesignLights Consortium® (DLC) Qualified Product: Unless noted, not all versions of this product may be DLC® qualified. For a complete list of Lumecon DLC® Qualified Products visit: www.designlights.org. Dimulator Photo -Control: Maximize the cost -saving benefits of your outdoor LED light fixtures with the stand-alone Dimming solution. All Dimulators (except for CD and DIM 3 versions) have three selectable dimming levels (30%,50%, 70%) with three different start times (10:00 pm, Midnight, or 2:00 am), which are selectable through the ten position selector switch located on the bottom of the base. All dimming schedules will return to full brightness at 5:00 am. The stand-alone unit is made to work with the ANSI C136.41 receptacle and will provide dimming of LED fixtures. Manufacturing Origin: US Manufactured and Assembled Buy American Act: The product is assembled in the USA and meets the Buy America(n) government procurement requirements under FAR, DFARS, and DOT regulations. Warranty: 10 Year L70 performance based warranty. For full warranty terms, please visit our website: www.lumecon.com Email: salesCollumemn.com Website: www.lumecon.com Phone: 248-477-5009 •�0• / c 11� us t i h ♦° ®. Copyright © 2022 Lumecon LLC. All Rights Reserved. ,�,.+''`` Schedule Note: Specifications and photometric data are subject to change at any time without notice. Intertek IP66 Please see www.lumecon.com for current specifications and documentation. ...�.��.LuM2Fon SDETROIT ERIES Ordering Information LDS -SAL— Options / Ordering Example: LDS-SAL-110-DB-T5-1-50-MAS LDS - SAL LED Small Area Light Color Distribution ME= Mounting Methods 30 - 30 Watts DB - Dark Bronze T2 - Type II I 1 - 120v-277v 22 - 2200K 3 MAS - Mounting Arm (Square Pole) s 45 - 45 Watts GR - Gray T3 - Type 111 2 - 347v-480v 27 - 2700K s For a Round pole, add UARP option 60 - 60 Watts BK - Black T4 - Type IV 30 - 3000K s SF - Slip Fitter 75 - 75 Watts WH - White T5 - Type V 40 - 4000K TM - Tenon Mount e 80 - 80 Watts CC - Custom Color 50 - 5000K 85 - 85 Watts AF -Automotive Finish 95 - 95 Watts 110 - 110 Watts 125 - 125 Watts 160 - 160 Watts 200 - 200 Watts 220 - 220 Watts Options & Accessories UARP - Universal Adaptor Round Pole R - Receptacle Only IRS - Receptacle Only with Shorting Cap 7P - Seven -pin Twist Lock Photocell Receptacle Only PC1 - 120v-277v Button Eye Photocell 2 PC2 - 347v-480v Button Eye Photocell 2 PC3 - 120v-277v Twist Lock Photocell (10 year warranty) PC4 - 347v-480v Twist Lock Photocell (10 year warranty) OC1 - On/Off 3 OC2 - Dim/High 3.4 OC3 - On/Off w/Photocell' OC4 - Dim/High w/Photocell 3A SC - Split Circuit 5A7 33-00112 - External Glare Shield 33-00120 - Full Glare Snoot BB - Battery Back -Up (only available on the 30W - 80W models and on 120/277V models) BBCR - Battery Back -Up Cold Rated (only available on the 30W - 80W models and on 120/277v models) DIM4 - 105-305 VAC, 50/60 Hz with 10 position field adjustable selector switch DIM4-HV - High Voltage 312-530 VAC, 50/60 Hz with 10 position field adjustable selector switch DIM4-CD - Constant all-night Dimming DIM4-CD-HV - Constant all-night Dimming, 315-530 VAC 50/60Hz DIM4-CUL - 120 VAC. 50/60 Hz, cUL certified version with gray cover DIM4-ALC - Adaptive Lighting Control with 2% per year incremental increase to compensate for aging fixture DIM3-XX - Factory set dimming schedule (10 position selector switch not available) BS5 - Bird Spikes (Field Installed) BL - Backlight Louver(s) snap over LED Array(s) for Backlight Control at the source.' Notes: 1. For units with 7P the mounting must be restricted to +/-450 from horizontal aim per ANSI C1136.10-2010. If more than a 450 Tilt, use PC1 or PC2 2. Cannot be combined with Occupancy Sensor. Use OC3 or OC4 when Occupancy Sensor and Photocell are needed and aiming greater than 451 from horizontal. 3. Must note on PO Mounting Height for proper lens application 4. See Occupancy Sensor Default Settings Table 5. Split circuit is only available for 30W, 45W, 60W, and 80W models. 6. Split circuit is not compatible with Occupancy sensing our photo -eye control. 7. Split Circuit and Battery Back-up cannot both fit in the same housing. Battery Back -Up will require external. Battery Backup will only control one of the circuits. 8. 3000K or warmer, and fixed mounts must be ordered for IDA certification compliance. 9. Works with Type 2, Type 3 and Type 4 arrays. Sheet/LDS-SAL 10102024 • to DETROIT LDS - SAL LuM2C:on SERIES •-•• LED Small Area Light If OCC Sensor Option is selected, mounting height specifications need to be clarified: ❑ Mounting height between 0' - 10' If Mounting height and parameter settings not specified when ordered. Default mounting height is ❑ Mounting height between 10' - 20' 10-40' lens and preset factory settings. ❑ Mounting height over 20'+ OCC Sensor Patterns 0'- 10' Mounting Height 10'- 40'Mounting Height 40'+ Mounting Height I ■� Gfll��ii �►.i��llll ` ' ll�il12 Coverage Top View Coverage Top View Dimmed State High Level Photocell Operation Dwell Time Ramp -up Time Ramp -up Time Option (Unoccupied) (When occupied) (OC4 Option Only`) (Occupancy time delay) (From unoccupied (From occupied to occupied) to unoccupied) OC2 and OC4 I Approx. 20% Output 1100% Output I Enabled @ 1.5 FC* 15 Minutes I Disabled I Disabled *Note: OC2 and OC4 settings including photocell set point, high/low dim rates, and occupancy sensor time delay are all configurable by using the Wattstopper@ App. If any other settings are desired to be set at the factory, please note these changes on Purchase Order. Dimensions & Weights Model Width Length Height I W LDS -SAL 13.25" 19.25" 4.35" 15lbs L �6.70" (MAS) 10.72" (SF) LEM V -- 25.40"— Color Option Samples Due to variations in monitor settings and color printing settings, colors will not be exact. ire, DB-DARK ORGRAYBK-BLACK WH-WHITE BRONZE Sheet/LDS-SAL 10102024 DETROIT ::*'-:LumeC:onISERIES Mounting Method Dimensions 5it..: 78 5" LDS - SAL LED Small Area Light 2512" e3.11"' e2.99" 7" 188t to 3t" 02.50" 3.84.17" I-4.31"� I-3.35"— MAS - Square Pole Arm Dimensions 2.81 3.37 UARP - Universal Adaptor Round Pole TM - Tenon Arm Dimensions External Glare Shield and Full Glare Snoot Dimensions r-1.50-r a.00" 1 7.13" 1 8.50" Backlight Louver(s) 8.50" 33-00112 — External Glare Shield SF - Slip Fitter Arm Dimensions "I Field Installed for Forward Glare Reduction I = 4CO 141k 7.17' 33-00120 — Full Glare Snoot BL - Backlight Louver(s) snap over LED Array(s) for Backlight Control at the source. Works with Type 2, Type 3 and Type 4 arrays. Field Installed for Rear Glare Reduction Sheet/LDS-SAL 10102024 DETRIIIT .!-"LumeconiSERIES Performance Data LDS - SAL LED Small Area Light Type l 30 3.267 1 0 1 109 4.367 1 0 1 146 4.400 1 0 1 147 4900 1 0 1 163 4933 1 0 1 164 Tvpe3 30 3,300 1 0 1 110 4,400 1 0 1 147 4,433 1 0 1 148 4967 1 0 1 166 4967 1 0 1 166 LDS-SAL/LFC-30 Type4 30 3,233 1 0 1 108 4,300 1 0 1 143 4,367 1 0 1 146 4867 1 0 1 162 4900 1 0 1 163 Tvpe5 30 3,333 2 0 2 111 4,367 2 0 2 146 4.433 2 0 2 148 5033 2 0 2 168 5033 2 0 2 168 Type2 45 5,150 1 0 1 114 7,350 1 0 1 163 7,450 1 0 1 166 7700 1 0 1 171 7750 1 0 1 172 LDS-SAL/LFC-45 Type3 45 4,850 1 0 1 108 7,050 1 0 1 157 1 0 1 159 7300 1 0 1 162 7300 1 0 1 162 Type4 45 4,800 1 0 1 107 6,850 1 0 1 152 1 0 1 154 7250 1 0 1 161 7250 1 0 1 161 T e5 45 4,950 3 0 2 110 7100 3 0 2 158 3 0 2 160 7450 3 0 2 166 7500 3 0 2 167 Type 2 60 6,000 1 0 2 100 8,467 1 0 2 141 1 0 2 144 9000 1 0 2 150 9000 1 0 2 150 Type3 60 6,000 2 0 2 100 8,400 2 0 2 140 E97 2 0 2 142 9067 2 0 2 151 9133 2 0 2 152 LDS-SAL/LFC-60 Type4 60 5,933 2 0 2 99 8,267 2 0 2 138 2 0 2 140 8933 2 0 2 149 8933 2 0 2 149 T e5 60 6,133 3 0 3 102 8,533 3 0 3 142 3 0 3 144 9200 3 0 3 153 9267 3 0 3 154 Type2 75 6,333 2 0 2 84 9,750 2 0 2 130 2 0 2 131 11083 2 0 2 148 10250 2 0 2 137 LDS-SAL/LFC-75 Type3 75 6.250 2 0 2 83 9.583 2 0 2 128 2 0 2 130 11167 2 0 2 149 10333 2 0 2 138 Type4 75 1 6,583 2 0 2 88 9,417 2 0 2 126 9,583 2 0 2 128 10917 2 0 2 146 10083 2 0 2 134 Type5 75 7,167 3 0 3 96 9,750 3 0 3 130 9,917 3 0 3 132 11083 3 0 3 148 10250 3 0 3 137 Type 2 80 8,000 2 0 2 100 10,133 2 0 2 127 10,311 2 0 2 129 11733 2 0 2 147 10578 2 0 2 132 LDS-SAL/LFC-80 Type3 80 7.911 3 0 3 99 10,044 3 0 3 126 3 0 3 127 11822 3 0 3 148 10667 3 0 3 133 Type4 80 7,733 3 0 3 97 9,867 3 0 3 123 3 0 3 124 11644 3 0 3 146 10489 3 0 3 131 T e5 80 8 000 4 0 2 100 10133 4 0 2 127 4 0 2 129 11733 4 0 2 147 10578 4 0 2 132 Type2 85 9,917 2 0 2 117 12,089 2 0 2 142 2 0 2 143 12750 2 0 2 150 13317 2 0 2 157 LDS-SAL/LFC-85 T e3 85 10,011 3 0 3 118 12183 3 0 3 143 E14461 3 0 3 144 12844 3 0 3 151 13411 3 0 3 158 Type4 85 9,633 3 0 3 113 11,711 3 0 3 138 3 0 3 140 12372 3 0 3 146 13033 3 0 3 153 Tvpe5 85 10.106 4 0 2 119 12.372 4 0 2 146 4 0 2 148 13033 4 0 2 153 13694 4 0 2 161 Type 2 95 13,194 2 0 2 139 14,250 2 0 2 150 2 0 2 152 14989 2 0 2 158 15517 2 0 2 163 LDS-SAL/LFC-95 Tvpe3 95 13,300 3 0 3 140 14.356 3 0 3 151 14.567 3 0 3 153 14989 3 0 3 158 15622 3 0 3 164 Type4 95 12,878 3 0 3 136 13,933 3 0 3 147 413 3 0 3 148 14567 3 0 3 153 15200 3 0 3 160 Types 95 13,406 4 0 2 141 14,567 4 0 2 153 4 0 2 156 15306 4 0 2 161 15833 4 0 2 167 Type2 110 13 933 2 0 2 127 16 500 2 0 2 150 2 0 2 146 16133 2 0 2 147 16133 2 0 2 147 LDS-SAL/LFC-110 Type3 110 14,056 3 0 3 128 16,744 3 0 3 152 3 0 3 147 16256 3 0 3 148 16256 3 0 3 148 T e4 110 13.567 3 0 3 123 16133 3 0 3 147 3 0 3 144 15889 3 0 3 144 15889 3 0 3 144 Types 110 14,300 4 0 2 130 16,256 4 0 2 148 4 0 2 146 16133 4 0 2 147 16133 4 0 2 147 Type 2 125 15,417 2 0 2 123 18,472 2 0 2 148 2 0 2 146 17917 2 0 2 143 17917 2 0 2 143 LDS-SAL/LFC-125 Tvpe3 125 15,556 3 0 3 124 18,611 3 0 3 149 3 0 3 147 18056 3 0 3 144 18056 3 0 3 144 Type4 125 15,000 3 0 3 120 17,917 3 0 3 143 18,056 3 0 3 144 17778 3 0 3 142 17778 3 0 3 142 Tvpe5 125 15,556 4 0 2 124 18,194 4 0 2 146 18,194 4 0 2 146 18056 4 0 2 144 18056 4 0 2 144 Type2 160 19.200 2 0 2 120 22,933 2 0 2 143 23.289 2 0 2 146 24356 2 0 2 152 24356 2 0 2 152 LDS-SAL/LFC-160 Type3 160 19,378 3 0 3 121 23,111 3 0 3 144 23,467 3 0 3 147 24533 3 0 3 153 24533 3 0 3 153 Type4 160 19.022 3 0 3 119 22.756 3 0 3 142 22.933 3 0 3 143 24178 3 0 3 151 24178 3 0 3 151 Type5 160 19.378 5 0 3 121 23,289 5 0 3 146 23,289 5 0 3 146 24356 5 0 3 152 24356 5 0 3 152 Type2 200 21,333 2 0 2 107 27,333 2 0 2 137 27,556 2 0 2 138 27111 2 0 2 136 27778 2 0 2 139 LDS-SAL/LFC-200 Type3 200 21,556 3 0 3 108 27,556 3 0 3 138 27,778 3 0 3 139 27333 3 0 3 137 28444 3 0 3 142 Type4 200 21,111 3 0 3 106 26,000 3 0 3 130 27,333 3 0 3 137 26889 3 0 3 134 27556 3 0 3 138 Types 200 21,333 4 0 2 107 26.889 4 0 2 134 27 778 4 0 2 139 27333 4 0 2 137 27778 4 0 2 139 Type2 220 23,467 2 0 2 107 30,067 2 0 2 137 30,311 2 0 2 138 30311 2 0 2 138 30311 2 0 2 138 Tvpe3 220 23,711 3 0 3 108 30.311 3 0 3 138 30 556 3 0 3 139 30556 3 0 3 139 30556 3 0 3 139 LDS-SAL/LFC-220 Type4 220 23,222 3 0 3 106 28,600 3 0 3 130 30,067 3 0 3 137 30067 3 0 3 137 30067 3 0 3 137 T e5 220 23,467 4 0 2 107 29,578 4 0 2 134 30,556 4 0 2 139 30556 4 0 2 139 30556 4 0 2 139 Email: sales(ci),lumecon.com Website: www.lumecon.com Phone: 248-477-5009 Copyright © 2022 Lumecon I.I.C. All Rights Reserved. Note: Specifications and photometric data are subject to change at any time without notice. Please see www.lumecon.com for current specifications and documentation. Sheet / LDS-SAL_10102024 DETROIT :LumeConiSERIES Performance Data LDS - SAL LED Small Area Light Electrical Load Data t LDS-SAL-30 550 30 0.28 AC Current Load t• .t 0.16 0.14 0.12LDS-SAL-45 70.147 875 45 0.42 0.24 0.21 0.18LDS-SAL-60 1100 60 0.56 0.32 0.28 0.24 LDS-SAL-75 1475 75 0.70 0.40 0.36 0.31 0.18 LDS-SAL-80 1480 80 0.74 0.43 0.37 0.32 0.19 LDS-SAL-85 695 85 0.79 0.45 0.40 0.35 0.20 LDS-SAL-95 840 95 0.89 0.51 0.44 0.39 0.23 LDS-SAL-110 975 110 1.02 0.59 0.51 0.44 0.25 LDS-SAL-125 1150 125 1.16 0.67 0.58 0.50 0.29 LDS-SAL-160 1450 160 1.48 0.85 0.74 0.64 0.37 LDS-SAL-200 1642 200 1.86 1.06 0.92 0.82 0.48 LDS-SAL-220 1925 220 2.05 1.17 1.00 0.90 0.53 Lumen Maintenance Data in the table below references projected performance in a 25°C ambient and is based on 10,000 hours of LED testing. Performance data has been tested per IESNA LM-80-08 and projected per IESNATM-21-11. Use the lumen maintenance factor that corresponds to the desired number of operating hours below to calculate LLF. Fixture Model t LDS-SAL-30 1.0 Lumen Maintenance Factors @ 25°C, 25,000 50,000 70,000 100,000 0.99 0.96 0.92 0.85 LDS-SAL-45 1.0 0.99 0.96 0.92 0.85 LDS-SAL-60 1.0 0.99 0.96 0.92 0.85 LDS-SAL-75 1.0 0.99 0.96 0.92 0.85 LDS-SAL-80 1.0 0.99 0.96 0.92 0.85 LDS-SAL-85 1.0 0.99 0.96 0.92 0.85 LDS-SAL-95 1.0 0.99 0.96 0.92 0.85 LDS-SAL-110 1.0 0.99 0.96 0.92 0.85 LDS-SAL-125 1.0 0.99 0.96 0.92 0.85 LDS-SAL-160 1.0 0.99 0.96 0.92 0.85 LDS-SAL-200 1.0 0.99 0.96 0.92 0.85 LDS-SAL-220 1.0 0.99 0.96 0.92 0.85 Email: salesOlumecon.com Website: www.lumecon.com Phone: 248-477-5009 Copyright © 2022 Lumecon I.I.C. All Rights Reserved. Note: Specifications and photometric data are subject to change at any time without notice. Please see www.lumecon.com for current specifications and documentation. Sheet / LDS-SAL_10102024 Attachment D Lumecon-LDS-SAL_10102024 Bid Item 10 and 11 black pole top mount luminaire and mount ..:LOETROIT umeconiSERIES Description The sleek fixture design of the LDS -SAL is a blend of modern sophistication and unmatched energy efficiency. The LDS -SAL small area light includes the benefits of superior thermal efficiency, an industry -leading ten-year all -parts warranty, and custom optics ensuring best -in -class photometric results. Optimize photometric designs with greater pole spacing, uniformity, and lower energy usage. The LDS -SAL includes lumen packages up to 30,000 lumens allowing one -for -one replacements of existing HID fixtures up to 1000 Watt and is a perfect spec -grade solution for parking lots, pathways, tennis courts, and many other outdoor applications. Proudly Made in the USA. Technical Specifications Input Voltage: 120-277V or 347-480V. Housing: Die-cast aluminum housing with 60% gloss polyester powder coat finishes for maximum durability. The base aluminum material is prepared using an environmentally - friendly non -chrome 2-step surface cleaning and passivation process. The process results in a more durable conversion layer than traditional chromate conversion coatings and allows maximum adhesion of the powder coating to the aluminum substrate. Housing features an integrated heat sink and driver compartment built into the fixture design. Mounting: Mounting arm designed for a square / round pole (standard). Additional mounting options include a pole mounting arm adaptor. Split Circuit: Optional Effective Projected Area (EPA): 0.83 ft2 Color Temperature: 2200K, 2700K, 3000K, 4000K (standard), 5000K. LED Lifetime: All LEDs are rated for a minimum of 100,000 hours of continuous operation at ambient outdoor temperatures from-40°F/-40°C to 115°F/46°C. Color Rendering Index (CRI): Minimum of 80 or higher. CRI 90+ available upon request. CRI 90+ not available in 2200K. Dimming: 0-10V standard dimming capability. Custom Optics: Lumecon meticulously engineered premium acrylic optical lenses to maximize the distribution and uniformity of light while minimizing cost. Our arrays distribute light at least 21%further and with 29% more uniformity than leading competitors. Lumecon custom lenses create a uniform, well -lit environment that mitigates illuminance "hot spots" and use less wattage than typical LED area lights. Vandal Resistant: Our lens is also resistant to vandalism with a low compact design making the lens material dense and impact resistant. We build to withstand high abuse lighting environments. Surge Protection: Thermally protected 20kA/ 40kV varistor type surge suppressor is included and meets ANSI C136.2-2015: Extreme Level. Also meets IEC61643-11 Class II / EN61643-11 Type 2, and US Dept of Energy MSSLC Model Spec for surge protection. The device is wired in series with the luminaire input power in order to interrupt power to the luminaire when consumed, protecting the LED power supply and circuit boards from additional electrical surges. LDS - SAL LED Small Area Light Catalog Number: LDS-SAL/LFC-60-BL-T3-1-27-7P-DIM-TM Project: Cupertino Streetlighting Rebid- Shoe Box 10 Comments' Tenon mount for mast arm Prepared By: Date: 1 0/12/24 Lumecon ETD- System: The enhanced thermal dissipation system engines are thermally bonded to provide maximum thermal dissipation to the exterior of the fixture to ensure long life. To protect the light engine panel from moisture and corrosion, the LED light engine panel is uniformly coated with a UV stabilized acrylic polymer resin that meets MIL and ASTM dielectric standards, UL, and IPC standards for flammability, moisture resistance and thermal shock. Certification Data: ETL Listed to UL 1598, UL 8750 Wet Locations. 'Full compliance and test documentation is available for TM-21, LM-79, LM-80, ETL Listing to UL1598 and UL 8750.Salt Fog tested for 3,000 hours per ASTM B117-16 / ASTM D610-08. Ingress Protection: IP66 per ANSI/IEC 60529-2004. Passed 3G vibration @ 100K cycles, per ANSI C 136.31-2018. DesignLights Consortium® (DLC) Qualified Product: Unless noted, not all versions of this product may be DLC® qualified. For a complete list of Lumecon DLC® Qualified Products visit: www.designlights.org. Dimulator Photo -Control: Maximize the cost -saving benefits of your outdoor LED light fixtures with the stand-alone Dimming solution. All Dimulators (except for CD and DIM 3 versions) have three selectable dimming levels (30%,50%, 70%) with three different start times (10:00 pm, Midnight, or 2:00 am), which are selectable through the ten position selector switch located on the bottom of the base. All dimming schedules will return to full brightness at 5:00 am. The stand-alone unit is made to work with the ANSI C136.41 receptacle and will provide dimming of LED fixtures. Manufacturing Origin: US Manufactured and Assembled Buy American Act: The product is assembled in the USA and meets the Buy America(n) government procurement requirements under FAR, DFARS, and DOT regulations. Warranty: 10 Year L70 performance based warranty. For full warranty terms, please visit our website: www.lumecon.com Email: salesCollumecon.com Website: www.lumecon.com Phone: 248-477-5009Iflumm / c 11� us Lnv �� �6 Copyright © 2022 Lumecon LLC. All Rights Reserved. t,Ms \ ® ;b, ,✓ ®Schedule Note: Specifications and photometric data are subject to change at any time without notice. Intertek IP66 Please see www.lumecon.com for current specifications and documentation. Sheet / LDS-SAL_10102024 ...�.��.LuM2Fon SDETROIT ERIES Ordering Information LDS -SAL— Options / Ordering Example: LDS-SAL-110-DB-T5-1-50-MAS LDS - SAL LED Small Area Light Color Distribution ME= Mounting Methods 30 - 30 Watts DB - Dark Bronze T2 - Type II I 1 - 120v-277v 22 - 2200K 3 MAS - Mounting Arm (Square Pole) s 45 - 45 Watts GR - Gray T3 - Type 111 2 - 347v-480v 27 - 2700K s For a Round pole, add UARP option 60 - 60 Watts BK - Black T4 - Type IV 30 - 3000K s SF - Slip Fitter 75 - 75 Watts WH - White T5 - Type V 40 - 4000K TM - Tenon Mount s 80 - 80 Watts CC - Custom Color 50 - 5000K 85 - 85 Watts AF -Automotive Finish 95 - 95 Watts 110 - 110 Watts 125 - 125 Watts 160 - 160 Watts 200 - 200 Watts 220 - 220 Watts Options & Accessories UARP - Universal Adaptor Round Pole R - Receptacle Only IRS - Receptacle Only with Shorting Cap 7P - Seven -pin Twist Lock Photocell Receptacle Only PC1 - 120v-277v Button Eye Photocell 2 PC2 - 347v-480v Button Eye Photocell 2 PC3 - 120v-277v Twist Lock Photocell (10 year warranty) PC4 - 347v-480v Twist Lock Photocell (10 year warranty) OC1 - On/Off 3 OC2 - Dim/High 3.4 OC3 - On/Off w/Photocell' OC4 - Dim/High w/Photocell 3A SC - Split Circuit 5A7 33-00112 - External Glare Shield 33-00120 - Full Glare Snoot BB - Battery Back -Up (only available on the 30W - 80W models and on 120/277V models) BBCR - Battery Back -Up Cold Rated (only available on the 30W - 80W models and on 120/277v models) DIM4 - 105-305 VAC, 50/60 Hz with 10 position field adjustable selector switch DIM4-HV - High Voltage 312-530 VAC, 50/60 Hz with 10 position field adjustable selector switch DIM4-CD - Constant all-night Dimming DIM4-CD-HV - Constant all-night Dimming, 315-530 VAC 50/60Hz DIM4-CUL - 120 VAC. 50/60 Hz, cUL certified version with gray cover DIM4-ALC - Adaptive Lighting Control with 2% per year incremental increase to compensate for aging fixture DIM3-XX - Factory set dimming schedule (10 position selector switch not available) BS5 - Bird Spikes (Field Installed) BL - Backlight Louver(s) snap over LED Array(s) for Backlight Control at the source.' Notes: 1. For units with 7P the mounting must be restricted to +/-450 from horizontal aim per ANSI C1136.10-2010. If more than a 450 Tilt, use PC1 or PC2 2. Cannot be combined with Occupancy Sensor. Use OC3 or OC4 when Occupancy Sensor and Photocell are needed and aiming greater than 451 from horizontal. 3. Must note on PO Mounting Height for proper lens application 4. See Occupancy Sensor Default Settings Table 5. Split circuit is only available for 30W, 45W, 60W, and 80W models. 6. Split circuit is not compatible with Occupancy sensing our photo -eye control. 7. Split Circuit and Battery Back-up cannot both fit in the same housing. Battery Back -Up will require external. Battery Backup will only control one of the circuits. 8. 3000K or warmer, and fixed mounts must be ordered for IDA certification compliance. 9. Works with Type 2, Type 3 and Type 4 arrays. Sheet/LDS-SAL 10102024 • to DETROIT LDS - SAL LuM2C:on SERIES •-•• LED Small Area Light If OCC Sensor Option is selected, mounting height specifications need to be clarified: ❑ Mounting height between 0' - 10' If Mounting height and parameter settings not specified when ordered. Default mounting height is ❑ Mounting height between 10' - 20' 10-40' lens and preset factory settings. ❑ Mounting height over 20'+ OCC Sensor Patterns 0'- 10' Mounting Height 10'- 40'Mounting Height 40'+ Mounting Height I ■� Gfll��ii �►.i��llll ` ' ll�il12 Coverage Top View Coverage Top View Dimmed State High Level Photocell Operation Dwell Time Ramp -up Time Ramp -up Time Option (Unoccupied) (When occupied) (OC4 Option Only`) (Occupancy time delay) (From unoccupied (From occupied to occupied) to unoccupied) OC2 and OC4 I Approx. 20% Output 1100% Output I Enabled @ 1.5 FC* 15 Minutes I Disabled I Disabled *Note: OC2 and OC4 settings including photocell set point, high/low dim rates, and occupancy sensor time delay are all configurable by using the Wattstopper@ App. If any other settings are desired to be set at the factory, please note these changes on Purchase Order. Dimensions & Weights Model Width Length Height I W LDS -SAL 13.25" 19.25" 4.35" 15lbs L �6.70" (MAS) 10.72" (SF) LEM V -- 25.40"— Color Option Samples Due to variations in monitor settings and color printing settings, colors will not be exact. ire, DB-DARK ORGRAYBK-BLACK WH-WHITE BRONZE Sheet/LDS-SAL 10102024 DETROIT ::*'-:LumeC:onISERIES Mounting Method Dimensions 5it 78 LDS - SAL LED Small Area Light 2x e.512" 03.11" e2.99" 1 — 10,31' so 3.8807 8" 4.31" -. i-3.35"—I MAS - Square Pole Arm Dimensions 2.81 3.37 UARP - Universal Adaptor Round Pole TM - Tenon Arm Dimensions External Glare Shield and Full Glare Snoot Dimensions r-1.50-r a.00•' 1 7.13" 1 8.50" Backlight Louver(s) 8.50" 33-00112 — External Glare Shield SF - Slip Fitter Arm Dimensions "I Field Installed for Forward Glare Reduction I = 4CO 141k 7.17' 33-00120 — Full Glare Snoot BL - Backlight Louver(s) snap over LED Array(s) for Backlight Control at the source. Works with Type 2, Type 3 and Type 4 arrays. Field Installed for Rear Glare Reduction Sheet/LDS-SAL 10102024 DETRIIIT .!-"LumeconiSERIES Performance Data LDS - SAL LED Small Area Light Type l 30 3.267 1 0 1 109 4.367 1 0 1 146 4.400 1 0 1 147 4900 1 0 1 163 4933 1 0 1 164 Tvpe3 30 3,300 1 0 1 110 4,400 1 0 1 147 4,433 1 0 1 148 4967 1 0 1 166 4967 1 0 1 166 LDS-SAL/LFC-30 Type4 30 3,233 1 0 1 108 4,300 1 0 1 143 4,367 1 0 1 146 4867 1 0 1 162 4900 1 0 1 163 Tvpe5 30 3,333 2 0 2 111 4,367 2 0 2 146 4.433 2 0 2 148 5033 2 0 2 168 5033 2 0 2 168 Type2 45 5,150 1 0 1 114 7,350 1 0 1 163 7,450 1 0 1 166 7700 1 0 1 171 7750 1 0 1 172 LDS-SAL/LFC-45 Type3 45 4,850 1 0 1 108 7,050 1 0 1 157 1 0 1 159 7300 1 0 1 162 7300 1 0 1 162 Type4 45 4,800 1 0 1 107 6,850 1 0 1 152 1 0 1 154 7250 1 0 1 161 7250 1 0 1 161 T e5 45 4,950 3 0 2 110 7100 3 0 2 158 3 0 2 160 7450 3 0 2 166 7500 3 0 2 167 Type 2 60 6,000 1 0 2 100 8,467 1 0 2 141 1 0 2 144 9000 1 0 2 150 9000 1 0 2 150 Type3 60 6,000 2 0 2 100 8,400 2 0 2 140 E97 2 0 2 142 9067 2 0 2 151 9133 2 0 2 152 LDS-SAL/LFC-60 Type4 60 5,933 2 0 2 99 8,267 2 0 2 138 2 0 2 140 8933 2 0 2 149 8933 2 0 2 149 T e5 60 6,133 3 0 3 102 8,533 3 0 3 142 3 0 3 144 9200 3 0 3 153 9267 3 0 3 154 Type2 75 6,333 2 0 2 84 9,750 2 0 2 130 2 0 2 131 11083 2 0 2 148 10250 2 0 2 137 LDS-SAL/LFC-75 Type3 75 6.250 2 0 2 83 9.583 2 0 2 128 2 0 2 130 11167 2 0 2 149 10333 2 0 2 138 Type4 75 1 6,583 2 0 2 88 9,417 2 0 2 126 9,583 2 0 2 128 10917 2 0 2 146 10083 2 0 2 134 Type5 75 7,167 3 0 3 96 9,750 3 0 3 130 9,917 3 0 3 132 11083 3 0 3 148 10250 3 0 3 137 Type 2 80 8,000 2 0 2 100 10,133 2 0 2 127 10,311 2 0 2 129 11733 2 0 2 147 10578 2 0 2 132 LDS-SAL/LFC-80 Type3 80 7.911 3 0 3 99 10,044 3 0 3 126 3 0 3 127 11822 3 0 3 148 10667 3 0 3 133 Type4 80 7,733 3 0 3 97 9,867 3 0 3 123 3 0 3 124 11644 3 0 3 146 10489 3 0 3 131 T e5 80 8 000 4 0 2 100 10133 4 0 2 127 4 0 2 129 11733 4 0 2 147 10578 4 0 2 132 Type2 85 9,917 2 0 2 117 12,089 2 0 2 142 2 0 2 143 12750 2 0 2 150 13317 2 0 2 157 LDS-SAL/LFC-85 T e3 85 10,011 3 0 3 118 12183 3 0 3 143 E14461 3 0 3 144 12844 3 0 3 151 13411 3 0 3 158 Type4 85 9,633 3 0 3 113 11,711 3 0 3 138 3 0 3 140 12372 3 0 3 146 13033 3 0 3 153 Tvpe5 85 10.106 4 0 2 119 12.372 4 0 2 146 4 0 2 148 13033 4 0 2 153 13694 4 0 2 161 Type 2 95 13,194 2 0 2 139 14,250 2 0 2 150 2 0 2 152 14989 2 0 2 158 15517 2 0 2 163 LDS-SAL/LFC-95 Tvpe3 95 13,300 3 0 3 140 14.356 3 0 3 151 14.567 3 0 3 153 14989 3 0 3 158 15622 3 0 3 164 Type4 95 12,878 3 0 3 136 13,933 3 0 3 147 413 3 0 3 148 14567 3 0 3 153 15200 3 0 3 160 Types 95 13,406 4 0 2 141 14,567 4 0 2 153 4 0 2 156 15306 4 0 2 161 15833 4 0 2 167 Type2 110 13 933 2 0 2 127 16 500 2 0 2 150 2 0 2 146 16133 2 0 2 147 16133 2 0 2 147 LDS-SAL/LFC-110 Type3 110 14,056 3 0 3 128 16,744 3 0 3 152 3 0 3 147 16256 3 0 3 148 16256 3 0 3 148 T e4 110 13.567 3 0 3 123 16133 3 0 3 147 3 0 3 144 15889 3 0 3 144 15889 3 0 3 144 Types 110 14,300 4 0 2 130 16,256 4 0 2 148 4 0 2 146 16133 4 0 2 147 16133 4 0 2 147 Type 2 125 15,417 2 0 2 123 18,472 2 0 2 148 2 0 2 146 17917 2 0 2 143 17917 2 0 2 143 LDS-SAL/LFC-125 Tvpe3 125 15,556 3 0 3 124 18,611 3 0 3 149 3 0 3 147 18056 3 0 3 144 18056 3 0 3 144 Type4 125 15,000 3 0 3 120 17,917 3 0 3 143 18,056 3 0 3 144 17778 3 0 3 142 17778 3 0 3 142 Tvpe5 125 15,556 4 0 2 124 18,194 4 0 2 146 18,194 4 0 2 146 18056 4 0 2 144 18056 4 0 2 144 Type2 160 19.200 2 0 2 120 22,933 2 0 2 143 23.289 2 0 2 146 24356 2 0 2 152 24356 2 0 2 152 LDS-SAL/LFC-160 Type3 160 19,378 3 0 3 121 23,111 3 0 3 144 23,467 3 0 3 147 24533 3 0 3 153 24533 3 0 3 153 Type4 160 19.022 3 0 3 119 22.756 3 0 3 142 22.933 3 0 3 143 24178 3 0 3 151 24178 3 0 3 151 Type5 160 19.378 5 0 3 121 23,289 5 0 3 146 23,289 5 0 3 146 24356 5 0 3 152 24356 5 0 3 152 Type2 200 21,333 2 0 2 107 27,333 2 0 2 137 27,556 2 0 2 138 27111 2 0 2 136 27778 2 0 2 139 LDS-SAL/LFC-200 Type3 200 21,556 3 0 3 108 27,556 3 0 3 138 27,778 3 0 3 139 27333 3 0 3 137 28444 3 0 3 142 Type4 200 21,111 3 0 3 106 26,000 3 0 3 130 27,333 3 0 3 137 26889 3 0 3 134 27556 3 0 3 138 Types 200 21,333 4 0 2 107 26.889 4 0 2 134 27 778 4 0 2 139 27333 4 0 2 137 27778 4 0 2 139 Type2 220 23,467 2 0 2 107 30,067 2 0 2 137 30,311 2 0 2 138 30311 2 0 2 138 30311 2 0 2 138 Tvpe3 220 23,711 3 0 3 108 30.311 3 0 3 138 30 556 3 0 3 139 30556 3 0 3 139 30556 3 0 3 139 LDS-SAL/LFC-220 Type4 220 23,222 3 0 3 106 28,600 3 0 3 130 30,067 3 0 3 137 30067 3 0 3 137 30067 3 0 3 137 T e5 220 23,467 4 0 2 107 29,578 4 0 2 134 30,556 4 0 2 139 30556 4 0 2 139 30556 4 0 2 139 Email: sales(ci),lumecon.com Website: www.lumecon.com Phone: 248-477-5009 Copyright © 2022 Lumecon I.I.C. All Rights Reserved. Note: Specifications and photometric data are subject to change at any time without notice. Please see www.lumecon.com for current specifications and documentation. Sheet / LDS-SAL_10102024 DETROIT :LumeConiSERIES Performance Data LDS - SAL LED Small Area Light Electrical Load Data t LDS-SAL-30 550 30 0.28 AC Current Load t• .t 0.16 0.14 0.12LDS-SAL-45 70.147 875 45 0.42 0.24 0.21 0.18LDS-SAL-60 1100 60 0.56 0.32 0.28 0.24 LDS-SAL-75 1475 75 0.70 0.40 0.36 0.31 0.18 LDS-SAL-80 1480 80 0.74 0.43 0.37 0.32 0.19 LDS-SAL-85 695 85 0.79 0.45 0.40 0.35 0.20 LDS-SAL-95 840 95 0.89 0.51 0.44 0.39 0.23 LDS-SAL-110 975 110 1.02 0.59 0.51 0.44 0.25 LDS-SAL-125 1150 125 1.16 0.67 0.58 0.50 0.29 LDS-SAL-160 1450 160 1.48 0.85 0.74 0.64 0.37 LDS-SAL-200 1642 200 1.86 1.06 0.92 0.82 0.48 LDS-SAL-220 1925 220 2.05 1.17 1.00 0.90 0.53 Lumen Maintenance Data in the table below references projected performance in a 25°C ambient and is based on 10,000 hours of LED testing. Performance data has been tested per IESNA LM-80-08 and projected per IESNATM-21-11. Use the lumen maintenance factor that corresponds to the desired number of operating hours below to calculate LLF. Fixture Model t LDS-SAL-30 1.0 Lumen Maintenance Factors @ 25°C, 25,000 50,000 70,000 100,000 0.99 0.96 0.92 0.85 LDS-SAL-45 1.0 0.99 0.96 0.92 0.85 LDS-SAL-60 1.0 0.99 0.96 0.92 0.85 LDS-SAL-75 1.0 0.99 0.96 0.92 0.85 LDS-SAL-80 1.0 0.99 0.96 0.92 0.85 LDS-SAL-85 1.0 0.99 0.96 0.92 0.85 LDS-SAL-95 1.0 0.99 0.96 0.92 0.85 LDS-SAL-110 1.0 0.99 0.96 0.92 0.85 LDS-SAL-125 1.0 0.99 0.96 0.92 0.85 LDS-SAL-160 1.0 0.99 0.96 0.92 0.85 LDS-SAL-200 1.0 0.99 0.96 0.92 0.85 LDS-SAL-220 1.0 0.99 0.96 0.92 0.85 Email: salesOlumecon.com Website: www.lumecon.com Phone: 248-477-5009 Copyright © 2022 Lumecon I.I.C. All Rights Reserved. Note: Specifications and photometric data are subject to change at any time without notice. Please see www.lumecon.com for current specifications and documentation. Sheet / LDS-SAL_10102024 Lumec RoadFocus Plus LED cobra head luminaires feature a unique and patented design with minimalist profile maintaining key cobra head characteristics. Connectable ready, and available in 4 sizes, the RoadFocus Plus family offers multiple lumen packages with industry leading efficacy, a complete array of optical distributions, ensuring the right fit for any type of roadway application. This family also includes Service Tag, which enables data delivery and information sharing, and provides assistance throughout the life of the product. reddilt sward Ordering guide Attacment E Road Focus Plus Project: Location: Cat.No: Type: Lumens: Oty: Notes: example: RPM -135W60LED-740-G1-R2M-UNV- DMG-HSS-PH 8-TLRD7-GY3 Options Controls" Options Series LED module CCT Gen. Distribution Voltage Finish RPM G1 RPM 740 4000K/70CRI G1 Gen 1 Type 2 UNV D418 Zhaga-D4i 2C Two clamps with 4 bolts BK Black RoadFocus - - 730 3000K/70CRI R2M4 Type 120-277V certified API Factory installed NEMA label, BR Bronze Plus medium PlusHVU 105W40LED 727' 2700K/70CRI Medium DALI Digitally ANSI C136.15-2020 compliant GY3 Gray 11OW40LED 8400 4000K/80CRI R2MB Type II 347-480V addressable CSS11•12 Cul-de-Sac Shield WH White 120W40LED 8303 3000K/80CRI Medium HVX 7 277-480V li htin lighting interface FSS"•" Front Side Shield 90W60LED 827' 2700K/80CRI enhanced DMG` 0-10V „,: HSS House Side Shield back -light LSS11•12 Left Side Shield 10OW60LED R2S6 Type Short YP SRD Sensor ready driver, RSS 1,1x Right Side Shield 105W60LED R2MHE8 Type II Medium standard FAWS2 Field adjustable wattage switch 11OW60LED High Efficacy configuration OMS19 Outdoor Multi -Sensor 130W60LED SRD1 Sensor JP Job Pack 135W60LED ready driver, NRC14 No receptacle Type3 145W60LED alternate PH81•16 Twist -lock photoelectric cell, R3M Type III YP 155W60LED configuration UNV (120-277VAC) 160W60LED Medium PH8/34716•16 Twist -lock photoelectric cell (347VAC) 180W60LED R3MB Type III Medium 1fi 16 PH8/480 Twist -lock photoelectric cell (480VAC) 190W60LED enhanced PHXL1,15 Twist -lock photoelectric cell, back -light extended life, UNV (120-277VAC) 113S Type III Short PH916 Shorting cap • R3MHE8 Type II Medium TLRD710•11 Tool less receptacle for = High Efficacy twist -lock photocell or shorting cap, 7-pin (standard) 90W80LED SP2 20kV / 10kA Surge protector Type 4 10OW80LED SPiX Fail -Off 10kV/5kA 105W80LED Surge protector 4 TYP eIV 11OW80LED SP2X Fail -Off 20kV/10kA 130W80LED Surge protector Type 5 135W80LED TLRSR9•18 SR receptacle 145W80LED BAC1s Meets the requirements of the 5 Type V Buy American Act of 1933 (BAA) 155W80LED 160W80LED 180W80LED 190W80LED 20OW80LED ' Not available with HVU Voltage option. 2 Only available with DMG Driver option. 6 Extended lead-time may apply. Consult factory. 4 Optimized for Type 2 Medium applications but may shows as Type 3 Medium in photometric tools. 5 Optimized for Type 2 Short applications but may shows as Type 2 Medium in photometric tools. 6 Only available with 80LED 4000K/70CRI versions. ' Not available with DMG Driver option. If used, photoelectric cell selection must be compatible with fixture install voltage. 8 Select either D41, DALI or DMG or SRD or SRD1 mandatory option. 8 TLRSR must be selected with D41 Driver option. 10 Please note this integrated feature come standard with RoadFocus. 11 Refer to Accessories section to confirm compatibility of shields with optical distribution. 12 One shield provided per LED light engine. 18 TLRSR Option and D41 Driver option must be selected with OMS. 16 Not available with PH8, PHXL, PH9, DALI, TLRD7, SRD or SRD1 Driver options. 15 TLRD7 must be selected for this option. 16 Not available with UNV Voltage option. 17 Use of photoelectric cell or shorting cap is required to ensure proper illumination. 18 Only available with D41 or SRD or SRD1 Driver options. 18 Failure to properly select the "BAC" suffix could result in you receiving product that is not BAA compliant product with no recourse for an RMA or refund. This BAC designation hereunder does not address (i) the applicability of, or availability of a waiver under, the Trade Agreements Act, or (ii) the "Buy America" domestic content requirements imposed on states, localities, and other non-federal entities as a condition of receiving funds administered by the Department of Transportation or other federal agencies. RoadFocus-Plus-RPM 07/23 page 1 of 10 ic� DLC LISTED riD RPM RoadFocus Plus LED Cobra head (medium) Accessories* Must be ordered as separate line items - quickly and easily installed in the field. Description Accessory Ordering Code Shield vs Distribution Compatibility 20-30-40LED versions- 112M R2MB R2MHE R2S 113M R3MB R3MHE 113S 4 5 Cul-de-sac shield ACC-LG66V40LED-CSS Yes Yes Yes Yes Yes Yes Yes No No Front side shield ACC-LG66V40LED-FSS Yes Yes Yes Yes Yes Yes Yes -Yel Yes No No Front side shield (for Type 4 only) ACC-LG66V40LED-FSS-4 No No No No No No No No Y No House side shield ACC-LG66V40LED-HSS Yes Yes Yes Yes Yes Yes Yes Yes _I No No House side shield (for Type 4 only) ACC-LG66V40LED-HSS-4 No No No No No No No No Yes No Left side shield ACC-LG66V40LED-LSS Yes Yes Yes Yes Yes Yes Yes Yes No No Right side shield ACC-LG66V40LED-RSS Yes Yes Yes Yes Yes Yes Yes Yes No No * Consult Signify to confirm whether specific accessories are BAA-compliant. ** Refer to Wattage table to confirm light engine configuration. Example, if configuration is 2x4OLED, 2 of the desired shields must be ordered per luminaire. Predicted Lumen Depreciation Data Derived from LED manufacturer's data and engineering design estimates, based on IESNA LM-80 methodology. Actual experience may vary due to field application conditions. L70 is the predicted time when LED performance depreciates to 70% of initial lumen output. Calculated per IESNA TM21-21. Ambient Temperature I L70 per TM-21 I Lumen Maintenance % at 77,000 hrs �� See table below Standard Performance Wattage Values Ordering Code Total LEDs Light Engine Config. Avg. System Watts (W)' Wattage Label' Lumen maintenance at 25K hrs 50K hrs 60K hrs 77K hrs RPM-10SW40LED 40 1x40LED 104 100 98.01Y6 95.1% 94.0% 92.1% RPM-11OW40LED 40 1x40LED 109 110 98.09,6 95.19,6 94.09,6 92.10/6 RPM-120W40LED 40 1x40LED 118 120 98.0% 95.1% 94.0% 92.1% RPM-90W60LED 60 2x3OLED 89 90 96.4% 91.9% 90.20/6 87.30/6 RPM-10OW60LED 60 2x3OLED 99 100 96.4% 91.9% 90.2% 87.3% RPM-105W60LED 60 2x3OLED 104 100 96.4% 91.9% 90.2% 87.3% RPM-11OW60LED 60 2x3OLED 109 110 96.4% 91.9% 90.2% 87.3% RPM-13OW60LED 60 2x3OLED 129 130 96.491 91.9% 90.21/6 87.3% RPM-135W60LED 60 2x3OLED 134 130 96.4% 91.9% 90.2% 87.3% RPM-145W60LED 60 2x3OLED 143 140 96.49,. 91.9% 90.29/6 87.3% RPM-155W60LED 60 2x3OLED 154 150 96.4% 91.9% 90.2% 87.3% RPM-16OW60LED 60 2x3OLED 158 160 96.4% 91.9% 90.2% 87.3% RPM-18OW60LED 60 2x3OLED 178 180 96.4% 91.9% 90.2% 87.3% Field Adjustable Wattage (FAWS) Multiplier Chart For all configurations except 9OW80LED FAWS Position Typical Delivered Lumens Multiplier Typical System wattage MM 0.29 0.30 2 0.50 0.52 3 0.58 0.60 4 0.69 0.70 5 0.74 0.75 6 0.80 0.83 7 0.86 0.86 8 0.91 0.91 96 0.95 10 1.00 1.00 For 90W80LED only Connected lighting Interact City connector node provides the plug and play wireless communications technology to connect your street light to the Interact City lighting management system. Accessory Ordering Code Description LLC I Interact City cellular technology connector node Contact the factory for additional support when connected lighting or additional services are desired. High Performance Wattage Values Ordering Code Total LEDs Light Engine Config. Avg. System Watts (W)' Wattage Label' Lumen maintenance at 25K hrs 50K hrs 60K hrs 77K hrs RPM-19OW60LED 60 2x3OLED 188 190 96.4% 91.9% 90.2% 87.3% RPM-9OW80LED 80 2x4OLED 89 90 96.4% 91.9% 90.29/6 87.39/6 RPM-10OW80LED 80 2x4OLED 99 100 96.4% 91.9% 90.2% 87.3% RPM-105W80LED 80 2x4OLED 104 100 96.4% 91.9% 90.2% 87.3% RPM-11OWSOLED 80 2x4OLED 109 110 96.4% 91.9% 90.2% 87.3% RPM-130W80LED 80 2x4OLED 128 130 96.4% 91.9% 90.2% 87.3% RPM-135W80LED 80 2x4OLED 134 130 96.4% 91.9% 90.2% 87.3% RPM-145WSOLED 80 2x4OLED 144 140 96.4% 91.9% 90.2% 87.39/6 RPM-165WSOLED 80 2x4OLED 154 150 96.4% 91.9% 90.2% 87.3% RPM-16OWSOLED 80 2x4OLED 158 160 96.4% 91.9% 90.2% 87.3% RPM-18OW80LED 80 2x4OLED 178 180 96.4% 91.9% 90.2% 87.3% RPM-19OW80LED 80 2x4OLED 188 190 96.4% 91.9% 90.2% 87.3% RPM-20OW80LEDI 80 2x4OLED 198 200 96.41/6 91.9% 90.29/ 87.391 1. Typical values, rounded. 2. As per ANSI C136.15-2020. Consult factory for other labelling needs. 3. Rated for +40oC / +1040F. FAWS Position Typical Delivered Lumens Multiplier Typical System wattage 0.16 0.16 2 0.33 0.33 3 0.39 0.39 4 0.47 0.48 5 0.51 0.52 6 0.56 0.56 7 0.61 0.61 8 0.64 0.64 0.68 0.68 10 1 1.00 1.00 Note: Typical value accuracy +/- 5% Road Focus -Plus -RPM 07/23 page 2 of 10 Note: Typical value accuracy +/- 5% RPM RoadFocus Plus LED Cobra head (medium) 4000K/70CRI LED Standard Performance Lumen Values - multiply values by 0.9 for 8OCRI Ordering Code RPM-IOBW40LED RPM-110W40LED RPM-120W40LED RPM-90W60LED RPM-100W60LED RPM-105W60LED RPM-110W60LED RPM-13OW60LED RPM-135W60LED RPM-145W60LED RPM-155W60LED RPM-160W60LED RPM-180W60LED RPM-190W60LED Ordering Code RPM-105W40LED RPM-110W40LED RPM-120W40LED RPM-SOW60LED RPM-100W60LED RPM-105W60LED RPM-110W60LED RPM-13OW60LED RPM-135W60LED RPM-145W60LED RPM-155W60LED RPM-160W60LED RPM-180W60LED RPM-190W60LED Type R2M Type 112S Type R3M Type R3S Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 16383 158 B3-UO-G3 16926 163 B3-UO-G3 16310 157 B3-UO-G3 16376 158 B3-UO-G2 17104 157 B3-UO-G3 17672 162 B3-UO-G3 17028 156 B3-UO-G3 17097 157 B3-UO-G3 18547 158 B3-UO-G3 19162 163 B3-UO-G3 18464 157 B3-UO-G3 18539 158 B3-UO-G3 15360 175 33-U0-G3 15869 180 33-U0-G3 15291 174 B3-UO-G3 15353 175 33-U0-G3 17096 173 B3-UO-G3 17663 179 B3-UO-G3 17020 172 B3-UO-G3 17089 173 B3-UO-G3 17884 172 B3-UO-G3 18477 178 B3-UO-G3 17804 171 B3-UO-G3 17876 172 B3-UO-G3 18640 171 B3-UO-G3 19259 177 B3-UO-G3 18557 170 B3-UO-G3 18632 171 B3-UO-G3 21514 167 33-U0-G3 22228 173 B3-UO-G3 21418 166 B3-UO-G3 21505 167 B3-UO-G3 22198 166 B3-UO-G3 22935 172 B3-UO-G3 22099 165 B3-UO-G3 22189 166 B3-UO-G3 23590 165 B3-UO-G3 24372 170 B3-UO-G3 23484 164 B3-UO-G3 23580 164 B3-UO-G3 24891 162 B3-UO-G3 25717 168 B4-UO-G3 24780 161 B3-UO-G3 24881 162 B3-UO-G3 25480 161 33-U0-G3 26325 166 B4-UO-G3 25366 160 33-U0-G3 25469 161 B3-UO-G3 27853 157 B4-UO-G4 28776 162 B4-UO-G4 27728 156 B3-UO-G3 27841 157 B3-UO-G3 29030 155 B4-UO-G4 29993 160 B4-UO-G4 28901 154 B3-UO-G3 29018 155 B3-UO-G4 Type 4 Type 5 Type R21VIB Type R31VIB Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 16219 156 B2-UO-G3 16460 158 B4-UO-G3 16982 163 B3-UO-G3 16491 159 B3-UO-G3 16933 155 B2-UO-G3 17184 158 B4-UO-G3 17730 163 B3-UO-G3 17217 158 B3-UO-G3 18362 156 B2-UO-G3 18634 159 B5-UO-G3 19225 164 B3-UO-G3 18669 159 B3-UO-G3 15206 173 132-UO-G3 15431 175 34-U0-G3 15921 181 B3-UO-G3 15812 180 B3-UO-G3 16926 171 B2-U0-G3 17176 174 B4-UO-G3 17722 179 B3-UO-G3 17209 174 B3-UO-G3 17705 170 B2-U0-G3 17968 173 B4-UO-G3 18538 178 B3-UO-G3 18002 173 B3-UO-G3 18454 169 B2-UO-G3 18728 172 B5-UO-G3 19322 177 B3-UO-G3 18763 172 B3-UO-G3 21299 166 B3-UO-G3 21615 168 35-U0-G3 22301 173 B3-UO-G3 21656 168 B3-UO-G3 21977 165 B3-UO-G3 22302 167 B5-UO-G3 23010 172 B4-UO-G4 22345 167 B3-UO-G3 23354 163 B3-UO-G4 23700 165 35-U0-G3 24452 171 B4-UO-G4 23745 166 B3-UO-G3 24642 161 B3-UO-G4 25008 163 B5-UO-G3 25801 168 B4-UO-G4 25055 163 B4-UO-G4 25226 159 B3-UO-G4 25599 162 B5-UO-G3 26412 167 B4-UO-G4 25648 162 B4-UO-G4 4 r828740 155 B3-UO-G4 27983 158 B5-UO-G4 28871 163 B4-UO-G4 28036 158 B4-UO-G4 153 B3-UO-G4 29166 155 B5-UO-G4 30092 160 B4-UO-G4 29222 156 B4-UO-G4 Actual performance may vary due to installation variables including optics, mounting/ceiling height, dirt depreciation, light loss factor, etc.: highly recommended to confirm performance with a layout - contact Applications at signify.com/outdoorluminaires. Consult DLC OPL to confirm your specific fixture selection is DLC approved. Note: Some data may be scaled based on tests of similar but not identical luminaries. Road Focus -Plus -RPM 07/23 page 3 of 10 RPM RoadFocus Plus LED Cobra head (medium) 3000K/70CRI LED Standard Performance Lumen Values - multiply values by 0.9 for 8OCRI Ordering Code RPM-IOBW40LED RPM-110W40LED RPM-120W40LED RPM-90W60LED RPM-100W60LED RPM-10BW60LED RPM-110W60LED RPM-13OW60LED RPM-13BW60LED RPM-145W60LED RPM-155W60LED RPM-160W60LED RPM-180W60LED RPM-190W60LED Ordering Code RPM-105W40LED RPM-110W40LED RPM-120W40LED RPM-90W60LED RPM-100W60LED RPM-105W60LED RPM-110W60LED RPM-130W60LED RPM-135W60LED RPM-145W60LED RPM-155W60LED RPM-160W60LED RPM-180W60LED RPM-190W60LED Type R2M Type 112S Type R3M Type R3S Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 15711 151 B3-UO-G3 16232 156 B3-UO-G3 15641 150 B3-UO-G3 15705 151 B3-UO-G2 16403 151 B3-UO-G3 16947 156 B3-UO-G3 16330 150 B3-UO-G3 16396 150 B3-UO-G2 17787 151 B3-UO-G3 18376 156 B3-UO-G3 17707 151 B3-UO-G3 17779 151 B3-UO-G3 14730 167 33-U0-G3 15218 173 33-U0-G3 14664 167 B3-UO-G3 14724 167 33-U0-G3 16395 166 B3-UO-G3 16939 171 B3-UO-G3 16322 165 B3-UO-G3 16389 166 B3-UO-G2 17151 165 B3-UO-G3 17720 170 B3-UO-G3 17074 164 B3-UO-G3 17143 165 B3-UO-G3 17876 164 B3-UO-G3 18469 169 B3-UO-G3 17796 163 B3-UO-G3 17869 164 B3-UO-G3 20632 160 33-U0-G3 21316 166 B3-UO-G3 20540 160 B3-UO-G3 20623 160 B3-UO-G3 21288 159 B3-UO-G3 21994 165 B3-UO-G3 21193 159 B3-UO-G3 21279 159 B3-UO-G3 22622 158 33-U0-G3 23373 163 33-U0-G3 22521 157 B3-UO-G3 22613 158 B3-UO-G3 23871 156 B3-UO-G3 24662 161 B3-UO-G3 23764 155 B3-UO-G3 23860 155 B3-UO-G3 24435 154 B3-UO-G3 25246 159 B3-UO-G3 24326 154 B3-UO-G3 24425 154 B3-UO-G3 26711 150 B3-UO-G3 27596 155 B4-UO-G4 26591 150 B3-UO-G3 26699 150 B3-UO-G3 27840 148 B4-UO-G4 28763 153 B4-UO-G4 27716 148 B3-UO-G3 27828 148 B3-UO-G3 Type 4 Type 5 Type R21VIB Type R31VIB Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 15554 150 B2-U0-G3 15785 152 B4-UO-G3 16286 157 B3-UO-G3 15815 152 B3-UO-G3 16239 149 B2-UO-G3 16480 151 B4-UO-G3 17003 156 B3-UO-G3 16511 152 B3-UO-G3 17609 150 B2-UO-G3 17870 152 B4-UO-G3 18437 157 B3-UO-G3 17904 152 B3-UO-G3 14583 166 B2-U0-G3 14799 168 34-U0-G3 15268 174 B3-UO-G3 15163 172 B3-UO-G3 16232 164 B2-UO-G3 16472 167 B4-UO-G3 16995 172 B3-UO-G3 16504 167 B3-UO-G3 16979 163 B2-U0-G3 17231 166 B4-UO-G3 17778 171 B3-UO-G3 17264 166 B3-UO-G3 17698 162 B2-UO-G3 17960 165 B4-UO-G3 18530 170 B3-UO-G3 17994 165 B3-UO-G3 20426 159 B3-UO-G3 20729 161 35-U0-G3 21386 166 B3-UO-G3 20768 161 B3-U0-G3 21076 158 B3-UO-G3 21388 160 B5-UO-G3 22067 165 B3-UO-G3 21429 160 B3-UO-G3 22396 156 B3-UO-G3 22728 159 35-U0-G3 23450 164 B4-UO-G4 22772 159 B3-UO-G3 23632 154 B3-UO-G4 23982 156 B5-UO-G3 24743 161 B4-UO-G4 24028 157 B4-UO-G4 24191 153 B3-UO-G4 24550 155 B5-UO-G3 25329 160 B4-UO-G4 24596 155 B4-UO-G4 26444 149 B3-UO-G4 26835 151 B5-UO-G3 27687 B4-UO-G4 26887 lil B4-U0-G4 27562 147 B3-U0-G4 27970 149 B5-UO-G4 28858 1 154 B4-UO-G4 28024 149 B4-UO-GA Actual performance may vary due to installation variables including optics, mounting/ceiling height, dirt depreciation, light loss factor, etc.: highly recommended to confirm performance with a layout - contact Applications at signify.com/outdoorluminaires. Consult DLC OPL to confirm your specific fixture selection is DLC approved. Note: Some data may be scaled based on tests of similar but not identical luminaries. Road Focus -Plus -RPM 07/23 page 4 of 10 RPM RoadFocus Plus LED Cobra head (medium) 2700K/70CRI LED Standard Performance Lumen Values - multiply values by 0.9 for 80CRI Ordering Code RPM-IOBW40LED RPM-110W40LED RPM-120W40LED RPM-90W60LED RPM-100W60LED RPM-105W60LED RPM-110W60LED RPM-13OW60LED RPM-135W60LED RPM-145W60LED RPM-155W60LED RPM-160W60LED RPM-180W60LED RPM-190W60LED Ordering Code RPM-105W40LED RPM-110W40LED RPM-120W40LED RPM-90W60LED RPM-100W60LED RPM-105W60LED RPM-110W60LED RPM-13OW60LED RPM-13BW60LED RPM-145W60LED RPM-155W60LED RPM-160WSOLED RPM-180W60LED RPM-190W60LED Type R2M Type R2S Type R3M Type R3S Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 14155 136 B3-UO-G3 14624 141 B3-UO-G3 14092 136 B3-UO-G2 14149 136 B3-UO-G2 14778 136 B3-UO-G3 15268 140 B3-UO-G3 14712 135 B3-UO-G2 14772 136 B3-UO-G2 16025 136 B3-UO-G3 16556 141 B3-UO-G3 15953 136 B3-UO-G3 16018 136 B3-UO-G2 15708 176 B3-UO-G3 16229 182 B3-UO-G3 15638 175 B3-UO-G3 15702 176 B3-UO-G3 14771 149 B3-UO-G3 15261 154 B3-UO-G3 14705 149 B3-UO-G2 14765 149 B3-UO-G2 15452 149 133-UO-G3 15964 154 B3-U0-G3 15383 148 B3-UO-G3 15445 149 B3-UO-G2 16105 148 B3-UO-G3 16639 153 B3-UO-G3 16033 147 B3-UO-G3 16098 148 B3-UO-G2 18588 144 33-U0-G3 19205 149 B3-UO-G3 18505 144 B3-UO-G3 18580 144 B3-UO-G3 19179 144 B3-UO-G3 19816 148 B3-UO-G3 19094 143 B3-UO-G3 19171 144 B3-UO-G3 20381 142 B3-UO-G3 21057 147 B3-UO-G3 20290 142 B3-UO-G3 20373 142 B3-UO-G3 21506 140 B3-UO-G3 22219 145 B3-UO-G3 21410 140 B3-UO-G3 21497 140 B3-UO-G3 22015 139 133-UO-G3 22745 144 133-UO-G3 21917 138 133-UO-G3 22005 139 B3-UO-G3 24065 135 B3-UO-G3 24863 140 B3-UO-G3 23957 135 B3-UO-G3 24054 135 B3-UO-G3 25082 134 B3-UO-G3 25914 138 B4-UO-G3 24970 133 B3-UO-G3 25072 134 B3-UO-G3 Type 4 Type 5 Type R21VIB Type R31VIB Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 14014 135 B2-UO-G2 14221 137 B4-UO-G3 14673 141 B3-UO-G3 14248 137 B3-UO-G3 14631 134 B2-U0-G2 14847 136 B4-UO-G3 15319 141 B3-UO-G3 14876 137 B3-UO-G3 15864 135 B2-UO-G3 16099 137 B4-UO-G3 16610 141 B3-UO-G3 16130 137 B3-UO-G3 13138 149 132-UO-G2 13333 152 B4UOG3 13756 156 B3-UO-G3 13661 155 B3-UO-G3 14624 148 B2-UO-G2 14840 150 B4-UO-G3 15311 155 B3-UO-G3 14869 150 B3-UO-G3 15297 147 B2-U0-G2 15524 149 B4-UO-G3 16017 154 B3-UO-G3 15554 150 B3-UO-G3 15944 146 B2-UO-G3 16181 148 B4-UO-G3 16694 153 B3-UO-G3 16211 149 B3-UO-G3 18402 143 B2-UO-G3 18675 145 B5-UO-G3 19268 150 B3-UO-G3 18711 145 B3-UO-G3 18988 142 B3-UO-G3 19269 144 B5-UO-G3 19881 149 B3-UO-G3 19306 145 B3-UO-G3 20178 141 B3-UO-G3 20477 143 B5-UO-G3 21127 147 B3-UO-G3 20516 143 B3-UO-G3 21291 139 B3-UO-G3 21607 141 B5-UO-G3 22292 145 B3-UO-G3 21648 141 B3-UO-G3 21795 138 B3-UO-G3 22118 140 B5-UO-G3 22820 144 B4-UO-G4 22160 140 B3-UO-G3 23824 134 B3-UO-G4 24177 136 B5-UO-G3 24944 140 B4-UO-G4 24223 136 B4-UO-G4 24832 132 B3-UO-G4 25200 134 B5-UO-G3 25999 139 B4-UO-G4 25248 135 B4-UO-G4 Actual performance may vary due to installation variables including optics, mounting/ceiling height, dirt depreciation, light loss factor, etc.: highly recommended to confirm performance with a layout - contact Applications at signify.com/outdoorluminaires. Consult DLC OPL to confirm your specific fixture selection is DLC approved. Note: Some data may be scaled based on tests of similar but not identical luminaries. Road Focus -Plus -RPM 07/23 page 5 of 10 RPM RoadFocus Plus LED Cobra head (medium) 4000K/70CRI LED High Performance Lumen Values - multiply values by 0.9 for 8OCRI Ordering Code RPM-90WSOLED RPM-100WSOLED RPM-IOBW80LED RPM-110W80LED RPM-130WBOLED RPM-135W80LED RPM-14BW80LED RPM-155W80LED RPM-160W80LED RPM-180W80LED RPM-190W80LED RPM-200W80LED Ordering Code RPM-90W80LED RPM-10OW80LED RPM-106W80LED RPM-110W80LED RPM-130W80LED RPM-135W80LED RPM-145W80LED RPM-155W80LED RPM-160W80LED RPM-18OW80LED RPM-190W80LED RPM-200W80LED Ordering Code RPM-90W80LED RPM-10OW80LED RPM-105W80LED RPM-110W80LED RPM-130W80LED RPM-13BW80LED RPM-145W80LED RPM-155W80LED RPM-160W80LED RPM-180W80LED RPM-190W80LED RPM-20OW80LED Type R2M Type 112S Type R3M Type R3S Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 16258 182 B3-UO-G3 16797 188 B3-UO-G3 16186 182 B3-UO-G3 16251 182 B3-UO-G3 17821 179 B3-UO-G3 18412 185 B3-UO-G3 17741 178 B3-UO-G3 17813 179 B3-UO-G3 18508 179 B3-UO-G3 19122 184 B3-UO-G3 18425 178 B3-UO-G3 18500 178 B3-UO-G3 19355 178 B3-UO-G3 19997 184 B3-UO-G3 19269 177 B3-UO-G3 19347 178 B3-UO-G3 22470 175 B3-UO-G3 23215 181 B3-UO-G3 22370 174 B3-UO-G3 22461 175 B3-UO-G3 23223 174 B3-UO-G3 23993 180 B3-UO-G3 23119 173 B3-UO-G3 23213 174 B3-UO-G3 24739 172 B-3UO-G3 25560 178 B4-UO-G3 24629 171 B3-UO-G3 24729 172 B3-UO-G3 26213 170 B3-UO-G3 27082 176 34-U0-G4 26096 170 B3-UO-G3 26202 170 B3-UO-G3 26871 170 B3-UO-G3 27762 176 B4-UO-G4 26751 169 B3-UO-G3 26860 170 B3-UO-G3 29593 166 B4-UO-G4 30575 171 B4-UO-G4 29461 165 B4-UO-G3 29581 166 B3-UO-G4 30779 164 B4-UO-G4 31800 170 B4-UO-G4 30641 163 B4-UO-G3 30766 164 B3-UO-G4 32170 163 B4-UO-G4 33237 168 B4-UO-G4 32026 162 B4-UO-G3 32156 162 B3-UO-G4 Type 4 Type 5 Type R2MB Type R3MB Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 16096 181 B2-U0-G3 16334 183 B4-UO-G3 16853 189 B3-UO-G3 16365 184 B3-UO-G3 17643 177 132-UO-G3 17904 180 B4-UO-G3 18472 186 B3-UO-G3 17938 180 B3-UO-G3 18323 177 B2-UO-G3 18595 179 B5-UO-G3 19185 185 B3-UO-G3 18630 180 B3-UO-G3 19162 176 B3-UO-G3 19445 178 B5-UO-G3 20063 184 B3-UO-G3 19482 179 B3-UO-G3 22246 173 B3-UO-G3 22575 176 B5-UO-G3 23292 181 B4-UO-G4 22618 176 B3-UO-G3 22991 172 B3-UO-G3 23331 175 B5-UO-G3 24072 180 34-U0-G4 23376 175 B3-UO-G3 24492 170 B3-UO-G4 24855 173 B5-UO-G3 25644 179 B4-UO-G4 24902 173 B4-UO-G4 25951 169 B3-UO-G4 26336 171 B5-UO-G3 27172 177 B4-UO-G4 26386 172 B4-UO-G4 26603 168 B3-UO-G4 26997 171 B5-UO-G3 27854 176 B4-UO-G4 27048 171 B4-UO-G4 29297 164 B3-UO-G4 29732 167 B5-UO-G4 30675 172 B4-UO-G4 29788 167 B4-UO-G4 30471 163 B3-UO-G4 30923 165 B5-UO-G4 31904 170 B4-UO-G4 30982 165 B4-UO-G4 31849 161 B3-UO-G4 32320 163 B5-UO-G4 33346 168 B4-UO-G4 32382 164 B4-UO-G4 R2MHE R2MHE Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 16922 190 B3UOG3 16739 188 B3UOG3 18548 186 B3UOG3 18347 184 B3UOG3 19263 186 B3UOG3 19055 184 B3UOG3 20145 185 B3UOG3 19927 183 B3UOG3 23387 182 B3UOG3 23134 180 B3UOG3 24170 181 33UOG3 23909 179 33UOG3 25749 179 B4UOG4 25470 177 B4UOG4 27283 177 B4UOG4 26988 176 34U0G4 27968 177 B4UOG4 27665 175 B4UOG4 30801 173 B4UOG4 30468 171 B41JOG4 32035 171 B4UOG4 31688 169 B4UOG4 33483 169 B4UOG4 33121 167 B41JOG4 Actual performance may vary due to installation variables including optics, mounting/ceiling height, dirt depreciation, light loss factor, etc.: highly recommended to confirm performance with a layout - contact Applications at signify.com/outdoorluminaires. Consult DLC QPL to confirm your specific fixture selection is DLC approved. Note: Some data may be scaled based on tests of similar but not identical luminaries. Road Focus -Plus -RPM 07/23 page 6 of 10 RPM RoadFocus Plus LED Cobra head (medium) 3000K/70CRI LED High Performance Lumen Values - multiply values by 0.9 for 80CRI Ordering Code RPM-90WSOLED RPM-100W80LED RPM-IOSW80LED RPM-11OW80LED RPM-130WBOLED RPM-136WSOLED RPM-145W80LED RPM-155W80LED RPM-160W80LED RPM-180W80LED RPM-190W80LED RPM-20OW80LED Ordering Code RPM-90W80LED RPM-10OW80LED RPM-106W80LED RPM-110WSOLED RPM-130W80LED RPM-135W80LED RPM-145W80LED RPM-155W80LED RPM-160W80LED RPM-18OW80LED RPM-190W80LED RPM-200W80LED Type R2M Type 112S Type R3M Type R3S Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 15592 175 B3-UO-G3 16109 181 B3-UO-G3 15522 174 B3-UO-G3 15585 175 B3-UO-G3 17090 172 B3-UO-G3 17657 178 B3-UO-G3 17014 171 B3-UO-G3 17083 172 B3-UO-G3 17749 171 B3-UO-G3 18338 177 B3-UO-G3 17670 170 B3-UO-G3 17742 171 B3-UO-G3 18561 170 B3-UO-G3 19177 176 B3-UO-G3 18479 170 B3-UO-G3 18553 170 B3-UO-G3 21549 168 B3-UO-G3 22263 173 B3-UO-G3 21453 167 B3-UO-G3 21540 168 B3-UO-G3 22270 167 B3-UO-G3 23009 172 B3-UO-G3 22171 166 B3-UO-G3 22261 167 B3-UO-G3 23725 165 B3-UO-G3 24512 171 B3-UO-G3 23619 164 B3-UO-G3 23715 165 B3-UO-G3 25138 163 B3-UO-G3 25972 169 34-U0-G3 25026 163 B3-UO-G3 25128 163 B3-UO-G3 25770 163 B3-UO-G3 26624 169 B4-UO-G3 25654 162 B3-UO-G3 25759 163 B3-UO-G3 28380 159 B4-UO-G4 29321 164 B4-UO-G4 28253 158 B3-UO-G3 28368 159 B3-UO-G3 29517 157 B4-UO-G4 30496 163 B4-UO-G4 29385 157 B4-UO-G3 29504 1 7 B3-U0-G4 30851 156 B4-UO-G4 31874 161 B4-UO-G4 30713 155 B4-UO-G3 30838 156 B3-UO-G4 Type 4 Type 5 Type R2MB Type R3MB Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 15436 173 B2-U0-G3 15665 176 B4-UO-G3 16162 181 B3-UO-G3 15694 176 B3-UO-G3 16919 170 32-U0-G3 17170 173 B4-UO-G3 17715 178 B3-UO-G3 17203 173 B3-UO-G3 17572 170 B2-UO-G3 17832 172 B4-UO-G3 18398 177 B3-UO-G3 17866 172 B3-UO-G3 18376 169 B2-UO-G3 18648 171 B5-UO-G3 19240 177 B3-UO-G3 18684 171 B3-UO-G3 21334 166 B3-UO-G3 21650 169 B5-UO-G3 22337 174 B3-UO-G3 21691 169 B3-UO-G3 22048 165 33-U0-G3 22375 168 B5-UO-G3 23085 173 B4-UO-G4 22417 168 B3-UO-G3 23488 164 B-3U-OG4 23836 166 B5-UO-G3 24592 171 B4-UO-G4 23881 166 B4-UO-G4 24887 162 B3-UO-G4 25256 164 B5-UO-G3 26058 169 B4-UO-G4 25304 165 B4-UO-G4 25512 162 B3-UO-G4 25890 164 B5-UO-G3 26712 169 B4-UO-G4 25939 164 B4-UO-G4 28096 158 B3-UO-G4 28513 160 B5-UO-G4 29417 165 B4-UO-G4 28567 160 B4-UO-G4 29222 156 B3-UO-G4 29655 158 B5-UO-G4 30596 163 B4-UO-G4 29711 159 B4-UO-G4 30543 154 B3-UO-G4 30995 157 B5-UO-G4 31979 162 B4-UO-G4 31054 157 B4-UO-G4 Actual performance may vary due to installation variables including optics, mounting/ceiling height, dirt depreciation, light loss factor, etc.: highly recommended to confirm performance with a layout - contact Applications at signify.com/outdoorluminaires. Consult DLC OPL to confirm your specific fixture selection is DLC approved. Note: Some data may be scaled based on tests of similar but not identical luminaries. Road Focus -Plus -RPM 07/23 page 7 of 10 RPM RoadFocus Plus LED Cobra head (medium) 2700K/70CRI LED High Performance Lumen Values - multiply values by 0.9 for 80CRI Ordering Code RPM-90WSOLED RPM-100WSOLED RPM-105W801LED RPM-110W80LED RPM-130WBOLED RPM-135WSOLED RPM-145WSOLED RPM-155W80LED RPM-160W80LED RPM-18OW80LED RPM-190W80LED RPM-200W80LED Ordering Code RPM-90W80LED RPM-10OW80LED RPM-10BW80LED RPM-11OW80LED RPM-130W80LED RPM-135W80LED RPM-145W80LED RPM-155W80LED RPM-160W80LED RPM-180W80LED RPM-190W80LED RPM-200WSOLED Type R2M Type R2S Type R3M Type R3S Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 14047 158 B3-UO-G3 14513 163 B3-UO-G3 13984 157 B3-UO-G3 14041 158 B3-UO-G2 15397 155 B3-UO-G3 15908 160 B3-UO-G3 15328 154 B3-UO-G3 15391 155 B3-UO-G2 15991 154 B3-UO-G3 16521 159 B3-UO-G3 15920 154 B3-UO-G3 15984 154 B3-UO-G2 16723 153 33-U0-G3 17277 159 33-U0-G3 16648 153 B3-UO-G3 16716 153 B3-UO-G2 19414 151 B3-UO-G3 20058 156 B3-UO-G3 19327 151 B3-UO-G3 19406 151 B3-UO-G3 20064 150 B3-UO-G3 20730 155 B3-UO-G3 19975 150 B3-UO-G3 20056 150 B3-UO-G3 21375 149 B3-UO-G3 22084 154 B3-UO-G3 21279 148 B3-UO-G3 21366 149 B3-UO-G3 22648 147 33-U0-G3 23399 152 B3-UO-G3 22547 147 B3-UO-G3 22639 147 B3-UO-G3 23217 147 B3-UO-G3 23987 152 B3-UO-G3 23113 146 B3-UO-G3 23207 147 B3-UO-G3 25568 143 B3-UO-G3 26416 148 B4-UO-G3 25454 143 B3-UO-G3 25558 143 B3-UO-G3 26593 142 B3-UO-G3 27475 147 B4-UO-G4 26474 141 B3-UO-G3 26582 142 B3-UO-G3 27795 140 B4-UO-G4 28717 145 B4-UO-G4 27671 140 B3-UO-G3 27783 140 B3-UO-G3 Type 4 Type 5 Type R2MB Type R3MB Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating Lumen Output Efficacy (LPW) BUG Rating 13907 156 B2-U0-G2 14113 158 B4-UO-G3 14561 163 B3-UO-G3 14140 159 B3-UO-G3 15243 153 B2-UO-G2 15469 156 B4-UO-G3 15960 160 B3-UO-G3 15499 156 B3-UO-G3 15831 153 B2-UO-G3 16066 155 B4-UO-G3 16576 160 B3-UO-G3 16096 155 B3-UO-G3 16556 152 B2-UO-G3 16801 154 B4-UO-G3 17334 159 B3-UO-G3 16833 154 B3-UO-G3 19220 150 B3-UO-G3 19505 152 B5-UO-G3 20124 157 B3-UO-G3 19542 152 B3-UO-G3 19864 149 B3-UO-G3 20158 151 B5-UO-G3 20798 156 B3-UO-G3 20197 151 B3-UO-G3 21161 147 B3-UO-G3 21475 149 B5-UO-G3 22156 154 B3-UO-G3 21516 150 B3-UO-G3 22422 146 B3-UO-G3 22754 148 B5-UO-G3 23476 153 B4-UO-G4 22797 148 B3-UO-G3 22985 146 B3-UO-G3 23325 148 B5-UO-G3 24066 152 B4-UO-G4 23370 148 B3-UO-G3 25313 142 133-UO-G4 25688 144 B5-UO-G3 26503 149 B4-UO-G4 25737 144 B4-UO-G4 26327 140 B3-UO-G4 26717 143 B5-UO-G3 27565 147 B4-UO-G4 26768 143 B4-UO-G4 27517 139 B3-UO-G4 27925 141 B5-UO-G4 28811 146 B4-UO-G4 27978 141 B4-UO-G4 Actual performance may vary due to installation variables including optics, mounting/ceiling height, dirt depreciation, light loss factor, etc.: highly recommended to confirm performance with a layout - contact Applications at signify.com/outdoorluminaires. Consult DLC OPL to confirm your specific fixture selection is DLC approved. Note: Some data may be scaled based on tests of similar but not identical luminaries. Road Focus -Plus -RPM 07/23 page 8 of 10 RPM RoadFocus Plus LED Cobra head (medium) Dimensions Top View (a EPA: 12 Ibs Ic EPA: 0.25 sq. feet Bottom View mom m� mom CO 9.7" mm�mm OmPmm OTC OTO OTC OTO 248mm00 Specifications Housing Made of a low copper die cast Aluminum alloy (A360), 0.100" (2.5mm) minimum thickness. Fits on a 1.66" (42mm) O.D. (1.25" NPS), 1.9" (48mm) O.D. (1.5 NPS) or 2 3/8" (60mm) O.D. (2" NPS) by 51/2" (140mm) minimum long tenon. Comes with a zinc plated clamp fixed by 2 zinc plated hexagonal bolts 3/8 16 UNC for ease of installation. Provides an easy step adjustment of +/- 50 tilt in 2.50 increments. Includes integral bubble level standard (always included). A quick release, tool less entry, single latch, hinged, removable door opens downward to provide access to electronic components and to a terminal block. Door is secured to prevent accidental dropping or disengagement. A clearance of 19.5" (495mm) at the rear is required in order to remove the door. Complete with a bird guard protecting against birds and similar intruders and an ANSI label as per C136.15-2020 to identify wattage and source (both included in box). Housing (including electrical compartment) rated IP54 per ANSI C136.37. Light Engine Composed of 4 main components: LED Module / Optical System / Heat Sink / Driver. Electrical components are RoHS compliant, IP66 sealed light engine equipped LEDs tested by ISO 17025-2005 accredited lab in accordance with IESNA LM-80 guidelines in compliance with EPA ENERGY STAR, extrapolations in accordance with IESNA TM-21. Metal core board ensures greater heat transfer and longer lifespan. LED Module: Composed of high-performance white LEDs. Color temperature as per ANSI/ NEMA bin 2700 Kelvin nominal (2725 t145K), 3000 Kelvin nominal (3045K+/- 175K) or 4000 Kelvin nominal (3985K +/- 275K), CRI 70 Min. 75 Typical. Other CCT/CRI also available, consult factory. Optical System: Composed of high performance UV stabilized optical grade polymer refractor lenses to achieve desired distribution optimized to get maximum spacing, target lumens and a superior lighting uniformity. System is rated IP66. Performance shall be tested per LM-63, LM-79 and TM-15 (IESNA) certifying its photometric performance. 0% uplight and UO per IESNA TM-15. Heat Sink: Built in the housing and door, designed to ensure high efficacy and superior cooling by natural vertical convection air flow pattern always close to LEDs and driver optimizing their efficiency and life. Road Focus -Plus -RPM 07/23 page 9 of 10 Side View 21.8" 556mm Product does not use any cooling device with moving parts (only passive cooling). Wide openings enable natural cleaning and removal of dirt and debris. Entire luminaire is rated for operation in ambient temperature of -40°C / -40°F up to +50°C / +1220F unless otherwise specified, refer to LED Wattages Values Table. Driver: High power factor of 90% min. Electronic driver, operating range 50/60 Hz. Auto adjusting universal voltage input from 120 to 277 VAC rated for both application line to line or line to neutral, Class I or 2, THD of 20% max. DMG:Dimming compatible 0-10 volts. The current supplying the LEDs will be reduced by the driver if the driver experiences internal overheating as a protection to the LEDs and the electrical components. Output is protected from short circuits, voltage overload and current overload. Automatic recovery after correction. Standard built- in driver surge protection of 2.5kV (min). Integrated Features DMG: Dimmable driver 0-10V. TLRD7: Tool less orientable receptacle with 7 pins enabling dimming and additional functionality (to be determined), can be used with a twist lock Interact City node or photoelectric cell or a shorting cap. Use of photoelectric cell or shorting cap is required to ensure proper illumination. Note: Additional hardware will be required to utilize the additional 2 pins on this receptacle. SP11: Fail -On Surge protection device tested in accordance with ANSI/IEEE C62.45 per ANSI/IEEE C62.41.2 Scenario I Category C High Exposure 10kV/10kA waveforms for Line -Ground, Line -Neutral and Neutral -Ground, and in accordance with DOE MSSLC Model Specification for LED Roadway Luminaires Appendix D Electrical Immunity High test level10kV/10kA. Note: These integrated features always come with RoadFocus luminaire. Note: It is not recommended to use FAWS with other dimming or controls; if you do, set the switch to position 10 (maximum output) to enable the other dimming or controls. Switching FAWS to any position other than 10 will disable other dimming or controls. 4.4" 111mm Driver and Luminaire Options HVX: Extended voltage range (277-480VAC). Provides additional protection for abnormal power conditions like neutral drop on 277V installations or others. D41*: Zhaga-D4i certified fixture DALI*: Pre-set driver compatible with the DALI control system. SRD*: Sensor Ready Driver including SR communication (used for dimming and other functionalities), 24V auxiliary supply and a logical signal input (LSI) connected to the top NEMA twist lock receptacle and bottom TLRSR receptacle, if this option included/chosen. This configuration is compatible with Interact City controllers. SRD1*: Sensor Ready Driver including SR communication (used for dimming and other functionalities) but with 24V auxiliary supply and a logical signal input (LSI) not connected to the top NEMA twist lock. If TLRSR receptacle option included, standard SR communication, 24V auxiliary supply and LSI are connected to the TLRSR receptacle. JP: Job pack bulk packaging 2C: Two zinc plated clamps fixed by 4 zinc plated hexagonal bolts 3/8 16 UNC for ease of installation. OMS: Outdoor Multi Sensor NRC: No Receptacle. Fixture is shipped with a cap instead of a receptacle. SP2: Fail -On 20kV / 10kA surge protection device that provides extra protection beyond the SP1 10kV/10kA level. SP1X: Fail -Off Surge protection device tested in accordance with ANSI/IEEE C62.45 per ANSI/ IEEE C62.41.2 Scenario I Category C High Exposure 10kV/5kA waveforms for Line -Ground, Line -Neutral and Neutral -Ground, and in accordance with DOE MSSLC Model Specification for LED Roadway Luminaires Appendix D Electrical Immunity High test level 10kV/5kA. SP2X: Fail -Off 20kV / 10kA surge protection device that provides extra protection beyond the SP1X 10kV/5kA level. FAWS: Field Adjustable Wattage Selector, pre-set to the highest position, can be easily switched in the field to the required position. This reduces total luminaire wattage consumption and reduces the light level - see the FAWS multiplier chart for more details. * These driver options ship with DALI bus power turned on and luminaire information loaded in Memory banks 1 as per ANSI C137.4 (2021). Consult factory for any other driver programming requirement. RPM RoadFocus Plus LED Cobra head (medium) Specifications (continued) Driver and Luminaire Options (continued) TLRSR: SR Sensor connector, installed in fixture door. Shipped with protective cover. PHS: Twist -lock photoelectric cell, UNV (120-277VAC). PHXL: Twist -lock photoelectric cell, extended life, UNV (120-277VAC). PH9: Shorting cap (use of photoelectric cell or shorting cap is required to ensure proper illumination). API: Factory Installed NEMA label, ANSI C136.15-2020 compliant. Consult factory for other labeling needs. Connected Lighting Interact City connector node provides the plug and play wireless communications technology to connect your street light to the Interact City lighting management system. With Interact you can remotely manage, monitor and control all city lighting, from roads and streets, to parks and plazas, and bridges from one single system. Connected lighting enables capabilities including, accurate on/off switching, dimming control, fault reporting and integration with other systems to enable condition -based lighting. Interact provides you with a robust and scalable infrastructure to further reduce energy consumption, improve operations, and turn lighting into a connected network for your smart city journey. For more details visit: interact-lighting.com/en-us/ what-is-possible/interact-city Factory Installed Shield Options (one per Light Engine) CSS: Cul-de-Sac Shield. Shields light output on the left and right side of fixture. FSS: Front Side Shield. Shields light output on the front side of fixture. HSS: House Side Shield. Shields light output to the back side of fixture. LSS: Left Side Shield. Shields light output on the left side of fixture. RSS: Right Side Shield. Shields light output on the right side of fixture. Luminaire Useful Life Refer to IES files for energy consumption and delivered lumens for each option. Based on ISTMT in situ thermal testing in accordance with UL1598 and UL8750, System Reliability Tool, Advance data and LED manufacturer LM-80/TM-21 data, expected to reach 100,000 + hours with >L70 lumen maintenance @ 25°C. Luminaire Useful Life accounts for LED lumen maintenance AND all of these additional factors including: LED life, driver life, PCB substrate, solder joints, on/off cycles, burning hours and corrosion. Wiring The connection of the luminaire is done using a terminal block connector 600V, 85A for use with #2 14 AWG. wires from the primary circuit, located inside the housing. Due to the inrush current that occurs with electronic drivers, recommend using a 10Amp time -delay fuse to avoid unwanted fuse blowing (false tripping) that can occur with normal or fast acting fuses. Hardware All exposed screws shall be complete with Ceramic primer seal to reduce seizing of the parts, also offers a high resistance to corrosion. All seals and sealing devices are made and/or lined with EPDM and/or silicone and/or rubber. Finish Color in accordance with the AAMA 2603 standard. Application of polyester powder coat paint (4 mils/100 microns) with ± 1 mils/24 microns of tolerance. The Thermosetting resins provides a discoloration resistant finish in accordance with the ASTM D2244 standard, as well as luster retention in keeping with the ASTM D523 standard and humidity proof in accordance with the ASTM D2247 standard. The surface treatment achieves a minimum of 5000 hours for salt spray resistant finish in accordance with testing performed and per ASTM B117 standard. LED products manufacturing standard The electronic components sensitive to electrostatic discharge (ESD) such as light emitting diodes (LEDs) are assembled in compliance with IEC61340-5-1 and ANSI/ESD S20.20 standards so as to eliminate ESD events that could decrease the useful life of the product. Vibration Resistance The RPM meets the ANSI C136.31-2018, American National Standard for Roadway Luminaire Vibration specifications for Bridge/overpass applications. (Tested for 3G over 100,000 cycles by independent lab) Certifications and Compliance cULus Listed for Canada and USA. Luminaire meets DOE and MSSLC Model Specification for LED Roadway Luminaires. Most versions of RoadFocus LED Cobrahead luminaires are DesignLights Consortium qualified, consult DLC OPL to confirm your specific fixture selection is approved. CCTs 3000K and warmer are IDA Dark Sky Approved. Luminaire complies with or exceeds the following ANSI C136 standards: .2,.3, .10, .14, .15, .22, .25, .31, .37, .41. Service Tag Each individual Iuminaire is uniquely identifiable, thanks to the Service tag application. With a simple scan of a OR code, placed on the inside of the mast door, you gain instant access to the Iuminaire configuration, making installation and maintenance operations faster and easier, no matter what stage of the luminaire's lifetime. Just download the APP and register your product. For more details visit: signify.com/servicetag Limited Warranty 10-year limited warranty. See signify.com/warranties for details and restrictions. Brackets/Arms For brackets / arms available with this Iuminaire, see Lumec 3D for details. Bid Proposal LED Streetlight Installation Rebid Project Bear Electrical Solution LLC ("Bidder') hereby submits this Bid Proposal to the City of Cupertino ("City") for the above -referenced project ("Project") in response to the Notice Inviting Bids and in accordance with the Contract Documents referenced in the Notice. Base Bid. Bidder proposes to perform and fully complete the Work for the Project as specified in the Contract Documents, within the time required for full completion of the Work, including all labor, materials, supplies, and equipment and all other direct or indirect costs including, but not limited to. taxes, insurance and all overhead, for the following price ("Base Bid"). 2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for this bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda. Addendum. Date Received: #01 #02 #03 #04 Addendum: Date Received: #05 #06 #07 #08 3. Bidder's Certifications and Warranties. By signing and submitting this Bid Proposal, Bidder certifies and warrants the following: 3.1 Examination of Contract Documents. Bidder has thoroughly examined the Contract Documents and represents that, to the best of Bidder's knowledge, there are no errors, omissions, or discrepancies in the Contract Documents, subject to the limitations of Public Contract Code § 1104. 3.2 Examination of Worksite. Bidder has had the opportunity to examine the Worksite and local conditions at the Project location. 3.3 Bidder Responsibility. Bidder is a responsible bidder, with the necessary ability, capacity, experience, skill, qualifications, workforce, equipment, and resources to perform or cause the Work to be performed in accordance with the Contract Documents and within the Contract Time, 3.4 Responsibility for Bid. Bidder has carefully reviewed this Bid Proposal and is solely responsible for any errors or omissions contained in its completed bid. All statements and information provided in this Bid Proposal and enclosures are true and correct to the best of Bidder's knowledge. 3.5 Nondiscrimination. In preparing this bid, the Bidder has not engaged in discrimination against any prospective or present employee or Subcontractor on grounds of race, color, ancestry, national origin, ethnicity, religion; sex, sexual orientation, age, disability, or marital status. 3.6 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Bidder is not identified on a list created under the Iran Contracting Act, Public Contract Code § 2200 et seq. (the "Act"), LED Streetlight Installation Rebid 2023 Form BID PROP05AL Project No. 2022-13 Page 9 as a person engaging in investment activities in Iran, as defined in the Act, or is otherwise expressly exempt under the Act. 4. Award of Contract. By signing and submitting this Bid Proposal, Bidder agrees that if Bidder is awarded the Contract for the Project, within ten days following issuance of the Notice of Potential Award to Bidder, Bidder will do all of the following: 4.1 Execute Contract. Enter into the Contract with City in accordance with the terms of this Bid Proposal, by signing and submitting to City the Contract prepared by City using the form included with the Contract Documents; 4.2 Submit Required Bonds. Submit to City a payment bond and a performance bond, each for 100% of the Contract Price, using the bond forms provided and in accordance with the requirements of the Contract Documents, and 4.3 Insurance Requirements. Submit to City the insurance certificates) and endorsement(s) as required by the Contract Documents- 5. Bid Security. As a guarantee that, if awarded the Contract, Bidder will perform its obligations under Section 4 above, Bidder is enclosing bid security in the amount of ten percent of its maximum bid amount in one of the following forms (check one): A cashier's check or certified check payable to City and issued by [Bank name] in the amount of X A bid bond, using the Bid Bond form included with the Contract Documents, payable to City and executed by a surety licensed to do business in the State of California - This Bid ro s hereby submitted on October 29 202-4 $1 Robert Asuncion, Vice President s/ I. [See Sec ion 3 of Instructions to Bidders] Bear Electrical Solution, LLC Company Name 1252 State Street Address Alviso, CA 95002 City, State, Zip Robert Asuncion Contact Name Name and Title Andrew Bader- President Name and Title 982079, C-10, C-31, A, C-61 /D-31, 08-31-26 License #, Expiration Date, and Classification 1000002158 DIR Registration # 408-449-5178 Phone estimating(a bear-electrical.com Contact Email END OF BID PROPOSAL LED Streetlight Installation Rebid 2023 Form BID PROPOSAL Project No. 2022-13 Page 10 Bid Schedule This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total Amount' column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form. AL = Allowance CIF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 Ibs) BASE BID BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT Cobra Head Retrofit — Materials Signify LED Cobra Head Luminaire RP N-20 W10LED-727-G 1-R2M- UNV-DMG-API-TLRD7-GY3, or equal product • Type 2 distribution • 20 Watts • 2,858 lumen output • 147 LPW minimum efficacy • B1-U0-G1 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED • 70 CRI 1 • Dimmable OV— 10V 1276 EA $ 156.00 $ 199,056.00 Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Gray • 10-year Minimum Warranty • DLC Listed • 10 Week Estimated Lead Time Cobra Head Retrofit — Materials 2 Signify LED Cobra Head 173 EA $156.00 $ 26,988.00 Luminaire LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 11 BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT RPN-20W10LED-727-G 1-4- UNV-DMG-API-TLRD7-GY3, or equal product • Type 4 distribution • 20 Watts • 2,894 lumen output • 148 LPW minimum efficacy • B1-U0-G1 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED • 70 CRI • Dimmable OV —10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Gray • 10-year Minimum Warranty • DLC Listed • 10 Week Estimated Lead Time Cobra Head Retrofit — Materials Signify LED Cobra Head Luminaire RPN-35W20LED-727-G1-R2M- UNV-DMG-API-TLRD7-GY3, or equal product • Type 2 distribution • 34 Watts 3 4,991 lumen output 232 EA $ 183.00 $ 42,456.00 • 146 LPW minimum efficacy • B1-U0-G1 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED 70 CRI LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 12 BID ITEM NO. ITEM DESCRIPTION EST. CITY. UNIT UNIT COST EXTENDED TOTAL AMOUNT • Dimmable OV —10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Gray 10-year Minimum Warranty • DLC Listed • 10 Week Estimated Lead Time Cobra Head Retrofit — Materials Signify Field -Adjustable LED Cobra Head Luminaire RPN-35W20LED-727-G 1-R2M- U N V-D M G-AP I-FAWS-TLR D7- GY3, or equal product • Type 2 distribution • 34 Watts • 4,991 lumen output • 146 LPW minimum efficacy • B1-U0-G1 Maximum BUG Rating • 2700K CCT • 120V — 277V 4 Discrete LED 17 EA $ 200.00 $ 3,400.00 • 70 CRI • Dimmable OV — 10V Driver • Field adjustable wattage switch • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • G ray LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 13 BID ITEM ITEM DESCRIPTION EST. CITY. UNIT UNIT EXTENDED NO. COST TOTAL AMOUNT • 10-year Minimum Warranty • DLC Listed • 10 Week Estimated Lead Time Cobra Head Retrofit — Materials Signify LED Cobra Head Luminaire RP N-35 W20LED-727-G 1-4- UNV-DMG-API-TLRD7-GY3, or equal product • Type 4 distribution • 34 Watts • 5,060 lumen output • 148 LPW minimum efficacy • B1-U0-G1 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED 5 70 CRI 7 EA $ 183.00 $ 1,281.00 • Dimmable OV —10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Gray • 10-year Minimum Warranty • DLC Listed 10 Week Estimated Lead Time Cobra Head Retrofit — Materials Signify LED Cobra Head Luminaire RPN-60W20LED-727-G 1-R3M- UNV-DMG-API-TLRD7-GY3, or 6 equal product 314 Ea $ 203.00 $ 63,742.00 • Type 3 distribution • 59 Watts • 8,314 lumen output • 140 LPW minimum efficacy LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 14 BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT • B2-U0-G2 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED • 70 CRI • Dimmable OV — 10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Gray • 10-year Minimum Warranty • DLC Listed • 10 Week Estimated Lead Time Cobra Head Retrofit — Materials Signify LED Cobra Head Luminaire RFL-105W100LED-2.7K-G2- R3M-UNV-DMG-API-TLRD7- GY3, or equal product • Type 3 distribution • 106 Watts • 14,122 lumen output • 133 LPW minimum efficacy • B3-UO-G2 Maximum 7 BUG Rating 100 Ea $ 386.00 $ 38,600.00 • 2700K CCT • 120V — 277V • Discrete LED • 70 CRI • Dimmable OV —10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 15 BID ITEM ITEM DESCRIPTION EST. QTY. UNIT UNIT EXTENDED NO. COST TOTAL AMOUNT • Factory -installed NEMA wattage label • Aluminum Housing • Gray • 10-year Minimum Warranty DLC Listed 10 Week Estimated Lead Time Shoebox Retrofit — Materials LED Shoebox Luminaire • Type 3 distribution • 50 - 60 Watts • 8,250 — 9,000 lumen output • 164 LPW minimum efficacy • B2-U0-G2 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED • 70 CRI • Dimmable OV — 10V Driver • 7-pin photocell receptacle (ANSI 8 C136.41 compliant) 10 Ea $ 700.00 $ 7,000.00 • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Gray • 10-year Minimum Warranty • DLC Listed • Compatible with standard cobra head arm • 10 Week Estimated Lead Time • Visually unique housing preferred Shoebox Retrofit — Materials 9 LED Shoebox Luminaire 13 EA $ 700.00 $ 9,100.00 • Type 3 distribution • 50 - 60 Watts LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 16 BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT • 8,250 — 9,000 lumen output • 164 LPW minimum efficacy • 132-U0-G2 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED • 70 CRI • Dimmable OV —10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Black • 10-year Minimum Warranty • DLC Listed • Compatible with standard cobra head arm • 10 Week Estimated Lead Time • Visually unique housing preferred Shoebox Retrofit — Materials LED Shoebox Luminaire • Type 3 distribution • 50 - 60 Watts • 8,250 — 9,000 lumen output • 164 LPW minimum 10 efficacy 22 EA $ 700.00 $ 15,400.00 • B2-UO-G2 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED • 70 CRI • Dimmable OV —10V Driver LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 17 BID ITEM ITEM DESCRIPTION EST. QTY. UNIT UNIT EXTENDED NO. COST TOTAL AMOUNT • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Black • 10-year Minimum Warranty • DLC Listed • Compatible with pole - top mount bracket • 10 Week Estimated Lead Time • Visually unique housing preferred Shoebox Pole -top Mount Top Arm — Materials • Compatible with Bid Item No. 10, LED 11 Shoebox Luminaire 22 EA $ 233.00 $ 5,126.00 Compatible with 4" O.D. Pole Top • 10" —18" arm length • Black Powder Coated Aluminum Signify Cobra Head Left -Side Shield — Materials LSS - 10 LED, or equal product 12 Field -installable to 1 EA $ 18.00 $ 18.00 shield light trespass on the left side of the luminaire. Compatible with Bid Item No. 2 Signify Cobra Head House -Side Shield — Materials HSS — 10 LED, or equal product • Field -installable to 13 minimize backlight 1 EA $ 14.00 $ 14.00 trespass of the luminaire. • Compatible with Bid Item No. 2 LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 18 BID ITEM ITEM DESCRIPTION EST. QTY. UNIT UNIT EXTENDED NO. COST TOTAL AMOUNT Ripley Long Life Photocontrol — Materials 6390LL-BK, or equal product 14 12-year Minimum 2164 EA $ 27.00 $ 58,428.00 Warranty • 120V/208V/277V • Voltage range: 105-305 Black Cobra Head Retrofit — Labor Only: to replace existing HID Luminaire with one (1) new LED 1s Luminaire complete with new 2049 EA $76.00 $ 155,724.00 Photocell and/or existing Shorting Cap, and shield if req uired. LED Shoebox Retrofit — Labor Only: to replace existing HID Luminaire of a shoebox with one (1) new LED Shoebox Fixture complete with new 16 Photocell and/or existing 21 EA $ 76.00 $ 1,596.00 Shorting Cap. Unit cost to include cost of additional wiring required to connect and power new fixture. Shoebox Retrofit with Bracket — Labor Only: to replace existing HID Shoebox Luminaire with one (1) new LED Shoebox Luminaire and one (1) new top - mounted bracket complete with 17 new Photocell and/or existing 20 EA $ 76.00 $ 1,520.00 Shorting Cap. Unit cost to include cost of additional wiring required to connect and power new fixture. New luminaire and bracket will be installed at the same time. TOTAL BASE BID: BID ALTERNATES Items 1 through 17 inclusive: $ 629,449.00 BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT Bid Alternative #1: Shoebox Retrofit— Materials 10 EA $ 205.00 $ 2,050.00 Replacement Signify LED Cobra Head Alternative to Luminaire LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 19 BID ITEM NO. ITEM DESCRIPTION EST. CITY. UNIT UNIT COST EXTENDED TOTAL AMOUNT Bid Item RPN-60W20LED-727-G1- No.8 R3M-UNV-DMG-API-TLRD7- GY3, or equal product • Type 3 distribution • 59 Watts • 8,250 — 8,350 lumen output • 140 LPW minimum efficacy • B2-UO-G2 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED • 70 CRI • Dimmable OV — 10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Gray • 10-year Minimum Warranty • DLC Listed • 10 Week Estimated Lead Time Shoebox Retrofit — Materials Signify LED Cobra Head Luminaire RPN-60W20LED-727-G 1- R3M-UNV-DMG-API-TLRD7- Bid BK, or equal product Alternative • Type 3 distribution #2: • 59 Watts Replacement • 8,250 — 8,350 lumen 13 EA $ 205.00 $ 2,665.00 Alternative to output Bid Item No. • 140 LPW minimum 9 efficacy • B2-UO-G2 Maximum BUG Rating • 2700K CCT • 120V — 277V • Discrete LED LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 20 BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT • 70 CRI • Dimmable OV — 10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing • Black • 10-year Minimum Warranty • DLC Listed • 10 Week Estimated Lead Time Shoebox Retrofit — Materials Signify LED Cobra Head Luminaire RP N-60W20LED-727-G 1- R3M-UNV-DMG-API-TLRD7- BK Pole -Top Mount Compatible or equal product • Type 3 distribution • 59 Watts • 8,250 — 8,350 lumen output • 140 LPW minimum Bid efficacy Alternative • B2-UO-G2 Maximum #3: BUG Rating Replacement • 2700K CCT 22 EA $ 205.00 $ 4,510.00 Alternative to . 120V — 277V Bid Item No. . Discrete LED 10 • 70 CRI • Dimmable OV — 10V Driver • 7-pin photocell receptacle (ANSI C136.41 compliant) • 10kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant) • Factory -installed NEMA wattage label • Aluminum Housing LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 21 BID ITEM ITEM DESCRIPTION EST. CITY. UNIT UNIT EXTENDED NO. COST TOTAL AMOUNT • Black • 10-year Minimum Warranty • DLC Listed • Compatible with pole - top mount bracket • 10 Week Estimated Lead Time Cobra Head Pole -top Mount Top Arm — Bid Alternative • Compatible with 2 3/8" #4: O.D. cobra head Replacement luminaire • Compatible with 4" 22 EA $235.00 $ 5170.00 Alternative to O.D. Pole Top Bid Item No. 11 • 10" —18" arm length • Black Powder Coated Aluminum LED Shoebox to Cobra Head Retrofit — Labor Only: to Bid replace existing HID Luminaire Alternative of a shoebox with one (1) new #5: LED Cobra Head Fixture Replacement complete with new Photocell 21 EA $190.00 $ 3,990.00 Alternative to and/or existing Shorting Cap. Bid Item No. Unit cost to include cost of 16 additional wiring required to connect and power new fixture. Shoebox Retrofit with Bracket — Labor Only: to replace existing HID Shoebox Bid Luminaire with one (1) new Alternative LED Shoebox Luminaire and #6: one (1) new top -mounted Replacement bracket complete with new 20 EA $190.00 $ 3,800.00 Alternative to Photocell and/or existing Bid Item No. Shorting Cap. Unit cost to 17 include cost of additional wiring required to connect and power new fixture. New luminaire and bracket will be installed at the same time. TOTAL BID ALTERNATES: Items 2 through $ 22,185.00 LED Streetlight Installation 2023 Form Project No. 2022-13 inclusive: BID SCHEDULE Page 22 Note: The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in Section 1 of the Bid Proposal form. BIDDER NAME: Sear Electrical Solution, LLC END OF BID SCHEDULE LED Streetlight Installation 2023 Form BID SCHEDULE Project No. 2022-13 Page 23 Subcontractor List For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 % of the Bidder's total Base Bid,' the bidder must list a description of the Work, the name of the Subcontractor, its California contractor license number, the location of its place of business, its DIR registration number, and the portion of the Work that the Subcontractor is performing based on a percentage of the Base Bid price. DESCRIPTION OF WORK SUBCONTRACTOR NAME CALIFORNIA CONTRACTOR LICENSE NO. LOCATION OF BUSINESS DIR REG. NO. PERCENT OF WORT( 1 f �f 1 END OF SUBCONTRACTOR LIST t For street or highway construction, this requirement applies to any subcontract of $10,000 or more. LED Streetlight Installation Rebid 2023 Form SUBCONTRACTOR LIST Project No. 2022-13 Page 24 Noncollusion Declaration TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: I am the Vice President [title] of _ [business name), the party making the foregoing bid. Bear Eiectrical Solution, LLC The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. This declaration is intended to comply with California Public Contract Code § 710E and Title 23 U.S.0 § 112. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/21 /24 [date], at Alvis❑ [city], CA [state]. sl Robert Asuncion Name [print] END OF NONCOLLUSION DECLARATION LED Streetlight Installation Rebid 2023 Form NONCOLLUSION DECLARATION Project No. 2022-13 Page 25 Bid Bond Bear Electrical Solutions, LLC ('Bidder") has submitted a bid, dated October 29 , 20 24 ("Bid"), to the City of Cupertino ("City") for work on the LED Streetlight Installation Rebid Project ("Project'). Under this duly executed hid bond ("Bid Bond"), Bidder as Principal and Harco National Insurance Company , its surety ("Surety"), are bound to City as obligee in the penal sure of ten percent of the maximum amount of the Bid (the "Bond Sum"). Bidder and Surety bind themselves and their respective heirs, executors, administrators. successors and assigns, jointly and severally, as follows: General. if Bidder is awarded the Contract for the Project, Bidder will enter into the Contract with City in accordance with the terms of the Bid. Submittals. VVithin ten days following issuance of the Notice of Potential Award to Bidder. Bidder must submit to City the following: 2.1 Contract. The executed Contract, using the form provided by City in the Project contract documents ("Contract Documents"); 2.2 Payment Bond. A payment bond for 100% of the maximum Contract Price, executed by a surety licensed to d❑ business in the State of California using the Payment Bond form included with the Contract Documents; 2.3 Performance Bond. A performance bond for 100% of the maximum Contract Price, executed by a surety licensed to do business in the State of California using the Performance Bond form included with the Contract Documents; and 2.4 Insurance. The insurance certificate(s) and endorsements) required by the Contract Documents, and any other documents required by the Instructions to Bidders or Notice of Potential Award. 3. Enforcement. If Bidder fails to execute the Contract or to submit the bands and insurance certificates as required by the Contract Documents, Surety guarantees that Bidder forfeits the Bond Sum to City. Any notice to Surety may be given in the manner specified in the Contract and delivered or transmitted to Surety as follows: Attn: Edgar Esquivel Address: _ _3003 Oak Rd., uite 200, CitylState/Zip: Walnut Creek, CA 94597 Phone. 925-658-9260 Fax' 925-256-1080 Email_ Edgar.Esquivel@iatinsurance.com 4. Duration and Waiver. If Bidder fulfills its obligations under Section 2, above. then this obligation will be null and void; otherwise, it will remain in full force and effect for 60 days following the bid opening or until this Bid Bond is returned to Bidder, whichever occurs first. Surety waives the provisions of Civil Code §§ 2819 and 2845. [Signatures are on the following page.] LED Streetlight installation Rebid 2023 Form BID BOND Project No. 2022-13 Page 26 This Bid Bond is entered into and effective on October 10 2024 SURETY: Bear Z' Solutions, LLC Busin N e sr f� 66-1r r nl c �aU ` v1,0 Name, Title Date (Attach Acknowledgment with Notary Seal and Power of Attorney) BIDDER: Harco National Insurance Company Business Nam s! —Ap Rossio Polio, orney-in-Fact Name, Title October 10, 2024 Date END OF BID BOND LED Streetlight installation Rebid 2023 Form BID BOND Project No. 2022-13 Page 27 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1169 ;cycxsc�dx.��rvcrare-r.: rc:�,,,,tcr,�c.�t,�r,�c:-es�r�,cr�rc;c.�,�r�.re3c„c,�rcsc,�r;:ruc� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County f San Francisco ) On _ ) 0 2a L q before me, Nerissa S. Sartoiome, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rossio Polio Name(s) of Signer(s) who proved to me an the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ONEAISSA S- 6A111Ll 1 Notary Public - California San Francisco County Commisslon # 2448064 MY Comm. Expires Jun 2a, 202� Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public - OPTIONAL - ' Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this farm to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages; Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Rossio Polio ❑ Corporate Officer — Title(s): ❑ Partner — I I Limited i_ General ❑ Individual IX Attorney in Fact ❑ Trustee I I Guardian or Conservator F Other: Signer is Representing: . er's Name: - I Gor to Officer — Title(s): 1Partner — El invited ! I G I , Individual l for 1:_1 Trustee 1 ' ar f. i OtherSigner en n Fact or Conservator .i.'z'{:q={.�c{Se�S7ef'u{ieCx:4'csC3t v'.v�,.L%C.C%C�c�,'[%�e;�t7CY7i1�r.7�•4't�Cx:C�'C.ti'{.s-Asa{i;,ti`�'�"t=C�cx'R-CX%i>¢'•t+ _ "Cas7�`t 02014 National Notary Association • www.NalionalNotary.org • 1-800-US NOTARY (1-800-876-6827) ttem #59Q7 STATE OF NEW JERSEY STATE OF ILLINOIS a4P�g�rFS County of Essex County of Cook o SEAL m ;F y 1904 � b �yi Michael F. Zurcher Executive Vire President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Bond # NIA HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1440, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That MARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL x1DELtTY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal aMces located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint VALERIE TAKEUCHI, CHRI$TINA PARSONS, KAREN RHODES, ROSSI0 POLIO CHRISTOPHER M. HOWELL. LUCY M DUNHAM KAT1-ILEEN EAR LE KELLY HOLTEMANN, THOMAS E. HUGHES CHARLES R. SHOEMAKER, ZACHARY OVER BAY. MARK M. MUNEKAWA, NERISSA S. BARTOLOME, ANDREWS HOLLOWAY. JOAN DELUCA, PATRICK R ❑IEBEL, YVONNE RONCAGLIOLO San Francisco, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of MARC0 NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of MARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018, "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation. and (3) the signature of any such Off cer of the Corparation and the Corporations seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS VVHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 x' SEAL Q -}�ai4 �7C1NP�C'r�aL . �Y • i On this 31st day of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and. being by me duly sworn, said he isthe therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL. FIDELITY INSURANCE COMPANY. that the seals affixed to said instrument are the Corporate Seals of said Companies, that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. A��AY CMG.,; IN TESTIMONY WHEREOF, f have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. �SflfAR- - OF N ? Cathy Cruz. a Notary Public of New Jersey CERTIFICATION M y Commission Expires April 16, 2029 I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, October 10. 2024 A00467 a-wl,Cy Irene Martins, Assistant Secretary Bond No. 0865534 Payment Bond The City of Cupertino ("City") and Bear Electrical Solution, LLC. ("Contractor") have entered into a contract for work on the LED Streetlight Installation Rebid Project ("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond"). 1. General. Under this Bond, Contractor as principal and Harco National Insurance Company its surety ("Surety"), are bound to City as obligee in an amount not less than $629,449.00, under California Civil Code § 9550 et seq., to ensure payment to authorized claimants. This Bond is binding on the respective successors, assigns, owners, heirs, or executors of Surety and Contractor. 2. Surety's Obligation. If Contractor or any of its Subcontractors fails to pay a person authorized in California Civil Code § 9100 to assert a claim against a payment bond, any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of Contractor and its Subcontractors under California Unemployment Insurance Code § 13020 with respect to the work and labor, then Surety will pay the obligation. 3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California Civil Code § 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon request by any person with legal rights under this Bond. 4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and equipment furnished for use in the performance of the Work required by the Contract, in conformance with the time requirements set forth in the Contract and as required by California law, Surety's obligations under this Bond will be null and void. Otherwise, Surety's obligations will remain in full force and effect. 5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or extensions of time for performance of the Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845. City waives the requirement of a new bond for any supplemental contract under Civil Code § 9550. Any notice to Surety may be given in the manner specified in the Contract and delivered or transmitted to Surety as follows: Attn: Harco National Insurance Company Address: 702 Oberline Road City/State/Zip: Raleigh, NC 27605 Phone: 224.209.9422 Email: Jacob.Huffman@iatinsurance.com 6. Law and Venue. This Bond will be governed by California law, and venue for any dispute pursuant to this Bond will be in the Santa Clara County Superior Court, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. [Signatures are on the following page.] LED Streetlight Installation Rebid 2023 Form PAYMENT BOND Project No. 2022-13 Page 36 7. Effective Date; Execution. This Bond is entered into and is effective on December 9 , 2024. SURETY: Harco National Insurance Company Business Name `�� December 9, 2024 Date `Krvstal L. Stravato, Attorney -in -Fact \` Name, -title (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: Bear Electrical Solutions, LLC Business N� s/ Name. Title APPROVED BY CITY: s/ Name, Title December 9, 2024 Date Date END OF PAYMENT BOND LED Streetlight Installation Rebid 2023 Form PAYMENT BOND Project No. 2022-13 Page 37 Bond No. 0865534 Performance Bond The City of Cupertino ("City") and Bear Electrical Solution, LLC ("Contractor") have entered into a contract for work on the LED Streetlight Installation Rebid Project ("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond"). 1. General. Under this Bond, Contractor as principal and Harco National Insurance Company its surety ("Surety"), are bound to City as obligee for an amount not less than $629,449.00 to ensure Contractor's faithful performance of its obligations under the Contract. This Bond is binding on the respective successors, assigns, owners, heirs, or executors of Surety and Contractor. 2. Surety's Obligations. Surety's obligations are co -extensive with Contractor's obligations under the Contract. If Contractor fully performs its obligations under the Contract, including its warranty obligations under the Contract, Surety's obligations under this Bond will become null and void. Otherwise, Surety's obligations will remain in full force and effect. 3. Waiver. Surety waives any requirement to be notified of and further consents to any alterations to the Contract made under the applicable provisions of the Contract Documents, including changes to the scope of Work or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845. 4. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for completion of the Work under the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by City to Contractor as the Contract Price minus amounts already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which City is entitled under the terms of the Contract. 5. Contractor Default. Upon written notification from City of Contractor's termination for default under Article 13 of the Contract General Conditions, time being of the essence, Surety must act within the time specified in Article 13 to remedy the default through one of the following courses of action: 5.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent, but only if Contractor is in default solely due to its financial inability to complete the Work; 5.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to City, and secured by performance and payment bonds issued by an admitted surety as required by the Contract Documents, at Surety's expense; or 5.3 Waive its right to complete the Work under the Contract and reimburse City the amount of City's costs to have the remaining Work completed. 6. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover all costs it incurs due to Surety's default, including legal, design professional, or delay costs. 7. Notice. Any notice to Surety may be given in the manner specified in the Contract and sent to Surety as follows: Attn: Harco National Insurance Company Address: 702 Oberlin Road LED Streetlight Installation Rebid 2023 Form PERFORMANCE BOND Project No. 2022-13 Page 38 City/State/Zip: Raleigh, NC 27605 Phone: 224209.9422 Fax: Email: Jacob.Huffman(giatinsurance.com 8. Law and Venue. This Bond will be governed by California law, and venue for any dispute pursuant to this Bond will be in the Santa Clara County Superior Court, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. 9. Effective Date; Execution. This Bond is entered into and effective on December 9 2024 SURETY: Harco National Insurance Company ;5usiness Name Sl Krystal L. Stravato, Attorney -in -Fact Name, Title December 9, 2024 Date (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: Bear _ l ctrical Solutions, LLC Business Nam s/ n K4.trar n. viu �ri2Slde�.k Name, Title APPROVED BY CITY: s/ Name, Title December 9, 2024 Date Date END OF PERFORMANCE BOND LED Streetlight Installation Rebid 2023 Form PERFORMANCE BOND Project No. 2022-13 Page 39 ACKNOWLEDGMENT OF SURETY COMPANY STATE OF Illinois COUNTY OF Kane On this 9th day of December, 2024 before me personally came Krystal L. Stravato to me known, who, being by me duly sworn, did depose and say; that she is the Attorney -in -Fact of the Harco National Insurance Company, the corporation described in which executed the above instrument; that she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by the Board of Directors of said corporation; and that he signed her name thereto by the authority of the Power of Attorney of said Company, of which a Certified Copy is hereto attached, and that she signed said Instrument as an Attorney -in -Fact of said company by like authority. Official seal Diana Baker Notary Public State 0` 111in° Notary Public My Commission Expires 9/6/2026 U86bb34 POWER OF ATTORNEY Bond# HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint KEVIN T. WALSH, JR., EDWARD REILLY, THOMAS MACDONALD, MARISOL MOJICA, KRYSTAL L. STRAVATO Whippany, NJ their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2022 ....... " . ���trlG STATE OF NEW JERSEY STATE OF ILLINOIS-�0'pO€'e`; a qr County of Essex County of Cook Xz. ; SEALSEAL 10$4 •' >= 1 ' LING Ate' JE Kenneth Chapman �•. k *; 147 14 a Executive Vice President, Harco National Insurance Company '••••••.'`"* and International Fidelity Insurance Company On this 31st day of December, 2022 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. A IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, ��� .• . �C�j'�, New Jersey the day and year first above written. de yZ (/j„4t �i tip••••...... �� Shirelle A. Outley a Notary Public of New Jersey ''lnnsi` My Commission Expires April4, 2023 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMFANY and -INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorb- y and-af# ftit; anti the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in thth_obie-office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand an this day -ern_ber 9, 202e A02219 Irene Martins, Assistant Secretary HARCO NATIONAL INSURANCE COMPANY 1701 GOLF ROAD, SUITE 1-600, ROLLING MEADOWS, IL 60008 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT DECEMBER 31, 2023 ASSETS Bonds (Amortized Value) ............ . .......... .......... $128,504,641 Stocks (Preferred Stocks) ............ . ..................... 5,530,123 Stocks (Common Stocks) . . ......... . ..... . . ............... 928,601,943 Cash, Bank Deposits & Short -Term Investments .................. 36,972,198 Other Invested Assets .................................... 0 Unpaid Premiums & Assumed Balances ................ . ...... 161,876,881 Deferred Premiums, Agents Balances & Installments booked ........ 12,594,152 Reinsurance Recoverable from Reinsurers ...................... 167,607,854 Reinsurance - Funds Held by or deposited with reinsured companies .. 10,183,247 Current Federal & Foreign Income Tax Recoverable & Interest ....... 0 Investment Income Due and Accrued ......................... 1,750,941 Receivables from Parent Subsidiaries & Affiliates .... . . ... . ....... 9,354,321 Other Assets ........................................... 1,294,111 TOTAL ASSETS ................................ A64,2 00.412 LIABILITIES SURPLUS & OTHER FUNDS Losses (Reported Losses Net as to Reinsurance Ceded and Incurred But Not Reported Losses) ......................... $208,245,433 Reinsurance payable on paid losses & loss adjustment expense ....... 9,146,173 Loss Adjustment Expenses ............................... . . 44,566,466 Commissions Payable, Contingent Commissions & Other Similar Charges 1,568,736 Other Expenses (Excluding Taxes, Licenses and Fees) .............. 0 Taxes, Licenses & Fees (Excluding Federal Income Tax) , ........... 3,784,674 Current federal and foreign income taxes .......... . ........... 496,806 Net Deferred Tax Liability ................................. 9,048,374 Unearned Premiums ............................. » ......... 155,713,778 Advance Premium ................ . .............. . ... . ... 391,769 Ceded Reinsurance Premiums Payable ........................ 95,106,803 Funds held by Company under reinsurance treaties ....... , .... ,... 18,MZ649 Amounts Withheld by Company for Account of Others ......... . .. 53,853,412 Payable to Parent Subsidiaries & Affiliates ................... . .. 3,771,943 Other Liabilities ................................ . . ....... 4,754,724 TOTAL LIABILITIES . ..... . .................. $608,791,740 Common Capital Stock ...................... . ............. $3,500,004 Gross Paid -in & Contributed Surplus ....... e ................. 670,781,8M Unassigned Funds (Surplus) .......... . . . . .................. 181,196,834 Surplus as Regards Policyholders ................ $855,478,b72 TOTAL LIABILITIES, SURPLUS & OTHER FUNDS ... $1,464,270,412 I, John Mruk, Treasurer of HARCO NATIONAL INSURANCE COMPANY, certify that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company, at the close of business, December 31, 2023, as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of Illinois. IN TESTIMONY WHEREOF, I have set my hand and affixed the seal of the Company, this 11th day of March, 2024. ailtltilt8ti!lltfd HARCO qATIONAL INSURANCE COMPANY ,��00 OR D d�'ii CJ f t my Com m. •2 SIG ED AND SWO to before me on this { day of If S Qy , ZO �anu Grp, ary 15, 202,,yrt- • y+ �• q r NOTARY PUBLIC, STATE OF [i UB L1'�. n e4r *A rr. fir ,, C' V '�i F "•, ""NEO U NI.:.��`���, General Conditions Article 1 - Definitions Definitions. The following definitions apply to all of the Contract Documents unless otherwise indicated, e.g., additional definitions that apply solely to the Specifications or other technical documents. Defined terms and titles of documents are capitalized in the Contract Documents, with the exception of the following (in any tense or form): "day," "furnish," "including," "install," "work day" or "working day." Allowance means a specific amount that must be included in the Bid Proposal for a specified purpose. Article, as used in these General Conditions, means a numbered Article of the General Conditions, unless otherwise indicated by the context. Change Order means a written document duly approved and executed by City, which changes the scope of Work, the Contract Price, or the Contract Time. City means the municipality which has entered into the Contract with Contractor for performance of the Work, acting through its City Council, officers, employees, City Engineer, and any other authorized representatives. City Engineer means the City Engineer for City and his or her authorized delegee(s). Claim means a separate demand by Contractor for a change in the Contract Time or Contract Price, that has previously been submitted to City in accordance with the requirements of the Contract Documents, and which has been rejected by City, in whole or in part; or a written demand by Contractor objecting to the amount of Final Payment. Contract means the signed agreement between City and Contractor for performing the Work required for the Project, and all documents expressly incorporated therein. Contract Documents means, collectively, all of the documents listed as such in Section 2 of the Contract, including the Notice Inviting Bids; the Instructions to Bidders; addenda, if any; the Bid Proposal, and attachments thereto; the Contract; the Notice of Potential Award and Notice to Proceed; the payment and performance bonds; the General Conditions; the Special Conditions; the Project Plans and Specifications; any Change Orders; and any other documents which are clearly and unambiguously made part of the Contract Documents. The Contract Documents do not include documents provided "For Reference Only," or documents that are intended solely to provide information regarding existing conditions. Contract Price means the total compensation to be paid to Contractor for performance of the Work, as set forth in the Contract and as may be amended by Change Order or adjusted for an Allowance. The Contract Price is not subject to adjustment due to inflation or due to the increased cost of labor, material, supplies or equipment following submission of the Bid Proposal. Contract Time means the time specified for complete performance of the Work, as set forth in the Contract and as may be amended by Change Order. Contractor means the individual, partnership, corporation, or joint -venture that has signed the Contract with City to perform the Work. Day means a calendar day unless otherwise specified. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 40 Design Professional means the licensed individual(s) or firm(s) retained by City to provide architectural, engineering, or electrical engineering design services for the Project. If no Design Professional has been retained for this Project, any reference to Design Professional is deemed to refer to the Engineer. DIR means the California Department of Industrial Relations. Drawings has the same meaning as Plans. Engineer means the City Engineer for the City of Cupertino and his or her authorized delegees. Excusable Delay is defined in Section 5.3(B), Excusable Delay. Extra Work means new or unforeseen work added to the Project, as determined by the Engineer in his or her sole discretion, including Work that was not part of or incidental to the scope of the Work when the Contractor's bid was submitted; Work that is substantially different from the Work as described in the Contract Documents at bid time; or Work that results from a substantially differing and unforeseeable condition. Final Completion means Contractor has fully completed all of the Work required by the Contract Documents to the City's satisfaction, including all punch list items and any required commissioning or training, and has provided the City with all required submittals, including the instructions and manuals, product warranties, and as -built drawings. Final Payment means payment to Contractor of the unpaid Contract Price, including release of undisputed retention, less amounts withheld or deducted pursuant to the Contract Documents. Furnish means to purchase and deliver for the Project. Government Code Claim means a claim submitted pursuant to California Government Code § 900 et seq. Hazardous Materials means any substance or material identified now or in the future as hazardous under any Laws, or any other substance or material that may be considered hazardous or otherwise subject to Laws governing handling, disposal, or cleanup. Including, whether or not capitalized, means "including, but not limited to," unless the context clearly requires otherwise. Inspector means the individual(s) or firm(s) retained or employed by City to inspect the workmanship, materials, and manner of construction of the Project and its components to ensure compliance with the Contract Documents and all Laws. Install means to fix in place for materials, and to fix in place and connect for equipment. Laws means all applicable local, state, and federal laws, regulations, rules, codes, ordinances, permits, orders, and the like enacted or imposed by or under the auspices of any governmental entity with jurisdiction over any of the Work or any performance of the Work, including health and safety requirements. Non -Excusable Delay is defined in Section 5.3(D), Non -Excusable Delay. Plans means the City -provided plans, drawings, details, or graphical depictions of the Project requirements, but does not include Shop Drawings. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 41 Project means the public works project referenced in the Contract, as modified by any Project alternates elected by City, if any. Project Manager means the individual designated by City to oversee and manage the Project on City's behalf and may include his or her authorized delegee(s) when the Project Manager is unavailable. If no Project Manager has been designated for this Project, any reference to Project Manager is deemed to refer to the Engineer. Recoverable Costs is defined in Section 5.3(F), Recoverable Costs. Request for Information or RFI means Contractor's written request for information about the Contract Documents, the Work or the Project, submitted to City in the manner and format specified by City. Section, when capitalized in these General Conditions, means a numbered section or subsection of the General Conditions, unless the context clearly indicates otherwise. Shop Drawings means drawings, plan details or other graphical depictions prepared by or on behalf of Contractor, and subject to City acceptance, which are intended to provide details for fabrication, installation, and the like, of items required by or shown in the Plans or Specifications. Specialty Work means Work that must be performed by a specialized Subcontractor with the specified license or other special certification, and that the Contractor is not qualified to self - perform. Specifications means the technical, text specifications describing the Project requirements, which are prepared for and incorporated into the Contract by or on behalf of City, and does not include the Contract, General Conditions or Special Conditions. Subcontractor means an individual, partnership, corporation, or joint -venture retained by Contractor directly or indirectly through a subcontract to perform a specific portion of the Work. The term Subcontractor applies to subcontractors of all tiers, unless otherwise indicated by the context. A third party such as a utility performing related work on the Project is not a Subcontractor, even if Contractor must coordinate its Work with the third party. Technical Specifications has the same meaning as Specifications. Work means all of the construction and services necessary for or incidental to completing the Project in conformance with the requirements of the Contract Documents. Work Day or Working Day, whether or not capitalized, means a weekday when the City is open for business, and does not include holidays observed by the City. Holidays observed by the City and furlough days are: a. New Year's Day, January 1; b. Martin Luther King Jr.'s Birthday, third Monday in January; c. Lunar New Year d. Lincoln's Birthday, February 12; e. Presidents' Day, third Monday in February; f. Memorial Day, last Monday in May; g. Juneteenth, June 19 h. Independence Day, July 4; LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 42 Labor Day, first Monday in September; j. Veterans' Day, November 11; k. Thanksgiving Day, as designated by the President; I. The Day following Thanksgiving Day; m. Christmas Eve, December 24 n. Christmas Day, December 25; City Closure, December 24, 26, 27,28,29,30 and 31: and each day appointed by the Governor of California and formally recognized by the Santa Clara County Board of Supervisors as a day of mourning, thanksgiving, or special observance. Worksite means the place or places where the Work is performed, which includes, but may extend beyond the Project site, including separate locations for staging, storage, or fabrication. Article 2 - Roles and Responsibilities 2.1 City. (A) City Council. The City Council has final authority in all matters affecting the Project, except to the extent it has delegated authority to the Engineer. (B) Engineer. The Engineer, acting within the authority conferred by the City Council, is responsible for administration of the Project on behalf of City, including authority to provide directions to the Design Professional and to Contractor to ensure proper and timely completion of the Project. The Engineer's decisions are final and conclusive within the scope of his or her authority, including interpretation of the Contract Documents. (C) Project Manager. The Project Manager assigned to the Project will be the primary point of contact for the Contractor and will serve as City's representative for daily administration of the Project on behalf of City. Unless otherwise specified, all of Contractor's communications to City (in any form) will go to or through the Project Manager. City reserves the right to reassign the Project Manager role at any time or to delegate duties to additional City representatives, without prior notice to or consent of Contractor. (D) Design Professional. The Design Professional is responsible for the overall design of the Project and, to the extent authorized by City, may act on City's behalf to ensure performance of the Work in compliance with the Plans and Specifications, including any design changes authorized by Change Order. The Design Professional's duties may include review of Contractor's submittals, visits to any Worksite, inspecting the Work, evaluating test and inspection results, and participation in Project -related meetings, including any pre -construction conference, weekly meetings, and coordination meetings. The Design Professional's interpretation of the Plans or Specifications is final and conclusive. 2.2 Contractor. (A) General. Contractor must provide all labor, materials, supplies, equipment, services, and incidentals necessary to perform and timely complete the Work in strict accordance with the Contract Documents, and in an economical and efficient manner in the best interests of City, and with minimal inconvenience to the public. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 43 (B) Responsibility for the Work and Risk of Loss. Contractor is responsible for supervising and directing all aspects of the Work to facilitate the efficient and timely completion of the Work. Contractor is solely responsible for and required to exercise full control over the Work, including the construction means, methods, techniques, sequences, procedures, safety precautions and programs, and coordination of all portions of the Work with that of all other contractors and Subcontractors, except to the extent that the Contract Documents provide other specific instructions. Contractor's responsibilities extend to any plan, method or sequence suggested, but not required by City or specified in the Contract Documents. From the date of commencement of the Work until either the date on which City formally accepts the Project or the effective date of termination of the Contract, whichever is later, Contractor bears all risks of injury or damage to the Work and the materials and equipment delivered to any Worksite, by any cause including fire, earthquake, wind, weather, vandalism or theft. (C) Project Administration. Contractor must provide sufficient and competent administration, staff, and skilled workforce necessary to perform and timely complete the Work in accordance with the Contract Documents. Before starting the Work, Contractor must designate in writing and provide complete contact information, including telephone numbers and email address, for the officer or employee in Contractor's organization who is to serve as Contractor's primary representative for the Project, and who has authority to act on Contractor's behalf. A Subcontractor may not serve as Contractor's primary representative. (D) On -Site Superintendent. Contractor must, at all times during performance of the Work, provide a qualified and competent full-time superintendent acceptable to City, and assistants as necessary, who must be physically present at the Project site while any aspect of the Work is being performed. The superintendent must have full authority to act and communicate on behalf of Contractor, and Contractor will be bound by the superintendent's communications to City. City's approval of the superintendent is required before the Work commences. If City is not satisfied with the superintendent's performance, City may request a qualified replacement of the superintendent. Failure to comply may result in temporary suspension of the Work, at Contractor's sole expense and with no extension of Contract Time, until an approved superintendent is physically present to supervise the Work. Contractor must provide written notice to City, as soon as practicable, before replacing the superintendent. (E) Standards. Contractor must, at all times, ensure that the Work is performed in an efficient, skillful manner following best practices and in full compliance with the Contract Documents and Laws and applicable manufacturer's recommendations. Contractor has a material and ongoing obligation to provide true and complete information, to the best of its knowledge, with respect to all records, documents, or communications pertaining to the Project, including oral or written reports, statements, certifications, Change Order requests, or Claims. (F) Meetings. Contractor, its project manager, superintendent and any primary Subcontractors requested by City, must attend a pre -construction conference, if requested by City, as well as weekly Project progress meetings scheduled with City. If applicable, Contractor may also be required to participate in coordination meetings with other parties relating to other work being performed on or near the Project site or in relation to the Project, including work or activities performed by City, other contractors, or other utility owners. (G) Construction Records. Contractor will maintain up-to-date, thorough, legible, and dated daily job reports, which document all significant activity on the Project for each day that Work is performed on the Project. The daily report for each day must include the number of workers at the Project site; primary Work activities; major deliveries; problems LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 44 encountered, including injuries, if any; weather and site conditions; and delays, if any. Contractor will take date and time -stamped photographs to document general progress of the Project, including site conditions prior to construction activities, before and after photographs at offset trench laterals, existing improvements and utilities, damage and restoration. Contractor will maintain copies of all subcontracts, Project -related correspondence with Subcontractors, and records of meetings with Subcontractors. Upon request by the City, Contractor will permit review of and/or provide copies of any of these construction records. (H) Responsible Party. Contractor is solely responsible to City for the acts or omissions of any Subcontractors, or any other party or parties performing portions of the Work or providing equipment, materials or services for or on behalf of Contractor or the Subcontractors. Upon City's written request, Contractor must promptly and permanently remove from the Project, at no cost to City, any employee or Subcontractor or employee of a Subcontractor who the Engineer has determined to be incompetent, intemperate or disorderly, or who has failed or refused to perform the Work as required under the Contract Documents. (1) Correction of Defects. Contractor must promptly correct, at Contractor's sole expense, any Work that is determined by City to be deficient or defective in any way, including workmanship, materials, parts or equipment. Workmanship, materials, parts or equipment that do not conform to the requirements under the Plans, Specifications and every other Contract Document, as determined by City, will be considered defective and subject to rejection. Contractor must also promptly correct, at Contractor's sole expense, any Work performed beyond the lines and grades shown on the Plans or established by City, and any Extra Work performed without City's prior written approval. If Contractor fails to correct or to take reasonable steps toward correcting defective Work within five days following notice from City, or within the time specified in City's notice to correct, City may elect to have the defective Work corrected by its own forces or by a third party, in which case the cost of correction will be deducted from the Contract Price. If City elects to correct defective Work due to Contractor's failure or refusal to do so, City or its agents will have the right to take possession of and use any equipment, supplies, or materials available at the Project site or any Worksite on City property, in order to effectuate the correction, at no extra cost to City. Contractor's warranty obligations under Section 11.2, Warranty, will not be waived nor limited by City's actions to correct defective Work under these circumstances. Alternatively, City may elect to retain defective Work, and deduct the difference in value, as determined by the Engineer, from payments otherwise due to Contractor. This paragraph applies to any defective Work performed by Contractor during the one-year warranty period under Section 11.2. W) Contractor's Records. Contractor must maintain all of its records relating to the Project in any form, including paper documents, photos, videos, electronic records, approved samples, and the construction records required pursuant to paragraph (G), above. Project records subject to this provision include complete Project cost records and records relating to preparation of Contractor's bid, including estimates, take -offs, and price quotes or bids. (1) Contractor's cost records must include all supporting documentation, including original receipts, invoices, and payroll records, evidencing its direct costs to perform the Work, including, but not limited to, costs for labor, materials and equipment. Each cost record should include, at a minimum, a description of the expenditure with references to the applicable requirements of the Contract Documents, the amount actually paid, the date of payment, and whether the expenditure is part of the original Contract Price, related to an executed Change Order, or otherwise categorized by Contractor as Extra Work. Contractor's failure LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 45 to comply with this provision as to any claimed cost operates as a waiver of any rights to recover the claimed cost. (2) Contractor must continue to maintain its Project -related records in an organized manner for a period of five years after City's acceptance of the Project or following Contract termination, whichever occurs first. Subject to prior notice to Contractor, City is entitled to inspect or audit any of Contractor's records relating to the Project during Contractor's normal business hours. The record -keeping requirements set forth in this subsection 2.2(J) will survive expiration or termination of the Contract. (K) Copies of Project Documents. Contractor and its Subcontractors must keep copies, at the Project site, of all Work -related documents, including the Contract, permit(s), Plans, Specifications, Addenda, Contract amendments, Change Orders, RFIs and RFI responses, Shop Drawings, as -built drawings, schedules, daily records, testing and inspection reports or results, and any related written interpretations. These documents must be available to City for reference at all times during construction of the Project. 2.3 Subcontractors. (A) General. All Work which is not performed by Contractor with its own forces must be performed by Subcontractors. City reserves the right to approve or reject any and all Subcontractors proposed to perform the Work, for reasons including the subcontractor's poor reputation, lack of relevant experience, financial instability, and lack of technical ability or adequate trained workforce. Each Subcontractor must obtain a City business license before performing any Work. (B) Contractual Obligations. Contractor must require each Subcontractor to comply with the provisions of the Contract Documents as they apply to the Subcontractor's portion(s) of the Work, including the generally applicable terms of the Contract Documents, and to likewise bind their subcontractors. Contractor will provide that the rights that each Subcontractor may have against any manufacturer or supplier for breach of warranty or guarantee relating to items provided by the Subcontractor for the Project, will be assigned to City. Nothing in these Contract Documents creates a contractual relationship between a Subcontractor and City, but City is deemed to be a third -party beneficiary of the contract between Contractor and each Subcontractor. (C) Termination. If the Contract is terminated, each Subcontractor's agreement must be assigned by Contractor to City, subject to the prior rights of any surety, but only if and to the extent that City accepts, in writing, the assignment by written notification, and assumes all rights and obligations of Contractor pursuant to each such subcontract agreement. (D) Substitution of Subcontractor. If Contractor requests substitution of a listed Subcontractor under Public Contract Code § 4107, Contractor is solely responsible for all costs City incurs in responding to the request, including legal fees and costs to conduct a hearing, and any increased subcontract cost to perform the Work that was to be performed by the listed Subcontractor. If City determines that a Subcontractor is unacceptable to City based on the Subcontractor's failure to satisfactorily perform its Work, or for any of the grounds for substitution listed in Public Contract Code § 4107(a), City may request removal of the Subcontractor from the Project. Upon receipt of a written request from City to remove a Subcontractor pursuant to this paragraph, Contractor will immediately remove the Subcontractor from the Project and, at no further cost to City, will either (1) self -perform the remaining Work to the extent that Contractor is duly licensed LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 46 and qualified to do so, or (2) substitute a Subcontractor that is acceptable to City, in compliance with Public Contract Code § 4107, as applicable. 2.4 Coordination of Work. (A) Concurrent Work. City reserves the right to perform, have performed, or permit performance of other work on or adjacent to the Project site while the Work is being performed for the Project. Contractor is responsible for coordinating its Work with other work being performed on or adjacent to the Project site, including by any utility companies or agencies, and must avoid hindering, delaying, or interfering with the work of other contractors, individuals, or entities, and must ensure safe and reasonable site access and use as required or authorized by City. To the full extent permitted by law, Contractor must hold harmless and indemnify City against any and all claims arising from or related to Contractor's avoidable, negligent, or willful hindrance of, delay to, or interference with the work of any utility company or agency or another contractor or subcontractor. (B) Coordination. If Contractor's Work will connect or interface with work performed by others, Contractor is responsible for independently measuring and visually inspecting such work to ensure a correct connection and interface. Contractor is responsible for any failure by Contractor or its Subcontractors to confirm measurements before proceeding with connecting Work. Before proceeding with any portion of the Work affected by the construction or operations of others, Contractor must give the Project Manager prompt written notification of any defects Contractor discovers which will prevent the proper execution of the Work. Failure to give notice of any known or reasonably discoverable defects will be deemed acknowledgement by Contractor that the work of others is not defective and will not prevent the proper execution of the Work. Contractor must also promptly notify City if work performed by others, including work or activities performed by City's own forces, is operating to hinder, delay, or interfere with Contractor's timely performance of the Work. City reserves the right to backcharge Contractor for any additional costs incurred due to Contractor's failure to comply with the requirements in this Section 2.4. 2.5 Submittals. Unless otherwise specified, Contractor must submit to the Engineer for review and acceptance, all schedules, Shop Drawings, samples, product data, and similar submittals required by the Contract Documents, or upon request by the Engineer. Unless otherwise specified, all submittals, including Requests for Information, are subject to the general provisions of this Section, as well as specific submittal requirements that may be included elsewhere in the Contract Documents, including the Special Conditions or Specifications. The Engineer may require submission of a submittal schedule at or before a pre -construction conference, as may be specified in the Notice to Proceed. (A) General. Contractor is responsible for ensuring that its submittals are accurate and conform to the Contract Documents. (B) Time and Manner of Submission. Contractor must ensure that its submittals are prepared and delivered in a manner consistent with the current City -accepted schedule for the Work and within the applicable time specified in the Contract Documents, or if no time is specified, in such time and sequence so as not to delay the performance of the Work or completion of the Project. (C) Required Contents. Each submittal must include the Project name and contract number, Contractor's name and address, the name and address of any Subcontractor or supplier involved with the submittal, the date, and references to applicable Specification section(s) and/or drawing and detail number(s). LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 47 (D) Required Corrections. If corrections are required, Contractor must promptly make and submit any required corrections as specified in full conformance with the requirements of this Section, or other requirements that apply to that submittal. (E) Effect of Review and Acceptance. Review and acceptance of a submittal by City will not relieve Contractor from complying with the requirements of the Contract Documents. Contractor is responsible for any errors in any submittal, and review or acceptance of a submittal by City is not an assumption of risk or liability by City. (F) Enforcement. Any Work performed or any material furnished, installed, fabricated or used without City's prior acceptance of a required submittal is performed or provided at Contractor's risk, and Contractor may be required to bear the costs incident thereto, including the cost of removing and replacing such Work, repairs to other affected portions of the Work or material, and the cost of additional time or services required of City, including costs for the Design Professional, Project Manager, or Inspector. (G) Excessive RFIs. A RFI will be considered excessive or unnecessary if City determines that the explanation or response to the RFI is clearly and unambiguously discernable from the Contract Documents. City's costs to review and respond to excessive or unnecessary RFIs may be deducted from payments otherwise due to Contractor. 2.6 Shop Drawings. When Shop Drawings are required by the Specifications or requested by the Engineer, they must be prepared according to best practices at Contractor's expense. The Shop Drawings must be of a size and scale to clearly show all necessary details. Unless otherwise specified by City, Shop Drawings must be provided to the Engineer for review and acceptance at least 30 days before the Work will be performed. If City requires changes, the corrected Shop Drawings must be resubmitted to the Engineer for review within the time specified by the Engineer. For all Project components requiring Shop Drawings, Contractor will not furnish materials or perform any Work until the Shop Drawings for those components are accepted by City. Contractor is responsible for any errors or omissions in the Shop Drawings, shop fits and field corrections; any deviations from the Contract Documents; and for the results obtained by the use of Shop Drawings. Acceptance of Shop Drawings by City does not relieve Contractor of Contractor's responsibility. 2.7 Access to Work. Contractor must afford prompt and safe access to any Worksite by City and its employees, agents, or consultants authorized by City; and upon request by City, Contractor must promptly arrange for City representatives to visit or inspect manufacturing sites or fabrication facilities for items to be incorporated into the Work. 2.8 Personnel. Contractor and its Subcontractors must employ only competent and skillful personnel to perform the Work. Contractor and its Subcontractor's supervisors, security or safety personnel, and employees who have unescorted access to the Project site must possess proficiency in English sufficient to read, understand, receive, and implement oral or written communications or instructions relating to their respective job functions, including safety and security requirements. Upon written notification from the Engineer, Contractor and its Subcontractors must immediately discharge any personnel who are incompetent, disorderly, disruptive, threatening, abusive, or profane, or otherwise refuse or fail to comply with the requirements of the Contract Documents or Laws, including Laws pertaining to health and safety. Any such discharged personnel may not be re- employed or permitted on the Project in any capacity without City's prior written consent. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 48 Article 3 - Contract Documents 3.1 Interpretation of Contract Documents. (A) Plans and Specifications. The Plans and Specifications included in the Contract Documents are complementary. If Work is shown on one but not on the other, Contractor must perform the Work as though fully described on both, consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. The Plans and Specifications are deemed to include and require everything necessary and reasonably incidental to completion of the Work, whether or not particularly mentioned or shown. Contractor must perform all Work and services and supply all things reasonably related to and inferable from the Contract Documents. In the event of a conflict between the Plans and Specifications, the Specifications will control, unless the drawing(s) at issue are dated later than the Specification(s) at issue. Detailed drawings take precedence over general drawings, and large-scale drawings take precedence over smaller scale drawings. Any arrangement or division of the Plans and Specifications into sections is for convenience and is not intended to limit the Work required by separate trades. A conclusion presented in the Plans or Specifications is only a recommendation. Actual locations and depths must be determined by Contractor's field investigation. Contractor may request access to underlying or background information in City's possession that is necessary for Contractor to form its own conclusions. (B) Duty to Notify and Seek Direction. If Contractor becomes aware of a changed condition in the Project, or of any ambiguity, conflict, inconsistency, discrepancy, omission, or error in the Contract Documents, including the Plans or Specifications, Contractor must promptly submit a Request for Information to the Engineer and wait for a response from City before proceeding further with the related Work. The RFI must notify City of the issue and request clarification, interpretation or direction. The Engineer's clarification, interpretation or direction will be final and binding on Contractor. If Contractor proceeds with the related Work before obtaining City's response, Contractor will be responsible for any resulting costs, including the cost of correcting any incorrect or defective Work that results. Timely submission of a clear and complete RFI is essential to avoiding delay. Delay resulting from Contractor's failure to submit a timely and complete RFI to the Engineer is Non -Excusable Delay. If Contractor believes that City's response to an RFI justifies a change to the Contract Price or Contract Time, Contractor must perform the Work as directed, but may submit a timely Change Order request in accordance with the Contract Documents. (See Article 5 and 6.) (C) Figures and Dimensions. Figures control over scaled dimensions. (D) Technical or Trade Terms. Any terms that have well-known technical or trade meanings will be interpreted in accordance with those meanings, unless otherwise specifically defined in the Contract Documents. (E) Measurements. Contractor must verify all relevant measurements in the Contract Documents and at the Project site before ordering any material or performing any Work, and will be responsible for the correctness of those measurements or for costs that could have been avoided by independently verifying measurements. (F) Compliance with Laws. The Contract Documents are intended to comply with Laws and will be interpreted to comply with Laws. 3.2 Order of Precedence. Information included in one Contract Document but not in another will not be considered a conflict or inconsistency. Unless otherwise specified in the Special Conditions, in case of any conflict or inconsistency among the Contract LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 49 Documents, the following order of precedence will apply, beginning from highest to lowest, with the most recent version taking precedent over an earlier version: (A) Change Orders; (B) Addenda; (C) Contract; (D) Notice to Proceed; (E) Attachment B — Federal Contract Requirements (only if used); (F) Special Conditions; (G) General Conditions; (H) Payment and Performance Bonds; (1) Specifications; W Plans; (K) Notice of Potential Award; (L) Notice Inviting Bids; (M) Attachment A — Federal Bidding Requirements (only if used); (N) Instructions to Bidders; (0) Contractor's Bid Proposal and attachments; (P) the City's standard specifications, as applicable; and (Q) Any generic documents prepared by and on behalf of a third party, that were not prepared specifically for this Project, such as the Caltrans Standard Specifications or Caltrans Special Provisions. 3.3 Caltrans Standard Specifications. Any reference to or incorporation of the Standard Specifications of the State of California, Department of Transportation ("Caltrans"), including "Standard Specifications," "Caltrans Specifications," "State Specifications," or "CSS," means the most current edition of Caltrans' Standard Specifications, unless otherwise specified ("Caltrans Standard Specifications"), including the most current amendments as of the date that Contractor's bid was submitted for this Project. The following provisions apply to use of or reference to the Caltrans Standard Specifications or Special Provisions: (A) Limitations. The "General Provisions" of the Caltrans Standard Specifications, i.e., sections 1 through 9, do not apply to these Contract Documents with the exception of any specific provisions, if any, which are expressly stated to apply to these Contract Documents. (B) Conflicts or Inconsistencies. If there is a conflict or inconsistency between any provision in the Caltrans Standard Specifications or Special Provisions and a provision of these Contract Documents, as determined by City, the provision in the Contract Documents will govern. (C) Meanings. Terms used in the Caltrans Standard Specifications or Special Provisions are to be interpreted as follows: (1) Any reference to the "Engineer" is deemed to mean the City Engineer. (2) Any reference to the "Special Provisions" is deemed to mean the Special Conditions, unless the Caltrans Special Provisions are expressly included in the Contract Documents listed in Section 2 of the Contract. (3) Any reference to the "Department" or "State" is deemed to mean City. 3.4 For Reference Only. Contractor is responsible for the careful review of any document, study, or report provided by City or appended to the Contract Documents solely for informational purposes and identified as "For Reference Only." Nothing in any document, LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 50 study, or report so appended and identified is intended to supplement, alter, or void any provision of the Contract Documents. Contractor is advised that City or its representatives may be guided by information or recommendations included in such reference documents, particularly when making determinations as to the acceptability of proposed materials, methods, or changes in the Work. Any record drawings or similar final or accepted drawings or maps that are not part of the Contract Documents are deemed to be For Reference Only. The provisions of the Contract Documents are not modified by any perceived or actual conflict with provisions in any document that is provided For Reference Only. 3.5 Current Versions. Unless otherwise specified by City, any reference to standard specifications, technical specifications, or any City or state codes or regulations means the latest specification, code or regulation in effect on the date that bids were due. 3.6 Conformed Copies. If City prepares a conformed set of the Contract Documents following award of the Contract, it will provide Contractor with two hard copy (paper) sets and one copy of the electronic file in PDF format. It is Contractor's responsibility to ensure that all Subcontractors, including fabricators, are provided with the conformed set of the Contract Documents at Contractor's sole expense. 3.7 Ownership. No portion of the Contract Documents may be used for any purpose other than construction of the Project, without prior written consent from City. Contractor is deemed to have conveyed the copyright in any designs, drawings, specifications, Shop Drawings, or other documents (in paper or electronic form) developed by Contractor for the Project, and City will retain all rights to such works, including the right to possession. Article 4 - Bonds, Indemnity, and Insurance 4.1 Payment and Performance Bonds. Within ten days following issuance of the Notice of Potential Award, Contractor is required to provide a payment bond and a performance bond, each in the penal sum of not less than 100% of the Contract Price, and each executed by Contractor and its surety using the bond forms included with the Contract Documents. (A) Surety. Each bond must be issued and executed by a surety admitted in California. If an issuing surety cancels the bond or becomes insolvent, within seven days following written notice from City, Contractor must substitute a surety acceptable to City. If Contractor fails to substitute an acceptable surety within the specified time, City may, at its sole discretion, withhold payment from Contractor until the surety is replaced to City's satisfaction, or terminate the Contract for default. (B) Supplemental Bonds for Increase in Contract Price. If the Contract Price increases during construction by five percent or more over the original Contract Price, Contractor must provide supplemental or replacement bonds within ten days of written notice from City pursuant to this Section, covering 100% of the increased Contract Price and using the bond forms included with the Contract Documents. 4.2 Indemnity. To the fullest extent permitted by law, Contractor must indemnify, defend, and hold harmless City, its Council, officers, officials, employees, agents, volunteers, and consultants (individually, an "Indemnitee," and collectively the "Indemnitees") from and against any and all liability, loss, damage, claims, causes of action, demands, charges, fines, costs, and expenses (including, without limitation, attorney fees, expert witness fees, paralegal fees, and fees and costs of litigation or arbitration) (collectively, "Liability") of every nature arising out of or in connection with the acts or omissions of Contractor, its employees, Subcontractors, representatives, or agents, in bidding or performing the Work LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 51 or in failing to comply with any obligation of Contractor under the Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This indemnity requirement applies to any Liability arising from alleged defects in the content or manner of submission of Contractor's bid for the Contract. Contractor's failure or refusal to timely accept a tender of defense pursuant to this Contract will be deemed a material breach of the Contract. City will timely notify Contractor upon receipt of any third -party claim relating to the Contract, as required by Public Contract Code § 9201. Contractor waives any right to express or implied indemnity against any Indemnitee. Contractor's indemnity obligations under this Contract will survive the expiration or any early termination of the Contract. 4.3 Insurance. No later than ten days following issuance of the Notice of Potential Award, Contractor must procure and provide proof of the insurance coverage required by this Section in the form of certificates and endorsements acceptable to City. The required insurance must cover the activities of Contractor and its Subcontractors relating to or arising from the performance of the Work, and must remain in full force and effect at all times during the period covered by the Contract, through the date of City's acceptance of the Project. All required insurance must be issued by a company licensed to do business in the State of California, and each such insurer must have an A.M. Best's financial strength rating of "A" or better and a financial size rating of "VIII" or better. If Contractor fails to provide any of the required coverage in full compliance with the requirements of the Contract Documents, City may, at its sole discretion, purchase such coverage at Contractor's expense and deduct the cost from payments due to Contractor, or terminate the Contract for default. The procurement of the required insurance will not be construed to limit Contractor's liability under this Contract or to fulfill Contractor's indemnification obligations under this Contract. (A) Policies and Limits. The following insurance policies and limits are required for this Contract, unless otherwise specified in the Special Conditions: (1) Commercial General Liability ("CGL') Insurance: The CGL insurance policy must be issued on an occurrence basis, written on a comprehensive general liability form, and must include coverage for liability arising from Contractor's or its Subcontractor's acts or omissions in the performance of the Work, including contractor's protected coverage, contractual liability, products and completed operations, and broad form property damage, with limits of at least $2,000,000 per occurrence and at least $4,000,000 general aggregate. The CGL insurance coverage may be arranged under a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella policies, provided each such policy complies with the requirements set forth in this Section, including required endorsements. (2) Automobile Liability Insurance: The automobile liability insurance policy must provide coverage of at least $2,000,000 combined single -limit per accident for bodily injury, death, or property damage, including hired and non -owned auto liability. (3) Workers' Compensation Insurance and Employer's Liability: The workers' compensation and employer's liability insurance policy must comply with the requirements of the California Labor Code, providing coverage of at least $1,000,000 or as otherwise required by the statute. If Contractor is self -insured, Contractor must provide its Certificate of Permission to Self -Insure, duly authorized by the DIR. (4) Pollution Liability Insurance: The pollution liability insurance policy must be issued on an occurrence basis, providing coverage of at least $2,000,000 for all LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 52 loss arising out of claims for bodily injury, death, property damage, or environmental damage caused by pollution conditions resulting from the Work. (5) Builder's Risk Insurance: The builder's risk insurance policy must be issued on an occurrence basis, for all-risk or "all perils" coverage on a 100% completed value basis on the insurable portion of the Project for the benefit of City. (B) Notice. Each certificate of insurance must state that the coverage afforded by the policy or policies will not be reduced, cancelled or allowed to expire without at least 30 days written notice to City, unless due to non-payment of premiums, in which case ten days written notice must be made to City. (C) Waiver of Subrogation. Each required policy must include an endorsement providing that the carrier will waive any right of subrogation it may have against City. (D) Required Endorsements. The CGL policy, automobile liability policy, pollution liability policy, and builder's risk policy must include the following specific endorsements: (1) The City, including its Council, officials, officers, employees, agents, volunteers and consultants (collectively, "Additional Insured") must be named as an additional insured for all liability arising out of the operations by or on behalf of the named insured, and the policy must protect the Additional Insured against any and all liability for personal injury, death or property damage or destruction arising directly or indirectly in the performance of the Contract. The additional insured endorsement must be provided using ISO form CG 20 10 11 85 or an equivalent form approved by the City. (2) The inclusion of more than one insured will not operate to impair the rights of one insured against another, and the coverages afforded will apply as though separate policies have been issued to each insured. (3) The insurance provided by Contractor is primary and no insurance held or owned by any Additional Insured may be called upon to contribute to a loss. (4) This policy does not exclude explosion, collapse, underground excavation hazard, or removal of lateral support. (E) Contractor's Responsibilities. This Section 4.3 establishes the minimum requirements for Contractor's insurance coverage in relation to this Project, but is not intended to limit Contractor's ability to procure additional or greater coverage. Contractor is responsible for its own risk assessment and needs and is encouraged to consult its insurance provider to determine what coverage it may wish to carry beyond the minimum requirements of this Section. Contractor is solely responsible for the cost of its insurance coverage, including premium payments, deductibles, or self -insured retentions, and no Additional Insured will be responsible or liable for any of the cost of Contractor's insurance coverage. (F) Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions that apply to the required insurance (collectively, "deductibles") in excess of $100,000 are subject to approval by the City's Risk Manager, acting in his or her sole discretion, and must be declared by Contractor when it submits its certificates of insurance and endorsements pursuant to this Section 4.3. If the City's Risk Manager determines that the deductibles are unacceptably high, at City's option, Contractor must either reduce or eliminate the deductibles as they apply to City and all required Additional Insured; or must provide a financial guarantee, to City's satisfaction, guaranteeing payment of losses and related investigation, claim administration, and legal expenses. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 53 (G) Subcontractors. Contractor must ensure that each Subcontractor is required to maintain the same insurance coverage required under this Section 4.3, with respect to its performance of Work on the Project, including those requirements related to the Additional Insureds and waiver of subrogation, but excluding pollution liability or builder's risk insurance unless otherwise specified in the Special Conditions. A Subcontractor may be eligible for reduced insurance coverage or limits, but only to the extent approved in writing in advance by the City's Risk Manager. Contractor must confirm that each Subcontractor has complied with these insurance requirements before the Subcontractor is permitted to begin Work on the Project. Upon request by the City, Contractor must provide certificates and endorsements submitted by each Subcontractor to prove compliance with this requirement. The insurance requirements for Subcontractors do not replace or limit the Contractor's insurance obligations. Article 5 - Contract Time 5.1 Time is of the Essence. Time is of the essence in Contractor's performance and completion of the Work, and Contractor must diligently prosecute the Work and complete it within the Contract Time. (A) General. Contractor must commence the Work on the date indicated in the Notice to Proceed and must fully complete the Work in strict compliance with all requirements of the Contract Documents and within the Contract Time. Contractor may not begin performing the Work before the date specified in the Notice to Proceed. (B) Authorization. Contractor is not entitled to compensation or credit for any Work performed before the date specified in the Notice to Proceed, with the exception of any schedules, submittals, or other requirements, if any, that must be provided or performed before issuance of the Notice to Proceed. (C) Rate of Progress. Contractor and its Subcontractors must, at all times, provide workers, materials, and equipment sufficient to maintain the rate of progress necessary to ensure full completion of the Work within the Contract Time. If City determines that Contractor is failing to prosecute the Work at a sufficient rate of progress, City may, in its sole discretion, direct Contractor to provide additional workers, materials, or equipment, or to work additional hours or days without additional cost to City, in order to achieve a rate of progress satisfactory to City. If Contractor fails to comply with City's directive in this regard, City may, at Contractor's expense, separately contract for additional workers, materials, or equipment or use City's own forces to achieve the necessary rate of progress. Alternatively, City may terminate the Contract based on Contractor's default. 5.2 Schedule Requirements. Contractor must prepare all schedules using standard, commercial scheduling software acceptable to the Engineer, and must provide the schedules in electronic and paper form as requested by the Engineer. In addition to the general scheduling requirements set forth below, Contractor must also comply with any scheduling requirements included in the Special Conditions or in the Technical Specifications. (A) Baseline (As -Planned) Schedule. Within ten calendar days following City's issuance of the Notice to Proceed (or as otherwise specified in the Notice to Proceed), Contractor must submit to City for review and acceptance a baseline (as -planned) schedule using critical path methodology showing in detail how Contractor plans to perform and fully complete the Work within the Contract Time, including labor, equipment, materials and fabricated items. The baseline schedule must show the order of the major items of Work and the dates of start and completion of each item, including LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 54 when the materials and equipment will be procured. The schedule must also include the work of all trades, reflecting anticipated labor or crew hours and equipment loading for the construction activities, and must be sufficiently comprehensive and detailed to enable progress to be monitored on a day-by-day basis. For each activity, the baseline schedule must be dated, provided in the format specified in the Contract Documents or as required by City, and must include, at a minimum, a description of the activity, the start and completion dates of the activity, and the duration of the activity. (1) Specialized Materials Ordering. Within five calendar days following issuance of the Notice to Proceed, Contractor must order any specialized material or equipment for the Work that is not readily available from material suppliers. Contractor must also retain documentation of the purchase order date(s). (B) City's Review of Schedules. City will review and may note exceptions to the baseline schedule, and to the progress schedules submitted as required below, to assure completion of the Work within the Contract Time. Contractor is solely responsible for resolving any exceptions noted in a schedule and, within seven days, must correct the schedule to address the exceptions. City's review or acceptance of Contractor's schedules will not operate to waive or limit Contractor's duty to complete the Project within the Contract Time, nor to waive or limit City's right to assess liquidated damages for Contractor's unexcused failure to do so. (C) Progress Schedules. After City accepts the final baseline schedule with no exceptions, Contractor must submit an updated progress schedule and three-week look - ahead schedule, in the format specified by City, for review and acceptance with each application for a progress payment, or when otherwise specified by City, until completion of the Work. The updated progress schedule must: show how the actual progress of the Work as constructed to date compares to the baseline schedule; reflect any proposed changes in the construction schedule or method of operations, including to achieve Project milestones within the Contract Time; and identify any actual or potential impacts to the critical path. Contractor must also submit periodic reports to City of any changes in the projected material or equipment delivery dates for the Project. (1) Float. The progress schedule must show early and late completion dates for each task. The number of days between those dates will be designated as the "float." Any float belongs to the Project and may be allocated by the Engineer to best serve timely completion of the Project. (2) Failure to Submit Schedule. Reliable, up-to-date schedules are essential to efficient and cost-effective administration of the Project and timely completion. If Contractor fails to submit a schedule within the time periods specified in this Section, or submits a schedule to which City has noted exceptions that are not corrected, City may withhold up to ten percent from payment(s) otherwise due to Contractor until the exceptions are resolved, the schedule is corrected and resubmitted, and City has accepted the schedule. In addition, Contractor's failure to comply with the schedule requirements in this Section 5.2 will be deemed a material default and a waiver of any claims for Excusable Delay or loss of productivity arising during any period when Contractor is out of compliance, subject only to the limits of Public Contract Code § 7102. (D) Recovery Schedule. If City determines that the Work is more than one week behind schedule, within seven days following written notice of such determination, Contractor must submit a recovery schedule, showing how Contractor intends to perform and complete the Work within the Contract Time, based on actual progress to date. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 55 (E) Effect of Acceptance. Contractor and its Subcontractors must perform the Work in accordance with the most current City -accepted schedule unless otherwise directed by City. City's acceptance of a schedule does not operate to extend the time for completion of the Work or any component of the Work, and will not affect City's right to assess liquidated damages for Contractor's unexcused delay in completing the Work within the Contract Time. (F) Posting. Contractor must at all times prominently post a copy of the most current City -accepted progress or recovery schedule in its on -site office. (G) Reservation of Rights. City reserves the right to direct the sequence in which the Work must be performed or to make changes in the sequence of the Work in order to facilitate the performance of work by City or others, or to facilitate City's use of its property. The Contract Time or Contract Price may be adjusted to the extent such changes in sequence actually increase or decrease Contractor's time or cost to perform the Work. (H) Authorized Working Days and Times. Contractor is limited to working Monday through Friday, excluding holidays, during City's normal business hours, except as provided in the Special Conditions or as authorized in writing by City. City reserves the right to charge Contractor for additional costs incurred by City due to Work performed on days or during hours not expressly authorized in the Contract Documents, including reimbursement of costs incurred for inspection, testing, and construction management services. 5.3 Delay and Extensions of Contract Time. (A) Notice of Delay. If Contractor becomes aware of any actual or potential delay affecting the critical path, Contractor must promptly notify the Engineer in writing, regardless of the nature or cause of the delay, so that City has a reasonable opportunity to mitigate or avoid the delay. (B) Excusable Delay. The Contract Time may be extended if Contractor encounters "Excusable Delay," which is an unavoidable delay in completing the Work within the Contract Time due to causes completely beyond Contractor's control, and which Contractor could not have avoided or mitigated through reasonable care, planning, foresight, and diligence, provided that Contractor is otherwise fully performing its obligations under the Contract Documents. Grounds for Excusable Delay may include fire, natural disasters including earthquake or unusually severe weather, acts of terror or vandalism, epidemic, unforeseeable adverse government actions, unforeseeable actions of third parties, encountering unforeseeable hazardous materials, unforeseeable site conditions, or suspension for convenience under Article 13. The Contract Time will not be extended based on circumstances which will not unavoidably delay completing the Work within the Contract Time based on critical path analysis. (C) Weather Delays. A "Weather Delay Day" is a Working Day during which Contractor and its forces, including Subcontractors, are unable to perform more than 40% of the critical path Work scheduled for that day due to adverse weather conditions which impair the ability to safely or effectively perform the scheduled critical path Work that day. Adverse weather conditions may include rain, saturated soil, and Project site clean-up required due to adverse weather. Determination of what constitutes critical path Work scheduled for that day will be based on the most current, City -approved schedule. Contractor will be entitled to a non-compensable extension of the Contract Time for each Weather Delay Day in excess of the normal Weather Delay Days within a given month as determined by reliable records, including monthly rainfall averages, for the preceding ten years (or as otherwise specified in the Special Conditions or Specifications). LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 56 (1) Contractor must fully comply with the applicable procedures in Articles 5 and 6 of the General Conditions regarding requests to modify the Contract Time. (2) Contractor will not be entitled to an extension of time for a Weather Delay Day to the extent Contractor is responsible for concurrent delay on that day. (3) Contractor must take reasonable steps to mitigate the consequences of Weather Delay Days, including prudent workforce management and protecting the Work, Project Site, materials, and equipment. (D) Non -Excusable Delay. Delay which Contractor could have avoided or mitigated through reasonable care, planning, foresight and diligence is "Non -Excusable Delay." Contractor is not entitled to an extension of Contract Time or any compensation for Non - Excusable Delay, or for Excusable Delay that is concurrent with Non -Excusable Delay. Non -Excusable Delay includes delay caused by: (1) weather conditions which are normal for the location of the Project, as determined by reliable records, including monthly rainfall averages, for the preceding ten years; (2) Contractor's failure to order equipment and materials sufficiently in advance of the time needed for completion of the Work within the Contract Time; (3) Contractor's failure to provide adequate notification to utility companies or agencies for connections or services necessary for completion of the Work within the Contract Time; (4) foreseeable conditions which Contractor could have ascertained from reasonably diligent inspection of the Project site or review of the Contract Documents or other information provided or available to Contractor; (5) Contractor's failure, refusal, or financial inability to perform the Work within the Contract Time, including insufficient funds to pay its Subcontractors or suppliers; (6) performance or non-performance by Contractor's Subcontractors or suppliers; (7) the time required to respond to excessive RFIs (see Section 2.5(G)); (8) delayed submission of required submittals, or the time required for correction and resubmission of defective submittals; (9) time required for repair of, re -testing, or re -inspection of defective Work; (10) enforcement of Laws by City, or outside agencies with jurisdiction over the Work; or (11) City's exercise or enforcement of any of its rights or Contractor's duties pursuant to the Contract Documents, including correction of defective Work, extra inspections or testing due to non-compliance with Contract requirements, safety compliance, environmental compliance, or rejection and return of defective or deficient submittals. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 57 (E) Compensable Delay. Pursuant to Public Contract Code § 7102, in addition to entitlement to an extension of Contract Time, Contractor is entitled to compensation for costs incurred due to delay caused solely by City, when that delay is unreasonable under the circumstances involved and not within the contemplation of the parties ("Compensable Delay"). Contractor is not entitled to an extension of Contract Time or recovery of costs for Compensable Delay that is concurrent with Non -Excusable Delay. Delay due to causes that are beyond the control of either City or Contractor, including Weather Delay Days, discovery of Historic or Archeological Items pursuant to Section 7.18, or the actions or inactions of third parties or other agencies, is not Compensable Delay, and will only entitle Contractor to an extension of time commensurate with the time lost due to such delay. (F) Recoverable Costs. Contractor is not entitled to compensation for Excusable Delay unless it is Compensable Delay, as defined above. Contractor is entitled to recover only the actual, direct, reasonable, and substantiated costs ("Recoverable Costs") for each working day that the Compensable Delay prevents Contractor from proceeding with more than 50% of the critical path Work scheduled for that day, based on the most recent progress schedule accepted by City. Recoverable Costs will not include home office overhead or lost profit. (G) Request for Extension of Contract Time or Recoverable Costs. A request for an extension of Contract Time or any associated Recoverable Costs must be submitted in writing to City within ten calendar days of the date the delay is first encountered, even if the duration of the delay is not yet known at that time, or any entitlement to the Contract Time extension or to the Recoverable Costs will be deemed waived. In addition to complying with the requirements of this Article 5, the request must be submitted in compliance with the Change Order request procedures in Article 6 below. Strict compliance with these requirements is necessary to ensure that any delay or consequences of delay may be mitigated as soon as possible, and to facilitate cost- efficient administration of the Project and timely performance of the Work. Any request for an extension of Contract Time or Recoverable Costs that does not strictly comply with all of the requirements of Article 5 and Article 6 will be deemed waived. (1) Required Contents. The request must include a detailed description of the cause(s) of the delay and must also describe the measures that Contractor has taken to mitigate the delay and/or its effects, including efforts to mitigate the cost impact of the delay, such as by workforce management or by a change in sequencing. If the delay is still ongoing at the time the request is submitted, the request should also include Contractor's plan for continued mitigation of the delay or its effects. (2) Delay Days and Costs. The request must specify the number of days of Excusable Delay claimed or provide a realistic estimate if the duration of the delay is not yet known. If Contractor believes it is entitled to Recoverable Costs for Compensable Delay, the request must specify the amount and basis for the Recoverable Costs that are claimed or provide a realistic estimate if the amount is not yet known. Any estimate of delay duration or cost must be updated in writing and submitted with all required supporting documentation as soon as the actual time and cost is known. The maximum extension of Contract Time will be the number of days, if any, by which an Excusable Delay or a Compensable Delay exceeds any concurrent Non -Excusable Delay. Contractor is entitled to an extension of Contract Time, or compensation for Recoverable Costs, only if, and only to the extent that, such delay will unavoidably delay Final Completion. (3) Supporting Documentation. The request must also include any and all supporting documentation necessary to evidence the delay and its actual LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 58 impacts, including scheduling and cost impacts with a time impact analysis using critical path methodology and demonstrating the unavoidable delay to Final Completion. The time impact analysis must be submitted in a form or format acceptable to City. (4) Burden of Proof. Contractor has the burden of proving that: the delay was an Excusable Delay or Compensable Delay, as defined above; Contractor has fully complied with its scheduling obligations in Section 5.2, Schedule Requirements; Contractor has made reasonable efforts to mitigate the delay and its schedule and cost impacts; the delay will unavoidably result in delaying Final Completion; and any Recoverable Costs claimed by Contractor were actually incurred and were reasonable under the circumstances. (5) Legal Compliance. Nothing in this Section 5.3 is intended to require the waiver, alteration, or limitation of the applicability of Public Contract Code § 7102. (6) No Waiver. Any grant of an extension of Contract Time, or compensation for Recoverable Costs due to Compensable Delay, will not operate as a waiver of City's right to assess liquidated damages for Non -Excusable Delay. (7) Dispute Resolution. In the event of a dispute over entitlement to an extension of Contract Time or compensation for Recoverable Costs, Contractor may not stop Work pending resolution of the dispute, but must continue to comply with its duty to diligently prosecute the performance and timely completion of the Work. Contractor's sole recourse for an unresolved dispute based on City's rejection of a Change Order request for an extension of Contract Time or compensation for Recoverable Costs is to comply with the dispute resolution provisions set forth in Article 12 below. 5.4 Liquidated Damages. It is expressly understood that if Final Completion is not achieved within the Contract Time, City will suffer damages from the delay that are difficult to determine and accurately specify. Pursuant to Public Contract Code § 7203, if Contractor fails to achieve Final Completion within the Contract Time due to Contractor's Non - Excusable Delay, City will charge Contractor in the amount specified in the Contract for each calendar day that Final Completion is delayed beyond the Contract Time, as liquidated damages and not as a penalty. Any waiver of accrued liquidated damages, in whole or in part, is subject to approval of the City Council or its authorized delegee. (A) Liquidated Damages. Liquidated damages will not be assessed for any Excusable Delay or Compensable Delay, as set forth above. (B) Milestones. Liquidated damages may also be separately assessed for failure to meet milestones specified elsewhere in the Contract Documents. (C) Setoff. City is entitled to deduct the amount of liquidated damages assessed against any payments otherwise due to Contractor, including progress payments, Final Payment, or unreleased retention. If there are insufficient Contract funds remaining to cover the full amount of liquidated damages assessed, City is entitled to recover the balance from Contractor or its performance bond surety. (D) Occupancy or Use. Occupancy or use of the Project in whole or in part prior to Final Completion does not constitute City's acceptance of the Project and will not operate as a waiver of City's right to assess liquidated damages for Contractor's Non -Excusable Delay in achieving Final Completion. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 59 (E) Other Remedies. City's right to liquidated damages under this Section applies only to damages arising from Contractor's Non -Excusable Delay or failure to complete the Work within the Contract Time. City retains its right to pursue all other remedies under the Contract for other types of damage, including damage to property or persons, costs or diminution in value from defective materials or workmanship, costs to repair or complete the Work, or other liability caused by Contractor. Article 6 - Contract Modification 6.1 Contract Modification. Subject to the limited exception set forth in subsection (D) below, any change in the Work or the Contract Documents, including the Contract Price or Contract Time, will not be a valid and binding change to the Contract unless it is formalized in a Change Order, including a "no -cost" Change Order or a unilateral Change Order. Changes in the Work pursuant to this Article 6 will not operate to release, limit, or abridge Contractor's warranty obligations pursuant to Article 11 or any obligations of Contractor's bond sureties. (A) City -Directed Changes. City may direct changes in the scope or sequence of Work or the requirements of the Contract Documents, without invalidating the Contract. Such changes may include Extra Work as set forth in subsection (C) below, or deletion or modification of portions of the Work. Contractor must promptly comply with City -directed changes in the Work in accordance with the original Contract Documents, even if Contractor and City have not yet reached agreement as to adjustments to the Contract Price or Contract Time for the change in the Work or for the Extra Work. Contractor is not entitled to extra compensation for cost savings resulting from "value engineering" pursuant to Public Contract Code § 7101, except to the extent authorized in advance by City in writing, and subject to any applicable procedural requirements for submitting a proposal for value engineering cost savings. (B) Disputes. In the event of a dispute over entitlement to or the amount of a change in Contract Time or a change in Contract Price related to a City -directed change in the Work, Contractor must perform the Work as directed and may not delay its Work or cease Work pending resolution of the dispute, but must continue to comply with its duty to diligently prosecute the performance and timely completion of the Work, including the Work in dispute. Likewise, in the event that City and Contractor dispute whether a portion or portions of the Work are already required by the Contract Documents or constitute Extra Work, or otherwise dispute the interpretation of any portion(s) of the Contract Documents, Contractor must perform the Work as directed and may not delay its Work or cease Work pending resolution of the dispute, but must continue to comply with its duty to diligently prosecute the performance and timely completion of the Work, including the Work in dispute, as directed by City. If Contractor refuses to perform the Work in dispute, City may, acting in its sole discretion, elect to delete the Work from the Contract and reduce the Contract Price accordingly, and self -perform the Work or direct that the Work be performed by others. Alternatively, City may elect to terminate the Contract for convenience or for cause. Contractor's sole recourse for an unresolved dispute related to changes in the Work or performance of any Extra Work is to comply with the dispute resolution provisions set forth in Article 12, below. (C) Extra Work. City may direct Contractor to perform Extra Work related to the Project. Contractor must promptly perform any Extra Work as directed or authorized by City in accordance with the original Contract Documents, even if Contractor and City have not yet reached agreement on adjustments to the Contract Price or Contract Time for such Extra Work. If Contractor believes it is necessary to perform Extra Work due to changed conditions, Contractor must promptly notify the Engineer in writing, specifically identifying the Extra Work and the reason(s) the Contractor believes it is Extra Work. This LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 60 notification requirement does not constitute a Change Order request pursuant to Section 6.2, below. Contractor must maintain detailed daily records that itemize the cost of each element of Extra Work, and sufficiently distinguish the direct cost of the Extra Work from the cost of other Work performed. For each day that Contractor performs Extra Work, or Work that Contractor contends is Extra Work, Contractor must submit no later than the following Working Day, a daily report of the Extra Work performed that day and the related costs, together with copies of certified payroll, invoices, and other documentation substantiating the costs ("Extra Work Report"). The Engineer will make any adjustments to Contractor's Extra Work Report(s) based on the Engineer's records of the Work. When an Extra Work Report(s) is agreed on and signed by both City and Contractor, the Extra Work Report(s) will become the basis for payment under a duly authorized and signed Change Order. Failure to submit the required documentation by close of business on the next Working Day is deemed a full and complete waiver for any change in the Contract Price or Contract Time for any Extra Work performed that day. (D) Minor Changes and RFIs. Minor field changes, including RFI replies from City, that do not affect the Contract Price or Contract Time and that are approved by the Engineer acting within his or her scope of authority, do not require a Change Order. By executing an RFI reply from City, Contractor agrees that it will perform the Work as clarified therein, with no change to the Contract Price or Contract Time. (E) Remedy for Non -Compliance. Contractor's failure to promptly comply with a City -directed change is deemed a material breach of the Contract, and in addition to all other remedies available to it, City may, at its sole discretion, hire another contractor or use its own forces to complete the disputed Work at Contractor's sole expense, and may deduct the cost from the Contract Price. 6.2 Contractor Change Order Requests. Contractor must submit a request or proposal for a change in the Work, compensation for Extra Work, or a change in the Contract Price or Contract Time as a written Change Order request or proposal. (A) Time for Submission. Any request for a change in the Contract Price or the Contract Time must be submitted in writing to the Engineer within ten calendar days of the date that Contractor first encounters the circumstances, information or conditions giving rise to the Change Order request, even if the total amount of the requested change in the Contract Price or impact on the Contract Time is not yet known at that time. If City requests that Contractor propose the terms of a Change Order, unless otherwise specified in City's request, Contractor must provide the Engineer with a written proposal for the change in the Contract Price or Contract Time within five working days of receiving City's request, in a form satisfactory to the Engineer. (B) Required Contents. Any Change Order request or proposal submitted by Contractor must include a complete breakdown of actual or estimated costs and credits, and must itemize labor, materials, equipment, taxes, insurance, subcontract amounts, and, if applicable, Extra Work Reports. Any estimated cost must be updated in writing as soon as the actual amount is known. (C) Required Documentation. All claimed costs must be fully documented, and any related request for an extension of time or delay -related costs must be included at that time and in compliance with the requirements of Article 5 of the General Conditions. Upon request, Contractor must permit City to inspect its original and unaltered bidding records, subcontract agreements, subcontract change orders, purchase orders, invoices, or receipts associated with the claimed costs. (D) Required Form. Contractor must use City's form(s) for submitting all Change Order requests or proposals, unless otherwise specified by City. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 61 (E) Certification. All Change Order requests must be signed by Contractor and must include the following certification: "The undersigned Contractor certifies under penalty of perjury that its statements and representations in this Change Order request are true and correct. Contractor warrants that this Change Order request is comprehensive and complete as to the Work or changes referenced herein, and agrees that any known or foreseeable costs, expenses, or time extension requests not included herein, are deemed waived." 6.3 Adjustments to Contract Price. The amount of any increase or decrease in the Contract Price will be determined based on one of the following methods listed below, in the order listed with unit pricing taking precedence over the other methods. Markup applies only to City -authorized time and material Work, and does not apply to any other payments to Contractor. For Work items or components that are deleted in their entirety, Contractor will only be entitled to compensation for those direct, actual, and documented costs (including restocking fees), reasonably incurred before Contractor was notified of the City's intent to delete the Work, with no markup for overhead, profit, or other indirect costs. (A) Unit Pricing. Amounts previously provided by Contractor in the form of unit prices, either in a bid schedule or in a post -award schedule of values pursuant to Section 8.1, Schedule of Values, will apply to determine the price for the affected Work, to the extent applicable unit prices have been provided for that type of Work. No additional markup for overhead, profit, or other indirect costs will be added to the calculation. (B) Lump Sum. A mutually agreed upon, all-inclusive lump sum price for the affected Work with no additional markup for overhead, profit, or other indirect costs. (C) Time and Materials. On a time and materials basis, if and only to the extent compensation on a time and materials basis is expressly authorized by City in advance of Contractor's performance of the Work and subject to any not -to -exceed limit. Time and materials compensation for increased costs or Extra Work (but not decreased costs or deleted Work), will include allowed markup for overhead, profit, and other indirect costs, calculated as the total of the following sums, the cumulative total of which may not exceed the maximum markup rate of 15%: (1) All direct labor costs provided by the Contractor, excluding superintendence, project management, or administrative costs, plus 15% markup; (2) All direct material costs provided by the Contractor, including sales tax, plus 15% markup; (3) All direct plant and equipment rental costs provided by the Contractor, plus 15% markup; (4) All direct additional subcontract costs plus 10% markup for Work performed by Subcontractors; and (5) Increased bond or insurance premium costs computed at 1.5% of total of the previous four sums. 6.4 Unilateral Change Order. If the parties dispute the terms of a proposed Change Order, including disputes over the amount of compensation or extension of time that Contractor has requested, the value of deleted or changed Work, what constitutes Extra Work, or LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 62 quantities used, City may elect to issue a unilateral Change Order, directing performance of the Work, and authorizing a change in the Contract Price or Contract Time for the adjustment to compensation or time that the City believes is merited. Contractor's sole recourse to dispute the terms of a unilateral Change Order is to submit a timely Claim pursuant to Article 12, below. 6.5 Non -Compliance Deemed Waiver. Contractor waives its entitlement to any increase in the Contract Price or Contract Time if Contractor fails to fully comply with the provisions of this Article. Contractor will not be paid for unauthorized Extra Work. Article 7 - General Construction Provisions 7.1 Permits, Fees, Business License, and Taxes. (A) Permits, Fees, and City Business License. Contractor must obtain and pay for all permits, fees, or licenses required to perform the Work, including a City business license. Contractor must cooperate with and provide notifications to all government agencies with jurisdiction over the Project, as may be required. Contractor must provide City with copies of all records of permits and permit applications, payment of required fees, and any licenses required for the Work. (B) Taxes. Contractor must pay for all taxes on labor, material and equipment, except Federal Excise Tax to the extent that City is exempt from Federal Excise Tax. 7.2 Temporary Facilities. Contractor must provide, at Contractor's sole expense, any and all temporary facilities for the Project, including an onsite staging area for materials and equipment, a field office, sanitary facilities, utilities, storage, scaffolds, barricades, walkways, and any other temporary structure required to safely perform the Work along with any incidental utility services. The location of all temporary facilities must be approved by the City prior to installation. Temporary facilities must be safe and adequate for the intended use and installed and maintained in accordance with Laws and the Contract Documents. Contractor must fence and screen the Project site and, if applicable, any separate Worksites, including the staging area, and its operation must minimize inconvenience to neighboring properties. Additional provisions pertaining to temporary facilities may be included in the Specifications or Special Conditions. (A) Utilities. Contractor must install and maintain the power, water, sewer and all other utilities required for the Project site, including the piping, wiring, internet and wifi connections, and any related equipment necessary to maintain the temporary facilities. (B) Removal and Repair. Contractor must promptly remove all such temporary facilities when they are no longer needed or upon completion of the Work, whichever comes first. Contractor must promptly repair any damage to City's property or to other property caused by the installation, use, or removal of the temporary facilities, and must promptly restore the property to its original or intended condition. 7.3 Noninterference and Site Management. Contractor must avoid interfering with City's use of its property at or adjacent to the Project site, including use of roadways, entrances, parking areas, walkways, and structures. Contractor must also minimize disruption of access to private property in the Project vicinity. Contractor must coordinate with affected property owners, tenants, and businesses, and maintain some vehicle and pedestrian access to their residences or properties at all times. Temporary access ramps, fencing or other measures must be provided as needed. Before blocking access to a private driveway or parking lot, Contractor must provide effective notice to the affected parties at least 48 hours in advance of the pending closure and allow them to remove vehicles. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 63 Private driveways, residences and parking lots must have access to a roadway during non -Work hours. (A) Offsite Acquisition. Unless otherwise provided by City, Contractor must acquire, use and dispose of, at its sole expense, any Worksites, licenses, easements, and temporary facilities necessary to access and perform the Work. (B) Offsite Staging Area and Field Office. If additional space beyond the Project site is needed, such as for the staging area or the field office, Contractor may need to make arrangements with the nearby property owner(s) to secure the space. Before using or occupying any property owned by a third party, Contractor must provide City with a copy of the necessary license agreement, easement, or other written authorization from the property owner, together with a written release from the property owner holding City harmless from any related liability, in a form acceptable to the City Attorney. (C) Traffic Management. Contractor must provide traffic management and traffic controls as specified in the Contract Documents, as required by Laws, and as otherwise required to ensure public and worker safety, and to avoid interference with public or private operations or the normal flow of vehicular, bicycle, or pedestrian traffic. 7.4 Signs. No signs may be displayed on or about City's property, except signage which is required by Laws or by the Contract Documents, without City's prior written approval as to size, design, and location. 7.5 Project Site and Nearby Property Protections. (A) General. Contractor is responsible at all times, on a 24-hour basis and at its sole cost, for protecting the Work, the Project site, and the materials and equipment to be incorporated into the Work, until the City has accepted the Project, excluding any exceptions to acceptance, if any. Except as specifically authorized by City, Contractor must confine its operations to the area of the Project site indicated in the Plans and Specifications. Contractor is liable for any damage caused by Contractor or its Subcontractors to the Work, City's property, the property of adjacent or nearby property owners and the work or personal property of other contractors working for City, including damage related to Contractor's failure to adequately secure the Work or any Worksite. (1) Subject to City's approval, Contractor will provide and install safeguards to protect the Work; any Worksite, including the Project site; City's real or personal property and the real or personal property of adjacent or nearby property owners, including plant and tree protections. (2) City wastewater systems may not be interrupted. If the Work disrupts existing sewer facilities, Contractor must immediately notify City and establish a plan, subject to City's approval, to convey the sewage in closed conduits back into the sanitary sewer system. Sewage must not be permitted to flow in trenches or be covered by backfill. (3) Contractor must remove with due care, and store at City's request, any objects or material from the Project site that City will salvage or reuse at another location. (4) If directed by Engineer, Contractor must promptly repair or replace any property damage, as specified by the Engineer. However, acting in its sole discretion, City may elect to have the property damage remedied otherwise, and may deduct the cost to repair or replace the damaged property from payment otherwise due to Contractor. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 64 (5) Contractor will not permit any structure or infrastructure to be loaded in a manner that will damage or endanger the integrity of the structure or infrastructure. (B) Securing Project Site. After completion of Work each day, Contractor must secure the Project site and, to the extent feasible, make the area reasonably accessible to the public unless City approves otherwise. All excess materials and equipment not protected by approved traffic control devices must be relocated to the staging area or demobilized. Trench spoils must be hauled off the Project site daily and open excavations must be protected with steel plates. Contractor and Subcontractor personnel may not occupy or use the Project site for any purpose during non -Work hours, except as may be provided in the Contract Documents or pursuant to prior written authorization from City. (C) Unforeseen Conditions. If Contractor encounters facilities, utilities, or other unknown conditions not shown on or reasonably inferable from the Plans or apparent from inspection of the Project site, Contractor must immediately notify the City and promptly submit a Request for Information to obtain further directions from the Engineer. Contractor must avoid taking any action which could cause damage to the facilities or utilities pending further direction from the Engineer. The Engineer's written response will be final and binding on Contractor. If the Engineer's subsequent direction to Contractor affects Contractor's cost or time to perform the Work, Contractor may submit a Change Order request as set forth in Article 6 above. (D) Support; Adjacent Properties. Contractor must provide, install, and maintain all shoring, bracing, and underpinning necessary to provide support to City's property and adjacent properties and improvements thereon. Contractor must provide notifications to adjacent property owners as may be required by Laws. See also, Section 7.15, Trenching of Five Feet or More. (E) Notification of Property Damage. Contractor must immediately notify the City of damage to any real or personal property resulting from Work on the Project. Contractor must immediately provide a written report to City of any such property damage in excess of $500 (based on estimated cost to repair or replace) within 24 hours of the occurrence. The written report must include: (1) the location and nature of the damage, and the owner of the property, if known; (2) the name and address of each employee of Contractor or any Subcontractor involved in the damage; (3) a detailed description of the incident, including precise location, time, and names and contact information for known witnesses; and (4) a police or first responder report, if applicable. If Contractor is required to file an accident report with another government agency, Contractor will provide a copy of the report to City. 7.6 Materials and Equipment. (A) General. Unless otherwise specified, all materials and equipment required for the Work must be new, free from defects, and of the best grade for the intended purpose, and furnished in sufficient quantities to ensure the proper and expeditious performance of the Work. Contractor must employ measures to preserve the specified quality and fitness of the materials and equipment. Unless otherwise specified, all materials and equipment required for the Work are deemed to include all components required for complete installation and intended operation and must be installed in accordance with the manufacturer's recommendations or instructions. Contractor is responsible for all shipping, handling, and storage costs associated with the materials and equipment required for the Work. Contractor is responsible for providing security and protecting the Work and all of the required materials, supplies, tools and equipment at Contractor's sole cost until City has formally accepted the Project as set forth in Section 11.1, Final LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 65 Completion. Contractor will not assign, sell, mortgage, or hypothecate any materials or equipment for the Project, or remove any materials or equipment that have been installed or delivered. (B) City -Provided. If the Work includes installation of materials or equipment to be provided by City, Contractor is solely responsible for the proper examination, handling, storage, and installation in accordance with the Contract Documents. Contractor must notify City of any defects discovered in City -provided materials or equipment, sufficiently in advance of scheduled use or installation to afford adequate time to procure replacement materials or equipment as needed. Contractor is solely responsible for any loss of or damage to such items which occurs while the items are in Contractor's custody and control, the cost of which may be offset from the Contract Price and deducted from any payment(s) due to Contractor. (C) Intellectual Property Rights. Contractor must, at its sole expense, obtain any authorization or license required for use of patented or copyright -protected materials, equipment, devices or processes that are incorporated into the Work. Contractor's indemnity obligations in Article 4 apply to any claimed violation of intellectual property rights in violation of this provision. 7.7 Substitutions. (A) "Or Equal." Any Specification designating a material, product, or thing (collectively, "item") or service by specific brand or trade name, followed by the words "or equal," is intended only to indicate the quality and type of item or service desired, and Contractor may request use of any equal item or service. Unless otherwise stated in the Specifications, any reference to a specific brand or trade name for an item or service that is used solely for the purpose of describing the type of item or service desired, will be deemed to be followed by the words "or equal." A substitution will only be approved if it is a true "equal" item or service in every aspect of design, function, and quality, as determined by City, including dimensions, weight, maintenance requirements, durability, fit with other elements, and schedule impacts. (B) Request for Substitution. A post -award request for substitution of an item or service must be submitted in writing to the Engineer for approval in advance, within the applicable time period provided in the Contract Documents. If no time period is specified, the substitution request may be submitted any time within 35 days after the date of award of the Contract, or sufficiently in advance of the time needed to avoid delay of the Work, whichever is earlier. (C) Substantiation. Any available data substantiating the proposed substitute as an equal item or service must be submitted with the written request for substitution. Contractor's failure to timely provide all necessary substantiation, including any required test results as soon as they are available, is grounds for rejection of the proposed substitution, without further review. (D) Burden of Proving Equality. Contractor has the burden of proving the equality of the proposed substitution at Contractor's sole cost. City has sole discretion to determine whether a proposed substitution is equal, and City's determination is final. (E) Approval or Rejection. If the proposed substitution is approved, Contractor is solely responsible for any additional costs or time associated with the substituted item or service. If the proposed substitution is rejected, Contractor must, without delay, install the item or use the service as specified by City. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 66 (F) Contractor's Obligations. City's approval of a proposed substitution will not relieve Contractor from any of its obligations under the Contract Documents. In the event Contractor makes an unauthorized substitution, Contractor will be solely responsible for all resulting cost impacts, including the cost of removal and replacement and the impact to other design elements. 7.8 Testing and Inspection. (A) General. All materials, equipment, and workmanship used in the Work are subject to inspection and testing by City at all times and at all locations during construction and/or fabrication, including at any Worksite, shops, and yards. All manufacturers' application or installation instructions must be provided to the Inspector at least ten days prior to the first such application or installation. Contractor must, at all times, make the Work available for testing or inspection. Neither City's inspection or testing of Work, nor its failure to do so, operate to waive or limit Contractor's duty to complete the Work in accordance with the Contract Documents. (B) Scheduling and Notification. Contractor must cooperate with City in coordinating the inspections and testing. Contractor must submit samples of materials, at Contractor's expense, and schedule all tests required by the Contract Documents in time to avoid any delay to the progress of the Work. Contractor must notify the Engineer no later than noon of the Working Day before any inspection or testing and must provide timely notice to the other necessary parties as specified in the Contract Documents. If Contractor schedules an inspection or test beyond regular Work hours, or on a Saturday, Sunday, or recognized City holiday, Contractor must notify the Engineer at least two Working Days in advance for approval. If approved, Contractor must reimburse City for the cost of the overtime inspection or testing. Such costs, including the City's hourly costs for required personnel, may be deducted from payments otherwise due to Contractor. (C) Responsibility for Costs. City will bear the initial cost of inspection and testing to be performed by independent testing consultants retained by City, subject to the following exceptions: (1) Contractor will be responsible for the costs of any subsequent tests which are required to substantiate compliance with the Contract Documents, and any associated remediation costs. (2) Contractor will be responsible for inspection costs, at City's hourly rates, for inspection time lost because the Work is not ready or Contractor fails to appear for a scheduled inspection. (3) If any portion of the Work that is subject to inspection or testing is covered or concealed by Contractor prior to the inspection or testing, Contractor will bear the cost of making that portion of the Work available for the inspection or testing required by the Contract Documents, and any associated repair or remediation costs. (4) Contractor is responsible for properly shoring all compaction test sites deeper than five feet below grade, as required under Section 7.15 below. (5) Any Work or material that is defective or fails to comply with the requirements of the Contract Documents must be promptly repaired, removed, replaced, or corrected by Contractor, at Contractor's sole expense, even if that Work or material was previously inspected or included in a progress payment. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 67 (D) Contractor's Obligations. Contractor is solely responsible for any delay occasioned by remediation of defective or noncompliant Work or material. Inspection of the Work does not in any way relieve Contractor of its obligations to perform the Work as specified. Any Work done without the required inspection(s) will also be subject to rejection by City. (E) Distant Locations. If required off -site testing or inspection must be conducted at a location more than 100 miles from the Project site, Contractor is solely responsible for the additional travel costs required for testing and/or inspection at such locations. (F) Final Inspection. The provisions of this Section 7.8 also apply to final inspection under Article 11, Completion and Warranty Provisions. 7.9 Project Site Conditions and Maintenance. Contractor must at all times, on a 24-hour basis and at its sole cost, maintain the Project site and staging and storage areas in clean, neat, and sanitary condition and in compliance with all Laws pertaining to safety, air quality, and dust control. Adequate toilets must be provided, and properly maintained and serviced for all workers on the Project site, located in a suitably secluded area, subject to City's prior approval. Contractor must also, on a daily basis and at its sole cost, remove and properly dispose of the debris and waste materials from the Project site. (A) Air Emissions Control. Contractor must not discharge smoke or other air contaminants into the atmosphere in violation of any Laws. (B) Dust and Debris. Contractor must minimize and confine dust and debris resulting from the Work. Contractor must abate dust nuisance by cleaning, sweeping, and immediately sprinkling with water excavated areas of dirt or other materials prone to cause dust, and within one hour after the Engineer notifies Contractor that an airborne nuisance exists. The Engineer may direct that Contractor provide an approved water - spraying truck for this purpose. If water is used for dust control, Contractor will only use the minimum necessary. Contractor must take all necessary steps to keep waste water out of streets, gutters, or storm drains. See Section 7.19, Environmental Control. If City determines that the dust control is not adequate, City may have the work done by others and deduct the cost from the Contract Price. Contractor will immediately remove any excess excavated material from the Project site and any dirt deposited on public streets. (C) Clean up. Before discontinuing Work in an area, Contractor must clean the area and remove all debris and waste along with the construction equipment, tools, machinery, and surplus materials. (1) Except as otherwise specified, all excess Project materials, and the materials removed from existing improvements on the Project site with no salvage value or intended reuse by City, will be Contractor's property. (2) Hauling trucks and other vehicles leaving the Project site must be cleaned of exterior mud or dirt before traveling on City streets. Materials and loose debris must be delivered and loaded to prevent dropping materials or debris. Contractor must immediately remove spillage from hauling on any publicly traveled way. Streets affected by Work on the Project must be kept clean by street sweeping. (D) Disposal. Contractor must dispose of all Project debris and waste materials in a safe and legal manner. Contractor may not burn or bury waste materials on the Project site. Contractor will not allow any dirt, refuse, excavated material, surplus concrete or mortar, or any associated washings, to be disposed of onto streets, into manholes or into the storm drain system. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 68 (E) Completion. At the completion of the Work, Contractor must remove from the Project site all of its equipment, tools, surplus materials, waste materials and debris, presenting a clean and neat appearance. Before demobilizing from the Project site, Contractor must ensure that all surfaces are cleaned, sealed, waxed, or finished as applicable, and that all marks, stains, paint splatters, and the like have been properly removed from the completed Work and the surrounding areas. Contractor must ensure that all parts of the construction are properly joined with the previously existing and adjacent improvements and conditions. Contractor must provide all cutting, fitting and patching needed to accomplish that requirement. Contractor must also repair or replace all existing improvements that are damaged or removed during the Work, both on and off the Project site, including curbs, sidewalks, driveways, fences, signs, utilities, street surfaces and structures. Repairs and replacements must be at least equal to the previously existing improvements, and the condition, finish and dimensions must match the previously existing improvements. Contractor must restore to original condition all property or items that are not designated for alteration under the Contract Documents and leave each Worksite clean and ready for occupancy or use by City. (F) Non -Compliance. If Contractor fails to comply with its maintenance and cleanup obligations or any City clean up order, City may, acting in its sole discretion, elect to suspend the Work until the condition(s) is corrected with no increase in the Contract Time or Contract Price, or undertake appropriate cleanup measures without further notice and deduct the cost from any amounts due or to become due to Contractor. 7.10 Instructions and Manuals. Contractor must provide to City three copies each of all instructions and manuals required by the Contract Documents, unless otherwise specified. These must be complete as to drawings, details, parts lists, performance data, and other information that may be required for City to easily maintain and service the materials and equipment installed for this Project. (A) Submittal Requirements. All manufacturers' application or installation instructions must be provided to City at least ten days prior to the first such application. The instructions and manuals, along with any required guarantees, must be delivered to City for review. (B) Training. Contractor or its Subcontractors must train City's personnel in the operation and maintenance of any complex equipment or systems as a condition precedent to Final Completion, if required in the Contract Documents. 7.11 As -built Drawings. Contractor and its Subcontractors must prepare and maintain at the Project site a detailed, complete and accurate as -built set of the Plans which will be used solely for the purpose of recording changes made in any portion of the original Plans in order to create accurate record drawings at the end of the Project. (A) Duty to Update. The as -built drawings must be updated as changes occur, on a daily basis if necessary. City may withhold the estimated cost for City to have the as -built drawings prepared from payments otherwise due to Contractor, until the as -built drawings are brought up to date to the satisfaction of City. Actual locations to scale must be identified on the as -built drawings for all runs of mechanical and electrical work, including all site utilities installed underground, in walls, floors, or otherwise concealed. Deviations from the original Plans must be shown in detail. The exact location of all main runs, whether piping, conduit, ductwork or drain lines, must be shown by dimension and elevation. The location of all buried pipelines, appurtenances, or other improvements must be represented by coordinates and by the horizontal distance from visible above- ground improvements. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 69 (B) Final Completion. Contractor must verify that all changes in the Work are depicted in the as -built drawings and must deliver the complete set of as -built drawings to the Engineer for review and acceptance as a condition precedent to Final Completion and Final Payment. 7.12 Existing Utilities. (A) General. The Work may be performed in developed, urban areas with existing utilities, both above and below ground, including utilities identified in the Contract Documents or in other informational documents or records. Contractor must take due care to locate identified or reasonably identifiable utilities before proceeding with trenching, excavation, or any other activity that could damage or disrupt existing utilities. This may include excavation with small equipment, potholing, or hand excavation, and, if practical, using white paint or other suitable markings to delineate the area to be excavated. Except as otherwise provided herein, Contractor will be responsible for costs resulting from damage to identified or reasonably identifiable utilities due to Contractor's negligence or failure to comply with the Contract Documents, including the requirements in this Article 7. (B) Unidentified Utilities. Pursuant to Government Code § 4215, if, during the performance of the Work, Contractor discovers utility facilities not identified by City in the Contract Documents, Contractor must immediately provide written notice to City and the utility. City assumes responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the Project site if those utilities are not identified in the Contract Documents. Contractor will be compensated in accordance with the provisions of the Contract Documents for the costs of locating, repairing damage not due to Contractor's failure to exercise reasonable care, and removing or relocating utility facilities not indicated in the Plans or Specifications with reasonable accuracy, and for equipment on the Project necessarily idled during such work. Contractor will not be assessed liquidated damages for delay in completion of the Work, to the extent the delay was caused by City's failure to provide for removal or relocation of the utility facilities. 7.13 Notice of Excavation. Contractor must comply with all applicable requirements in Government Code §§ 4216 through 4216.5, which are incorporated by reference herein. Government Code § 4216.2 requires that, except in an emergency, Contractor must contact the appropriate regional notification center, or Underground Services Alert, at least two working days, but not more than 14 calendar days, before starting any excavation if the excavation will be conducted in an area that is known, or reasonably should be known, to contain subsurface installations. Contractor may not begin excavation until it has obtained and submitted to Engineer an inquiry identification number from Underground Services Alert. 7.14 Trenching and Excavations of Four Feet or More. As required by Public Contract Code § 7104, if the Work includes digging trenches or other excavations that extend deeper than four feet below the surface, the provisions in this Section apply to the Work and the Project. (A) Duty to Notify. Contractor must promptly, and before the following conditions are disturbed, provide written notice to City if Contractor finds any of the following conditions: (1) Material that Contractor believes may be a hazardous waste, as defined in § 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing Laws; LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 70 (2) Subsurface or latent physical conditions at the Project site differing from those indicated by information about the Project site made available to bidders prior to the deadline for submitting bids; or (3) Unknown physical conditions at the Project site of any unusual nature, materially different from those ordinarily encountered and generally recognized as inherent in work of the character required by the Contract Documents. (B) City Investigation. City will promptly investigate the conditions and if City finds that the conditions materially differ from those indicated, apparent, or reasonably inferred from information about the Project site made available to bidders, or involve hazardous waste, and cause a decrease or increase in Contractor's cost of, or the time required for, performance of any part of the Work, City will issue a Change Order. (C) Disputes. In the event that a dispute arises between City and Contractor regarding any of the conditions specified in subsection (B) above, or the terms of a Change Order issued by City, Contractor will not be excused from completing the Work within the Contract Time, but must proceed with all Work to be performed under the Contract. Contractor will retain any and all rights provided either by the Contract or by Laws which pertain to the resolution of disputes between Contractor and City. 7.15 Trenching of Five Feet or More. As required by Labor Code § 6705, if the Contract Price exceeds $25,000 and the Work includes the excavation of any trench or trenches of five feet or more in depth, a detailed plan must be submitted to City for acceptance in advance of the excavation. The detailed plan must show the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation. If the plan varies from the shoring system standards, it must be prepared by a California registered civil or structural engineer. Use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders is prohibited. 7.16 New Utility Connections. Except as otherwise specified, City will pay connection charges and meter costs for new permanent utilities required by the Contract Documents, if any. Contractor must notify City sufficiently in advance of the time needed to request service from each utility provider so that connections and services are initiated in accordance with the Project schedule. 7.17 Lines and Grades. Contractor is required to use any benchmark provided by the Engineer. Unless otherwise specified in the Contract Documents, Contractor must provide all lines and grades required to execute the Work. Contractor must also provide, preserve, and replace if necessary, all construction stakes required for the Project. All stakes or marks must be set by a California licensed surveyor or a California registered civil engineer. Contractor must notify the Engineer of any discrepancies found between Contractor's staking and grading and information provided by the Contract Documents. Upon completion, all Work must conform to the lines, elevations, and grades shown in the Plans, including any changes directed by a Change Order. 7.18 Historic or Archeological Items. (A) Contractor's Obligations. Contractor must ensure that all persons performing Work at the Project site are required to immediately notify the Project Manager, upon discovery of any potential historic or archeological items, including historic or prehistoric ruins, a burial ground, archaeological or vertebrate paleontological site, including fossilized footprints or other archeological, paleontological or historical feature on the Project site (collectively, "Historic or Archeological Items"). LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 71 (B) Discovery; Cessation of Work. Upon discovery of any potential Historic or Archeological Items, Work must be stopped within an 85-foot radius of the find and may not resume until authorized in writing by City. If required by City, Contractor must assist in protecting or recovering the Historic or Archeological Items, with any such assistance to be compensated as Extra Work on a time and materials basis under Article 6, Contract Modification. At City's discretion, a suspension of Work required due to discovery of Historic or Archeological Items may be treated as Excusable Delay pursuant to Article 5, or as a suspension for convenience under Article 13. 7.19 Environmental Control. Contractor must not pollute any drainage course or its tributary inlets with fuels, oils, bitumens, acids, insecticides, herbicides or other harmful materials. Contractor must prevent the release of any hazardous material or hazardous waste into the soil or groundwater, and prevent the unlawful discharge of pollutants into City's storm drain system and watercourses as required below. Contractor and its Subcontractors must at all times in the performance of the Work comply with all Laws concerning pollution of waterways. (A) Stormwater Permit. Contractor must comply with all applicable conditions of the State Water Resources Control Board National Pollutant Discharge Elimination System General Permit for Waste Discharge Requirements for Discharges of Stormwater Runoff Associated with Construction Activity ("Stormwater Permit"). (B) Contractor's Obligations. If required for the Work, a copy of the Stormwater Permit is on file in City's principal administrative offices, and Contractor must comply with it without adjustment of the Contract Price or the Contract Time. Contractor must timely and completely submit required reports and monitoring information required by the conditions of the Stormwater Permit. Contractor also must comply with all other Laws governing discharge of stormwater, including applicable municipal stormwater management programs. 7.20 Noise Control. Contractor must comply with all applicable noise control Laws. Noise control requirements apply to all equipment used for the Work or related to the Work, including trucks, transit mixers or transient equipment that may or may not be owned by Contractor. 7.21 Mined Materials. Pursuant to the Surface Mining and Reclamation Act of 1975, Public Resources Code § 2710 et seq., any purchase of mined materials, such as construction aggregate, sand, gravel, crushed stone, road base, fill materials, and any other mineral materials must originate from a surface mining operation included on the AB 3098 List, which may be accessed online at: https://www.conservation.ca.gov/smgb/Pages/AB- 3098-List.aspx. Article 8 - Payment 8.1 Schedule of Values. Prior to submitting its first application for payment, Contractor must prepare and submit to the Project Manager a schedule of values apportioned to the various divisions and phases of the Work, including mobilization and demobilization. If a Bid Schedule was submitted with Contractor's bid, the amounts in the schedule of values must be consistent with the Bid Schedule. Each line item contained in the schedule of values must be assigned a value such that the total of all items equals the Contract Price. The items must be sufficiently detailed to enable accurate evaluation of the percentage of completion claimed in each application for payment, and the assigned value consistent with any itemized or unit pricing submitted with Contractor's bid. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 72 (A) Measurements for Unit Price Work. Materials and items of Work to be paid for on the basis of unit pricing will be measured according to the methods specified in the Contract Documents. (B) Deleted or Reduced Work. Contractor will not be compensated for Work that City has deleted or reduced in scope, except for any labor, material or equipment costs for such Work that Contractor reasonably incurred before Contractor learned that the Work could be deleted or reduced. Contractor will only be compensated for those actual, direct and documented costs incurred, and will not be entitled to any mark up for overhead or lost profits. 8.2 Progress Payments. Following the last day of each month, or as otherwise required by the Special Conditions or Specifications, Contractor will submit to the Project Manager a monthly application for payment for Work performed during the preceding month based on the estimated value of the Work performed during that preceding month. (A) Application for Payment. Each application for payment must be itemized to include labor, materials, and equipment incorporated into the Work, and materials and equipment delivered to the Project site, as well as authorized and approved Change Orders. Each payment application must be supported by the unit prices submitted with Contractor's Bid Schedule and/or schedule of values and any other substantiating data required by the Contract Documents. (B) Payment of Undisputed Amounts. City will pay the undisputed amount due within 30 days after Contractor has submitted a complete and accurate payment application, subject to Public Contract Code § 20104.50. City will deduct a percentage from each progress payment as retention, as set forth in Section 8.5, below, and may withhold additional amounts as set forth in Section 8.3, below. 8.3 Adjustment of Payment Application. City may adjust or reject the amount requested in a payment application, including application for Final Payment, in whole or in part, if the amount requested is disputed or unsubstantiated. Contractor will be notified in writing of the basis for the modification to the amount requested. City may also deduct or withhold from payment otherwise due based upon any of the circumstances and amounts listed below. Sums withheld from payment otherwise due will be released when the basis for that withholding has been remedied and no longer exists. (A) For Contractor's unexcused failure to perform the Work as required by the Contract Documents, including correction or completion of punch list items, City may withhold or deduct an amount based on the City's estimated cost to correct or complete the Work. (B) For loss or damage caused by Contractor or its Subcontractors arising out of or relating to performance of the Work or any failure to protect the Project site, City may deduct an amount based on the estimated cost to repair or replace. (C) For Contractor's failure to pay its Subcontractors and suppliers when payment is due, City may withhold an amount equal to the total of past due payments and may opt to pay that amount separately via joint check pursuant to Section 8.6(B), Joint Checks. (D) For Contractor's failure to timely correct rejected, nonconforming, or defective Work, City may withhold or deduct an amount based on the City's estimated cost to correct or complete the Work. (E) For any unreleased stop notice, City may withhold 125% of the amount claimed. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 73 (F) For Contractor's failure to submit any required schedule or schedule update in the manner and within the time specified in the Contract Documents, City may withhold an amount equal to five percent of the total amount requested until Contractor complies with its schedule submittal obligations. (G) For Contractor's failure to maintain or submit as -built documents in the manner and within the time specified in the Contract Documents, City may withhold or deduct an amount based on the City's cost to prepare the as-builts. (H) For Work performed without Shop Drawings that have been accepted by City, when accepted Shop Drawings are required before proceeding with the Work, City may deduct an amount based on the estimated cost to correct unsatisfactory Work or diminution in value. (1) For fines, payments, or penalties assessed under the Labor Code, City may deduct from payments due to Contractor as required by Laws and as directed by the Division of Labor Standards Enforcement. W) For any other costs or charges that may be withheld or deducted from payments to Contractor, as provided in the Contract Documents, including liquidated damages, City may withhold or deduct such amounts from payment otherwise due to Contractor. 8.4 Early Occupancy. Neither City's payment of progress payments nor its partial or full use or occupancy of the Project constitutes acceptance of any part of the Work. 8.5 Retention. City will retain five percent of the full amount due on each progress payment (i.e., the amount due before any withholding or deductions pursuant to Section 8.3, Adjustment of Payment Application), or the percentage stated in the Notice Inviting Bids, whichever is greater, as retention to ensure full and satisfactory performance of the Work. Contractor is not entitled to any reduction in the rate of withholding at any time, nor to release of any retention before 35 days following City's acceptance of the Project. (A) Substitution of Securities. As provided by Public Contract Code § 22300, Contractor may request in writing that it be allowed, at its sole expense, to substitute securities for the retention withheld by City. Any escrow agreement entered into pursuant to this provision must fully comply with Public Contract Code § 22300 and will be subject to approval as to form by City's legal counsel. If City exercises its right to draw upon such securities in the event of default pursuant to section (7) of the statutory Escrow Agreement for Security Deposits in Lieu of Retention, pursuant to subdivision (g) of Public Contract Code § 22300 ("Escrow Agreement"), and if Contractor disputes that it is in default, its sole remedy is to comply with the dispute resolution procedures in Article 12 and the provisions therein. It is agreed that for purposes of this paragraph, an event of default includes City's rights pursuant to these Contract Documents to withhold or deduct sums from retention, including withholding or deduction for liquidated damages, incomplete or defective Work, stop payment notices, or backcharges. It is further agreed that if any individual authorized to give or receive written notice on behalf of a party pursuant to section (10) of the Escrow Agreement are unavailable to give or receive notice on behalf of that party due to separation from employment, retirement, death, or other circumstances, the successor or delegee of the named individual is deemed to be the individual authorized to give or receive notice pursuant to section (10) of the Escrow Agreement. (B) Release of Undisputed Retention. All undisputed retention, less any amounts that may be assessed as liquidated damages, retained for stop notices, or otherwise withheld pursuant to Section 8.3, Adjustment of Payment Application, will be released as Final Payment to Contractor no sooner than 35 days following recordation of the notice of LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 74 completion, and no later than 60 days following acceptance of the Project by City's governing body or authorized designee pursuant to Section 11.1(C), Acceptance, or, if the Project has not been accepted, no later than 60 days after the Project is otherwise considered complete pursuant to Public Contract Code § 7107(c). 8.6 Payment to Subcontractors and Suppliers. Each month, Contractor must promptly pay each Subcontractor and supplier the value of the portion of labor, materials, and equipment incorporated into the Work or delivered to the Project site by the Subcontractor or supplier during the preceding month. Such payments must be made in accordance with the requirements of Laws pertaining to such payments, and those of the Contract Documents and applicable subcontract or supplier contract. (A) Withholding for Stop Notice. Pursuant to Civil Code § 9358, City will withhold 125% of the amount claimed by an unreleased stop notice, a portion of which may be retained by City for the costs incurred in handling the stop notice claim, including attorneys' fees and costs, as authorized by law. (B) Joint Checks. City reserves the right, acting in its sole discretion, to issue joint checks made payable to Contractor and a Subcontractor or supplier, if City determines this is necessary to ensure fair and timely payment for a Subcontractor or supplier who has provided services or goods for the Project. As a condition to release of payment by a joint check, the joint check payees may be required to execute a joint check agreement in a form provided or approved by the City Attorney's Office. The joint check payees will be jointly and severally responsible for the allocation and disbursement of funds paid by joint check. Payment by joint check will not be construed to create a contractual relationship between City and a Subcontractor or supplier of any tier beyond the scope of the joint check agreement. 8.7 Final Payment. Contractor's application for Final Payment must comply with the requirements for submitting an application for a progress payment as stated in Section 8.2, above. Corrections to previous progress payments, including adjustments to estimated quantities for unit priced items, may be included in the Final Payment. If Contractor fails to submit a timely application for Final Payment, City reserves the right to unilaterally process and issue Final Payment without an application from Contractor in order to close out the Project. For the purposes of determining the deadline for Claim submission pursuant to Article 12, the date of Final Payment is deemed to be the date that City acts to release undisputed retention as final payment to Contractor, or otherwise provides written notice to Contractor of Final Payment or that no undisputed funds remain available for Final Payment due to offsetting withholdings or deductions pursuant to Section 8.3, Adjustment of Payment Application. If the amount due from Contractor to City exceeds the amount of Final Payment, City retains the right to recover the balance from Contractor or its sureties. 8.8 Release of Claims. City may, at any time, require that payment of the undisputed portion of any progress payment or Final Payment be contingent upon Contractor furnishing City with a written waiver and release of all claims against City arising from or related to the portion of Work covered by those undisputed amounts subject to the limitations of Public Contract Code § 7100. Any disputed amounts may be specifically excluded from the release. 8.9 Warranty of Title. Contractor warrants that title to all work, materials, or equipment incorporated into the Work and included in a request for payment will pass over to City free of any claims, liens, or encumbrances upon payment to Contractor. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 75 Article 9 - Labor Provisions 9.1 Discrimination Prohibited. Discrimination against any prospective or present employee engaged in the Work on grounds of race, color, ancestry, national origin, ethnicity, religion, sex, sexual orientation, age, disability, or marital status is strictly prohibited. Contractor and its Subcontractors are required to comply with all applicable Laws prohibiting discrimination, including the California Fair Employment and Housing Act (Govt. Code § 12900 et seq.), Government Code § 11135, and Labor Code §§ 1735, 1777.5, 1777.6, and 3077.5. 9.2 Labor Code Requirements. (A) Eight Hour Day. Pursuant to Labor Code § 1810, eight hours of labor constitute a legal day's work under this Contract. (B) Penalty. Pursuant to Labor Code § 1813, Contractor will forfeit to City as a penalty, the sum of $25.00 for each day during which a worker employed by Contractor or any Subcontractor is required or permitted to work more than eight hours in any one calendar day or more than 40 hours per calendar week, except if such workers are paid overtime under Labor Code § 1815. (C) Apprentices. Contractor is responsible for compliance with the requirements governing employment and payment of apprentices, as set forth in Labor Code § 1777.5, which is fully incorporated by reference. (D) Notices. Pursuant to Labor Code § 1771.4, Contractor is required to post all job site notices prescribed by Laws. 9.3 Prevailing Wages. Each worker performing Work under this Contract that is covered under Labor Code §§ 1720, 1720.3, or 1720.9, including cleanup at the Project site, must be paid at a rate not less than the prevailing wage as defined in §§ 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City and available online at http://www.dir.ca.gov/dlsr. Contractor must post a copy of the applicable prevailing rates at the Project site. (A) Penalties. Pursuant to Labor Code § 1775, Contractor and any Subcontractor will forfeit to City as a penalty up to $200.00 for each calendar day, or portion thereof, for each worker paid less than the applicable prevailing wage rate. Contractor must also pay each worker the difference between the applicable prevailing wage rate and the amount actually paid to that worker. (B) Federal Requirements. If this Project is subject to federal prevailing wage requirements in addition to California prevailing wage requirements, Contractor and its Subcontractors are required to pay the higher of the currently applicable state or federal prevailing wage rates. 9.4 Payroll Records. Contractor must comply with the provisions of Labor Code §§ 1771.4, 1776, and 1812 and all implementing regulations, which are fully incorporated by this reference, including requirements for monthly electronic submission of payroll records to the DIR. (A) Contractor and Subcontractor Obligations. Contractor and each Subcontractor must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in connection with the Work. Each payroll record must LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 76 contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: (1) The information contained in the payroll record is true and correct; and (2) Contractor or the Subcontractor has complied with the requirements of Labor Code §§ 1771, 1811, and 1815 for any Work performed by its employees on the Project. (B) Certified Record. A certified copy of an employee's payroll record must be made available for inspection or furnished to the employee or his or her authorized representative on request, to City, to the Division of Labor Standards Enforcement, to the Division of Apprenticeship Standards of the DIR, and as further required by the Labor Code. (C) Enforcement. Upon notice of noncompliance with Labor Code § 1776, Contractor or Subcontractor has ten days in which to comply with the requirements of this section. If Contractor or Subcontractor fails to do so within the ten-day period, Contractor or Subcontractor will forfeit a penalty of $100.00 per day, or portion thereof, for each worker for whom compliance is required, until strict compliance is achieved. Upon request by the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, these penalties will be withheld from payments then due to Contractor. 9.5 Labor Compliance. Pursuant to Labor Code § 1771.4, the Contract for this Project is subject to compliance monitoring and enforcement by the DIR. Article 10 - Safety Provisions 10.1 Safety Precautions and Programs. Contractor and its Subcontractors are fully responsible for safety precautions and programs, and for the safety of persons and property in the performance of the Work. Contractor and its Subcontractors must at all times comply with all applicable health and safety Laws and seek to avoid injury, loss, or damage to persons or property by taking reasonable steps to protect its employees and other persons at any Worksite, materials and equipment stored on or off site, and property at or adjacent to any Worksite. (A) Reporting Requirements. Contractor must immediately notify the City of any death, serious injury or illness resulting from Work on the Project. Contractor must immediately provide a written report to City of each recordable accident or injury occurring at any Worksite within 24 hours of the occurrence. The written report must include: (1) the name and address of the injured or deceased person; (2) the name and address of each employee of Contractor or of any Subcontractor involved in the incident; (3) a detailed description of the incident, including precise location, time, and names and contact information for known witnesses; and (4) a police or first responder report, if applicable. If Contractor is required to file an accident report with a government agency, Contractor will provide a copy of the report to City. (B) Legal Compliance. Contractor's safety program must comply with the applicable legal and regulatory requirements. Contractor must provide City with copies of all notices required by Laws. (C) Contractor's Obligations. Any damage or loss caused by Contractor arising from the Work which is not insured under property insurance must be promptly remedied by Contractor. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 77 (D) Remedies. If City determines, in its sole discretion, that any part of the Work or Project site is unsafe, City may, without assuming responsibility for Contractor's safety program, require Contractor or its Subcontractor to cease performance of the Work or to take corrective measures to City's satisfaction. If Contractor fails to promptly take the required corrective measures, City may perform them and deduct the cost from the Contract Price. Contractor agrees it is not entitled to submit a Claim for damages, for an increase in Contract Price, or for a change in Contract Time based on Contractor's compliance with City's request for corrective measures pursuant to this provision. 10.2 Hazardous Materials. Unless otherwise specified in the Contract Documents, this Contract does not include the removal, handling, or disturbance of any asbestos or other Hazardous Materials. If Contractor encounters materials on the Project site that Contractor reasonably believes to be asbestos or other Hazardous Materials, and the asbestos or other Hazardous Materials have not been rendered harmless, Contractor may continue Work in unaffected areas reasonably believed to be safe, but must immediately cease work on the area affected and report the condition to City. No asbestos, asbestos -containing products or other Hazardous Materials may be used in performance of the Work. 10.3 Material Safety. Contractor is solely responsible for complying with § 5194 of Title 8 of the California Code of Regulations, including by providing information to Contractor's employees about any hazardous chemicals to which they may be exposed in the course of the Work. A hazard communication program and other forms of warning and training about such exposure must be used. Contractor must also maintain Safety Data Sheets ("SDS") at the Project site, as required by Laws, for materials or substances used or consumed in the performance of the Work. The SIDS will be accessible and available to Contractor's employees, Subcontractors, and City. (A) Contractor Obligations. Contractor is solely responsible for the proper delivery, handling, use, storage, removal, and disposal of all materials brought to the Project site and/or used in the performance of the Work. Contractor must notify the Engineer if a specified product or material cannot be used safely. (B) Labeling. Contractor must ensure proper labeling on any material brought onto the Project site so that any persons working with or in the vicinity of the material may be informed as to the identity of the material, any potential hazards, and requirements for proper handling, protections, and disposal. 10.4 Hazardous Condition. Contractor is solely responsible for determining whether a hazardous condition exists or is created during the course of the Work, involving a risk of bodily harm to any person or risk of damage to any property. If a hazardous condition exists or is created, Contractor must take all precautions necessary to address the condition and ensure that the Work progresses safely under the circumstances. Hazardous conditions may result from, but are not limited to, use of specified materials or equipment, the Work location, the Project site condition, the method of construction, or the way any Work must be performed. 10.5 Emergencies. In an emergency affecting the safety or protection of persons, Work, or property at or adjacent to any Worksite, Contractor must take reasonable and prompt actions to prevent damage, injury, or loss, without prior authorization from the City if, under the circumstances, there is inadequate time to seek prior authorization from the City. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 78 Article 11 -Completion and Warranty Provisions 11.1 Final Completion. (A) Final Inspection and Punch List. When the Work required by this Contract is fully performed, Contractor must provide written notification to City requesting final inspection. The Engineer will schedule the date and time for final inspection, which must include Contractor's primary representative for this Project and its superintendent. Based on that inspection, City will prepare a punch list of any items that are incomplete, missing, defective, incorrectly installed, or otherwise not compliant with the Contract Documents. The punch list to Contractor will specify the time by which all of the punch list items must be completed or corrected. The punch list may include City's estimated cost to complete each punch list item if Contractor fails to do so within the specified time. The omission of any non -compliant item from a punch list will not relieve Contractor from fulfilling all requirements of the Contract Documents. Contractor's failure to complete any punch list item within the time specified in the punch list will not waive or abridge its warranty obligations for any such items that must be completed by the City or by a third party retained by the City due to Contractor's failure to timely complete any such outstanding item. (B) Requirements for Final Completion. Final Completion will be achieved upon completion or correction of all punch list items, as verified by City's further inspection, and upon satisfaction of all other Contract requirements, including any commissioning required under the Contract Documents and submission of all final submittals, including instructions and manuals as required under Section 7.10, and complete, final as -built drawings as required under Section 7.11, all to City's satisfaction. (C) Acceptance. The Project will be considered accepted upon City Council action during a public meeting to accept the Project, unless the Engineer is authorized to accept the Project, in which case the Project will be considered accepted upon the date of the Engineer's issuance of a written notice of acceptance. In order to avoid delay of Project close out, the City may elect, acting in its sole discretion, to accept the Project as complete subject to exceptions for punch list items that are not completed within the time specified in the punch list. (D) Final Payment and Release of Retention. Final Payment and release of retention, less any sums withheld pursuant to the provisions of the Contract Documents, will not be made sooner than 35 days after recordation of the notice of completion. If Contractor fails to complete all of the punch list items within the specified time, City may withhold up to 150% of City's estimated cost to complete each of the remaining items from Final Payment and may use the withheld retention to pay for the costs to self - perform the outstanding items or to retain a third party to complete any such outstanding punch list item. 11.2 Warranty. (A) General. Contractor warrants that all materials and equipment will be new unless otherwise specified, of good quality, in conformance with the Contract Documents, and free from defective workmanship and materials. Contractor further warrants that the Work will be free from material defects not intrinsic in the design or materials required in the Contract Documents. Contractor warrants that materials or items incorporated into the Work comply with the requirements and standards in the Contract Documents, including compliance with Laws, and that any Hazardous Materials encountered or used were handled as required by Laws. At City's request, Contractor must furnish satisfactory evidence of the quality and type of materials and equipment furnished. Contractor's LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 79 warranty does not extend to damage caused by normal wear and tear, or improper use or maintenance. (B) Warranty Period. Contractor's warranty must guarantee its Work for a period of one year from the date of Project acceptance (the "Warranty Period"), except when a longer guarantee is provided by a supplier or manufacturer or is required by the Specifications or Special Conditions. Contractor must obtain from its Subcontractors, suppliers and manufacturers any special or extended warranties required by the Contract Documents. (C) Warranty Documents. As a condition precedent to Final Completion, Contractor must supply City with all warranty and guarantee documents relevant to equipment and materials incorporated into the Work and guaranteed by their suppliers or manufacturers. (D) Subcontractors. The warranty obligations in the Contract Documents apply to Work performed by Contractor and its Subcontractors, and Contractor agrees to be co - guarantor of such Work. (E) Contractor's Obligations. Upon written notice from City to Contractor of any defect in the Work discovered during the Warranty Period, Contractor or its responsible Subcontractor must promptly correct the defective Work at its own cost. Contractor's obligation to correct defects discovered during the Warranty Period will continue past the expiration of the Warranty Period as to any defects in Work for which Contractor was notified prior to expiration of the Warranty Period. Work performed during the Warranty Period ("Warranty Work") will be subject to the warranty provisions in this Section 11.2 for a one-year period that begins upon completion of such Warranty Work to City's satisfaction. (F) City's Remedies. If Contractor or its responsible Subcontractor fails to correct defective Work within ten days following notice by City, or sooner if required by the circumstances, City may correct the defects to conform with the Contract Documents at Contractor's sole expense. Contractor must reimburse City for its costs in accordance with subsection (H), below. (G) Emergency Repairs. In cases of emergency where any delay in correcting defective Work could cause harm, loss or damage, City may immediately correct the defects to conform with the Contract Documents at Contractor's sole expense. Contractor or its surety must reimburse City for its costs in accordance with subsection (H), below. (H) Reimbursement. Contractor must reimburse City for its costs to repair under subsections (F) or (G), above, within 30 days following City's submission of a demand for payment pursuant to this provision. If City is required to initiate legal action to compel Contractor's compliance with this provision, and City is the prevailing party in such action, Contractor and its surety are solely responsible for all of City's attorney's fees and legal costs expended to enforce Contractor's warranty obligations herein, in addition to any and all costs City incurs to correct the defective Work. 11.3 Use Prior to Final Completion. City reserves the right to occupy or make use of the Project, or any portions of the Project, prior to Final Completion if City has determined that the Project or portion of it is in a condition suitable for the proposed occupation or use, and that it is in its best interest to occupy or make use of the Project, or any portions of it, prior to Final Completion. (A) Non -Waiver. Occupation or use of the Project, in whole or in part, prior to Final Completion will not operate as acceptance of the Work or any portion of it, nor will it LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 80 operate as a waiver of any of City's rights or Contractor's duties pursuant to these Contract Documents, and will not affect nor bear on the determination of the time of substantial completion with respect to any statute of repose pertaining to the time for filing an action for construction defect. (B) City's Responsibility. City will be responsible for the cost of maintenance and repairs due to normal wear and tear with respect to those portions of the Project that are being occupied or used before Final Completion. The Contract Price or the Contract Time may be adjusted pursuant to the applicable provisions of these Contract Documents if, and only to the extent that, any occupation or use under this Section actually adds to Contractor's cost or time to complete the Work within the Contract Time. 11.4 Substantial Completion. For purposes of determining "substantial completion" with respect to any statute of repose pertaining to the time for filing an action for construction defect, "substantial completion" is deemed to mean the last date that Contractor or any Subcontractor performs Work on the Project prior to City acceptance of the Project, except for warranty work performed under this Article. Article 12 - Dispute Resolution 12.1 Claims. This Article applies to and provides the exclusive procedures for any Claim arising from or related to the Contract or performance of the Work. (A) Definition. "Claim" means a separate demand by Contractor, submitted in writing by registered or certified mail with return receipt requested, for a change in the Contract Time, including a time extension or relief from liquidated damages, or a change in the Contract Price, when the demand has previously been submitted to City in accordance with the requirements of the Contract Documents, and which has been rejected or disputed by City, in whole or in part. A Claim may also include that portion of a unilateral Change Order that is disputed by the Contractor. (B) Limitations. A Claim may only include the portion of a previously rejected demand that remains in dispute between Contractor and City. With the exception of any dispute regarding the amount of money actually paid to Contractor as Final Payment, Contractor is not entitled to submit a Claim demanding a change in the Contract Time or the Contract Price, which has not previously been submitted to City in full compliance with Article 5 and Article 6, and subsequently rejected in whole or in part by City. (C) Scope of Article. This Article is intended to provide the exclusive procedures for submission and resolution of Claims of any amount and applies in addition to the provisions of Public Contract Code § 9204 and § 20104 et seq., which are incorporated by reference herein. (D) No Work Delay. Notwithstanding the submission of a Claim or any other dispute between the parties related to the Project or the Contract Documents, Contractor must perform the Work and may not delay or cease Work pending resolution of a Claim or other dispute, but must continue to diligently prosecute the performance and timely completion of the Work, including the Work pertaining to the Claim or other dispute. (E) Informal Resolution. Contractor will make a good faith effort to informally resolve a dispute before initiating a Claim, preferably by face-to-face meeting between authorized representatives of Contractor and City. 12.2 Claims Submission. The following requirements apply to any Claim subject to this Article: LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 81 (A) Substantiation. The Claim must be submitted to City in writing, clearly identified as a "Claim" submitted pursuant to this Article 12 and must include all of the documents necessary to substantiate the Claim including the Change Order request that was rejected in whole or in part, and a copy of City's written rejection that is in dispute. The Claim must clearly identify and describe the dispute, including relevant references to applicable portions of the Contract Documents, and a chronology of relevant events. Any Claim for additional payment must include a complete, itemized breakdown of all known or estimated labor, materials, taxes, insurance, and subcontract, or other costs. Substantiating documentation such as payroll records, receipts, invoices, or the like, must be submitted in support of each component of claimed cost. Any Claim for an extension of time or delay costs must be substantiated with a schedule analysis and narrative depicting and explaining claimed time impacts. (B) Claim Format and Content. A Claim must be submitted in the following format: (1) Provide a cover letter, specifically identifying the submission as a "Claim" submitted under this Article 12 and specifying the requested remedy (e.g., amount of proposed change to Contract Price and/or change to Contract Time). (2) Provide a summary of each Claim, including underlying facts and the basis for entitlement, and identify each specific demand at issue, including the specific Change Order request (by number and submittal date), and the date of City's rejection of that demand, in whole or in part. (3) Provide a detailed explanation of each issue in dispute. For multiple issues included within a single Claim or for multiple Claims submitted concurrently, separately number and identify each individual issue or Claim, and include the following for each separate issue or Claim: a. A succinct statement of the matter in dispute, including Contractor's position and the basis for that position; b. Identify and attach all documents that substantiate the Claim, including relevant provisions of the Contract Documents, RFIs, calculations, and schedule analysis (see subsection (A), Substantiation, above); c. A chronology of relevant events; and d. Analysis and basis for claimed changes to Contract Price, Contract Time, or any other remedy requested. (4) Provide a summary of issues and corresponding claimed damages. If, by the time of the Claim submission deadline (below), the precise amount of the requested change in the Contract Price or Contract Time is not yet known, Contractor must provide a good faith estimate, including the basis for that estimate, and must identify the date by which it is anticipated that the Claim will be updated to provide final amounts. (5) Include the following certification, executed by Contractor's authorized representative: "The undersigned Contractor certifies under penalty of perjury that its statements and representations in this Claim submittal are true and correct. Contractor warrants that this Claim submittal is comprehensive and complete as to the LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 82 matters in dispute, and agrees that any costs, expenses, or delay not included herein are deemed waived." (C) Submission Deadlines. (1) A Claim disputing rejection of a request for a change in the Contract Time or Contract Price must be submitted within 15 days following the date that City notified Contractor in writing that a request for a change in the Contract Time or Contract Price, duly submitted in compliance with Article 5 and Article 6, has been rejected in whole or in part. A Claim disputing the terms of a unilateral Change Order must be submitted within 15 days following the date of issuance of the unilateral Change Order. These Claim deadlines apply even if Contractor cannot yet quantify the total amount of any requested change in the Contract Time or Contract Price. If the Contractor cannot quantify those amounts, it must submit an estimate of the amounts claimed pending final determination of the requested remedy by Contractor. (2) With the exception of any dispute regarding the amount of Final Payment, any Claim must be filed on or before the date of Final Payment or will be deemed waived. (3) A Claim disputing the amount of Final Payment must be submitted within 15 days of the effective date of Final Payment, under Section 8.7, Final Payment. (4) Strict compliance with these Claim submission deadlines is necessary to ensure that any dispute may be mitigated as soon as possible, and to facilitate cost-efficient administration of the Project. Any Claim that is not submitted within the specified deadlines will be deemed waived by Contractor. 12.3 City's Response. City will respond within 45 days of receipt of the Claim with a written statement identifying which portion(s) of the Claim are disputed, unless the 45-day period is extended by mutual agreement of City and Contractor or as otherwise allowed under Public Contract Code § 9204. However, if City determines that the Claim is not adequately substantiated pursuant to Section 12.2(A), Substantiation, City may first request in writing, within 30 days of receipt of the Claim, any additional documentation supporting the Claim or relating to defenses to the Claim that City may have against the Claim. (A) Additional Information. If additional information is thereafter required, it may be requested and provided upon mutual agreement of City and Contractor. If Contractor's Claim is based on estimated amounts, Contractor has a continuing duty to update its Claim as soon as possible with information on actual amounts in order to facilitate prompt and fair resolution of the Claim. (B) Non -Waiver. Any failure by City to respond within the times specified above will not be construed as acceptance of the Claim, in whole or in part, or as a waiver of any provision of these Contract Documents. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 83 12.4 Meet and Confer. If Contractor disputes City's written response, or City fails to respond within the specified time, within 15 days of receipt of City's response or within 15 days of City's failure to respond within the applicable 45-day time period under Section 12.3, respectively, Contractor may notify City of the dispute in writing sent by registered or certified mail, return receipt requested, and demand an informal conference to meet and confer for settlement of the issues in dispute. If Contractor fails to notify City of the dispute and demand an informal conference to meet and confer in writing within the specified time, Contractor's Claim will be deemed waived. (A) Schedule Meet and Confer. Upon receipt of the demand to meet and confer, City will schedule the meet and confer conference to be held within 30 days, or later if needed to ensure the mutual availability of each of the individuals that each party requires to represent its interests at the meet and confer conference. (B) Location for Meet and Confer. The meet and confer conference will be scheduled at a location at or near City's principal office. (C) Written Statement After Meet and Confer. Within ten working days after the meet and confer has concluded, City will issue a written statement identifying which portion(s) of the Claim remain in dispute, if any. (D) Submission to Mediation. If the Claim or any portion remains in dispute following the meet and confer conference, within ten working days after the City issues the written statement identifying any portion(s) of the Claim remaining in dispute, the Contractor may identify in writing disputed portion(s) of the Claim, which will be submitted for mediation, as set forth below. 12.5 Mediation and Government Code Claims. (A) Mediation. Within ten working days after the City issues the written statement identifying any portion(s) of the Claim remaining in dispute following the meet and confer, City and Contractor will mutually agree to a mediator, as provided under Public Contract Code § 9204. Mediation will be scheduled to ensure the mutual availability of the selected mediator and all of the individuals that each party requires to represent its interests. If there are multiple Claims in dispute, the parties may agree to schedule the mediation to address all outstanding Claims at the same time. The parties will share the costs of the mediator and mediation fees equally, but each party is otherwise solely and separately responsible for its own costs to prepare for and participate in the mediation, including costs for its legal counsel or any other consultants. (B) Government Code Claims. (1) Timely presentation of a Government Code Claim is a condition precedent to filing any legal action based on or arising from the Contract. Compliance with the Claim submission requirements in this Article 12 is a condition precedent to filing a Government Code Claim. (2) The time for filing a Government Code Claim will be tolled from the time Contractor submits its written Claim pursuant to Section 12.2, above, until the time that Claim is denied in whole or in part at the conclusion of the meet and confer process, including any period of time used by the meet and confer process. However, if the Claim is submitted to mediation, the time for filing a Government Code Claim will be tolled until conclusion of the mediation, including any continuations, if the Claim is not fully resolved by mutual agreement of the parties during the mediation or any continuation of the mediation. LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 84 12.6 Tort Claims. This Article does not apply to tort claims and nothing in this Article is intended nor will be construed to change the time periods for filing tort -based Government Code Claims. 12.7 Arbitration. It is expressly agreed, under Code of Civil Procedure § 1296, that in any arbitration to resolve a dispute relating to this Contract, the arbitrator's award must be supported by law and substantial evidence. 12.8 Burden of Proof and Limitations. Contractor bears the burden of proving entitlement to and the amount of any claimed damages. Contractor is not entitled to damages calculated on a total cost basis, but must prove actual damages. Contractor is not entitled to speculative, special, or consequential damages, including home office overhead or any form of overhead not directly incurred at the Project site or any other Worksite; lost profits; loss of productivity; lost opportunity to work on other projects; diminished bonding capacity; increased cost of financing for the Project; extended capital costs; non - availability of labor, material or equipment due to delays; or any other indirect loss arising from the Contract. The Eichleay Formula or similar formula will not be used for any recovery under the Contract. The City will not be directly liable to any Subcontractor or supplier. 12.9 Legal Proceedings. In any legal proceeding that involves enforcement of any requirements of the Contract Documents, the finder of fact will receive detailed instructions on the meaning and operation of the Contract Documents, including conditions, limitations of liability, remedies, claim procedures, and other provisions bearing on the defenses and theories of liability. Detailed findings of fact will be requested to verify enforcement of the Contract Documents. All of the City's remedies under the Contract Documents will be construed as cumulative, and not exclusive, and the City reserves all rights to all remedies available under law or equity as to any dispute arising from or relating to the Contract Documents or performance of the Work. 12.10 Other Disputes. The procedures in this Article 12 will apply to any and all disputes or legal actions, in addition to Claims, arising from or related to this Contract, including disputes regarding suspension or early termination of the Contract, unless and only to the extent that compliance with a procedural requirement is expressly and specifically waived by City. Nothing in this Article is intended to delay suspension or termination under Article 13. Article 13 - Suspension and Termination 13.1 Suspension for Cause. In addition to all other remedies available to City, if Contractor fails to perform or correct Work in accordance with the Contract Documents, including non-compliance with applicable environmental or health and safety Laws, City may immediately order the Work, or any portion of it, suspended until the circumstances giving rise to the suspension have been eliminated to City's satisfaction. (A) Notice of Suspension. Upon receipt of City's written notice to suspend the Work, in whole or in part, except as otherwise specified in the notice of suspension, Contractor and its Subcontractors must promptly stop Work as specified in the notice of suspension; comply with directions for cleaning and securing the Worksite; and protect the completed and in -progress Work and materials. Contractor is solely responsible for any damages or loss resulting from its failure to adequately secure and protect the Project. (B) Resumption of Work. Upon receipt of the City's written notice to resume the suspended Work, in whole or in part, except as otherwise specified in the notice to LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 85 resume, Contractor and its Subcontractors must promptly re -mobilize and resume the Work as specified; and within ten days from the date of the notice to resume, Contractor must submit a recovery schedule, prepared in accordance with the Contract Documents, showing how Contractor will complete the Work within the Contract Time. (C) Failure to Comply. Contractor will not be entitled to an increase in the Contract Time or Contract Price for a suspension occasioned by Contractor's failure to comply with the Contract Documents. (D) No Duty to Suspend. City's right to suspend the Work will not give rise to a duty to suspend the Work, and City's failure to suspend the Work will not constitute a defense to Contractor's failure to comply with the requirements of the Contract Documents. 13.2 Suspension for Convenience. City reserves the right to suspend, delay, or interrupt the performance of the Work in whole or in part, for a period of time determined to be appropriate for City's convenience. Upon notice by City pursuant to this provision, Contractor must immediately suspend, delay, or interrupt the Work and secure the Project site as directed by City except for taking measures to protect completed or in - progress Work as directed in the suspension notice, and subject to the provisions of Section 13.1(A) and (B), above. If Contractor submits a timely request for a Change Order in compliance with Articles 5 and 6, the Contract Price and the Contract Time will be equitably adjusted by Change Order pursuant to the terms of Articles 5 and 6 to reflect the cost and delay impact occasioned by such suspension for convenience, except to the extent that any such impacts were caused by Contractor's failure to comply with the Contract Documents or the terms of the suspension notice or notice to resume. However, the Contract Time will only be extended if the suspension causes or will cause unavoidable delay in Final Completion. If Contractor disputes the terms of a Change Order issued for such equitable adjustment due to suspension for convenience, its sole recourse is to comply with the Claim procedures in Article 12. 13.3 Termination for Default. City may declare that Contractor is in default of the Contract for a material breach of or inability to fully, promptly, or satisfactorily perform its obligations under the Contract. (A) Default. Events giving rise to a declaration of default include Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment to perform the Work within the Contract Time; Contractor's refusal or failure to make prompt payment to its employees, Subcontractors, or suppliers or to correct defective Work or damage; Contractor's failure to comply with Laws, or orders of any public agency with jurisdiction over the Project; evidence of Contractor's bankruptcy, insolvency, or lack of financial capacity to complete the Work as required within the Contract Time; suspension, revocation, or expiration and nonrenewal of Contractor's license or DIR registration; dissolution, liquidation, reorganization, or other major change in Contractor's organization, ownership, structure, or existence as a business entity; unauthorized assignment of Contractor's rights or duties under the Contract; or any material breach of the Contract requirements. (B) Notice of Default and Opportunity to Cure. Upon City's declaration that Contractor is in default due to a material breach of the Contract Documents, if City determines that the default is curable, City will afford Contractor the opportunity to cure the default within ten days of City's notice of default, or within a period of time reasonably necessary for such cure, including a shorter period of time if applicable. (C) Termination. If Contractor fails to cure the default or fails to expediently take steps reasonably calculated to cure the default within the time period specified in the LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 86 notice of default, City may issue written notice to Contractor and its performance bond surety of City's termination of the Contract for default. (D) Waiver. Time being of the essence in the performance of the Work, if Contractor's surety fails to arrange for completion of the Work in accordance with the Performance Bond within seven calendar days from the date of the notice of termination pursuant to paragraph (C), City may immediately make arrangements for the completion of the Work through use of its own forces, by hiring a replacement contractor, or by any other means that City determines advisable under the circumstances. Contractor and its surety will be jointly and severally liable for any additional cost incurred by City to complete the Work following termination, where "additional cost" means all cost in excess of the cost City would have incurred if Contactor had timely completed Work without the default and termination. In addition, City will have the right to immediate possession and use of any materials, supplies, and equipment procured for the Project and located at the Project site or any Worksite on City property for the purposes of completing the remaining Work. (E) Compensation. Within 30 days of receipt of updated as-builts, all warranties, manuals, instructions, or other required documents for Work installed to date, and delivery to City of all equipment and materials for the Project for which Contractor has already been compensated, Contractor will be compensated for the Work satisfactorily performed in compliance with the Contract Documents up to the effective date of the termination pursuant to the terms of Article 8, Payment, subject to City's rights to withhold or deduct sums from payment otherwise due pursuant to Section 8.3, and excluding any costs Contractor incurs as a result of the termination, including any cancellation or restocking charges or fees due to third parties. If Contractor disputes the amount of compensation determined by City, its sole recourse is to comply with the Claim Procedures in Article 12, by submitting a Claim no later than 30 days following notice from City of the total compensation to be paid by City. (F) Wrongful Termination. If Contractor disputes the termination, its sole recourse is to comply with the Claim procedures in Article 12. If a court of competent jurisdiction or an arbitrator later determines that the termination for default was wrongful, the termination will be deemed to be a termination for convenience, and Contractor's damages will be strictly limited to the compensation provided for termination for convenience under Section 13.4, below. Contractor waives any claim for any other damages for wrongful termination including special or consequential damages, lost opportunity costs, or lost profits, and any award of damages is subject to Section 12.8, Burden of Proof and Limitations. 13.4 Termination for Convenience. City reserves the right, acting in its sole discretion, to terminate all or part of the Contract for convenience upon written notice to Contractor. (A) Compensation to Contractor. In the event of City's termination for convenience, Contractor waives any claim for damages, including for loss of anticipated profits from the Project. The following will constitute full and fair compensation to Contractor, and Contractor will not be entitled to any additional claim or compensation: (1) Completed Work. The value of its Work satisfactorily performed as of the date notice of termination is received, based on Contractor's schedule of values and unpaid costs for items delivered to the Project site that were fabricated for incorporation in the Work; (2) Demobilization. Demobilization costs specified in the schedule of values, or if demobilization costs were not provided in a schedule of values pursuant to LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 87 Section 8.1, then based on actual, reasonable, and fully documented demobilization costs; and (3) Termination Markup. Five percent of the total value of the Work performed as of the date of notice of termination, including reasonable, actual, and documented costs to comply with the direction in the notice of termination for convenience, and demobilization costs, which is deemed to cover all overhead and profit to date. (B) Disputes. If Contractor disputes the amount of compensation determined by City pursuant to paragraph (A), above, its sole recourse is to comply with the Claim procedures in Article 12, by submitting a Claim no later than 30 days following notice from City of total compensation to be paid by City. 13.5 Actions Upon Termination for Default or Convenience. The following provisions apply to any termination under this Article, whether for default or convenience, and whether in whole or in part. (A) General. Upon termination, City may immediately enter upon and take possession of the Project and the Work and all tools, equipment, appliances, materials, and supplies procured or fabricated for the Project. Contractor will transfer title to and deliver all completed Work and all Work in progress to City. (B) Submittals. Unless otherwise specified in the notice of termination, Contractor must immediately submit to City all designs, drawings, as -built drawings, Project records, contracts with vendors and Subcontractors, manufacturer warranties, manuals, and other such submittals or Work -related documents required under the terms of the Contract Documents, including incomplete documents or drafts. (C) Close Out Requirements. Except as otherwise specified in the notice of termination, Contractor must comply with all of the following: (1) Immediately stop the Work, except for any Work that must be completed pursuant to the notice of termination and comply with City's instructions for cessation of labor and securing the Project and any other Worksite(s). (2) Comply with City's instructions to protect the completed Work and materials, using best efforts to minimize further costs. (3) Contractor must not place further orders or enter into new subcontracts for materials, equipment, services or facilities, except as may be necessary to complete any portion of the Work that is not terminated. (4) As directed in the notice, Contractor must assign to City or cancel existing subcontracts that relate to performance of the terminated Work, subject to any prior rights, if any, of the surety for Contractor's performance bond, and settle all outstanding liabilities and claims, subject to City's approval. (5) As directed in the notice, Contractor must use its best efforts to sell any materials, supplies, or equipment intended solely for the terminated Work in a manner and at market rate prices acceptable to City. (D) Payment Upon Termination. Upon completion of all termination obligations, as specified herein and in the notice of termination, Contractor will submit its request for Final Payment, including any amounts due following termination pursuant to this Article 13. Payment will be made in accordance with the provisions of Article 8, based on the LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 88 portion of the Work satisfactorily completed, including the close out requirements, and consistent with the previously submitted schedule of values and unit pricing, including demobilization costs. Adjustments to Final Payment may include deductions for the cost of materials, supplies, or equipment retained by Contractor; payments received for sale of any such materials, supplies, or equipment, less re -stocking fees charged; and as otherwise specified in Section 8.3, Adjustment of Payment Application. (E) Continuing Obligations. Regardless of any Contract termination, Contractor's obligations for portions of the Work already performed will continue and the provisions of the Contract Documents will remain in effect as to any claim, indemnity obligation, warranties, guarantees, submittals of as -built drawings, instructions, or manuals, record maintenance, or other such rights and obligations arising prior to the termination date. Article 14 - Miscellaneous Provisions 14.1 Assignment of Unfair Business Practice Claims. Under Public Contract Code § 7103.5, Contractor and its Subcontractors agree to assign to City all rights, title, and interest in and to all causes of action it may have under section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2 (commencing with § 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the Contract or any subcontract. This assignment will be effective at the time City tenders Final Payment to Contractor, without further acknowledgement by the parties. 14.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the Contract Documents is deemed to be inserted, and the Contract Documents will be construed and enforced as though such provision has been included. If it is discovered that through mistake or otherwise that any required provision was not inserted, or not correctly inserted, the Contract Documents will be deemed amended accordingly. 14.3 Waiver. City's waiver of a breach, failure of any condition, or any right or remedy contained in or granted by the provisions of the Contract Documents will not be effective unless it is in writing and signed by City. City's waiver of any breach, failure, right, or remedy will not be deemed a waiver of any other breach, failure, right, or remedy, whether or not similar, nor will any waiver constitute a continuing waiver unless specified in writing by City. 14.4 Titles, Headings, and Groupings. The titles and headings used and the groupings of provisions in the Contract Documents are for convenience only and may not be used in the construction or interpretation of the Contract Documents or relied upon for any other purpose. 14.5 Statutory and Regulatory References. With respect to any amendments to any statutes or regulations referenced in these Contract Documents, the reference is deemed to be the version in effect on the date that bids were due. 14.6 Survival. The provisions that survive termination or expiration of this Contract include Contract Section 11, Notice, and subsections 12.1, 12.2, 12.3, 12.4, 12.5, and 12.6 of Section 12, General Provisions; and the following provisions in these General Conditions: Section 2.2(J), Contractor's Records, Section 2.3(C), Termination, Section 3.7, Ownership, Section 4.2, Indemnity, Article 12, Dispute Resolution, and Section 11.2, Warranty. END OF GENERAL CONDITIONS LED Streetlight Installation Rebid 2023 Form GENERAL CONDITIONS Project No. 2022-13 Page 89 Special Conditions Construction and Demolition Debris Management Plan A completed construction and demolition (C&D) Debris Management Plan must be submitted using the City's Green Halo on-line application. All debris disposal and recycling from the construction project must be tracked throughout the duration of the project. The contractor must use Green Halo cupertino.wastetracking.com to create their Plan and to submit all construction waste generation tonnage information. No additional compensation will be paid for implementation of the Debris Management Plan and failure to meet all plan requirements may result in work stoppage, fines, and/or backcharges. For additional information, visit www.cupertino.org/greendev 2. Authorized Work Days and Hours. 2.1 Authorized Work Days. Except as expressly authorized in writing by City, Contractor is limited to performing Work on the Project on the following days of the week, excluding holidays observed by City: Monday - Friday 2.2 Authorized Work Hours. Except as expressly authorized in writing by City, Contractor is limited to performing Work on the Project during the following hours: Local Roads — 8 AM — 5 PM Arterials / Collecors — 9:00 AM — 3:00 PM Streets near Schools — no work during school drop off / pick up hous, typical work hours 9:30 AM — 2:00 PM 3. Pre -Construction Conference. City will designate a date and time for a pre - construction conference with Contractor following Contract execution. Project administration procedures and coordination between City and Contractor will be discussed, and Contractor must present City with the following information or documents at the meeting for City's review and acceptance before the Work commences: 3.1 Name, 24-hour contact information, and qualifications of the proposed on -site superintendent; 3.2 List of all key Project personnel and their complete contact information, including email addresses and telephone numbers during regular hours and after hours; 3.3 Staging plans that identify the sequence of the Work, including any phases and alternative sequences or phases, with the goal of minimizing the impacts on residents, businesses and other operations in the Project vicinity; 3.4 If required, traffic control plans associated with the staging plans that are signed and stamped by a licensed traffic engineer; 3.5 Draft baseline schedule for the Work as required under Section 5.2, to be finalized within ten days after City issues the Notice to Proceed; 3.6 Breakdown of lump sum bid items, to be used for determining the value of Work completed for future progress payments to Contractor; LED Streetlight Installation Rebid 2023 Form Special Conditions Project No. 2022-13 Page 91 3.7 Schedule with list of Project submittals that require City review, and list of the proposed material suppliers; 3.8 Plan for coordination with affected utility owner(s) and compliance with any related permit requirements; 3.9 Videotape and photographs recording the conditions throughout the pre - construction Project site, showing the existing improvements and current condition of the curbs, gutters, sidewalks, signs, landscaping, streetlights, structures near the Project such as building faces, canopies, shades and fences, and any other features within the Project area limits; 3.10 If requested by City, Contractor's cash flow projections; and 3.11 Any other documents specified in the Special Conditions or Notice of Potential Award. 4. Insurance Requirements. The insurance requirements under Section 4.3 of the General Conditions are modified for this Contract, as set forth below. Except as expressly stated below, all other provisions in Section 4.3 are unchanged and remain in full force and effect. 4.1 Pollution Liability Insurance Waived. The pollution liability insurance policy requirement set forth in subsection 4.3(A)(4) of the General Conditions is hereby waived and does not apply to this Contract. 4.2 Builders Risk Insurance Waived. The builder's risk insurance policy requirement set forth in subsection 4.3(A)(5) of the General Conditions is hereby waived and does not apply to this Contract. 5. Construction Manager Role and Authority. Tanko Lighting is the Construction Manager for this Project. The Construction Manager will assist City in the management of the construction of the Project. The Construction Manager may perform services in the areas of supervision and coordination of the work of Contractor and/or other contractors, scheduling the Work, monitoring the progress of the Work, providing City with evaluations and recommendations concerning the quality of the Work, recommending the approval of progress payments to Contractor, or other services for the Project in accordance with the Construction Manager's contract with City. 5.1 Communications. Contractor must submit all notices and communications relating to the Work directly to the Construction Manager in writing. 5.2 On -Site Management and Communication Procedures. The Construction Manager will provide and maintain a management team to provide contract administration as an agent of City, and will establish and implement coordination and communication procedures among City, the Design Professional, Contractor, and others. 5.3 Contract Administration Procedures. The Construction Manager will establish and implement procedures for reviewing and processing requests for clarifications and interpretations of the Contract Documents, Shop Drawings, samples, other submittals, schedule adjustments, Change Order proposals, LED Streetlight Installation Rebid 2023 Form Special Conditions Project No. 2022-13 Page 92 written proposals for substitutions, payment applications, and maintenance of logs. 5.4 Pre -Construction Conference. Contractor will attend the pre -construction conference, during which the Construction Manager will review the Contract administration procedures and Project requirements. 5.5 Contractor's Construction Schedule. The Construction Manager will review Contractor's construction schedules and will verify that each schedule is prepared in accordance with the requirements of the Contract Documents. END OF SPECIAL CONDITIONS LED Streetlight Installation Rebid 2023 Form Special Conditions Project No. 2022-13 Page 93 City of Cupertino Citywide LED Streetlight Installation 09/24/2024 Project Number 2022-13 Table of Contents SECTION1 - General................................................................................................................... 96 1.01 RELATED DOCUMENTS..............................................................................................96 1.02 WORK TO BE PERFORMED........................................................................................ 96 1.03 PROJECT SCHEDULE................................................................................................. 96 1.04 INFORMATION SUBMITTALS......................................................................................96 1.05 MATERIALS & MATERIAL SUBSTITUTIONS..............................................................96 1.06 CONTRACTOR QUALIFICATIONS REQUIREMENTS................................................97 SECTION 2 — Product Specifications......................................................................................... 97 2.01 PRODUCT SPECIFICATIONS...................................................................................... 97 2.02 PRODUCT EVALUATION CRITERIA...........................................................................97 SECTION 3 — Traffic Control....................................................................................................... 99 3.01 TRAFFIC CONTROL..................................................................................................... 99 SECTION 4 — Obstructions.......................................................................................................... 99 4.01 OBSTRUCTIONS.......................................................................................................... 99 SECTION 5 — Luminaires and Other Materials........................................................................100 5.01 LUMINAIRES AND OTHER MATERIALS................................................................... 100 SECTION 6 — Equipment and Tools.........................................................................................101 6.01 EQUIPMENT AND TOOLS......................................................................................... 101 SECTION7 — Permits.................................................................................................................101 7.01 PERMITS.....................................................................................................................101 SECTION 8 — Retrofit and Disposal..........................................................................................101 8.01 RETROFIT AND DISPOSAL....................................................................................... 101 SECTION 9 — Data Tracking and Reporting.............................................................................102 9.01 DATA TRACKING AND REPORTING........................................................................ 102 SECTION 10 — Schedule............................................................................................................103 10.01 SCHEDULE................................................................................................................. 103 SECTION 11 — Orientation and Standards...............................................................................104 11.01 ORIENTATION AND STANDARDS............................................................................ 104 SECTION 12 — Workmanship and Warranty............................................................................104 12.01 WORKMANSHIP AND WARRANTY........................................................................... 104 SECTION 13 — Change Orders and Adjustments....................................................................105 13.01 CHANGE ORDERS AND ADJUSTMENTS................................................................ 105 SECTION 14 — Project Close Out Procedures.........................................................................105 15.01 PROJECT CLOSE OUT PROCEDURES.................................................................... 105 SECTION 15 — Measurement and Payment..............................................................................106 15.01 MEASUREMENT AND PAYMENT .................................. Error! Bookmark not defined. 15.02 Bid Alternatives............................................................................................................ 111 Page I of 1 LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 95 City of Cupertino Citywide LED Streetlight Installation 09/24/2024 Project Number 2022-13 SECTION 1 - General RELATED DOCUMENTS Drawings and general provisions of the Contract Documents, including General and Special Conditions apply to this Section. WORK TO BE PERFORMED The work shall generally consist of material supply and installation services converting approximately 2,090 streetlights to Light Emitting Diode (LED) fixtures/retrofit kits throughout the City. This effort will include both cobra head fixtures (approximately 2,049 fixtures), as well as non -cobra head fixtures (approximately 41 existing "shoebox" fixtures — note that these fixtures will be converted to LED cobra head fixtures or retrofitted with LED hardwire retrofit kits). PROJECT SCHEDULE A progress schedule shall be presented at the commencement of the project, and updated monthly, in accordance with the General Conditions, and at such other times as requested by the City's Project Manager (PM) Consultant. At no time shall the Contractor lapse in the general schedule outlined in Section 9 — Schedule. Progress payments may be withheld until satisfactory submittal of a schedule which meets all contract time and order of work requirements. Construction meetings will be held between the Contractor and the PM Consultant on occasion and as requested by the PM Consultant. The meetings may include representatives from the City, the utility companies, and other parties, as necessary. The Contractor shall provide updated schedules of the proposed work at each meeting. Bidders should anticipate a release schedule with material being delivered over the course of 60 working days maximum. INFORMATION SUBMITTALS Required Equipment Technical Specifications: Product cutsheets, testing documentation, warranty information, and complete description of the technical specifications of the proposed Light Emitting Diode (LED) Streetlight Fixture/Kit Materials, including verification that the equipment meets all of the required specifications set forth in the Technical Specifications, as well as information on any specific warranty or maintenance requirements, are required to be included with each Bidder's submission. MATERIALS & MATERIAL SUBSTITUTIONS Bidders must submit a bid including the specific Light Emitting Diode (LED) Streetlight Fixture/Kit Materials listed in the Bid Schedule of the bid documents unless the Bidder obtains approval of its proposed equipment as an equal. All requests for substitution of any equipment as an "equal" must be submitted in writing with appropriate documentation substantiating that is an equal to the specified equipment. All requests for substitution must be submitted with the LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 96 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 Bidder's bid. The City retains sole discretion to approve or disapprove of a request for substitution of a product/equipment. Contractor shall supply any wiring, incidentals, or other materials. CONTRACTOR QUALIFICATIONS REQUIREMENTS Contractor shall possess and maintain a California State Contractor's Class C-10 license. Contractor shall be actively registered with the Department of Industrial Relations as a Public Works Contractor. Within the last 5 years, Contractor shall have experience with jobs that are similar in type and size to the project requirements (i.e., installation of LED fixtures for citywide streetlight conversion projects to replace existing HID fixtures), including at least one project with more than 1,500 cobra head streetlights, and one project with decorative LED retrofit kit installations. Contractor must successfully demonstrate required services are within the normal lines of business. SECTION 2 — Product Specifications PRODUCT SPECIFICATIONS Required product specifications are outlined in the Bid Schedule. Bidders are required to provide a complete response, detailing all products bid, by completing the Bid Schedule worksheet and providing corresponding product technical documentation (as outlined in Section 1.04, above). PRODUCT EVALUATION CRITERIA In addition to initial price and warranty, these criteria will be used to compare and evaluate proposals which meet the minimum specifications. Note this list is not exclusive, and other considerations may appear for the City during review of bids. History of Company: This refers to the lighting manufacturer, and would include factors such as the stability of the company, history in streetlight production, any known product recalls or other red flags relevant to the company. Photometrics: Preference will be given to lights which 1) minimize backlight and 2) maximize length of coverage down the street. Evaluation will focus on the low wattage, type 2 distribution fixture, which will be looked on favorably if they have: a minimum of 0.1 fc at 60 ft or more extending down the road in each direction. no more than 0.1 fc of backlight up to 25 ft from the fixture. the brightest point of light will be under the fixture head. LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 97 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 LED Configuration: Preference is for discrete LED technology over chip -on- board technology. Lifetime Savings: Preference will be given to fixtures that save the most money over their lifetime (measured at 20 years, including initial utility incentive, if any), as compared to the existing fixtures. Housing Material: The preference is for aluminum fixtures. Bidders who wish to bid fixtures made of other housing materials should provide comparative proof of aluminum results compared to the other material's results showing that it meets or exceeds the same standards as aluminum on all standard testing. Bidders should also address past recall issues and provide spec sheets. SUBSTITUTIONS "Or Equal." Any Specification designating a material, product, or thing (collectively, "item") or service by specific brand or trade name, followed by the words "or equal," is intended only to indicate the quality and type of item or service desired, and Contractor may request use of any equal item or service. Unless otherwise stated in the Specifications, any reference to a specific brand or trade name for an item or service that is used solely for the purpose of describing the type of item or service desired, will be deemed to be followed by the words "or equal." A substitution will only be approved if it is a true "equal" item or service in every aspect of design, function, and quality, as determined by City, including dimensions, weight, maintenance requirements, durability, fit with other elements, and schedule impacts. Request for Substitution. A pre -award request for substitution of an item or service must be submitted in writing to the City to joannej@cupertino.gov for approval in advance, no later than 14 calendar days prior to the bid submission deadline. The Bidder shall complete and submit the Request for Substitution sheet included as Attachment A and provide all required information, as well as required technical information and product samples, as outlined in the Request for Substitution sheet. Substantiation. Any available data substantiating the proposed substitute as an equal item or service must be submitted with the written request for substitution. Contractor's failure to timely provide all necessary substantiation, including any required test results as soon as they are available, is grounds for rejection of the proposed substitution, without further review. Burden of Proving Equality. Contractor has the burden of proving the equality of the proposed substitution at Contractor's sole cost. City has sole discretion to determine whether a proposed substitution is equal, and City's determination is final. Approval or Rejection. The City will review the substitution request and make a determination no later than 7 calendar days prior to the bid submission deadline. If the proposed substitution is approved, Contractor is solely responsible to include all associated costs in its Bid Proposal. If the proposed substitution is rejected, and the Contractor opts to proceed with a bid submission, Contractor must bid the materials as specified by City in the Bid Proposal. Contractor's Obligations. City's approval of a proposed substitution will not relieve Contractor from any of its obligations under the Contract Documents. In the event LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 98 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 Contractor makes an unauthorized substitution, Contractor will be solely responsible for all resulting cost impacts, including the cost of removal and replacement and the impact to other design elements. SECTION 3 — Traffic Control TRAFFIC CONTROL It is anticipated that most work zones will be established using standard lane closure treatments and not require individual traffic control plans. Contractor will need to prepare custom traffic control plans where more complex traffic conditions exist. Plans must be in accordance and compliant with the current edition of the California Manual of Uniform Traffic Control Devices (CMUTCD) and the current Watchbook version. Contractor shall apply and obtain all required traffic and street permits as required per the City's Engineering department and schedule necessary inspections when applicable. Upon acceptance of traffic control plans, Contractor shall provide all necessary traffic control equipment and labor for traffic control in accordance with approved plan. SECTION 4 — Obstructions OBSTRUCTIONS The locations of the existing facilities shown on the plans are for general information only. Prior to the commencement of work in any area, the Contractor shall perform his/her own investigation to verify the exact location of the existing facilities in the project area. San Jose Water, Cal Water, Cupertino Sanitary District, City storm drain, Pacific Gas and Electric, AT&T, City streetlight electrical facilities, and Comcast Cable facilities are understood to exist within the project area. If necessary, the Contractor shall cooperate completely with all utility companies having facilities within the project area. Any delay by the utility companies in the completion of any required work may entitle the Contractor to additional working days but will not entitle the Contractor to additional compensation. The Contractor shall be responsible for coordinating with property owners for trimming all private trees and shrubs as necessary to perform the work and maintain traffic control and public services. Contractor shall coordinate with City Arborist if any City Owned street trees require trimming. All trees and shrubs shall be trimmed to a minimum height of fourteen feet (14') above the top of the curb. Trees and shrubs shall be trimmed such that a balanced plant, as approved by the Engineer, remains after trimming. The Contractor shall be responsible for the replacement of any and all facilities, including but not limited to, all landscaping, irrigation facilities, asphalt concrete and concrete flatwork, removed or damaged during the duration of the project. LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 99 City of Cupertino Citywide LED Streetlight Installation 09/24/2024 Project Number 2022-13 SECTION 5— Luminaires and Other Materials LUMINAIRES AND OTHER MATERIALS A. Contractor shall supply the LED luminaires; LED retrofit kits, photocells; any required brackets, as well as any wiring, incidentals, or other materials. B. Contractor shall have complete responsibility for the procurement, as well as receiving, verification and inventory control of the luminaires and other required materials items from time of delivery acceptance until installation completion. Discrepancies in inventory are the financial responsibility of the Contractor. C. Contractor is responsible for procurement and, upon receipt of materials, ensuring that all components are received in good condition and quantities shipped match the Packing Slip. Contractor agrees to assume liability for any stolen, damaged, or lost shipments once in its possession. D. The Contractor will procure, coordinate delivery, stage and house the material in a secured and safe location. The Contractor is responsible to prevent the vandalism and/or theft of materials. The Contractor must provide a trailer and/or dumpster if needed. E. Contractor is responsible for ensuring that any materials it is supplying for the installation are new and of the highest quality, and that materials and installation practices meet all necessary standards applicable. F. Contractor is required to provide a manufacturer warranty on all purchased parts. G. Any and all purchases by Contractor shall be outright purchases. Leases, lease - purchases and credit -based purchases are specifically not authorized. H. Cobra Head Fixture Retrofits — Contractor will be provided installation instructions for which fixture to install at each location by the City's PM Consultant. Contractor will remove existing cobra head fixture and replace it with designated LED fixture. Contractor will ensure LED cobra head fixture is level and tightly mounted. The fixture must be parallel with the ground. I. Shoebox LED Retrofits — Contractor will be provided installation instructions for which shoebox fixtures require LED Shoebox retrofits at each location by the City's PM Consultant. Contractor will remove the existing luminaire and ballast, and install LED Shoebox luminaire. Contractor will provide all wire necessary to connect and power the new fixture. Alternative Bid Option (at the City's discretion): Shoebox to LED Cobra Head Fixture Conversions — Contractor will be provided installation instructions for which shoebox fixtures require conversion to LED cobra head fixture at each location by the City's PM Consultant. Contractor will remove existing shoe box fixture and replace it with designated LED cobra head fixture and bracket if specified by the PM Consultant. Contractor will ensure LED cobra head fixture is level and tightly mounted. The fixture must be parallel with the ground. Contractor will provide all wire necessary to connect and power the new fixture. If a new arm is required, Contractor shall supply and install the arm in accordance with the appropriate installation standards. K. Contractor will ensure every fixture is level and tightly mounted. The fixture must be parallel with the ground. LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 100 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 L. Contractor will ensure each cobra head, shoebox, and decorative installation has a new photocell installed. Photocell must be tightened and facing north, replace kind for kind, and reuse existing shorting cap if in good condition. M. Contractor will test for live voltage before and after installation. N. If a fixture is an existing LED, Contractor shall skip the installation and note why the fixture was skipped in the required app (see Section 8 — Data Tracking and Reporting, below. SECTION 6 — Equipment and Tools EQUIPMENT AND TOOLS A. Prior to beginning work on the project, Contractor shall submit necessary documents related to mechanical, di -electric and structural inspection of all bucket trucks. The City reserves the right to request documents at any time during the contracted project and Contractor agrees to provide them promptly. B. Contractor must ensure it has all materials, tools, and equipment required for the job before the start of the project. SECTION 7 — Permits PERMITS A. Contractor shall apply for all required permits prior to the commencement of work. There shall be no fee for the permits from the City, but the Contractor must still apply for and obtain all necessary permits. SECTION 8 — Retrofit and Disposal RETROFIT AND DISPOSAL A. Contractor will supply labor and utilize equipment to remove all existing HID (High Intensity Discharge) luminaires including Induction, HPS, LPS, MH and MV fixtures. B. Contractor is responsible for removing existing Induction, High Pressure Sodium (HPS) and/or Low Pressure Sodium (LPS) and/or Mercury Vapor fixtures, and/or Metal Halide fixtures, gathering them at a central location approved by the City. Contractor shall provide sufficient containers, ensure their secured storage, and shall coordinate the proper environmental disposal of removed fixtures per all federal, state and local requirements. Contractor shall have staff on hand, and sufficient equipment (e.g. such as forklifts and/or pallet jacks) as needed to facilitate proper environmental disposal. Contractor shall provide the City with documentation demonstrating proper environmental disposal of removed fixtures (per the City's satisfaction) at the completion of the project. C. Contractor is responsible for and MUST obtain Recycling Certificates for luminaire bulbs that match the quantity of luminaires installed and promptly submit the Recycling Certificates to the City's PM Consultant without delay. Contractor is responsible for any costs related to recycling. D. Contractor is responsible for and MUST obtain proof of disposal (e.g. receipt for material disposal) for luminaire housings, ballasts, and other components and LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 101 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 promptly submit the Recycling Certificates to the City's PM Consultant without delay. Contractor is responsible for any costs related to proper disposal. E. Contractor shall remove all other debris from the job site. F. Any and all scrap value remains with the Contractor and is intended to be used to cover recycling/disposal costs. G. In the event that an existing fixture is LED, Contractor shall skip this location and shall not retrofit the light. SECTION 9 — Data Tracking and Reporting DATA TRACKING AND REPORTING A. The City's PM Consultant will provide mapping and data -gathering software (via an ESRI app). The Contractor must equip its staff with Android or iOS devices on which to use the Esri App. Contractor is responsible to and MUST enter information about each luminaire/kit installed and materials supplied (as directed in the map) into the App as the luminaires/kits are being installed at each location, in real-time and transmitted as quickly as a signal is available. Contractor shall utilize handheld Global Positioning System (GPS) devices during all field installations to track specific characteristics of each installed fixture (minimum of one device per crew). These characteristics will be input using a drop -down menu and include: old fixture wattage, old lamp type, voltage before and after install, new fixture type, installation status of luminaire/kit, photocell and fuse, issues, and a comments section. This is a requirement and not negotiable. B. It takes approximately 30 seconds to enter the information per luminaire/kit. Data should be uploaded in real time. If a connection is not available, the City's PM Consultant will provide alternative strategies. C. Contractor is responsible and must ensure its staff is using the App and ALL data is being entered correctly. This is a requirement and not negotiable. D. Contractor is responsible to verify on a daily basis, the data entered into the App is correct and, if necessary, notify the City's PM Consultant of problems immediately so the data can be corrected. This is a requirement and not negotiable. E. Contractor MUST submit its manually counted number of luminaires/kits installed on a daily basis prior to 8:30 am, via EMAIL (broken out by fixture wattage and distribution), the day following installation to the City's PM Consultant. This is a requirement and not negotiable. F. Failure to comply may, in the City's sole discretion, result in termination of the contract and any costs associated with correcting data will be deducted from Contractor's invoice. G. Contractor shall identify any uncaptured luminaires/kits not on the Installation Map and capture them using the App and report them to the City's PM Consultant. H. At no time should luminaires/kits be installed if they are not indicated on the Installation Map. Only after City approval is issued, can an uncaptured location be installed. Failure to follow this requirement will result in Contractor removing the incorrectly installed luminaire/kit and re -installing the old luminaire/kit at the Contractor's expense. Additionally, if field conditions differ substantially from the plans, no out of scope work should be done until after receipt of City's written LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 102 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 approval. 09/24/2024 I. If testing for live voltage fails to produce an accurate reading, Contractor shall verify and document, through the use of the App, the voltage via data on the nameplates of each existing Induction, HPS and/or LPS and/or Mercury Vapor fixture at each location prior to LED fixture/kit installation. If voltage cannot be determined, the fixture installation should be skipped to prevent potential fixture damage. J. If Contractor determines that fixture is too close to the primary (within 30 inches), it will skip and record the issue as well as supporting information, such as specific measurement and/or picture, using the App K. Contractor will immediately report and document any and all unsafe conditions or incidents, including accidents. L. Contractor will report and map, using the App, any luminaires/kits that require a High Voltage crew (over 480v) for installation, if they are not indicated on the map. Contractor will immediately notify the City's PM Consultant at the end of each day of their findings. City approval will be issued for this work if the locations are not previously identified. SECTION 10 — Schedule SCHEDULE A. Contractor shall procure in a timely manner and expect to be able to have materials on -hand to meet the following installation start times in the table below. Contractor shall commit to achieving Project Closeout per the deadlines in the table below. Required Anticipated Required Substantial Installation Start Date Project Completion Punchlist Deadline Completion Deadline 30 working days after punch list is 60 working days after identified and sent 1/6/2025 installation start to the Contractor and all required materials are on i hand. B. Contractor is responsible for adhering to an agreed upon installation schedule. If in the sole opinion of the City, the project is deemed to be behind schedule, the Contractor will immediately produce and submit a recovery plan that demonstrates, to the satisfaction of the City, the work will be completed on time. Such recovery plan MUST be submitted within 48 hours of the Contractor's knowledge of schedule slippage, or upon the request of the City. C. Contractor must provide a weekly lookahead schedule representing at minimum two weeks' worth of project work to the City's PM Consultant. The lookahead LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 103 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 schedule must be submitted through final completion of the project. The lookahead schedule must include accurate information on estimated project progress, any barriers to completion, and key assumptions underlying the schedule (e.g. availability of fixtures). D. In the event of a pause in installation or the discovery of an issue that could result in a pause, the Contractor shall inform all project contacts immediately. E. In the event of unsafe weather, the Contractor will resume work when the conditions allow. F. If the installation must pause due to issues outside the control of the Contractor or due to unsafe weather, Contractor and City will agree to an adjusted required Project Closeout deadline. Deadline shall be adjusted so that Contractor maintains at least the same number of business days to achieve Project Closeout as outlined in this section. Contractor may request City approval extending deadline an additional 10 business days due to impacts on scheduling. SECTION 11 — Orientation and Standards ORIENTATION AND STANDARDS A. Contractor agrees to comply with requirements and attend any required orientation training required by Pacific Gas & Electric (PG&E) prior to commencement of work within PG&E's grid. B. Contractor agrees to comply with requirements and attend any required orientation training required by the City prior to commencement of work. C. Contractor will comply with the agreed upon demarcation point ruling and ensure the proper staff are working within their qualifications, as per national standards or PG&E standards, as applicable. D. Contractor will attend the Client Pre -Construction meeting hosted by the City's PM Consultant prior to commencement. E. Contractor will conduct check -in meetings, as required, with its staff to cover daily and weekly planning and copies of reports shall be submitted to the City's PM Consultant and the City upon request. F. Contractor is required to prepare and submit traffic plans to the City's PM Consultant and the City, which will review the plans for work outside of short duration guidelines. G. Contractor will maintain a clean and safe work/storage site at all times. Contractor must ensure that at all times it complies with relevant OSHA requirements, or any other mandated safety provisions. SECTION 12 — Workmanship and Warranty WORKMANSHIP AND WARRANTY A. All work shall be performed in compliance with all applicable Federal, State, Local rules and regulations, OSHA requirements and appropriate safety measures. B. Contractor's installers shall be trained and licensed for the scope and nature of the work. LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 104 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 C. Contractor's installers shall follow the recommendations of the lighting and component manufacturer's installation instructions and employ appropriate safety protocols and methods of procedures to ensure proper installation and performance of the replacement equipment. D. All work shall be completed in a "workman like" manner and in accordance with industry best practices and all pertinent standards and regulations. E. Contractor shall provide quality assurance (QA) staff to inspect final work and correct any "punch list" items identified. The QA staff shall coordinate with the City's PM Consultant to ensure that appropriate inspection procedures are followed, and all repair items are documented and forwarded to the City's PM Consultant. Should it become evident that common errors are being made routinely as part of the installation, the Contractor shall notify the City's PM Consultant of the issue, and the Contractor shall develop a plan for addressing and rectifying the issue in an expedited manner. F. Contractor shall warranty in writing all work carried out against defects in workmanship and materials in accordance with the Scope of Work for a period of 1-year, commencing upon the date of project acceptance by the City. G. Contractor agrees to repair and replace faulty work, which becomes evident during the warranty period and within 48-hours of notification or Contractor's discovery of defect. H. All materials and workmanship repairs shall be carried out at Contractor's cost. I. Defects may include, but not limited to: any material defects, workmanship involving the installation of all materials (fixture, retrofit kit, photocell, control node/gateway if applicable, fuse, fuse holder and/or wire) affecting the performance of the lighting system. SECTION 13 — Change Orders and Adjustments CHANGE ORDERS AND ADJUSTMENTS A. The City will consider an adjustment of the bid price if field conditions differ substantially or materially from the plans or if the City suspends or delays work. For any tasks not included in the pricing table, the cost of the change order shall be based on the hourly rate submitted and the cost of materials. B. The City is the only party authorized to approve change orders and is not obligated to pay for change orders that are not approved in writing by the City. The City does not anticipate the need for change orders in the project. C. The City will make prompt decisions on interpretations of the specifications and other approvals. SECTION 14 — Project Close Out Procedures PROJECT CLOSE OUT PROCEDURES A. The City's PM Consultant will inspect the work and identify defects and deficiencies, which the Contractor will correct as directed. B. The following documents MUST be submitted to the City's PM Consultant for the project close out. LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 105 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 Written 1-year Workmanship Warranty (document Contractor creates) must be provided to the City at time of signing Contract. The City will provide a contact for Contractor to provide the following documentation to: a. Recycling Certificate for existing Light Bulbs (quantities on all certificates must match the quantities provided by the City) emailed immediately upon receipt b. Proof of Disposal (e.g. receipt for material disposal) for the existing Luminaire Housings emailed immediately upon receipt C. Proof of Disposal (e.g. receipt for material disposal) for the existing Luminaire Ballasts emailed immediately upon receipt Data entered in App must match Contractor's invoices in order to be paid; i.e. materials, wiring, misc. electrical supplies, etc. C. The City has specific invoicing procedures that must be followed. They include providing all required reporting documentation, data submittals, and invoicing information to the City's PM Consultant on a monthly basis. The PM Consultant will provide review and approval of all invoices. NOTE: Failure to comply with these requirements will cause Contractor's invoice to be rejected and resubmitted. SECTION 15— Measurement and Payment "MMA-1.1up This section includes description of requirements and procedures for determining amount of Work performed and for obtaining payment for Work performed. Work under the Contract Documents, or under any Bid Item, allowance, or alternate, shall include all labor, wiring and/or incidental materials, equipment, taxes, transport, handling, storage, supervision, administration, and all other items necessary for the satisfactory completion of Work, whether or not expressly specified or indicated, complete as specified and shown. The contractor shall comply with the latest adopted edition of the governing building code and other codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on performance of the work. Nothing in the Drawings or Specifications shall be construed to permit work not conforming to these applicable laws, ordinances, rules, and regulations. In case of conflicts between code requirements, the most restrictive shall apply; except that where the requirements of these Specifications exceed code requirements, the Specifications shall govern. Bid Item No. 1: Signify LED Cobra Head Luminaire, RPN-20W10LED-727-G1-R2M- UNV-DMG-API-TLRD7-GY3, or equal product 20-Watt, Type 2 Distribution, 2,858 lumen output, 147 LPW minimum efficacy, B1-U0-G1 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV —1 OV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), I0kV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 106 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-20W 1 OLED-727-G 1-R2M-UNV-DMG-API-TLRD7-GY3, or equal product. The contract price for "Signify LED Cobra Head Luminaire, RPN-20WlOLED-727-G1-R2M-UNV-DMG-API-TLRD7-GY3, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 2: Signify LED Cobra Head Luminaire, RPN-20WIOLED-727-G1-4-UNV- DMG-API-TLRD7-GY3, or equal product 20-Watt, Type 4 Distribution, 2,894 lumen output, 148 LPW minimum efficacy, Bl-UO-G1 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV — IOV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-20WlOLED-727-G1-4-UNV-DMG-API-TLRD7-GY3, or equal product. The contract price for "Signify LED Cobra Head Luminaire, RPN- 20W10LED-727-G1-4-UNV-DMG-API-TLRD7-GY3, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 3: Signify LED Cobra Head Luminaire, RPN-35W20LED-727-G1-R2M- UNV-DMG-API-TLRD7-GY3, or equal product 34-Watt, Type 2 Distribution, 4,991 lumen output, 146 LPW minimum efficacy, B1-UO-G1 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV —1 OV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-35W20LED-727-G1-R2M-UNV-DMG-API-TLRD7-GY3, or equal product. The contract price for "Signify LED Cobra Head Luminaire, RPN-35W20LED-727-G1-R2M-UNV-DMG-API-TLRD7-GY3, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 4: Signify Field -Adjustable LED Cobra Head Luminaire, RPN-35W20LED- 727-G1-R2M-UNV-DMG-API-FAWS-TLRD7-GY3, or equal product 34-Watt, Type 2 Distribution, 4,991 lumen output, 146 LPW minimum efficacy, Field adjustable wattage switch, B1-UO-G1 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV — IOV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-35W20LED-727-G1-R2M-UNV-DMG-API-FAWS- TLRD7-GY3, or equal product. The contract price for "Signify Field - LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 107 City of Cupertino Citywide LED Streetlight Installation 09/24/2024 Project Number 2022-13 Adjustable LED Cobra Head Luminaire, RPN-35W20LED-727-G1-R2M- UNV-DMG-API-FAWS-TLRD7-GY3, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 5: Signify LED Cobra Head Luminaire, RPN-35W20LED-727-G1-4-UNV- DMG-API-TLRD7-GY3, or equal product 34-Watt, Type 4 Distribution, 5,060 lumen output, 148 LPW minimum efficacy, B1-UO-GI Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV —1 OV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-35W20LED-727-G1-4-UNV-DMG-API-TLRD7-GY3, or equal product. The contract price for "Signify Field -Adjustable LED Cobra Head Luminaire, RPN-35W20LED-727-G1-4-UNV-DMG-API-FAWS-TLRD7- GY3, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 6: Signify LED Cobra Head Luminaire RPN-60W20LED-727-G1-R3M- UNV-DMG-API-TLRD7-GY3, or equal product 59-Watt, Type 3 Distribution, 8,314 lumen output, 140 LPW minimum efficacy, B2-UO-G2 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV —1 OV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-GY3, or equal product. The contract price for "Signify LED Cobra Head Luminaire RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-GY3, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 7: Signify LED Cobra Head Luminaire RFL- 1 05W I OOLED-2.7K-G2-R3M- UNV-DMG-API-TLRD7-GY3, or equal product 106-Watt, Type 3 Distribution, 14,122 lumen output, 133 LPW minimum efficacy, B3-UO-G2 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV —1 OV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RFL-105W100LED-2.7K-G2-R3M-UNV-DMG-API-TLRD7-GY3, or equal product. The contract price for "Signify LED Cobra Head Luminaire RFL-105W100LED-2.7K-G2-R3M-UNV-DMG-API-TLRD7-GY3, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 8: LED Shoebox Luminaire (50 - 60-Watt, Type 3 Distribution, Gray) Type LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 108 City of Cupertino Citywide LED Streetlight Installation 09/24/2024 Project Number 2022-13 3 distribution 50 - 60 Watts, 8,250 — 9,000 lumen output, 164 LPW minimum efficacy, 132- UO-G2 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV — IOV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, Compatible with standard cobra head arm, 10 Week Estimated Lead Time. Visually unique housing preferred. Measurement and payment for this item shall be based on per unit basis of one (1) new 50 - 60-watt Light Emitting Diode (LED) shoebox luminaire with Type 3 distribution. The contract price for "Shoebox Luminaire (50 - 60-Watt, Type 3 Distribution, Gray)" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 9: LED Shoebox Luminaire (60-Watt, Type 3 Distribution, Black) 50 — 60 Watts, 8,250 — 9,000 lumen output, 164 LPW minimum efficacy, 132- UO-G2 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV — IOV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Black, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, Compatible with standard cobra head arm, 10 Week Estimated Lead Time. Visually unique housing preferred. Measurement and payment for this item shall be based on per unit basis of one (1) new 50 - 60-watt, black, Light Emitting Diode (LED) shoebox luminaire with Type 3 distribution. The contract price for "Shoebox Luminaire (50 - 60- Watt, Type 3 Distribution, Black)" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 10: LED Shoebox Luminaire (60-Watt, Type 3 Distribution, Pole -top Mount, Black 50 — 60 Watts, 8,250 — 9,000 lumen output, 164 LPW minimum efficacy, 132- UO-G2 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV — IOV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Black, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, Compatible with pole -top mount bracket, 10 Week Estimated Lead Time. Visually unique housing preferred. Measurement and payment for this item shall be based on per unit basis of one (1) new 50 - 60-watt, Pole -top Mount, black, Light Emitting Diode (LED) shoebox luminaire with Type 3 distribution. The contract price for "Shoebox Luminaire (50 - 60-Watt, Type 3 Distribution, Pole -top Mount, Black)" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 11: Shoebox Pole -top Mount Top Arm Compatible with line Bid Item No. 10, LED Shoebox Luminaire, Compatible with 4" O.D. Pole Top, 10" —18" arm length, Black, Powder Coated Aluminum Measurement and payment for this item shall be based on per unit basis of one (1) new shoebox pole -top mount top arm. The contract price for "Shoebox LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 109 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 Pole -top Mount Top Arm" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 12: Signify Cobra Head Left -Side Shield LSS - 10 LED, or equal product Field -installable to shield light trespass on the left side of the luminaire. Must be compatible with Bid Item No. 2 Measurement and payment for this item shall be based on per unit basis of one (1) new LSS - 10 LED, or equal product. The contract price for "Signify Cobra Head Left -Side Shield LSS - 10 LED, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 13: Signify Cobra Head House -Side Shield HSS — 10 LED, or equal product Field -installable to minimize backlight trespass of the luminaire. Compatible with Bid Item No. 2 Measurement and payment for this item shall be based on per unit basis of one (1) new HSS —10 LED, or equal product The contract price for "Signify Cobra Head House -Side Shield HSS —10 LED, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 14: Ripley Long Life Photocontrol 6390LL-BK, or equal product 12-year Minimum Warranty, 120V/208V/277V, Voltage range: 105-305, Black Measurement and payment for this item shall be based on per unit basis of one (1) new Ripley Long Life Photocontrol 6390LL-BK, or equal product. The contract price for "Ripley Long Life Photocontrol 6390LL-BK, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 15: Cobra Head Retrofit — Labor Only — Measurement and payment for this item shall be based on per replaced existing High Intensity Discharge (HID) streetlight luminaire with one (1) new Light Emitting Diode (LED) streetlight luminaire complete with new photocell and/or existing shorting cap, and shield if required. The contract price for "Cobra Head Retrofit" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 2: LED Shoebox Retrofit — Labor Only — Measurement and payment for this item shall be based on per replaced existing High Intensity Discharge (HID) shoebox streetlight fixture with one (1) new LED Shoebox Fixture complete with new Photocell and/or existing Shorting Cap. Unit cost to include cost of additional wiring required to connect and power new fixture. The contract price for "LED Shoebox Retrofit" shall be a unit price item and will be paid according to the Standard Specifications. Bid Item No. 3: Shoebox Retrofit with Bracket — Labor Only — Measurement and payment for this item shall be based on per replaced existing HID Shoebox Luminaire with one (1) new LED Shoebox Luminaire and one (1) new top -mounted bracket complete with new Photocell and/or existing Shorting Cap. Unit cost to include cost of additional wiring required to connect and power new fixture. New luminaire and bracket will be installed at the same time. The contract price for "Shoebox Retrofit with Bracket" shall be a unit price item and will be paid according to the Standard Specifications. LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 110 City of Cupertino Citywide LED Streetlight Installation 09/24/2024 Project Number 2022-13 Bid Alternatives Bid Alternative #1: Replacement Alternative to Bid Item No. 8: Signify LED Cobra Head Luminaire RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-GY3, or equal rp oduct 59-Watt, Type 3 Distribution, 8,314 lumen output, 140 LPW minimum efficacy, B2-UO-G2 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV —1 OV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Gray, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-GY3, or equal product. The contract price for "Signify LED Cobra Head Luminaire RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-GY3, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Alternative #2: Replacement Alternative to Bid Item No. 9: Signify LED Cobra Head Luminaire RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-BK, or equal product 59-Watt, Type 3 Distribution, 8,314 lumen output, 140 LPW minimum efficacy, B2-UO-G2 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV — IOV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Black, Aluminum Housing, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-BK, or equal product. The contract price for "Signify LED Cobra Head Luminaire RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-BK, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Alternative #3: Replacement Alternative to Bid Item No. 10: Signify LED Cobra Head Luminaire RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-BK Pole -Ton Mount Compatible, or equal product 59-Watt, Type 3 Distribution, 8,314 lumen output, 140 LPW minimum efficacy, B2-UO-G2 Maximum BUG Rating, 2700K CCT, 120V — 277V, Discrete LED, 70 CRI, Dimmable OV — IOV Driver, 7-pin photocell receptacle (ANSI C136.41 compliant), IOkV/5kA Surge Protection (IEEE/ANSI C136.2 compliant), Factory -installed NEMA wattage label, Black, Aluminum Housing, Compatible with pole -top mount bracket, 10-year Minimum Warranty, DLC Listed, 10 Week Estimated Lead Time Measurement and payment for this item shall be based on per unit basis of one (1) new RPN-60W20LED-727-G1-R3M-UNV-DMG-API-TLRD7-BK Pole -Top Mount Compatible, or equal product. The contract price for LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 111 City of Cupertino Citywide LED Streetlight Installation Project Number 2022-13 09/24/2024 "Signify LED Cobra Head Luminaire RPN-60W20LED-727-G1-R3M- UNV-DMG-API-TLRD7-BK pole -top mount compatible, or equal product" shall be a unit price item and will be paid according to the Standard Specifications. Bid Alternative #4: Replacement Alternative to Bid Item No. 11: Cobra Head Pole -top Mount Top Arm Compatible with 2 3/8" O.D. cobra head luminaire, Compatible with 4" O.D. Pole Top, 10" —18" arm length, Black, Powder Coated Aluminum Measurement and payment for this item shall be based on per unit basis of one (1) new cobra head pole -top mount top arm. The contract price for "Replacement Alternative to Bid Item No. 11: Cobra Head Pole -top Mount Top Arm" shall be a unit price item and will be paid according to the Standard Specifications. Bid Alternative #5: Substitute Alternative to Bid Item No. 16: LED Shoebox to Cobra Head Retrofit — Measurement and payment for this item shall be based on per replaced existing HID Luminaire of a shoebox with one (1) new LED Cobra Head Fixture complete with new Photocell and/or existing Shorting Cap. Unit cost to include cost of additional wiring required to connect and power new fixture. The contract price for "Substitute Alternative to Bid Item No. 16 LED Shoebox to Cobra Head Retrofit" shall be a unit price item and will be paid according to the Standard Specifications. Bid Alternative #6: Substitute Alternative to Bid Item No:17: Cobra Head Retrofit with Bracket Retrofit — Measurement and payment for this item shall be based on per replaced existing HID Luminaire with one (1) new LED Luminaire and one (1) new top -mounted bracket complete with new Photocell and/or existing Shorting Cap. Unit cost to include cost of additional wiring required to connect and power new fixture. The contract price for "Substitute Alternative to Bid Item No. 16 Cobra Head Retrofit with Bracket Retrofit" shall be a unit price item and will be paid according to the Standard Specifications. END OF SECTION LED Streetlight Installation Rebid 2023 Form Technical Specifications Project No. 2022-13 Page 112 CITY OF 11-21 CUPERTINO Sent via email 12/5/2024 PUBLIC WORKS DEPARTMENT CITY HALL 10300 TORRE AVENUE • CUPERTINO, CA 95014-3255 TELEPHONE: (408) 777-3354 • FAX: (408) 777-3333 CUPERTINO.ORG Bear Electrical Solution, L.L.C. Attn: Robert Asuncion 1252 State St. Alviso, CA 95002 Re: NOTICE OF POTENTIAL AWARD LED Streetlight Installation Rebid Project Dear Mr. Asuncion: I am pleased to inform you that the Cupertino City Council authorized award of the Contract for the above -referenced Project ("Project") to Bear Electrical Solution, L.L.C. ("Contractor") for the Contract Price of $629,449.00, based on Contractor's Bid Proposal submitted on October 29, 2024. A copy of the Draft Contract accompanies this Notice. Contractor must execute required Payment Bond and Performance Bond, and insurance certificates and endorsements, no later than ten days from the date of this Notice of Potential Award, above. Failure to execute and return the required bonds and insurance documentation within the specified time could result in forfeiture of Contractor's bid security. This Notice of Potential Award does not bind the City to award the Contract. The City, acting through its City Council or authorized designee, reserves the right to reject any or all bids, and the right to decline to award the Contract, notwithstanding any staff recommendation. Please acknowledge receipt of this Notice of Potential Award by signing the attached Acknowledgement of Notice of Potential Award, as indicated, and transmitting the Acknowledgement to my office via email at: joannej@cupertino.gov. Do not hesitate to contact me if you have any questions in this regard. Sincerely, ga,6�,;z- Jo Anne JohOKon Project Manager Enclosure LED Streetlight Installation Project 2021 Form NOTICE OF POTENTIAL AWARD Project No. 2022-13 Page 5 Acknowledgement of Notice of Potential Award On behalf of Bear Electrical Solution, LLC ("Contractor"), I acknowledge receipt of the Notice of Potential Award for the LED Streetlight Installation Project: s/ Name: Robert Asuncion Title: Vice President Date: December 5, 2024 LED Streetlight Installation Project 2021 Form NOTICE OF POTENTIAL AWARD Project No. 2022-13 Page 6 Payment Bond The City of Cupertino ("City") and Bear Electrical Solution, LLC. ("Contractor") have entered into a contract for work on the LED Streetlight Installation Rebid Project ("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond"). General. Under this Bond, Contractor as principal and its surety ("Surety"), are bound to City as obligee in an amount not less than $629,449.00, under California Civil Code § 9550 et seq., to ensure payment to authorized claimants. This Bond is binding on the respective successors, assigns, owners, heirs, or executors of Surety and Contractor. 2. Surety's Obligation. If Contractor or any of its Subcontractors fails to pay a person authorized in California Civil Code § 9100 to assert a claim against a payment bond, any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of Contractor and its Subcontractors under California Unemployment Insurance Code § 13020 with respect to the work and labor, then Surety will pay the obligation. 3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California Civil Code § 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon request by any person with legal rights under this Bond. 4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and equipment furnished for use in the performance of the Work required by the Contract, in conformance with the time requirements set forth in the Contract and as required by California law, Surety's obligations under this Bond will be null and void. Otherwise, Surety's obligations will remain in full force and effect. 5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or extensions of time for performance of the Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845. City waives the requirement of a new bond for any supplemental contract under Civil Code § 9550. Any notice to Surety may be given in the manner specified in the Contract and delivered or transmitted to Surety as follows: Attn: Address: City/State/Zip: Phone: Email: 6. Law and Venue. This Bond will be governed by California law, and venue for any dispute pursuant to this Bond will be in the Santa Clara County Superior Court, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. [Signatures are on the following page.] LED Streetlight Installation Rebid 2023 Form PAYMENT BOND Project No. 2022-13 Page 36 7. Effective Date; Execution. This Bond is entered into and is effective on 20 SURETY: Business Name s/ Date Name, Title (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: Business Name s/ Date Name, Title APPROVED BY CITY: s/ Date Name, Title END OF PAYMENT BOND LED Streetlight Installation Rebid 2023 Form PAYMENT BOND Project No. 2022-13 Page 37 Performance Bond The City of Cupertino ("City") and Bear Electrical Solution, LLC ("Contractor") have entered into a contract for work on the LED Streetlight Installation Rebid Project ("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond"). General. Under this Bond, Contractor as principal and its surety ("Surety"), are bound to City as obligee for an amount not less than $629,449.00 to ensure Contractor's faithful performance of its obligations under the Contract. This Bond is binding on the respective successors, assigns, owners, heirs, or executors of Surety and Contractor. 2. Surety's Obligations. Surety's obligations are co -extensive with Contractor's obligations under the Contract. If Contractor fully performs its obligations under the Contract, including its warranty obligations under the Contract, Surety's obligations under this Bond will become null and void. Otherwise, Surety's obligations will remain in full force and effect. 3. Waiver. Surety waives any requirement to be notified of and further consents to any alterations to the Contract made under the applicable provisions of the Contract Documents, including changes to the scope of Work or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845. 4. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for completion of the Work under the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by City to Contractor as the Contract Price minus amounts already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which City is entitled under the terms of the Contract. 5. Contractor Default. Upon written notification from City of Contractor's termination for default under Article 13 of the Contract General Conditions, time being of the essence, Surety must act within the time specified in Article 13 to remedy the default through one of the following courses of action: 5.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent, but only if Contractor is in default solely due to its financial inability to complete the Work; 5.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to City, and secured by performance and payment bonds issued by an admitted surety as required by the Contract Documents, at Surety's expense; or 5.3 Waive its right to complete the Work under the Contract and reimburse City the amount of City's costs to have the remaining Work completed. 6. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover all costs it incurs due to Surety's default, including legal, design professional, or delay costs. 7. Notice. Any notice to Surety may be given in the manner specified in the Contract and sent to Surety as follows: Attn: _ Address: LED Streetlight Installation Rebid 2023 Form PERFORMANCE BOND Project No. 2022-13 Page 38 City/State/Zip: Phone: Fax: Email: 8. Law and Venue. This Bond will be governed by California law, and venue for any dispute pursuant to this Bond will be in the Santa Clara County Superior Court, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. 9. Effective Date; Execution. This Bond is entered into and effective on , 20_ SURETY: Business Name s/ Name, Title Date (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: Business Name s/ Name, Title APPROVED BY CITY: s/ Name, Title Date Date END OF PERFORMANCE BOND LED Streetlight Installation Rebid 2023 Form PERFORMANCE BOND Project No. 2022-13 Page 39