Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2025-251 - 11/18/2025 - Approved
SERVICE AGREEMENT NO. 6764 Purchase and Installation of LED Lighting at CCIA THIS Purchase and Installation of LED Lighting at CCIA Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Landmark Electric Company, LLC ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide purchase and installation of LED lighting in response to Request for Bid/Proposal No. 6764 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor shall provide purchase and installation of LED lighting ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. (A) The term of this Agreement is six months beginning on the date executed by the City. The parties may mutually renew the term of this Agreement for up to zero additional zero-month period(s) (each an "Option Term"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Term. (B) At the end of the term of this Agreement or the final Option Term, the Agreement may, at the request of the City prior to expiration of the term, or final Option Term if applicable, continue on a month-to-month basis for up to six months, with compensation based on the applicable pro rata monthly amount of the total amount stated in section 3 of this Agreement. The Contractor may opt out of this month-to-month term by providing advance notice to the City at least 30 days prior to the expiration of the then-current term or final Option Term. During the month-to-month term, either party may terminate the Agreement upon 30 days' advance written notice to the other party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $305,970.05, subject to approved amendments and changes. Payment will be Service Agreement Standard Form-Aviation Page 1 of 8 Approved as to Form: October, 2025 made for Services performed and accepted by the City within 30 days of completion, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Quote/Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Invoices must be mailed to the following address, with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Victor Gonzalez Department: Corpus Christi International Airport Phone: 361-826-1788 Email: Victor@corpuschristitx.gov 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City may exercise its right to specify time, place, and quantity of Services to be delivered in the following Service Agreement Standard Form-Aviation Page 2 of 8 Approved as to Form: October, 2025 manner: any City department or division may send to Contractor a purchase release order signed by an authorized employee of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. Any Services that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of the City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) The specific warranty provisions applicable to this Agreement are stated in Attachment D, which is attached to this Agreement and incorporated by reference into this Agreement as if fully set out here in its entirety. Products and Services, if any, purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. (C) Contractor warrants that all Services shall be performed in accordance with the standard of care used by similarly situated contractors performing the same type or kind of services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on Attachment B are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Term. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in City's fiscal budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that a budget item for this Agreement will be adopted, as that Service Agreement Standard Form-Aviation Page 3 of 8 Approved as to Form: October, 2025 determination and decision is within the City Council's sole discretion when adopting each fiscal budget. 11. Independent Contractor. Contractor shall perform the Services and work required by this Agreement as an independent contractor and shall furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant, or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services and work pursuant to this Agreement, Contractor may not enter into subcontracts or utilize the services of subcontractors. 13. Amendments and Change Orders. This Agreement may be modified only by written amendment or change order signed by an authorized representative of each party. Change orders may be used to modify quantities as deemed necessary by the City. Any changes that alter the method, price, or schedule of Services and work by the Contractor must be allowable, allocable, within the scope of any applicable federal grant or cooperative agreement, and reasonable for the completion of the project scope for the Services. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. Reserved. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Victor Gonzalez, Senior Project Manager Aviation Department 1000 International Dr., Corpus Christi, TX 78406 Phone: 361-826-1788 Fax: 361-826-4580 IF TO CONTRACTOR: Landmark Electric Company, LLC Attn: James Hernandez, Owner Address: 4630 Larkspur Lane, Corpus Christi, TX 78416 Phone: 361-929-2122 Fax: N/A Service Agreement Standard Form-Aviation Page 4 of 8 Approved as to Form: October, 2025 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES') FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) Termination for Cause. The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period provided, the City may terminate this Agreement immediately thereafter. (B) Termination for Convenience. Alternately, the City may terminate this Agreement for convenience upon 30 days' advance written notice to the Contractor. In the event of a termination for convenience, the Contractor shall be compensated for all Services performed prior to the date of termination, and the City shall have no further obligation to the Contractor. 19. Effect of Breach. In addition to the remedy of termination, if the Contractor violates or breaches any provision of the Agreement, the City may pursue any other claims or causes of action available under the law. No specific sanctions or penalties apply to this Agreement except those that are otherwise available under the law. Service Agreement Standard Form-Aviation Page 5 of 8 Approved as to Form: October, 2025 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation stated in section 3 of this Agreement. In no event shall the City be liable for incidental, consequential, or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to existing and applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete and file Form 1295 "Certificate of Interested Parties" as part of this Agreement. 25. Governing Law. Contractor agrees to comply with all applicable federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and the forum for such disputes is the appropriate district or county court in Nueces County, Texas. In accordance with Chapter 2271, Texas Government Code, if this contract has a value of $100,000 or more paid wholly or partly from public funds and the Contractor has 10 or more full-time employees, Contractor verifies that the Contractor does not boycott Israel and will not boycott Israel during the term of this Agreement. In accordance with Chapter 2274, Texas Government Code, Contractor verifies that the Contractor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the Agreement against a firearm entity or fire trade association. In accordance with Chapter 2276, Texas Government Code, Contractor verifies that the Contractor does not boycott Service Agreement Standard Form-Aviation Page 6 of 8 Approved as to Form: October, 2025 energy companies and will not boycott energy companies during the term of this Agreement. 26. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and the forum for such disputes is the appropriate district or county court in Nueces County, Texas. 27. Public Information Act Requirements. This clause applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 28. Federal Funding Requirements. This project is subject to requirements provided for the Federal Aviation Administration (FAA) and/or other federal agencies. A set of Federal Requirements has been attached as Attachment E, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. The Contractor must comply with Attachment E while performing the Services. The Contractor will insert in any subcontracts all Federal Provisions/Requirements contained in the Agreement, such other clauses as the FAA, or its designee may by appropriate instructions require and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses. 29. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. [Signature Page Follows] Service Agreement Standard Form-Aviation Page 7 of 8 Approved as to Form: October, 2025 Landmark Electric Company, LLC Ilakn,&k fl&mt ,a&z Signature: James Hernandez(Nov 6,202519:43:06CST) Printed Name: James Hernandez Owner and Master Electrician Title: Date: 11/06/2025 CITY OF CORPUS CHRISTI Ratrel Erb ec 2,2025 09:18:15 CST) Rachel Erben Assistant Director of Contracts & Procurement M2025-160 Authorized By Date: 12/02/2025 council 11/18/2025 RHSB'1r�--..� APPROVED AS TO LEGAL FORM: 1-isa LA[ar 11/26/2025 Lisa Aph,(Nov 26,3 513:22:05 CST) Assistant City Attorney Date ATTEST: Reviewed by: 'Wecca fhw a Rebecca H—C,(ee,2,2025 09:34:15 CST) Nora Varm 11/06/2025 Rebecca Huerta Nora Vargas(Nov 6,2&f5 16:35:05 CST) City Secretary Purchasing Manager Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Quote/Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Attachment E: Federal Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 6764 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form-Aviation Page 8 of 8 Approved as to Form: October, 2025 Section 4 - Scope of Work General Requirements/Background Information: A. The Contractor shall provide replacement LED lighting fixtures at the Corpus Christi International Airport (CCIA) as outlined in this Scope of Work. Fixtures are pole-type luminaires requiring replacement of heads and assemblies up to the base of the pole. CCIA is located at 1000 International Drive, Corpus Christi, Texas 78406. B. The Contractor shall provide all labor, materials, necessary tools, expendable equipment, and all utility and transportation services necessary to perform and complete all work required in connection with the LED light fixture upgrades, in accordance with the plans and specifications. C. All replacement products must be new and shall comply with the provisions of Build America Buy America (BABA) Act. D. All products must meet the Design Light Consortium (DLC) and/or ENERGY STAR® rating per a directive from DOE, EECBG, to utilize proven energy conservation measures. E. Groups defined in Section 4.2 may be awarded to multiple Contractors. Scope of Work: A. Apron Lighting (AOA) 1 . The Contractor shall provide replacement of various models/types of apron light fixtures and wall-mounted 550W LED area sources lighting/photocontrol sensors for the Apron Lighting. 2. The Contractor shall furnish all parts, labor, materials, and equipment necessary to replace existing lights with new LED pole-mounted fixtures that can provide a minimum range of foot-candle illumination along the CCIA Apron. 3. The Contractor shall verify and recommend an LED light fixture; a minimum of two to four-foot candle illumination without adding new poles. See Exhibit A for a product specification information example. The Contractor shall ensure that replacement is performed with products that are equivalent to and/or exceed ENERGY STAR-qualified and DLC-designated guidelines. 4. The Contractor shall provide products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency and warranties. 5. The Contractor shall be responsible for traffic control in coordination with CCIA. Page 1 of 80 B. Hangar Lane (Public Street Lighting) 1 . The Contractor shall replace various exterior street light fixture models/types from 40OW-480V high-pressure sodium light fixtures to 150W-480V area (street) flood LED sources lighting/photocontrol sensors for Hangar Lane. See Exhibit B for a product specification information example. The Contractor shall ensure that replacement is performed with products that are equivalent to and/or exceed ENERGY STAR-qualified and DLC-designated guidelines. 2. The Contractor shall provide products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency and warranties. 3. Fixtures are pole-type luminaires that require replacement of heads and assemblies up to the base of the pole. 4. The Contractor shall furnish all parts, labor, materials, and equipment necessary to replace existing lights with new LED pole-mounted fixtures that can provide a minimum of 2-4 foot-candle illumination along Hangar Lane. 5. The Contractor shall be responsible for traffic control. C. International Drive (Public Street Lighting) 1 . The Contractor shall replace various light fixture models/types with 40OW - 480V area flood LED sources lighting/photocontrol sensors for the Street Lighting. See Exhibit C for a product specification information example. The Contractor shall ensure that replacement is performed with products that are equivalent to and/or exceed ENERGY STAR-qualified and DLC-designated guidelines. 2. The Contractor shall provide products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency and warranties. 3. Fixtures are pole-type luminaires that require replacement of heads and assemblies up to the base of the pole. 4. The Contractor shall furnish all parts, labor, materials, and equipment necessary to replace existing lights with new LED pole-mounted fixtures that can provide a minimum of 2-4 foot-candle illumination along International Drive. 5. The Contractor shall be responsible for traffic control. D. Covered Parking (Public Area) 1 . The Contractor shall replace 40W area flood LED sources lighting for CCIA Public Covered Parking Lot. See Exhibit D for a product specification information example. The Contractor shall ensure that replacement is performed with products that are equivalent to and/or exceed ENERGY STAR- qualified and DLC-designated guidelines. Page 2 of 80 2. The Contractor shall provide products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency and warranties. 3. Fixtures are mounted on a canopy structure. See Exhibit D-1 for reference. 4. The Contractor shall furnish all parts, labor, materials, and equipment necessary to replace existing parking lot lights with new LED-mounted fixtures that can provide illumination under the Public Covered Parking Lot. 5. The Contractor shall be responsible for traffic control. E. AARF Station 1 . The Contractor shall replace various light fixture models and types. See Exhibit E for a product specification information example. The Contractor shall ensure that replacement is performed with products that are equivalent to and/or exceed ENERGY STAR-qualified and DIC-designated guidelines. 2. The Contractor shall provide products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency and warranties. 3. Flight fixtures to be replaced include: a. Building wall packs (i.e. wall wall-mounted) b. Interior high bay and low bay lights c. Interior ceiling mounted 4. No retrofit installations or systems will be considered for approval. F. Terminal Canopy 1 . The Contractor shall replace 60W-100W variable area UFO LED sources lighting for CCIA Terminal Canopy. See Exhibit F for a product specification information example. The Contractor shall ensure that replacement is performed with products that are equivalent to and/or exceed ENERGY STAR- qualified and DIC-designated guidelines. 2. The Contractor shall provide products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency and warranties. 3. Light fixtures to be replaced include exterior hanging light fixtures. 4. No retrofit installations or systems will be considered for approval. 5. The Contractor shall be responsible for traffic control in coordination with CCIA. Special Instructions: A. All work must be performed by the Contractor in accordance with the most recent National Electrical Code (NEC) in publication in Texas. Page 3 of 80 B. For those lighting fixtures identified for replacement (i.e., one-for-one exchange), the Contractor shall rely on all lighting fixtures, as specified by CCIA, to meet or exceed the specifications in terms of technical capability. C. All electrical work must be completed by a licensed electrician. D. The Contractor shall remove and lawfully dispose of existing fixtures and associated parts such as junction boxes, line fuses, surge protection, wiring, lights, timers, photocell sensors, etc. E. The Contractor shall coordinate work activities and job hazards with Airport Representatives and barricade areas to prevent unauthorized entry to work areas. F. All work and staging must be thoroughly cleaned before the Contractor completes work at the site. G. The Contractor shall be responsible for marking the electric lines. Work Site and Conditions: A. The Contractor shall coordinate the schedule with the Airport Representative. 1 . For Sections A, B, C, D, and F, working hours must be Monday through Friday, 7:00 am to 6:00 pm. 2. For Section E, the working hours must be Monday through Friday, 7:00 am to 3:00 pm. B. Any unauthorized changes or services performed by the Contractor will be the responsibility of the Contractor. Contractor Quality Control and Superintendence: The Contractor shall ensure that the product and services meet quality standards and are acceptable to the City's Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor shall also provide supervision of the work to ensure it complies with the contract requirements. Page 4 of 80 EXH I BIT A if,aoarin; l v swan wpm I �\� „ 1'�'1i—�a„.°�.�, j1Y,,, ,a,•,"••;•..r,.',•.[.',r,'I•,I1y ..�^,�•� " "ll �.+ ''` / '♦ ��� )• �'14 Tr t•U jirS/',, ,N Tr»,., ) ., ,.����;l 1, •\ \I,�„,i ti,.f5,.a.Y,ut, .,ar�e 1'•�l,•v.�l l l'�e) w,.r.n.. '� � . � ,. .. ,. ...'�� �(.,' ,�...,.. ., .•,.�r ` ��, \ T• ,j n,f\•,i Ti•.i,0 ° •',1 a.,a�f�:t,`.1•i• •I ,,.>,Sr•, r..., � ,1 `` � .�5. •Yel,•, 'r 4`f Ir\1, ,Ir 1'',,1 TI Tlx }. a..\wwr ` \.•� .,.` ...a1 a;. ,.. ...... ....... .. :•.r :�., n ins:a•H a•„u.%v,:a;;' t ), \� f •�� r)r�Y, „ i ,1,„\,.♦ Y' ,ry j �(f .° S,,fi , '1/o1 SI 1'ti.,l , •,YI:,.. • • ',,, ,•.aw,+,e-, 0 f •a JJ '••,�YI'.u�! I f,w,• i 3�Y,Tl,,..�N s.,y fRm1U/Am bpdNii Gl.isarwr (t¢� {n j] 16 COMME+CAL AVIATION a,APPON LIORMO r•♦>•■R yy r rear Yv1v a ■N.I rrMr■ M AP-136 IT .' n�,� ..—.. ,-, air'•}.. ��ati Ii�iiir nm � .O^I LIOITfINO rIXTV1IC SG rO1/lC ..:.: -� PGA �..� Existing Pole(s) with Lighting Fixtures 1 e� { _Ys 11 ,' r I 4 it �Iluu+1 cot etru� , �6K1?:1•L Hot n— Page 5 of 80 man An ■OCIe 6 of 80 Dialight ProSite LED Floodlight I F2U7FB8NDENVGN .............. ProSite LED Floodlight F2U7FB8NDENVGN Mechanical Information Fixture weight: 54 Ibs(24kg) v Shipping weight: 62 Ibs(28kg) Mounting: Angled Swivel Bracket 316 SS Power cord: No Cord Variable Dimming Variable Dimming Control: 0-10V/DAU Electrical Specifications Project Information Total system power 484W consumption: Part Number F2U7FB8NDENVGN Operating temperature: '-40°Fto+131°F(-40°Cto Project +55°C) THD: <20% Fixture Type Date Transient protection: 6KV/3KA combination wave,as per IEEE C62.41,line-line and line-ground.Optional: Specifications 10kV/5kA for non-hazardous models Power factor: >0.9 Operating voltage: 120-277 VAC/120-250 VDC 10kV Surge Construction Housing: A360 Die-cast aluminum Finish: Superior epoxy and polyester dual coat finish Lens: Integrated PC Lens+Glass Lens Cover Certifications & Ratings Color: Gray 10 year warranty o UL 1598/A Photometric Information CSA 022.2 No 250.0 e NOM CCT-. Cool White 5000K CRI: 70 Ali values typical unless otherwise stated(tolerance+/- 10°/o) WARNING-INSTALLATION&SECONDARY RETENTION.Use of any Dialight products without proper installation(including secondary retention/netting)and periodic inspections could cause severe injury or death. Dialight recommends that all installations should use secondary retention/netting(appropriate to the installation environment)where applicable.It is the exclusive responsibility of the contractor,installer and/or end-user to:(a)determine the suitability of the product for its intended application;and,(b)ensure that the product Is safdy Installed(with secondary retention/netting where approprate)and In compliance with all applicable laws and regulations.To the extent permissible under applicable laws,Dialight disclaims all Ilablllt for personal injury and/or other damage resulting from any dislodgment or other dislocation of Its products. for 7 of 80 1 www.dialight.com Dialight ProSite LED Floodlight I F2U7FB8NDENVGN .............. ProSite LED Floodlight F2U7FB8NDENVGN 1 Ordering Information ProSite ••• • Surge Part Number Lumens Wattage Imi CCT Lens Beam Distribution Mounting Options Power Cable F2U7FB8NDENVGN 60,100 484 125 Cool Integrated PC Asymmetric Angled Bracket No Cord White Lens+Glass 5000K- Lens Cover 70 CRI All values typical unless otherwise stated(tolerance+/- 10%) Dimensional Drawings 01� - ♦ao Ipl>II o. �tel - 11l I�.G IN11 I I 5 51 o o 248 16301 OAU R5N - 92II 2. 14951 15801 Dimensions in inches(mm) Beam Distribution 1 S0° 70° — ! Bre Sre 40" 30° \I_ 20, re ire Please reference spec sheet at www.dialight.com for additional dimensional drawings and replacement parts. Need help?Tech help line: (732)919-3119 Email: info@dialight.com Website: www.dialight.com DISCLNMER.All product information provided Is to the best of Dialight-s knowledge,accurate as of the date of publication.When ordering,refer to www.dialighbcom for current versions of:(a)relevant product documentation(inducing the relevant product data sheets);(b)Dialight terms and conditions of sale;and,(c)the relevant product warranty.To the extent that any contract is deemed formed between Dialight and the purchaser of Dialight products and/or an end-user,versions of documents available at vsediallght.comas at the date of sale shall be the versions Incorporated therein.In the event of any discrepancy between this document or information provided at-dlalight.com,the latter shall prevail. Page 8 of 80 2 www.dialight.com Dialight ProSite LED Floodlight I F2UN4B8NDENVGN .............. ProSite LED Floodlight F2UN4B8NDENVGN Mechanical Information Fixture weight: 47 Ibs(21 kg) ✓;,y � �i'� a z �'' u• Shipping weight: 55 Ibs(25kg) Mounting: Angled Swivel Bracket 316 SS Power cord: No Cord Variable Dimming Variable Dimming Control: 0-10V/DAU Electrical Specifications Project Information Total system power 484W consumption: Part Number F2UN4B8NDENVGN Operating temperature: '-40°Fto+131°F(-40°Cto Project +55°C) THD: <20% Fixture Type Date Transient protection: 6KV/3KA combination wave,as per IEEE C62.41,line-line and line-ground.Optional: Specifications 10kV/5kA for non-hazardous models Power factor: >0.9 Operating voltage: 120-277 VAC/120-250 VDC 10kV Surge Construction Housing: A360 Die-cast aluminum Finish: Superior epoxy and polyester dual coat finish Lens: Integrated PC Lens Certifications & Ratings Color: Gray 10 year warranty o UL 1598/A Photometric Information • CSA 022.2 No 250.0 • NOM CCT. Cool White 5000K CRI: 70 All values typical unless otherwise stated(tolerance+/-10%) 6===mM WARNING-INSTALLATION&SECONDARY RETENTION.Use of any Dialight products without proper installation(including secondary retention/netting)and periodic inspections could cause severe injury or death. Dialight recommends that all installations should use secondary retention/netting(appropriate to the installation environment)where applicable.It is the exclusive responsibility of the contractor,installer and/or end-user to:(a)determine the suitability of the product for its intended application;and,(b)ensure that the product Is safdy Installed(with secondary retention/netting where approprate)and In compliance with all applicable laws and regulations.To the extent permissible under applicable laws,Dialight disclaims all Ilablllt for personal injury and/or other damage resulting from any dislodgment or other dislocation of Its products. for 9 of 80 1 www.dialight.com Dialight ProSite LED Floodlight I F2UN4B8NDENVGN .............. ProSite LED Floodlight F2UN4B8NDENVGN 1 Ordering Information ProSite ••• • Surge Part Number Lumens Wattage Imi CCT Lens Beam Distribution Mounting Options Power Cable F2UN4B8NDENVGN 65,000 484 135 Cool Integrated PC NEMA 4(Medium Angled Bracket No Cord White Lens 55°) 5000K- 70 CRI All values typical unless otherwise stated(tolerance+/- 10%) Dimensional Drawings 0125 - ♦ao Ipl>II o- -1 - 11l I�.G IN11 I I 5 51Cq -- - - - - - - - O O 248 16301 OAU R5N - 92II I- -195 - 228 14951 15801 Dimensions in inches(mm) Beam Distribution i 9Y - _ 80° i 80° 50° 40- 30° 20° Please reference spec sheet at www.dialight.com for additional dimensional drawings and replacement parts. Need help?Tech help line: (732)919-3119 Email: info@dialight.com Website: www.dialight.com DISCLNMER.All product information provided Is to the best of Dialight-s knowledge,accurate as of the date of publication.When ordering,refer to—.dialighbcom for current versions of:(a)relevant product documentation(inducing the relevant product data sheets);(b)Dialight terms and conditions of sale;and,(c)the relevant product warranty.To the extent that any contract is deemed formed between Dialight and the purchaser of Dialight products and/or an end-user,versions of documents available at,ww.diallght.comas at the date of sale shall be the versions Incorporated therein.In the event of any discrepancy between this document or information provided at—dlalight.com,the latter shall prevail. Page 10 of 80 2 www.dialight.com dp a O CL Q LU W CL dL z L in LL • LL W oi zd 0 bm LL- ;o 0 Vi .-I CD c I— Page 1 1 of 80 MkiaxLiTec c�ilax �®) S o200 * bGWFCcRo�s coNrRo�s connPnneLs PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: AE Switch Area Light Product Description r The AE Switch Area Light offers tremendous selectability and controls capabilities. Besides CCT and Wattage choices, it expands its versatility to include changing distributions between Types III, IV and V! It covers wattages ranging from 75W-300W in either 120-277V or 277-480V using two low EPA housings. It also offers a variety of mounting options along with visor accessories. All of this is available with robust surge protection and Maxlite's proven quality bringing you great value in a competitive Value Series package. 100W�5M Features 3K 4K 5K • 27 performance options just a switch away! - Distribution Types III, IV or V -CCT selectable between 3000/4000/5000K -Wattage selectable • c-Max and/or twist lock receptacle control options [ Universal 120-277V standard, High Voltage 277-480V option T3 14 T5 • Robust surge protection -6kV+ 10kA standard with 20kA option • Toolless housing access for easier maintenance • Variety of mountings-Arm, Slipfitter and Trunnion ' ANSI 3G vibration rated • TA A --ipliance available-contact Maxlite for details Model Selection FAMILY WATTAGE VOLTAGE DISTRIBUTION - CCT FINISH MOUNTING* CONTROL OPTIONS SURGE (FACTORYINSTALLED) Al Slim 100= 75/85/10ri U= 120-277V MC= Choice WCS= CCT/wattage B= Bronze STANDARD CR= Controls ready for Blank= 6kV+10kA Area between Selectable(3/4/5K) i Upper half knuckle attached c-Max Controls Surge 150= 100/125d50W H= 277-480V Typeslll, Contact Maxlite Protection for additional with 6'SO cord IV or V RPC= 3-pin twist lock (Standard) 200= 150/175/200VJ ` Order lower hal/flexible arm or receptacle y finishes. sliptitter(23/8"OD)separately (CR remains S= 20kA Surge 300= 200/25W300W W -see Mounting Guide&Accessories Chart functional) Protection FACTORY INSTALLED OPTIONS** Factory Installed A= Straight Arm PR7= repro twist lock receptacle T= Trunnion (CR disconnected) 2= Flexible Arm and Slipfitter included 'Arms fit both square and round poles -see Installation Manual For Field Installed Options -see Mounting Guide&Accessories chart Mounting Guide Flexible Arm or Slipfitter(attach to Upper Knuckle) Field installed options Upper Knuckle"K" Slipfitter Flexible Arm K Upper Knuckle"K" !�ttachecl Upper knuclde to fixture (attached,standard) AE-SAB Upper Straight Arm knuckle Upper AE-KLH (field installed) Slipfitter It (lower half of knuckle, FlexibleTrunnion ordered separately) M pSlipfitter (field installed) AE-FLH Remove factory =--,) Ll -�A Flexible Arm installed upper Upper Knuckle is attached to the fixture and includes 6'SO cord.It is the (lowerhalf ofknuckle, knuckle"K". Install Straight arm For Factory installed options,see mounting point for Flexible Arm&Slipfitter which are ordered separately. ordered separately) or Trunnion mount Mounting in Model Selection matrix 5-year standard warranty(further details available at www.maxlite.com/warranties) 9 2025 Specifications subject to change without notice. Page 12 of 80 Pa--2 of 6 MkiaxLiTe® QUCONA. ax TROLS coMPnneLE ,,.AE Switch Area Light DLC Chart Primary Use Designation: Outdoor Pole/Arm-Mounted Area and Roadway Luminaires Universal Models High Voltage Models MODEL# DLC PRODUCT ID MODEL# DLC PRODUCT ID AEl000[MC,IR]-WCS[ALL OPTIONS] S-N1RGY3 AE10OH[MC,IR]-WCS[ALL OPTIONS] S-MVN60V AE15OU[MC,IR]-WCS[ALL OPTIONS] S-BXDJ7Q AE150H[MC,IR]-WCS[ALL OPTIONS] S-6SNRKR AE2000[MC,IR]-WCS[ALL OPTIONS] S-QK1ZGD AE20OH[MC,IR]-WCS[ALL OPTIONS] S-JVSXLX AE3000[MC,IR]-WCS[ALL OPTIONS] S-9PSMDO AE30OH[MC,IR]-WCS[ALL OPTIONS] S-2H7WRV Accessories (Sold Separately) ORDER CODE MODEL NUMBER DESCRIPTION IMAGE 112467 AE-SHIELD-SM AE CHANGEABLE OPTICS FRONT/BACK SHIELD<150W, EPA=0.47 112468 AE-SHIELD-LG AE CHANGEABLE OPTICS FRONT/BACK SHIELD>150W, EPA=0.64 112465 AE-VISOR-SM AE CHANGEABLE OPTICS SIDE VISOR<150W, EPA=0.65 I 112466 AE-VISOR-LG AE CHANGEABLE OPTICS SIDE VISOR>150W, EPA=0.84 ' 111983 AE-FLH LOWER KNUCKLE ARM ATTACHES TO UPPER HALF OF THE KNUCKLE(K)ON THE FIXTURE 111984 AE-KLH LOWER KNUCKLE SLIPFITTER ATTACHES TO UPPER HALF OF THE KNUCKLE(K)ON THE FIXTURE 111217 AE-SAB STRAIGHT ARM FOR AE SERIES, BRONZE (REMOVE UPPER KNUCKLE TO INSTALL,SEE MOUNTING GUIDE ABOVE) 112461 MAE-TSB TRUNNION SWIVEL FOR AE SERIES, BRONZE (REMOVE UPPER KNUCKLE TO INSTALL,SEE MOUNTING GUIDE ABOVE) 105038 PCTL-UNV TWIST-LOCK ELECTRONIC PHOTOCONTROL 120/208/240/277V (USED WITH RPC OR PR7 OPTION, NOT C-MAX) 105866 PCTL-HV TWIST-LOCK ELECTRONIC PHOTOCONTROL 480V (USED WITH RPC OR PR7 OPTION, NOT C-MAX) 96268 MLRTLPCRSP SHORTING CAP FOR NEMA TWIST LOCK PHOTOCELL RECEPTACLE(3,5 OR 7 PIN) 105567 CN-REMOTE C-MAX REMOTE CONTROL, AT LEAST 1 PER PROJECT TO PROGRAM MOTION SENSOR(RPC OR P197) 105569 CN-RDPCBt C-MAX PHOTOCELL NODE ROUND, BRONZE, IP66, USED WITH CONTROLS READY FIXTURES 105566 CN-RDMSBt- C-MAX CONTROL NODE ROUND, FIR MOTION SENSOR/PHOTOCELL, BRONZE, IP66, USED WITH CONTROLS READY FIXTURES 105897 NN-RDB NETWORK NODE ROUND, BRONZE • 111459 NN-RDMPBXR NETWORK NODE ROUND, PIR MOTION SENSOR, • PHOTOCELL, BLACK, EXTENDED(XR)RANGE 106391 NN-RDW NETWORK NODE ROUND,WHITE t Requires 1.51M Allen wrench Requires at least 1 remote control(CN-REMOTE)per project to program Requires c-Max Apo 9 2025 Specifications subject to change without notice. Page 13 of 80 Pa-- 3 of 6 MkiaxLiTec 9�,,ax � � FCc coNrRo�s connPnne�s ,,.AE Switch Area Light Specifications AE100 AE150 AE200 AE300 Nominal Wattage Selectable 100/85/75W Selectable 150/125/100W Selectable 200/175/15OW Selectable 300/250/20OW & Distribution Type Type III,IV or V distribution Type III,IV or V Type III,IV or V Type III,IV or V 100W* 150W* 200W* 300W* Type III (Default setting) 15,790-16,390 Im 21,640-22,810 Im 28,970-30,090 Im 43,220-45,670 Im Lumens Range(Im) 85W 125W 175W 250W (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 150W 20OW 10,950-11,770 Im 15,790-16,390 Im 21,640-22,810 Im 28,970-30,090 Im TYPE III B3,UO,G3 133, U0,G3 134,U0,G4 B4, U0,G4 BUG rating(3K/4K/5K) 100W* 150W* 200W* 300W* Type IV 15,930-16,550 Im 21,970-23,030 Im 28,800-29,860 Im 43,680-45,030 Im Lumens Range(Im) 85W 125W 175W 250W (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 15OW 20OW 10,950-11,770 Im 15,930-16,550 Im 21,970-23,030 Im 28,800-29,860 Im TYPE IV B3,U0,G3 134, U0,G4 B4,U0,G4 B5, U0,G5 BUG rating(3K/4K/5K) 100W* 150W* 200W* 300W* Type V 15,260-15,900 Im 21,360- 23,030 Im 28,850-30,020 Im 43,700-45,000 Im Lumens Range(Im) SSW 125W 175W 25OW (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 15OW 20OW 10,950-11,770 Im 15,260-15,900 Im 21,360-23,030 Im 28,850- 30,020 Im TYPE V 3K: 134,U0,G3 3K: B4,UO,G4 3K: 134,UO,G4 3K: B5,UO,G5 BUG rating(3K/4K/5K) Efficacy(Imi 146-168 145-166 146-161 146-163 EPA(sq ft)- 0° =0.4343988 0° =0.4343988 0°= 0.4849236 0° = 0.4849236 w/Slipfitter** 0°Horizontal/900 Vertical 90' =1.699908 90' =1.699908 90' =2.676216 90' =2.676216 EPA(sq ft)- 0° = 0.5203704 0°= 0.5203704 0°= 0.573006 0°= 0.573006 w/Adjustable Arm** 0°Horizontal/300 Vertical 30'= 0.8542836 30' =0.8542836 30'=1.431732 30' =1.431732 CRI >80 Color Temperature(K) 3000K/4000K/5000K Selectable(Default CCT: 5000K) Default power setting ""See Accessories section description for Shield and Visor EPA values 9 2025 Specifications subject to change without notice. rage 14 0 o MkiaxUTe® Q�ax �®; (6 200 coNrRo�s connPnne�s ,,.AE Switch Area Light Specifications AE100 AE150 AE200 AE300 Voltage 120-277V,277-480V option Dimming 0-10V,compatible with c-Max Controls,Spin or 7pin twist lock NEMA receptacle option Surge Protection 6kV integral to driver+10kA stand alone standard,20kA option Lumen Maintenance 100,000+ Hours (L70) hrs Housing Die Cast Aluminum with corrosion resistant polyester powder coat Lens Polycarbonate Standard upper half knuckle with 6'SO cord attached -Order lower half Flexible Arm (AE-FLH)or Slipfitter(AE-KLH-2 3/8"OD)separately -see Accessories Chart&Mounting Guide Mounting Additional choices for factory install -Straight Arm (A),Trunnion (T)or both Flexible Arm and Slipfitter in same carton(2) -See Accessories Chart&Mounting Guide for field installable mountings NOTE.Arms fit both square and round poles,see Installation Manual Weight w/Slipfitter 10.09 Ibs 10.09 Ibs 13.91 Ibs 13.91 Ibs Weight w/Arm 10.38 Ibs 10.38 Ibs 14.17 Ibs 14.17 Ibs Weight w/Trunnion 12.86 Ibs 12.86 Ibs 17.91 Ibs 17.91 Ibs Operating -40°C/40°F- 50°C/122°F Temperature (based on outdoor dusk to dawn operation in non-hazardous applications) Listings UL, FCC, RoHS,DLC,ANSI 3G,TAA Available DLC Premium- Outdoor Pole/Arm-Mounted Area and Roadway Luminaires Environmental IP65,Wet Location Warranty 5 Years(see Maxlite warranty page for details) 9 2025 Specifications subject to change without notice. Page 15 Of 80 SCAN IP65 F AL PREMUM �••er®°X O 0 CERII FIEU YEAR AVAILABLE ATIG AE Switch Area Light i?a3iykESiaMssie"-�� cr grra..s�x ar :u: :a: i �� �r?u" x:r.:... ��9' ia:: ti:::�... o:r r.tix::x:: .Lititi� x»•vw.•r:.. NNIMMIN ov..v.i •, �.� m i���i.w.wa-,w�L R' ��_�i.' .a�•" �L � �__-i.w.wa-.w_d MAN MiM 11 11 1 1 I 1 1 i I ...... �° •fix�•�K u _ k � x ::iii � 1 .8 1. 1 Phone:1-800-555-5629 Fax:973-244-7333 Web:www.maxilte.com E-mail:info@maxlite.com PLM#803 Rev:04/02/2025 Pag M� iaxUTe® Q�ilax W * oRo--s T x (b8WFC CONTROLS COMPATIBLE AE Switch Area Light PHOTOMETRICS ISOFOOTCANDLE: • Each gridline represents one LEGEND mounting height. (Chart's Mtg. Height)2 ■0.2 fc 0.5 fc ■ 1.0 fc • For mounting heights other Factor= 2 (Actual Mtg. Height) than noted multiply FC by ■2.0 fc ■ 5.0 fc 10.0 fc the below factor. AE100 AE150 AE200 AE300 TYPE III @ 20 FT TYPE III @ 25 FT TYPE III @ 30 FT TYPE III @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' C 30' 60' 9C' 105' 70' 35' C 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' 0 0' 0' 0' 20' 25' 30' 35' 40' 50' N 60' 70' SC' 75' 90' 105' AE100 AE150 AE200 AE300 TYPE IV @ 20 FT TYPE IV @ 25 FT TYPE IV @ 30 FT TYPE IV @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' C 30' 60' 9C' 105' 70' 35' C 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' C' C' 0' 0' 20' 25' 3C' 35' 4 40' 50' 60' 70' 6C' 75' 9C' 105' AE100 AE150 AE200 AE300 TYPE V @ 20 FT TYPE V @ 25 FT TYPE V @ 30 FT TYPE V @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' 0 30' 60' 9C' 105' 70' 35' 0 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' C' C' 0' 0' 20' 25' 30' 35' 40' 50' 6C' 70' 60' 75' 90' 105' ©2025 Specifications subject to change without notice. Page 17 of 80 'aqe 1 of 6 a` bFCM� axLiTe ®m , LISTED � -- PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: Higher •- versions Slim Flood Adjustable Beam Angles 20-80Won separate sheet— W j - Adjustable Beam Angle C K -,_,_ PM MSF20 MSF35 MSF60 MSF80 Wattage/CCT&PC Switches Product Description: The MaxLite Slim Flood Light family delivers high performance in a small and price-effective package. All versions are available for a variety of mounting applications- 1/2" threaded knuckle, yoke and slipfitter. All models are CCT and Wattage selectable and include an integral photocell. Best of all,the beam angles are adjustable between Narrow, Medium and Wide allowing the customer to customize for their application. Construction: Installation: • Die cast aluminum housing with corrosion resistant • All models have adjustable beam angles between Narrow, powder coat paint Medium and Wide • Tempered glass lens • Includes both 1/2" threaded knuckle and yoke mount. Controls: Use TR2.37BZ for slipfitter applications • 4'SO cord • Includes photocell with on/off switch • 4' staged 0-10V dimming leads Listings: • UL listed for Wet Locations, Outdoor Ordering Information FAMILY WATTAGE VOLTAGE BEAM - CCT FINISH MOUNTING CONTROLS Ill Slim Flood 20=20W U=120-277V A=Adjustable CS= CCT B=Bronze Ill Knuckle 112" PC=120-277V (Selectable between Selectable Threaded and Photocell 10/15/20W) Narrow/ (3/4/5K), W Yoke both 35=35W Medium/ dedicated included in (Selectable Wide 45W only carton, (use 10/25/35W) TR2.37BZ 45=45W WCS= CCT for Slipfitter (Dedicated (3/4/5K) applications) Wattage) /Wattage ll(Selectable Selectable 45/50/60W) 80=(Selectable 55/70/80W) ® 5-year standard warranty(further details available at www.maxlite.com/warranties) Product may be eligible for a warranty extension to 10 years,for anadditional fee. Contact MaxLite for details. 2024 Specifications subject to change without notice. Page 18 Of 80 2 6 [T1900(160FC axL��e• ���,�.�••,+• �� 1 1 � _ Higher •- versions Flood Adjustable . i on -• arate sheet Stocked Items ORDER CODE MODEL NUMBER DLC PRODUCT ID# DLC CATEGORY WATTAGE CCT 111747 MSF20UA-WCSBKTYPC S-RLZY60 20.5W 111757 MSF35UA-WCSBKTYPC S-H2C5GY 35W 111758 MSF45UA-CSBKTYPC S-4WFSWJ Outdoor Luminaires-Architectural 46 9W 3/4/5K Flood and Spot Luminaires 111752 MSF60UA-WCSBKTYPC S-31`25W3 62.5W 111755 MSF80UA-WCSBKTYPC S-JLZYLS 78.8W Wattage Selectable Lumen Chart MSF20 10W=1,270-1,630 15W=1,910-2,440 20W=2,610-2,890 MSF35 15W=1,910-2,440 25W=3,240-4,010 35W=4,540-5,250 MSF60 45W=6,220-7,300 50W=6,200-7,800 60W=7,770-8,970 M S F80 55W=7,530-9,010 70 W=9,590-11,470 80 W=11,710-12,460 Accessories ORDER MODEL NUMBER DESCRIPTION IMAGE CODE 111817 MSF-20WVISOR HALF VISOR FOR MSF20 111818 MSF-35WVISOR HALF VISOR FOR MSF35 111819 MSF-60WVISOR HALF VISOR FOR MSF45 and MSF60 111820 MSF-80WVISOR HALF VISOR FOR MSF80 101679 TR2.37BZ TENON REDUCER CONVERTS 1/2"KNUCKLE THREADED MOUNT(KT) TO 2 3/8"SLIPFITTER KNUCKLE(SK)MOUNT,BRONZE 21"BLACK PVC GROUND STAKE WITH BRONZE DIE CAST CAP,GROUND 104352 GROUNDSTAKE STABILIZERS BARS AND HARDWARE TO MOUNT TO MOUNT JUNCTION BOX, WHICH ALLOWS ADDING AN EXTERNAL PHOTOCELL 104350 JBOXB-4TH JUNCTION BOX WITH 41/2"CONDUIT HOLES TOP COVER.PROVIDES MOUNTING FOR FLAT SURFACES AND ADDING EXTERNAL PC(PC-120277EXT) 105551 MTGCOVER DIE CAST ALUMINUM MOUNTING COVER WITH 3X1/2"THREADED CONDUIT HOLES,BRONZE 2021 Specifications subject to change without notice. age Of Pi 6 axLiTe" 900(160 �� FC LISTED #N. ir.,�■ Higher0 •- versions Flood Adjustable . i on -• arate sheet Specifications 10/15/20W 15/25/35W 45W 45/50/60W 55/70/80W Power Consumption(W) Selectable 10/15/20W Selectable 15/25/35W 45W Selectable 45/50/60W Selectable 55/70/80W Lumens(Im)Hightest Wattage* 2,610-2,890 4,540-5,250 6,220-7,300 7,770-8,970 11,710-12,460 Efficacy(Im/w) 127-143 130-161 133-163 124-156 137-155 CRI 80 Color Temperature(K) Selectable between 3/4/5K Beam Angle Adjustable between Narrow,Medium and Wide(55°,75`and 90°) Voltage 120-277V Surge Protection 2.5kV 6kV Lumen Maintenance(11-70) hrs 100K+ Controls 0-10V dimming leads staged and integral photocell with on/off switch Housing Die cast aluminum housing with corrosion resistant polyester powder coat Lens Tempered Glass Mounting 112"threaded knuckle and yoke included(order TR2.3713Z for slipfitter applications) EPA(H=Horizontal,V=Vertical) 0.13H,0.3V ft2 0.15H,0.34V ft2 0.22H,0.5V ft2 0.34H,0.65V ft2 Operating Temperature -40°C(-40`F)-4WC(104°F) Weight 2.25lbs(0.96kg) 2.751bs(1.2kg) 3.75lbs(1.7kg) 5.11bs(2.3kg) Listings UL,FCC,ANSI 3G Vibration,IP65 DLC 5.1 Premium Warranty 5 years See Wattage Selectable Lumen Chart for additional lumen settings Product Dimensions MSF20/15/10W 159±5mm(6.3"±0.2") 69±5mm(2.7R±0.2") 69±5mm(2.7"±0.2") t N O CV O + +I ` p s 00 N o +I N ® cvc La l� Lf3E E 06 E � 117 E 'n +I +� +I N 163±5mm 6.4 ±0.2") Threaded Knuckle Yoke 2021 Specifications subject to change without notice. Page 20 Of 80 DLC ` OP11277- � rJMi � 11��e � ���]M 480 �'"'"""•_ � LISTEDI P65PREMUM M1, r i VOLT VOLT YEAR Slim Flood Adjustable Beam Angles 20-80W Higherewatepa atesh et /1 1 I I 11 1 I - .21 �o la - i_ I - _ II —..•'•'• `Y! I Cq Threaded Knuckle Yoke MSF60/50/45W I 2 87±5mm I Cq ''' L'J1 n ;::,:,::iiii :,i•; LO m I— , •••1 _ ��/�. Threaded MSF80/70/55W 1 - 6 6 `t / _ I m _ ITT Ll- _ •• 1rmT I I Threaded Phone:1-800-555-5629 Fax:973-244-7333 Web:www.maxlite.com E-mail:info�amaxlite.com PLM#608_20-80W Rev:09/30/24 2021Page 21 of 80 D^-,e5of6 a� U M� � usaxLiTe C . LISTED ®FC0 Higher wattage versions �,51im Flood Adjustable Beam Angles 20-80W on separate sheet Dimensions LEGEND ■ISOFOOTCANDLE: 0.5 fc 2 Each gridline represents one 1 fc Factor= (Chart's Mtg HeightlActual Mtg Height)2 mounting height. 2 fc For mounting heights other than Layouts based on 3000K. Results are 3-5%more for 4000/5000K. noted multiply FC by the below factor. ■ 5 fc Consult IES file for more precise calculations. MSF20W Narrow 10' setback 5 MSF20 Wide 10' setback 45 tilt 0 10 0 2 10 10' 5 z 20' 10' a 30' .z 20' 40' 30' 20' 10' 0 10' 20' 30' 40' 30' 20' 10' 0 10' 20' 30' MSF35 Narrow 15' setback MSF35 Wide 15' setback 45 tilt 0 0 15' Z 30' 15' ; 45' 2 .2 30' 60' 45 30' 15' 0 15' 30' 45' 60' 45' 30' 15' 0 15' 30' 45' 2021 Specifications subject to change without notice. age_. 2 of 8 6 axLiTe" 900WOM LISTED *00 . (bFCc0 Higher •- versions Flood Adjustable . i on -• arate sheet MSF60 Narrow 20'setback 60' 40' MSF60 Wide 20' setback 45 tilt 0 20' 5 20' S 40' 0 10 I 60' 20' 80' 60' 40' 20' 0 20' 40' 60' 80' 40' 60' 40' 20' 0 20' 40' 60' MSF80 Narrow 25' setback MSF80 Wide 25' setback 45 tilt 75' 0 25' 25' (#5100 2 .5 1 50' 5 25' 75 50' 75' 50' 25' 0 25' 50' 75' 75' 50' 25' 0 25' 50' 75' 2021 Specifications subject to change without notice. Page 23 of 80 f EXHIBIT B d ai `6 Pt N EXHIBIT Prepared by: Randy Schumann CCJ HANGAR LANE LIGHTING Approved by w*, � E Hangar Lane Victor Gonzelaz Corpus Christi S International Airport Not to Scale Sheet No.1 of 1 Date: 04/03/2025 dW : Page 24 of 80 MkiaxLiTec c�ilax �®) S o200 * bGWFCcRo�s coNrRo�s connPnneLs PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: AE Switch Area Light Product Description r The AE Switch Area Light offers tremendous selectability and controls capabilities. Besides CCT and Wattage choices, it expands its versatility to include changing distributions between Types III, IV and V! It covers wattages ranging from 75W-300W in either 120-277V or 277-480V using two low EPA housings. It also offers a variety of mounting options along with visor accessories. All of this is available with robust surge protection and Maxlite's proven quality bringing you great value in a competitive Value Series package. 100W�5M Features 3K 4K 5K • 27 performance options just a switch away! - Distribution Types III, IV or V -CCT selectable between 3000/4000/5000K -Wattage selectable • c-Max and/or twist lock receptacle control options [ Universal 120-277V standard, High Voltage 277-480V option T3 14 T5 • Robust surge protection -6kV+ 10kA standard with 20kA option • Toolless housing access for easier maintenance • Variety of mountings-Arm, Slipfitter and Trunnion ' ANSI 3G vibration rated • TA A --ipliance available-contact Maxlite for details Model Selection FAMILY WATTAGE VOLTAGE DISTRIBUTION - CCT FINISH MOUNTING* CONTROL OPTIONS SURGE (FACTORYINSTALLED) Al Slim 100= 75/85/10ri U= 120-277V MC= Choice WCS= CCT/wattage B= Bronze STANDARD CR= Controls ready for Blank= 6kV+10kA Area between Selectable(3/4/5K) i Upper half knuckle attached c-Max Controls Surge 150= 100/125d50W H= 277-480V Typeslll, Contact Maxlite Protection for additional with 6'SO cord IV or V RPC= 3-pin twist lock (Standard) 200= 150/175/200VJ ` Order lower hal/flexible arm or receptacle y finishes. sliptitter(23/8"OD)separately (CR remains S= 20kA Surge 300= 200/25W300W W -see Mounting Guide&Accessories Chart functional) Protection FACTORY INSTALLED OPTIONS** Factory Installed A= Straight Arm PR7= repro twist lock receptacle T= Trunnion (CR disconnected) 2= Flexible Arm and Slipfitter included 'Arms fit both square and round poles -see Installation Manual For Field Installed Options -see Mounting Guide&Accessories chart Mounting Guide Flexible Arm or Slipfitter(attach to Upper Knuckle) Field installed options Upper Knuckle"K" Slipfitter Flexible Arm K Upper Knuckle"K" !�ttachecl Upper knuclde to fixture (attached,standard) AE-SAB Upper Straight Arm knuckle Upper AE-KLH (field installed) Slipfitter (lower half of knuckle, Flexibl ordered separately) MAE-TSB Arm ® ® . Trunnion pSlipfitterW11 Ll (field installed) Lk� -A AE-FLH Remove factory Flexible Arm installed upper Upper Knuckle is attached to the fixture and includes 6'SO cord.It is the (lowerhalf ofknuckle, knuckle"K". Install Straight arm For Factory installed options,see mounting point for Flexible Arm&Slipfitter which are ordered separately. ordered separately) or Trunnion mount Mounting in Model Selection matrix 5-year standard warranty(further details available at www.maxlite.com/warranties) 9 2025 Specifications subject to change without notice. Page 25 of 80 Pa--2 of 6 MkiaxLiTe® QUCONA. ax TROLS coMPnneLE ,,.AE Switch Area Light DLC Chart Primary Use Designation: Outdoor Pole/Arm-Mounted Area and Roadway Luminaires Universal Models High Voltage Models MODEL# DLC PRODUCT ID MODEL# DLC PRODUCT ID AEl000[MC,IR]-WCS[ALL OPTIONS] S-N1RGY3 AE10OH[MC,IR]-WCS[ALL OPTIONS] S-MVN60V AE15OU[MC,IR]-WCS[ALL OPTIONS] S-BXDJ7Q AE150H[MC,IR]-WCS[ALL OPTIONS] S-6SNRKR AE2000[MC,IR]-WCS[ALL OPTIONS] S-QK1ZGD AE20OH[MC,IR]-WCS[ALL OPTIONS] S-JVSXLX AE3000[MC,IR]-WCS[ALL OPTIONS] S-9PSMDO AE30OH[MC,IR]-WCS[ALL OPTIONS] S-2H7WRV Accessories (Sold Separately) ORDER CODE MODEL NUMBER DESCRIPTION IMAGE 112467 AE-SHIELD-SM AE CHANGEABLE OPTICS FRONT/BACK SHIELD<150W, EPA=0.47 112468 AE-SHIELD-LG AE CHANGEABLE OPTICS FRONT/BACK SHIELD>150W, EPA=0.64 112465 AE-VISOR-SM AE CHANGEABLE OPTICS SIDE VISOR<150W, EPA=0.65 I 112466 AE-VISOR-LG AE CHANGEABLE OPTICS SIDE VISOR>150W, EPA=0.84 ' 111983 AE-FLH LOWER KNUCKLE ARM ATTACHES TO UPPER HALF OF THE KNUCKLE(K)ON THE FIXTURE 111984 AE-KLH LOWER KNUCKLE SLIPFITTER ATTACHES TO UPPER HALF OF THE KNUCKLE(K)ON THE FIXTURE 111217 AE-SAB STRAIGHT ARM FOR AE SERIES, BRONZE (REMOVE UPPER KNUCKLE TO INSTALL,SEE MOUNTING GUIDE ABOVE) 112461 MAE-TSB TRUNNION SWIVEL FOR AE SERIES, BRONZE (REMOVE UPPER KNUCKLE TO INSTALL,SEE MOUNTING GUIDE ABOVE) 105038 PCTL-UNV TWIST-LOCK ELECTRONIC PHOTOCONTROL 120/208/240/277V (USED WITH RPC OR PR7 OPTION, NOT C-MAX) 105866 PCTL-HV TWIST-LOCK ELECTRONIC PHOTOCONTROL 480V (USED WITH RPC OR PR7 OPTION, NOT C-MAX) 96268 MLRTLPCRSP SHORTING CAP FOR NEMA TWIST LOCK PHOTOCELL RECEPTACLE(3,5 OR 7 PIN) 105567 CN-REMOTE C-MAX REMOTE CONTROL, AT LEAST 1 PER PROJECT TO PROGRAM MOTION SENSOR(RPC OR PR7) 105569 CN-RDPCBt C-MAX PHOTOCELL NODE ROUND, BRONZE, IP66, USED WITH CONTROLS READY FIXTURES 105566 CN-RDMSBt- C-MAX CONTROL NODE ROUND, FIR MOTION SENSOR/PHOTOCELL, BRONZE, IP66, USED WITH CONTROLS READY FIXTURES 105897 NN-RDB NETWORK NODE ROUND, BRONZE • 111459 NN-RDMPBXR NETWORK NODE ROUND, PIR MOTION SENSOR, • PHOTOCELL, BLACK, EXTENDED(XR)RANGE 106391 NN-RDW NETWORK NODE ROUND,WHITE t Requires 1.51M Allen wrench Requires at least 1 remote control(CN-REMOTE)per project to program Requires c-Max Apo 9 2025 Specifications subject to change without notice. Page 26 of 80 Pa-- 3 of 6 MkiaxLiTec 9�,,ax � � FCc coNrRo�s connPnne�s ,,.AE Switch Area Light Specifications AE100 AE150 AE200 AE300 Nominal Wattage Selectable 100/85/75W Selectable 150/125/100W Selectable 200/175/15OW Selectable 300/250/20OW & Distribution Type Type III,IV or V distribution Type III,IV or V Type III,IV or V Type III,IV or V 100W* 150W* 200W* 300W* Type III (Default setting) 15,790-16,390 Im 21,640-22,810 Im 28,970-30,090 Im 43,220-45,670 Im Lumens Range(Im) 85W 125W 175W 250W (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 150W 20OW 10,950-11,770 Im 15,790-16,390 Im 21,640-22,810 Im 28,970-30,090 Im TYPE III B3,UO,G3 133, U0,G3 134,U0,G4 B4, U0,G4 BUG rating(3K/4K/5K) 100W* 150W* 200W* 300W* Type IV 15,930-16,550 Im 21,970-23,030 Im 28,800-29,860 Im 43,680-45,030 Im Lumens Range(Im) 85W 125W 175W 250W (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 15OW 20OW 10,950-11,770 Im 15,930-16,550 Im 21,970-23,030 Im 28,800-29,860 Im TYPE IV B3,U0,G3 134, U0,G4 B4,U0,G4 B5, U0,G5 BUG rating(3K/4K/5K) 100W* 150W* 200W* 300W* Type V 15,260-15,900 Im 21,360- 23,030 Im 28,850-30,020 Im 43,700-45,000 Im Lumens Range(Im) SSW 125W 175W 25OW (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 15OW 20OW 10,950-11,770 Im 15,260-15,900 Im 21,360-23,030 Im 28,850-30,020 Im TYPE V 3K: 134,U0,G3 3K: B4,UO,G4 3K: 134,UO,G4 3K: B5,UO,G5 BUG rating(3K/4K/5K) Efficacy(Imi 146-168 145-166 146-161 146-163 EPA(sq ft)- 0° =0.4343988 0° =0.4343988 0°= 0.4849236 0° = 0.4849236 w/Slipfitter** 0°Horizontal/900 Vertical 90' =1.699908 90' =1.699908 90' =2.676216 90' =2.676216 EPA(sq ft)- 0° = 0.5203704 0°= 0.5203704 0°= 0.573006 0°= 0.573006 w/Adjustable Arm** 0°Horizontal/300 Vertical 30'= 0.8542836 30' =0.8542836 30'=1.431732 30' =1.431732 CRI >80 Color Temperature(K) 3000K/4000K/5000K Selectable(Default CCT: 5000K) Default power setting ""See Accessories section description for Shield and Visor EPA values 9 2025 Specifications subject to change without notice. Page 27 Of 80 o MkiaxUTe® Q�ax �®; (6 200 coNrRo�s connPnne�s ,,.AE Switch Area Light Specifications AE100 AE150 AE200 AE300 Voltage 120-277V,277-480V option Dimming 0-10V,compatible with c-Max Controls,Spin or 7pin twist lock NEMA receptacle option Surge Protection 6kV integral to driver+10kA stand alone standard,20kA option Lumen Maintenance 100,000+ Hours (L70) hrs Housing Die Cast Aluminum with corrosion resistant polyester powder coat Lens Polycarbonate Standard upper half knuckle with 6'SO cord attached -Order lower half Flexible Arm (AE-FLH)or Slipfitter(AE-KLH-2 3/8"OD)separately -see Accessories Chart&Mounting Guide Mounting Additional choices for factory install -Straight Arm (A),Trunnion (T)or both Flexible Arm and Slipfitter in same carton(2) -See Accessories Chart&Mounting Guide for field installable mountings NOTE.Arms fit both square and round poles,see Installation Manual Weight w/Slipfitter 10.09 Ibs 10.09 Ibs 13.91 Ibs 13.91 Ibs Weight w/Arm 10.38 Ibs 10.38 Ibs 14.17 Ibs 14.17 Ibs Weight w/Trunnion 12.86 Ibs 12.86 Ibs 17.91 Ibs 17.91 Ibs Operating -40°C/40°F- 50°C/122°F Temperature (based on outdoor dusk to dawn operation in non-hazardous applications) Listings UL, FCC, RoHS,DLC,ANSI 3G,TAA Available DLC Premium- Outdoor Pole/Arm-Mounted Area and Roadway Luminaires Environmental IP65,Wet Location Warranty 5 Years(see Maxlite warranty page for details) 9 2025 Specifications subject to change without notice. Page 28 Of 80 PREMUM �•aer®°X f m Q� IP65 LER"FI EU VEAR AVAILABLE AE Switch Area Light I lot • . . • . . ,E�?a'3iyk.EEia��3essie"-��• � �cr. grr a:..s:�x •xx? xrxx.2x x:r.:...MA ��9' Ea:: ti::x... o:r r:tix::x:i: •�•�ti��x•_vr... l�wlwl-.lw�wt-.w wll� ur Ei I I .Ai � O I 1 O C'r O 11 11 1 1 I 1 1 i 11 MAN .. . m" „ �.,y,...�x� K in.:II :::I:I:: .....................:.:.................... •F ..:.... ............................................ � r 1 Phone:1-800-555-5629 Fax:973-244-7333 Web:www.maxilte.com E-mail:info@maxlite.com PLM#803 Rev:04/02/2025 Pag M� iaxUTe® Q�ilax W * oRo--s T x (b8WFC CONTROLS COMPATIBLE AE Switch Area Light PHOTOMETRICS ISOFOOTCANDLE: • Each gridline represents one LEGEND mounting height. (Chart's Mtg. Height)2 ■0.2 fc 0.5 fc ■ 1.0 fc • For mounting heights other Factor= 2 (Actual Mtg. Height) than noted multiply FC by ■2.0 fc ■ 5.0 fc 10.0 fc the below factor. AE100 AE150 AE200 AE300 TYPE III @ 20 FT TYPE III @ 25 FT TYPE III @ 30 FT TYPE III @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' C 30' 60' 9C' 105' 70' 35' 0 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' 0 0' 0' 0' 20' 25' 30' 35' 40' 50' N 60' 70' SC' 75' 90' 105' AE100 AE150 AE200 AE300 TYPE IV @ 20 FT TYPE IV @ 25 FT TYPE IV @ 30 FT TYPE IV @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' C 30' 60' 9C' 105' 70' 35' 0 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' C' C' 0' 0' 20' 25' 30' 35' 4 40' 50' 60' 70' 60' 75' 90' 105' AE100 AE150 AE200 AE300 TYPE V @ 20 FT TYPE V @ 25 FT TYPE V @ 30 FT TYPE V @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' 0 30' 60' 9C' 105' 70' 35' 0 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' C' C' 0' 0' 20' 25' 30' 35' 40' 50' 60' 70' 60' 75' 90' 105' ©2025 Specifications subject to change without notice. Page 30 of 80 ;i II ram,►- - ---�.;, I i J IS k I- I' z, 4F r: -j moron - - Pa•+e1of6 MkiaxLiTe® c�coNrRo�s connPilaxnneLs �®) 4 o!Lms200 * bGWFC PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: AE Switch Area Light Product Description r The AE Switch Area Light offers tremendous selectability and controls capabilities. Besides CCT and Wattage choices, it expands its versatility to include changing distributions between Types III, IV and V! It covers wattages ranging from 75W-300W in either 120-277V or 277-480V using two low EPA housings. It also offers a variety of mounting options along with visor accessories. All of this is available with robust surge protection and Maxlite's proven quality bringing you great value in a competitive Value Series package. f��5 Features 3K • 27 performance options just a switch away! - Distribution Types III, IV or V -CCT selectable between 3000/4000/5000K -Wattage selectable • c-Max and/or twist lock receptacle control options [ • Universal 120-277V standard, High Voltage 277-480V option T3 14 T5 • Robust surge protection -6kV+ 10kA standard with 20kA option • Toolless housing access for easier maintenance • Variety of mountings-Arm, Slipfitter and Trunnion ' ANSI 3G vibration rated • TA A --ipliance available-contact Maxlite for details Model Selection FAMILY WATTAGE VOLTAGE DISTRIBUTION - CCT FINISH MOUNTING* CONTROL OPTIONS SURGE (FACTORYINSTALLED) Al Slim 100= 75/85/100W U= 120-277V MC= Choice WCS= CCT/Wattage B= Bronze STANDARD CR= Controls ready for Blank= 6kV+10kA Area between Selectable(3/4/5K) i Upper half knuckle attached c-Max Controls Surge 150= 100/125d50W H= 277-480V Types ill, Contact Maxlite Protection for additional with 6'SO cord IV or V RPC= 3-pin twist lock (Standard) 200= 150/175T00W ` Order lower half flexible arm or receptacle yfinishes. Slipfitter(23/8"OD)separately (CR remains S= 20kA Surge 300= 200/25W300W W -see Mounting Guide&Accessories Chart functional) Protection FACTORY INSTALLED OPTIONS** Factory Installed A= Straight Arm PR7= repro twist lock receptacle T= Trunnion (CR disconnected) 2= Flexible Arm and Slipfitter included 'Arms fit both square and round poles -see Installation Manual For Field Installed Options -see Mounting Guide&Accessories chart Mounting Guide Flexible Arm or Slipfitter(attach to Upper Knuckle) Field installed options Upper Knuckle"K" Slipfitter Flexible Arm K Upper Knuckle"K" • Upper knuclde to fixture (attached,standard) AE-SAB tter Upper Straight Arm knuckle Upper 0 'AE-KLH (field installed) Slipfitter (lower half of knuckle, - '- ordered separately) MAE-TSB p , ® ® . � Trunnion AE-FLH (field installed)Remove factory -J fthi Flexible Arm installed upper Upper Knuckle is attached to the fixture and includes 6'SO cord.It is the (lowerhalf ofknuckle, knuckle"K". Install Straight arm For Factory installed options,see mounting point for Flexible Arm&Slipfitter which are ordered separately. ordered separately) or Trunnion mount Mounting in Model Selection matrix 5-year standard warranty(further details available at www.maxlite.com/warranties) 9 2025 Specifications subject to change without notice. Pa--2 of 6 MkiaxLiTe® QUCONA. ax TROLS coMPnneLE ,,.AE Switch Area Light DLC Chart Primary Use Designation: Outdoor Pole/Arm-Mounted Area and Roadway Luminaires Universal Models High Voltage Models MODEL# DLC PRODUCT ID MODEL# DLC PRODUCT ID AEl000[MC,IR]-WCS[ALL OPTIONS] S-N1RGY3 AE10OH[MC,IR]-WCS[ALL OPTIONS] S-MVN60V AE15OU[MC,IR]-WCS[ALL OPTIONS] S-BXDJ7Q AE150H[MC,IR]-WCS[ALL OPTIONS] S-6SNRKR AE2000[MC,IR]-WCS[ALL OPTIONS] S-QK1ZGD AE20OH[MC,IR]-WCS[ALL OPTIONS] S-JVSXLX AE3000[MC,IR]-WCS[ALL OPTIONS] S-9PSMDO AE30OH[MC,IR]-WCS[ALL OPTIONS] S-2H7WRV Accessories (Sold Separately) ORDER CODE MODEL NUMBER DESCRIPTION IMAGE 112467 AE-SHIELD-SM AE CHANGEABLE OPTICS FRONT/BACK SHIELD<150W, EPA=0.47 112468 AE-SHIELD-LG AE CHANGEABLE OPTICS FRONT/BACK SHIELD>150W, EPA=0.64 112465 AE-VISOR-SM AE CHANGEABLE OPTICS SIDE VISOR<150W, EPA=0.65 I 112466 AE-VISOR-LG AE CHANGEABLE OPTICS SIDE VISOR>150W, EPA=0.84 ' 111983 AE-FLH LOWER KNUCKLE ARM ATTACHES TO UPPER HALF OF THE KNUCKLE(K)ON THE FIXTURE 111984 AE-KLH LOWER KNUCKLE SLIPFITTER ATTACHES TO UPPER HALF OF THE KNUCKLE(K)ON THE FIXTURE 111217 AE-SAB STRAIGHT ARM FOR AE SERIES, BRONZE (REMOVE UPPER KNUCKLE TO INSTALL,SEE MOUNTING GUIDE ABOVE) 112461 MAE-TSB TRUNNION SWIVEL FOR AE SERIES, BRONZE (REMOVE UPPER KNUCKLE TO INSTALL,SEE MOUNTING GUIDE ABOVE) 105038 PCTL-UNV TWIST-LOCK ELECTRONIC PHOTOCONTROL 120/208/240/277V (USED WITH RPC OR PR7 OPTION, NOT C-MAX) 105866 PCTL-HV TWIST-LOCK ELECTRONIC PHOTOCONTROL 480V (USED WITH RPC OR PR7 OPTION, NOT C-MAX) 96268 MLRTLPCRSP SHORTING CAP FOR NEMA TWIST LOCK PHOTOCELL RECEPTACLE(3,5 OR 7 PIN) 105567 CN-REMOTE C-MAX REMOTE CONTROL, AT LEAST 1 PER PROJECT TO PROGRAM MOTION SENSOR(RPC OR PR7) 105569 CN-RDPCBt C-MAX PHOTOCELL NODE ROUND, BRONZE, IP66, USED WITH CONTROLS READY FIXTURES 105566 CN-RDMSBt- C-MAX CONTROL NODE ROUND, FIR MOTION SENSOR/PHOTOCELL, BRONZE, IP66, USED WITH CONTROLS READY FIXTURES 105897 NN-RDB NETWORK NODE ROUND, BRONZE • 111459 NN-RDMPBXR NETWORK NODE ROUND, PIR MOTION SENSOR, • PHOTOCELL, BLACK, EXTENDED(XR)RANGE 106391 NN-RDW NETWORK NODE ROUND,WHITE t Requires 1.51M Allen wrench Requires at least 1 remote control(CN-REMOTE)per project to program Requires c-Max Apo 9 2025 Specifications subject to change without notice. Page 33 of 80 Pa-- 3 of 6 MkiaxLiTec 9�,,ax � � FCc coNrRo�s connPnne�s ,,.AE Switch Area Light Specifications AE100 AE150 AE200 AE300 Nominal Wattage Selectable 100/85/75W Selectable 150/125/100W Selectable 200/175/15OW Selectable 300/250/20OW & Distribution Type Type III,IV or V distribution Type III,IV or V Type III,IV or V Type III,IV or V 100W* 150W* 200W* 300W* Type III (Default setting) 15,790-16,390 Im 21,640-22,810 Im 28,970-30,090 Im 43,220-45,670 Im Lumens Range(Im) 85W 125W 175W 250W (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 150W 20OW 10,950-11,770 Im 15,790-16,390 Im 21,640-22,810 Im 28,970-30,090 Im TYPE III B3,UO,G3 133, U0,G3 134,U0,G4 B4, U0,G4 BUG rating(3K/4K/5K) 100W* 150W* 200W* 300W* Type IV 15,930-16,550 Im 21,970-23,030 Im 28,800-29,860 Im 43,680-45,030 Im Lumens Range(Im) 85W 125W 175W 250W (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 15OW 20OW 10,950-11,770 Im 15,930-16,550 Im 21,970-23,030 Im 28,800-29,860 Im TYPE IV B3,U0,G3 134, U0,G4 B4,U0,G4 B5, U0,G5 BUG rating(3K/4K/5K) 100W* 150W* 200W* 300W* Type V 15,260-15,900 Im 21,360- 23,030 Im 28,850-30,020 Im 43,700-45,000 Im Lumens Range(Im) SSW 125W 175W 25OW (Lumens depend on 12,750-13,650 Im 18,120-20,750 Im 25,550-28,090 Im 37,000- 40,660 Im CCT setting) 75W 10OW 15OW 20OW 10,950-11,770 Im 15,260-15,900 Im 21,360-23,030 Im 28,850- 30,020 Im TYPE V 3K: 134,U0,G3 3K: B4,UO,G4 3K: 134,UO,G4 3K: B5,UO,G5 BUG rating(3K/4K/5K) Efficacy(Imi 146-168 145-166 146-161 146-163 EPA(sq ft)- 0° =0.4343988 0° =0.4343988 0°= 0.4849236 0° = 0.4849236 w/Slipfitter** 0°Horizontal/90,Vertical 90' =1.699908 90' =1.699908 90' =2.676216 90' =2.676216 EPA(sq ft)- 0° = 0.5203704 0°= 0.5203704 0°= 0.573006 0°= 0.573006 w/Adjustable Arm** 0°Horizontal/300 Vertical 30'= 0.8542836 30' =0.8542836 30'=1.431732 30' =1.431732 CRI >80 Color Temperature(K) 3000K/4000K/5000K Selectable(Default CCT: 5000K) Default power setting ""See Accessories section description for Shield and Visor EPA values 9 2025 Specifications subject to change without notice. ruge o MkiaxUTe® Q�ax �®; (6 200 coNrRo�s connPnne�s ,,.AE Switch Area Light Specifications AE100 AE150 AE200 AE300 Voltage 120-277V,277-480V option Dimming 0-10V,compatible with c-Max Controls,Spin or 7pin twist lock NEMA receptacle option Surge Protection 6kV integral to driver+10kA stand alone standard,20kA option Lumen Maintenance 100,000+ Hours (L70) hrs Housing Die Cast Aluminum with corrosion resistant polyester powder coat Lens Polycarbonate Standard upper half knuckle with 6'SO cord attached -Order lower half Flexible Arm (AE-FLH)or Slipfitter(AE-KLH-2 3/8"OD)separately -see Accessories Chart&Mounting Guide Mounting Additional choices for factory install -Straight Arm (A),Trunnion (T)or both Flexible Arm and Slipfitter in same carton(2) -See Accessories Chart&Mounting Guide for field installable mountings NOTE.Arms fit both square and round poles,see Installation Manual Weight w/Slipfitter 10.09 Ibs 10.09 Ibs 13.91 Ibs 13.91 Ibs Weight w/Arm 10.38 Ibs 10.38 Ibs 14.17 Ibs 14.17 Ibs Weight w/Trunnion 12.86 Ibs 12.86 Ibs 17.91 Ibs 17.91 Ibs Operating -40°C/40°F- 50°C/122°F Temperature (based on outdoor dusk to dawn operation in non-hazardous applications) Listings UL, FCC, RoHS,DLC,ANSI 3G,TAA Available DLC Premium- Outdoor Pole/Arm-Mounted Area and Roadway Luminaires Environmental IP65,Wet Location Warranty 5 Years(see Maxlite warranty page for details) 9 2025 Specifications subject to change without notice. rage 35 Of 80 PREMUM �•aer®°X f m Q� IP65 LER"FI EU VEAR AVAILABLE AE Switch Area Light I lot • . . • . . ,E�?a'3iyk.EEia��3essie"-��• � �cr. grr a:..s:�x •xx? xrxx.2x x:r.:...MA ��9' Ea:: ti::x... 11 avoi'o:r r.tix::x:i: � 'Li•Giti��x»•vw.•r:.. v" ov..vi •• ................................ m i���i•w.wa-,w�L R' Amm.;M, .a =L ur Ei I I .Ai � O I 1 O C'r O MAN 11 11 1 1 I 1 1 i .. . m" „ �.,y,...�x� K in.:II :::I:I:: .....................:.:.................... •F ..:.... ............................................ � r 1 Phone:1-800-555-5629 Fax:973-244-7333 Web:www.maxilte.com E-mail:info@maxlite.com PLM#803 Rev:04/02/2025 Pag M� iaxUTe® Q�ilax W * oRo--s T x (b8WFC CONTROLS COMPATIBLE AE Switch Area Light PHOTOMETRICS ISOFOOTCANDLE: • Each gridline represents one LEGEND mounting height. (Chart's Mtg. Height)2 ■0.2 fc 0.5 fc ■ 1.0 fc • For mounting heights other Factor= 2 (Actual Mtg. Height) than noted multiply FC by ■2.0 fc ■ 5.0 fc 10.0 fc the below factor. AE100 AE150 AE200 AE300 TYPE III @ 20 FT TYPE III @ 25 FT TYPE III @ 30 FT TYPE III @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' C 30' 60' 9C' 105' 70' 35' 0 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' 0 0' 0' 0' 20' 25' 30' 35' 40' 50' N 60' 70' SC' 75' 90' 105' AE100 AE150 AE200 AE300 TYPE IV @ 20 FT TYPE IV @ 25 FT TYPE IV @ 30 FT TYPE IV @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' C 30' 60' 9C' 105' 70' 35' 0 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' C' C' 0' 0' 20' 25' 31' 35' 4 40' 50' 60' 70' 60' 75' 90' 105' AE100 AE150 AE200 AE300 TYPE V @ 20 FT TYPE V @ 25 FT TYPE V @ 30 FT TYPE V @ 35 FT 60' 40' 20' 0 20' 40' 60' 75' 50' 25' 0 25' 50' 75' 90' 60' 30' 0 30' 60' 9C' 105' 70' 35' 0 35' 70' 105' 40' 50' 60' 70' 20' 25' 30' 35' C' C' 0' 0' 20' 25' 30' 35' 40' 50' 60' 70' 60' 75' 90' 105' ©2025 Specifications subject to change without notice. Page 37 ot 80 I - �J _ - riFIfTTTIII�� lilill beJ �1 P♦ a , 1 :1 ummmr- LLL � e e Y e � 1 N J , �l `.. 'aqe 1 of 6 a` bFCM� axLiTe ®m , LISTED � -- PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: Higher •- versions Slim Flood Adjustable Beam Angles 20-80Won separate sheet— W j - Adjustable Beam Angle C K -,_,_ PM MSF20 MSF35 MSF60 MSF80 Wattage/CCT&PC Switches Product Description: The MaxLite Slim Flood Light family delivers high performance in a small and price-effective package. All versions are available for a variety of mounting applications- 1/2" threaded knuckle, yoke and slipfitter. All models are CCT and Wattage selectable and include an integral photocell. Best of all,the beam angles are adjustable between Narrow, Medium and Wide allowing the customer to customize for their application. Construction: Installation: • Die cast aluminum housing with corrosion resistant • All models have adjustable beam angles between Narrow, powder coat paint Medium and Wide • Tempered glass lens • Includes both 1/2" threaded knuckle and yoke mount. Controls: Use TR2.37BZ for slipfitter applications • 4'SO cord • Includes photocell with on/off switch • 4' staged 0-10V dimming leads Listings: • UL listed for Wet Locations, Outdoor Ordering Information FAMILY WATTAGE VOLTAGE BEAM - CCT FINISH MOUNTING CONTROLS Ill Slim Flood 20=20W U=120-277V A=Adjustable CS= CCT B=Bronze Ill Knuckle 112" PC=120-277V (Selectable between Selectable Threaded and Photocell 10/15/20W) Narrow/ (3/4/5K), W Yoke both 35=35W Medium/ dedicated included in (Selectable Wide 45W only carton, (use 10/25/35W) TR2.37BZ 45=45W WCS= CCT for Slipfitter (Dedicated (3/4/5K) applications) Wattage) /Wattage ll(Selectable Selectable 45/50/60W) 80=(Selectable 55/70/80W) ® 5-year standard warranty(further details available at www.maxlite.com/warranties) Product may be eligible for a warranty extension to 10 years,for anadditional fee. Contact MaxLite for details. 2024 Specifications subject to change without notice. Page 39 of 80 2 6 [T1900(160FC axL��e• ���,�.�••,+• �� 1 1 � _ Higher •- versions Flood Adjustable . i on -• arate sheet Stocked Items ORDER CODE MODEL NUMBER DLC PRODUCT ID# DLC CATEGORY WATTAGE CCT 111747 MSF20UA-WCSBKTYPC S-RLZY60 20.5W 111757 MSF35UA-WCSBKTYPC S-H2C5GY 35W 111758 MSF45UA-CSBKTYPC S-4WFSWJ Outdoor Luminaires-Architectural 46 9W 3/4/5K Flood and Spot Luminaires 111752 MSF60UA-WCSBKTYPC S-31`25W3 62.5W 111755 MSF80UA-WCSBKTYPC S-JLZYLS 78.8W Wattage Selectable Lumen Chart MSF20 10W=1,270-1,630 15W=1,910-2,440 20W=2,610-2,890 MSF35 15W=1,910-2,440 25W=3,240-4,010 35W=4,540-5,250 MSF60 45W=6,220-7,300 50W=6,200-7,800 60W=7,770-8,970 M S F80 55W=7,530-9,010 70 W=9,590-11,470 80 W=11,710-12,460 Accessories ORDER MODEL NUMBER DESCRIPTION IMAGE CODE 111817 MSF-20WVISOR HALF VISOR FOR MSF20 111818 MSF-35WVISOR HALF VISOR FOR MSF35 111819 MSF-60WVISOR HALF VISOR FOR MSF45 and MSF60 111820 MSF-80WVISOR HALF VISOR FOR MSF80 101679 TR2.37BZ TENON REDUCER CONVERTS 1/2"KNUCKLE THREADED MOUNT(KT) TO 2 3/8"SLIPFITTER KNUCKLE(SK)MOUNT,BRONZE 21"BLACK PVC GROUND STAKE WITH BRONZE DIE CAST CAP,GROUND 104352 GROUNDSTAKE STABILIZERS BARS AND HARDWARE TO MOUNT TO MOUNT JUNCTION BOX, WHICH ALLOWS ADDING AN EXTERNAL PHOTOCELL 104350 JBOXB-4TH JUNCTION BOX WITH 41/2"CONDUIT HOLES TOP COVER.PROVIDES MOUNTING FOR FLAT SURFACES AND ADDING EXTERNAL PC(PC-120277EXT) 105551 MTGCOVER DIE CAST ALUMINUM MOUNTING COVER WITH 3X1/2"THREADED CONDUIT HOLES,BRONZE 2021 Specifications subject to change without notice. age 40 Of Pi 6 a� W � NSTEDus 1 I axLiTe• • 'T : # ' C -� ir.,�■ Higher •- versions Flood Adjustable . i on -• arate sheet Specifications 10/15/20W 15/25/35W 45W 45/50/60W 55/70/80W Power Consumption(W) Selectable 10/15/20W Selectable 15/25/35W 45W Selectable 45/50/60W Selectable 55/70/80W Lumens(Im)Hightest Wattage* 2,610-2,890 4,540-5,250 6,220-7,300 7,770-8,970 11,710-12,460 Efficacy(Im/w) 127-143 130-161 133-163 124-156 137-155 CRI 80 Color Temperature(K) Selectable between 3/4/5K Beam Angle Adjustable between Narrow,Medium and Wide(55°,75`and 90°) Voltage 120-277V Surge Protection 2.5kV 6kV Lumen Maintenance(11-70) hrs 100K+ Controls 0-10V dimming leads staged and integral photocell with on/off switch Housing Die cast aluminum housing with corrosion resistant polyester powder coat Lens Tempered Glass Mounting 112"threaded knuckle and yoke included(order TR2.3713Z for slipfitter applications) EPA(H=Horizontal,V=Vertical) 0.13H,0.3V ft2 0.15H,0.34V ft2 0.22H,0.5V ft2 0.34H,0.65V ft2 Operating Temperature -40°C(-40`F)-4WC(104°F) Weight 2.25lbs(0.96kg) 2.751bs(1.2kg) 3.75lbs(1.7kg) 5.11bs(2.3kg) Listings UL,FCC,ANSI 3G Vibration,IP65 DLC 5.1 Premium Warranty 5 years See Wattage Selectable Lumen Chart for additional lumen settings Product Dimensions MSF20/15/10W 159±5mm(6.3"±0.2") 69±5mm(2.7"±0.2") 69±5mm(2.7"±0.2") t N �•. CV ` O N +I +I +I +1 00 N o t v E E 06 E to U.) E LO +I +� F +I +I M '— N 163±5mm 6.4 ±0. ") Threaded Knuckle Yoke 2021 Specifications subject to change without notice. age 14 1 O DLC ` OP11277- � rJMi � 11��e � ���]M 480 �'"'"""•_ � LISTEDI P65PREMUM M1, r i VOLT VOLT YEAR Slim Flood Adjustable Beam Angles 20-80W Higherewatepa atesh et /1 1 I I 11 1 I - .21 �o la - i_ I - _ II —..•'•'• `Y! I Cq Threaded Knuckle Yoke MSF60/50/45W I 2 87±5mm I Cq ''' L'J1 n ;::,:,::iiii :,i•; LO m I— , •••1 _ ��/�. Threaded MSF80/70/55W 1 - 6 6 `t / _ I m _ ITT Ll- _ •• 1rmT I I Threaded Phone:1-800-555-5629 Fax:973-244-7333 Web:www.maxlite.com E-mail:info�amaxlite.com PLM#608_20-80W Rev:09/30/24 2021Page 42 of 80 D^-,e5of6 a� @us � I.�ti Y ®�In Via * 8�.�,� _ M� � axLiTe LISTED ■•..,�. (bFCc Higher wattage versions �,51im Flood Adjustable Beam Angles 20-80W on separate sheet Dimensions LEGEND ■ISOFOOTCANDLE: 0.5 fc 2 Each gridline represents one 1 fc Factor= (Chart's Mtg HeightlActual Mtg Height)2 mounting height. 2 fc For mounting heights other than Layouts based on 3000K. Results are 3-5%more for 4000/5000K. noted multiply FC by the below factor. ■ 5 fc Consult IES file for more precise calculations. MSF20W Narrow 10' setback 5 MSF20 Wide 10' setback 45 tilt 0 10 0 2 10 10' 5 z 20' 10' a 30' .z 20' 40' 30' 20' 10' 0 10' 20' 30' 40' 30' 20' 10' 0 10' 20' 30' MSF35 Narrow 15' setback MSF35 Wide 15' setback 45 tilt 0 0 15' 2 30' 15' 2 5 45' 2 .2 30' 60' 45 30' 15' 0 15' 30' 45' 60' 45' 30' 15' 0 15' 30' 45' 2021 Specifications subject to change without notice. 6 axLiTe" 900WOM LISTED *00 . (bFCc0 Higher •- versions Flood Adjustable . i on -• arate sheet MSF60 Narrow 20'setback 60' 40' MSF60 Wide 20' setback 45 tilt 0 20' 5 20' S 40' 0 10 I 60' 20' 80' 60' 40' 20' 0 20' 40' 60' 80' 40' 60' 40' 20' 0 20' 40' 60' MSF80 Narrow 25' setback MSF80 Wide 25' setback 45 tilt 75' 0 25' 25' (#5100 2 .5 1 50' 5 25' 75 50' 75' 50' 25' 0 25' 50' 75' 75' 50' 25' 0 25' 50' 75' 2021 Specifications subject to change without notice. Page 44 of 80 i alp- Page 45of 80 i� �I I I r I i 100 i Page of 80 rage I of 6 „a Mi � axLiTee ��� �� &LISTED ..C us I v� �� PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: Higherwattage Slim Flood Adjustable Beam Angles 20-80Won separate sheet Adjustable Beam Angle l:4 MSF20 MSF3S MSF60 MSF80 Wattage/CCT&PC Switches Product Description: The MaxLite Slim Flood Light family delivers high performance in a small and price-effective package. All versions are available for a variety of mounting applications- 1/2"threaded knuckle,yoke and slipfitter.All models are CCT and Wattage selectable and include an integral photocell. Best of all,the beam angles are adjustable between Narrow, Medium and Wide allowing the customer to customize for their application. Construction: Installation: - Die cast aluminum housing with corrosion resistant - All models have adjustable beam angles between Narrow, powder coat paint Medium and Wide - Tempered glass lens - Includes both 1/2"threaded knuckle and yoke mount. Use TR2.37BZ for slipfitter applications Controls- - 4'SO cord - Includes photocell with on/off switch - 4' staged 0-10V dimming leads Listings: • UL listed for Wet Locations, Outdoor Ordering Information FAMILY WATTAGE VOLTAGE BEAM - CCT FINISH MOUNTING CONTROLS MSF=Slim Flood 20=20W U=120-277V A=Adjustable CS= CCT B=Bronze KTY= Knuckle 1/2" PC=120-277V (Selectable between Selectable Threaded and Photocell 10/15/20M Narrow/ (3/4/5K), W Yoke both 35=35W Medium/ dedicated included in (Selectable Wide 45W only carton, (use 10/25/35M TR2.37BZ 45=45W WCS= CCT for Slipfitter (Dedicated (3/4/5K) applications) Wattage) /Wattage 60=(Selectable Selectable 45/50/60W) 80=(Selectable 55/70/80M 5-year standard warranty(further details available at www.maxlite.com/warranties) Product may be eligible for a warranty extension to 10 years, for anadditional fee. Contact MaxLite for details. age o 9 2024 Specifications subject to change without notice. Page 2 of 6 MiA c'PWLiT8e0us� � I .tea . ..00 M= LISTED : 1 Higherwattage versions .51im Flood Adjustable Beam Angles 20-80W on separate sheet_ Stocked Items ORDER CODE MODEL NUMBER DLC PRODUCT ID# DLC CATEGORY WATTAGE CCT 111747 MSF20UA-WCSBKTYPC S-RLZY60 20.5W 111757 MSF35UA-WCSBKTYPC S-H2C5GY 35W 111758 MSF45UA-GSBKTYPC S-4WFSWJ Outdoor and Spot L Architectural 46 9W 3/4/5K Flood and Spot Luminaires 111752 MSF60UA-WCSBKTYPC S-3F25W3 62.5W 111755 MSF80UA-WCSBKTYPC S-JLZYLS 78.8W Wattage Selectable Lumen Chart MSF20 10W=1,270-1,630 15W=1,910-2,440 20W=2,610-2,890 MSF35 15W=1,910-2,440 25W=3,240-4,010 35W=4,540-5,250 MSF60 45W=6,220-7,300 50W=6,200-7,800 60W=7,770-8,970 MSF80 55W=7,530-9,010 70W=9,590-11,470 80W=11,710-12,460 Accessories ORDER MODEL NUMBER DESCRIPTION IMAGE CODE 111817 MSF-20WVISOR HALF VISOR FOR MSF20 111818 MSF-35WVISOR HALF VISOR FOR MSF35 111819 MSF-60WVISOR HALF VISOR FOR MSF45 and MSF60 111820 MSF-80WVISOR HALF VISOR FOR MSF80 101679 TR2.37BZ TENON REDUCER CONVERTS 1/2" KNUCKLE THREADED MOUNT(KT) TO 2 3/8"SLIPFITTER KNUCKLE(SK) MOUNT, BRONZE 21" BLACK PVC GROUND STAKE WITH BRONZE DIE CAST CAP, GROUND (_ 104352 GROUNDSTAKE STABILIZERS BARS AND HARDWARE TO MOUNT TO MOUNTJUNCTION BOX, T WHICH ALLOWS ADDING AN EXTERNAL PHOTOCELL 104350 JBOXB-4TH JUNCTION BOX WITH 4 1/2"CONDUIT HOLES TOP COVER.PROVIDES MOUNTING Am FOR FLAT SURFACES AND ADDING EXTERNAL PC(PC-1 20277EXT) qP 105551 MTGCOVER DIE CAST ALUMINUM MOUNTING COVER WITH 3X1/2" THREADED CONDUIT HOLES, BRONZE . 9 2021 Specifications subject to change without notice. Page 48 Of 80 rage 3 of 6 [iaxLiTe �.� ® i FC10 �� LISTED ■•.,�. • i Hiher wattage versions Flood • • • Beam An • on separate Specifications 10/15/20W 15125135W 45W 45/50/60W 55/70/80W Power Consumption (W) Selectable 10/15120W Selectable 15/25/35W 45W Selectable 45/50/60W Selectable 55/70/80W Lumens (Im) Hightest Wattage* 2,610-2,890 4,540-5,250 6,220-7,300 7,770-8,970 11,710-12,460 E!cacy (Inn/w) 127-143 130-161 133-163 124-156 137-155 CRI 80 Color Temperature (K) Selectable between 3/4/5K Beam Angle Adjustable between Narrow,Medium and Wide(55°,75'and 90°) Voltage 120-277V Surge Protection 2.5kV 61kV Lumen Maintenance(1-70) hrs 100K+ Controls 0-10V dimming leads staged and integral photocell with on/off switch Housing Die cast aluminum housing with corrosion resistant polyester powder coat Lens Tempered Glass Mounting 1/2"threaded knuckle and yoke included(order TR2.3713Z for slipfitter applications) EPA (H=Horizontal, V=Vertical) 0.131-1,0.3Vft' 0.151-1,0.34Vft2 0.22H,0.5Vft' 0.34H,0.65Vft= Operating Temperature -40°C(-40°F)-40°C(104°F) Weight 2.25lbs(0.96kg) 2.75lbs(1.2kg) 3.75lbs(1.7kg) 5.1lbs(2.3kg) Listings UL,FCC,ANSI 3G Vibration,IP65 DLC 5.1 Premium Warranty 5 years See Wattage Selectable Lumen Chart for additional lumen settings Product Dimensions MSF20/15/10W 159±5mm(6.3"±0.2") 59±5mm(2.7"±0.2") 69±5mm(2.7"±0.2") C CV N � O N O Ti C +I oo N D +I N ti E E E E E ao �t7 v LCJ E +IcID +I N 163±5mm(6.4 ±0. ") Threaded Knuckle Yoke ©2021 Specifications subject to change without notice. Page 49 Of 80 E sF,E .. @us 277- car 480 •. MiA cmPMUTOO LIeTiP IP65FCc REMIUM @ 3m pyp��p•LELISTO VOLT VOLT YEaw Slim Flood Ad �ustable Beam An les 20-80W HigherwAttageversions � 9 on separate sheet ., 6• 0.21 .:..:..:.::. .:.... j - �e LO -rThreaded Knuckle Yoke - `Y MSF. I I - 9: 1 ' .....:.:.sti r UO :i:•�::::i:::::•, 1�1 i1� i��i .1 Threaded Knuckle Yoke MSF80/70/55W 1 1 1 1 1 1 �- _ — j ®.°.°! I ooiea®0o 00°00 o°aoo'om II :. .: 1 II�� ��� •. .. Y 1 3v I Threaded . Phone: I-800-555-5629 Fax:973-244-7333 Web:www.maxlite.com E-mail: info@ma�dite.com PLM#808_20-SOW Rev:09/30/24 9 2021 Specifications subject to change without notice. Page 0 of 80 Page 5 of 6 �* V Mi � axUTOus 10[CC 10 � � LISTED rHiher wattage i Adjustable Beam / • � on •rr r LEGEND 0.5 fc a Heiahth Each gridline represents one 1 fc Factor= (Actual M IChart's Mtn tg Height)2 mounting height. 2 fc For mounting heights other than Layouts based on 3000K. Results are 3-5%more for 400015000K. noted multiply FC by the below factor. ■ 5 fc Consult IES file for more precise calculations. MSF20W Narrow 10' setback .2 MSF20 Wide 10' setback 45 tilt 0 10 0 2 10 10' s 1 z 20' 1 10' - - --.6 30' 20' z 40' 30' 20' 10' 0 10' 20' 30' 40' 30' 20' 10' 0 10' 20' 30' MSF35 Narrow 15' setback MSF35 Wide 15' setback 45 tilt 0 l � 15' 0 S 1 30' 15' � 45' Z 30' 60' 45 30' 15' 0 15' 30' 45' 60' 45' 30' 15' 0 15' 30' 45' 9 2021 Specifications subject to change without notice. Page 51 of 80 Page 6 of 6 M� 4 axL;re® '" M;O-M LIST EU OS � , [ C 10 `� • • • Adjustable : - . • - 1 : 1 on separate MSF60 Narrow 20' setback 60' 40' MSF60 Wide 20' setback 45 tilt 0 / ((( C 5 20' 20' rr,6- 40' 0 60' .z 20' 80' 60' 40' 20' 0 20' 40' 60' 80' 40' 60' 40' 20' 0 20' 40' 60' MSF80 Narrow 25' setback MSF80 Wide 25' setback 45 tilt 75' 0 2 CD 25' 25' 5 0 1 2 .5 1 50' .5f 25' 75' 50' 75' 50' 25' 0 25' 50' 75' 75' 50' 25' 0 25' 50' 75' 9 2021 Specifications subject to change without notice. age 52 O Page I of II MiiaXLiT � el�ilax : umsmorCUNTHULC COMPATIBLEO RoHS ®1E FCC PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: LED High Bay Product Description The HLS LED Highbay Linear Series offers industry leading efficacy (1501m/W),customizability with CCT select switch(4000K&5000K)and scalability with a Wattage select model,for high ceiling applications such as warehouses, distribution centers,manufacturing facilities and big box retailers.This compact highbay covers a wide range of applications with 17,000 lumens at just 1.4 ft length,all the way up to 60,000 lumens at 3.7 ft length.The product comes integrated with a sensor port for easy in-field plug and play sensor installation, compatible with Maxlite c-Max system(DLC NLC qualified),making it attractive for large utility rebates. Features - V-hooks and 40" knotted chain included in standard model _ - On EM mode,the fixture output is a minimum of 37501m for 90 minutes,when fully charged - CCT Selectable available on all wattages. Fixtures are set to 5000K as a default r factory setting • UL Listed for damp locations Warranty • 10 year standard Controls Ready MaxLite's new Controls Ready(CR)fixtures allows for quick and easy in-field installation (plug and play)of controls.Simply purchase any CR fixture and the required Controls Node and you're all set!See the accessory table for all controls options available for this fixture. Controls Features - Multifunction and Energy Monitoring - Daylight Sensor Occupancy Sensor A - Integral Sensor Receptacle • High-End Trim Bluetooth • Luminaire Level Lighting Control(LLLC) Ordering Information FAMILY - WATTAGE VOLTAGE LENS CCT SELECT CONTROLS BBU OPTIONS CORDS&PLUGS' READY HLS= Hi hba U= 120-277V F= Frosted CS= Color Selectable CR= Controls BLANK= None [BLANK] None 9 Y SELECTABLE 480V Linear H= (4000K/SOOOK) Ready EM= Battery -C= Cord Select 078W= 78W/92W/114W' Backup -C1= 10-FT 3 Wire Cord 135W= 135W/155W/185W' W 5-15P(120V, 20OW= 200W/230W/270W -C2= 15A) 270W= 270W/340W/400W' 10-FT 3 Wire Cord -C4= W L7-15P(277V,15A) FIXED 10-FT 3 Wire Cord W L8-20P(480V,20A) 155= 155W 1.Contact Maxlite if Cord and Plug options are required for Emergency Back Up units. 2.480V and Battery Back up option aren't compatible. 3.480V/High Voltage is accomplished by step down transformer.It adds 10W to the total output wattage 10-year standard warranty with labor allowance(further details available at www.maxlite.com/warranties) Warranty Limitations: Product must be rated for application per the Product Data Sheet(PDS); operated.�16 hrs; in ambient temperatures-4°F to 77°F. If ambient temperatures fall outside the-4'F to 77T range, product is warrantied for 5 years according to the operating temperaturerange specified on the PDS. Up to$25/unit; registration required.Additional coverage may be available for purchase; contact Maxlite. Excludes EM/MS versions; component warranty applies. :rr r v cUc4�peancauons suo/eu io cnanye wiinoui nonce. Page 2 of MiiaxLiTa �+m efiil ax .�.� �80r1 �O ®.•..,�. ''. O\ / RoHS ®IU� CUNTFIUC5 COMPATIOLE ��ED High • Linear Non-TAA Stocked Items ORDER CODE MODEL NUMBER DLC PRODUCT ID# PRIMARY USE DESIGNATION CLASSIFICATION 110407 HLS-078WUF-CSCR S-7Z51_19 High-Bay Luminaires for Commercial and Industrial Buildings Premium 110419 HLS-078W JF-CSCREM S-7Z51_19 High-Bay Luminaires for Commercial and Industrial Buildings Premium 110701 HLS-135WUF-CSCR S-22MM5K High-Bay Luminaires for Commercial and Industrial Buildings Premium 110703 HLS-135WUF-CSCREM S-22MM5K High-Bay Luminaires for Commercial and Industrial Buildings Premium 110409 HLS-155UF-CSCR S-KGY52S High-Bay Luminaires for Commercial and Industrial Buildings Premium 110421 HLS-155UF-CSCREM S-KGY52S High-Bay Luminaires for Commercial and Industrial Buildings Premium 110411 HLS-200VWF-CSCR S-TPP5B2 High-Bay Luminaires for Commercial and Industrial Buildings Premium 110472 HLS-20OWUF-CSCREM S-TPP5B2 High-Bay Luminaires for Commercial and Industrial Buildings Premium 110412 HLS-270WUF-CSCR S-VFFFQ7 High-Bay Luminaires for Commercial and Industrial Buildings Premium TAA Stocked Items ORDER CODE MODEL NUMBER DLC PRODUCT ID# PRIMARY USE DESIGNATION CLASSIFICATION 111477 HLS-078WUF-CSCREMTA S-7Z51_19 High-Bay Luminaires for Commercial and Industrial Buildings Premium 110888 HLS-078VVI.1F-CSCRTA S-7Z51_19 High-Bay Luminaires for Commercial and Industrial Buildings Premium 111478 HLS-135WUF-CSCREMTA S-22MM5K High-Bay Luminaires for Commercial and Industrial Buildings Premium 110892 HLS-135VVI.1F-CSCRTA S-22MM5K High-Bay Luminaires for Commercial and Industrial Buildings Premium 111479 HLS-155UF-CSCREMTA S-KGY52S High-Bay Luminaires for Commercial and Industrial Buildings Premium 110894 HLS-155UF-CSCRTA S-KGY52S High-Bay Luminaires for Commercial and Industrial Buildings Premium 111480 HLS-20OWUF-CSCREMTA S-TPP5B2 High-Bay Luminaires for Commercial and Industrial Buildings Premium 110898 HLS-200VVUF-CSCRTA S-TPP5B2 High-Bay Luminaires for Commercial and Industrial Buildings Premium 110968 HLS-270VVUF-CSCRTA S-VFFFQ7 High-Bay Luminaires for Commercial and Industrial Buildings Premium ©2024 Specifications subject to change without notice. Page 54 O Page 3 of II � H Mii aXLiTa"'*. `" il axe, '' RHE � m e an n: CUNTFIUC5 COMPATIOLE ��ED High • Linear Accessories (Sold Seperately) ORDER CODE MODEL NUMBER DESCRIPTION IMAGE 110904 HLS-PMKIT1* PIPE MOUNT KIT FOR HLS 1AFT(78",1.9FT(135W,155W-FIXED WATTAGE), 2.6FT(200W).3.7FT(270W)-FOR 120-277V MODELS 1 110905 HLS-PMKIT2* PIPE MOUNT KIT FOR HLS 1AFT,1.9FT(FOR 480V MODELS) I 110906 HLS-PMKIT3* PIPE MOUNT KIT FOR HLS 2.6FT(FOR 480V MODELS) .o• 110907 HLS-PMKIT4* PIPE MOUNT KIT FOR HLS 3.7FT(FOR 480V MODELS) 110908 HLS-SMKITI SURFACE MOUNT KIT FOR HLS 1AFT(78W),1.9FT(135W,155W-FIXED WATT- AGE),2.6FT(200W).3.7FT(270W)-FOR 120-277V MODELS 110909 HLS-SMKIT2 PIPE MOUNT KIT FOR HLS 1AFT,1.9FT,2.6FT.3.7FT(FOR 480V MODELS) 110910 HLS-WGW1 VIREGUARD FOR 1AFT(78W)HLS t 110911 HLS-WGW2 WIREGUARD FOR 1.9FT(135W,155W-Fixed Wattage)HLS --, 110912 HLS-WGW3 VIREGUARD FOR 2.6FT(200VW)HLS \ 1 110913 HLS-WGW4 VIREGUARD FOR 3.7FT(270VV)HLS 110914 HLS-NLENS1 NARROW BEAM LENS FOR 1AFT(78VV)HLS(2PC) 110915 HLS-NLENS2 NARROW BEAM LENS FOR 1.9FT(135W,155W-FIXED WATTAGE)HLS(2PC) 110916 HLS-NLENS3 NARROW BEAM LENS FOR 2.6FT(200W)HLS(2PC) 110917 HLS-NLENS4 NARROW BEAM LENS FOR 3.7FT(270W)HLS(2PC) 74138 MLCHKLSU15 Y CABLE WITH GRIPPER CINCH AND TOGGLES 15' W ©2024 Specifications subject to change without notice. Page 55 of 80 Page 4 of MiiaXLiTe "" 9W- ax E ®19 FCC i ttm�-LED High • Linear 105567 CN-REMOTE CONTROL NODE REMOTE CONTROL 105565 CN-RDMSW CONTROL NODE ROUND,WHITE 106391 NN-RDW NETWORK NODE ROUND,WHITE 108392 WNS5-W WALL NETWORK SWITCH(BLUETOOTH)WHITE 105905 NN-RDMSW NETWORK NODE ROUND,PIR MOTION SENSOR, DAYLIGHT HARVESTING,WHITE 106318 NPP-30OW 120-277V NETWORK POWER PACK 30OW MAX *Contact Maxlite, for Emergency BBU and Pendant Mounting combination. Sensor SENSOR TECHNOLOGY DIMMING DAYLIGHT HARVESTING REMOTE CONTROL QR CODE O. ❑ PIR motion sensing, CN-RDMSW Bi-Level Continuous Adjustment Mode(CAM) CN-REMOTE • Photoelectric PIR motion sensing. Elln 0 NN-RDMSW Photoelectric&Bluetooth Bi-Level Continuous Adjustment Mode(CAM) c App _ networking (iPhone o or r Android) e O z NN-RDW Bluetooth Networking N/A N/A c-Max App s (iPhone or Android) C ©2024 Specifications subject to change without notice. Page 56 Of 80 Page 5 of MiiaXLiT +meW a x • 80rf �. EEIEFCC CUNTFIUC5 COMPATIOLE ��ED High • Linear Specifications HLS-078W HLS-135W Length 1.4 FT 1.9 FT 120-277V AC 78W 92W 11 5W 135W 1 55W 185W Nominal Wattage (W)** 480V AC 88W 102W 125W 145W 165W 195W Lumens Delivered(1m) 12090 14070 17360 20920 23710 27930 120-277V AC 155 153 151 155 153 151 Nominal Efficacy ( Im/W) 480V AC 140 138 136 140 138 136 Lumens Delivered at 3750 Im with EM suffix-for 90 minutes,when fully charged BBU mode(Im)F CCT* 4000K, 50001< CRI >_80 Calculated >100,000 hrs L70 Lumen Maintenance Beam Angle 90`for Frosted Lens. 40'for Narrow Beam Lens Dimming Technology 0_10V Dimming Range 10-100% Input Voltage 1 20-277V AC, 480V AC 6 kV(Contact Maxlite, if additional surge Surge Protection requirements) 10 kV Power Factor >_0.9 Mounting Suspended(Chain and V Hooks- Standard) Housing Sheet Steel Diffuser Frosted PMMA(Polymethyl Methacrylate) Humidity 10%to 80%RH Non-Condensing Operating Temperature -4°F to 1 22°F(-20°C to 50°C),except for BBU models.BBU models: 32°F to 11 3°F(0°C to 45°C) Refer to Operating Temperature Table for more information. Certifications UL listed, RoHS Compliant, FCC Qualifications DLC Premium Warranty 10 years.Check maxlite.com/warranties for details Factory default CCT is 5000K. **Factory Default wattage is set to lowest value. In BBU mode,only portion of the highbay is illuminated.Default CCT is 5000K at BBU mode. ©2024 Specifications subject to change without notice. Page 57 Of 80 Page 6 of MiiaXLiTe ""� 2-W � �* OORoHS .�nn: ®19� m CUNTFIUC5 CUMPATILDLL LED High • Linear Specifications HLS-155 HLS-20OW HLS-270W Length 1.9 FT 2.6 FT 3.7 FT 120-277V AC 155W 20OW 23OW 270W 270W 340W 40OW Nominal Wattage (W)-- 480V AC 165W 210W 24OW 28OW 28OW 350W 410W Lumens Delivered(1m) 23250 31000 35190 40770 41 850 52020 60400 120-277V AC 150 155 153 151 155 153 151 Nominal Efficacy ( Im/W) — 480V AC 136 140 138 136 140 138 136 Lumens Delivered at 3750 Im with EM suffix-for 90 minutes,when fully charged BBU mode(lm)=== CCT' 4000K, SOOOK CRI >_80 Calculated L70 Lumen Maintenance >100,000 hrs Beam Angle 90'for Frosted Lens. 40' for Narrow Beam Lens Dimming Technology 0_10V Dimming Range 10-100% Input Voltage 1 20-277V AC, 480V AC Surge Protection 10 kV Power Factor >_0.9 Mounting Suspended(Chain and V Hooks- Standard) Housing Sheet Steel Diffuser Frosted PMMA(Polymethyl Methacrylate) Humidity 10%to 80%RH Non-Condensing -4-F to 122-F (-20°C to 50°C), except for BBU models. BBU models: 32"F to 122"F Operating Temperature (O'C to 50,C) Refer to Operating Temperature Table for more information. Certifications UL listed, RoHS Compliant, FCC Qualifications DLC Premium Warranty 10 years.Check maxlite.com/warranties for details Factory default CCT is 5000K. **Factory Default wattage is set to lowest value. ***In BBU mode,only portion of the highbay is illuminated.Default CCT is 5000K at BBU mode. ©2024 Specifications subject to change without notice. Page 58 Of 80 Page 7 of MiiaxLiT8 "-` 9`i-W r OO 8o RoHS CUNTFIUC5 CUMPATILLcLED High • Linear HLS Operating Temperature (For 120-277V Models) 120-277V 120-277V LUMINAIRE WITH 120-277V 120-277V LUMINAIRE WITH MODEL NUMBER& 120-277V LUMINAIRE BATTERY BACK 120-277V LUMINAIRE LUMINAIRE WITH BATTERY BACK UP UNIT LENGTH OF HOUSING LUMINAIRE WITH BATTERY UP UNIT AND WITH HLS-PMKITX BACK UP UNIT HLS-SMKITX HLS-SMKITX AND HLS-PMKITX HLS-SMKITX HLS-078WUF-CSCR 1.4ft 32°F to 113°F(0°C to 45°C) HLS-155UF-CSCR 1.9ft -4°F to 122°F 32°F to 104°F(0°C to 40°C) (-20°C to 50°C) HLS-135WUF-CSCR 1.9ft -4°F to 122°F 32°F to 113°F -4°F to 104°F 32°F to 104°F applies when the (-20°C to 50°C) (0°C to 45°C) (-20°C to 40°C) (0°C to 40°C) Iuminaire is suspended 32°F to 113°F(0°C to 45°C) at least 18 inches from HLS-200WUF-CSCR 2.6ft the ceiling HLS-270WUF-CSCR 3.7ft 32°F to 104°F(0°C to 40°C) HLS Operating Temperature (For 480V Models) MODEL NUMBER& 480V 480V 480V LUMINAIRE LENGTH OF HOUSING LUMINAIRE LUMINAIRE WITH WITH HLS-PMKITX HLS-SMKITX FHL&078WlJF-CSCR71 4ft -4°F to 122°F (-20°C to 50°C) HLS-155UF-CSCR 1.9ft '4°F to 113°F -4°F to 113°F (-20°C to 45°C) (-20°C to 45°C) -4°F to 104°F HLS-135WUF-CSCR 1.9ft (-20°C to 40°C) applies when the -4°F to 122°F Iuminaire is suspended HLS 200WUF-CSCR 2.6ft (-20°C to 50°C) at least 18 inches from the ceiling 4°F to 122°F HLS-270WUF-CSCR 3.7ft (-20°C to 50°C) ©2024 Specifications subject to change without notice. age 59 O Page 8 of Q 1 / aXLi� �9-Max0a .0R2H� .T OIB� CUNTFIUC5 COMPATI6LE ��ED High • Linear Dimensions (For 120-277V Models) 1.77" 1.77" 10.2" 10.2"/ \ 1.77" 1.77" 16.5" 22.8" 2.17" 2.17" 1.4 FT- 78W/ 92W/ 1 1 5W(Wattage Selectable) 1.9 FT- 1 35W/ 1 55W/ 1 85W(Wattage Selectable), 1 55W (Fixed Wattage) t 1.77" 10.2" / 1.77"' 0 \ \ C-) 44.1" 31.1" 2.17"" 2.17" 2.6 FT - 200W/ 230W/ 270W (Wattage Selectable) 3.7FT - 270W/ 340W/ 40OW(Wattage Selectable) ©2024 Specifications subject to change without notice. Page 60 of 80 Page 9 of � H Mii aXUT8"' *. `" W ax e, '' R H O � m e an n: CUNTFIUC5 COMPATIOLE ��ED High • Linear Dimensions (For 480V Models) 4.05" 4.05" OQ o0 4.05", 4.05" e 10.2' Cj, 0 O 10.2' �• O ® O O® OB 22.8° 16.5" 10.2" 10.2" 3.78" 3.78" 1.4 FT- 88W/ 102W/ 125W(Wattage Selectable) 1.9 FT- 145W/ 165W/ 1 95W(Wattage Selectable), 1 65W (Fixed Wattage) 4.05" 4.05" 4.05" 0 0 4.05" 10.2" O. 10.2" o 31.1" 44.1" a• 10.2" 3.78" 10.2" —�3.78"� 2.6 FT- 21 OW/ 240W/ 280W(Wattage Selectable) 3.7FT- 280W/ 350W/41 OW(Wattage Selectable) ©2024 Specifications subject to change without notice. Page 61 of 80 Page 10 of E H Mii aXLiT8°W.1no Vor f3aH-M ax � � ��0O� 0FCC OUNTFIULS UUVP/',T10 �LL LinearLED High Bay Surface Mount Kit Dimensions (For 120-277V Models) D 4.05" 5.80" p o o p D D L LENGTH OF FIXTURE(L) INNER DISTANCE BETWEEN THE 2 SMK BRACKETS(D) 1.4FT-78W/92W/135W 16.54" 10.71" 1.9FT-135W/155W/185W 22.83" 17.01" 2.6FT-200W/230W/270W 31.10" 25.28 3.7FT-270W/340W/40OW 44.09" 38.27" Surface Mount Kit Dimensions (For 480V Models) 9.30" D 4.05" 5.80" O a o O 01 0 I- 16.54" L LENGTH OF FIXTURE(L) INNER DISTANCE BETWEEN THE 2 SMK BRACKETS(D) 1.4FT-78W/92W/135W 16.54" 9.30" 1.9FT-135W/1 55W/1 85W 22.83" 15.30" 2.6FT-200W/230W/270W 31.10" 25.28" 3.7 FT-270W/340W/40OW 44.09" 38.27" ©2024 Specifications subject to change without notice. Page 62 Of 80 Page I I of II MiiXL�Tp + ° ofiilax040 � � � � RoHS `� r! CUNTFIUC5 COMPATIBLE®� � LinearMEIEFCC LED High Bay Pipe Mount Kit Dimensions (For 120-277V Models) L 3.21" H1 H2 0 0 0 0 0 0 LENGTH OF HEIGHT FROM TOP OF THE PMK BRACKET TO THE HEIGHT FROM TOP OF THE PMK BRACKET TO THE FIXTURE(L) TOP OF THE HOUSING(1-11) BOTTOM OF THE HOUSING(1-12) 1.4FT-78W/92W/135W 16.54" 2.94" 4.70" 1.9FT-135W/1 55W/1 85W 22.83" 2.94" 4.70" 2.6FT-200W/230W/270W 31.10" 2.94" 4.70" 3.7FT-270W/340W/40OW 44.09" 2.94" 4.70" Pipe Mount Kit Dimensions (for 480V models) L 16.54" 4.00" 4.01" H 1 5.76" H 2 o 0 0 0 LENGTH OF HEIGHT FROM TOP OF THE PMK BRACKET TO THE HEIGHT FROM TOP OF THE PMK BRACKET TO THE FIXTURE(L) TOP OF THE HOUSING(1-11) BOTTOM OF THE HOUSING(1-12) 1.4FT-78W/92W/135W 16.54" 4.01" 4.76" 1.9FT-135W/1 55W/1 85W 22.83" 4.01" 4.76" 2.6FT-200W/230W/270W 31.10" 4.01" 4.76" 3.7FT-270W/340W/40OW 44.09" 4.01" 4.76" :11 � ©2024 Specifications subject to change without notice. age 63 Of 8 Page I of a Mi � axLiTe® o Erg Intettek PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: Architectural • ll Sconce CCT Selectable Product Description: The LED Wall Sconce provides long-lasting illumination with a decorative touch to corridors in hotels, motels and commercial property applications. It offers long life, high lumen maintenance, and dimmable operation for residential and commercial applications that exceed those of a traditional bulb fixture. Features - 2700/3000/4000K CCT selectable - Even light distribution DImr ii ng - 120V Triac Dimming ANNEW Construction: - Steel Construction Powder coated finish Listings: - cETLus listed for Indoor, Damp locations Ordering Information - FCC FAMILY SUB FAMILY STYLE FINISH VOLTAGE WATTAGE CCT ML9=Wall Sconce LA=LED Integrated A=Architectural BN=Brushed [BLANK]=120V,Triac 23=23W CS=80CRI,2700/3000/4000K Nickel dimming Stocked Items Dimming Compatibility MODEL NUMBER ORDER CODE ENERGY STAR# DIMMER MODELS ML9LAABN23CS 106083 2388245 Leviton DVCL-153PR-WH, CTCL-153PDH-WH, R62-06674-POW,R12-06672-1 LW, R50-IPL06-10M Specifications Lutron TGCL-153PH-WH,MACL-153MH-WH, P-PKG1W-WH-R Eaton AAL06-C1, SALO6P-LA-K Dimensions Efficacy(Im/VV) 90 CRI >_80 L, OR CCT(K) 2700/3000/4000K rn L70 Lifetime (hrs) >_50,000 Voltage 120V Power Factor >_0.9 Operating Temperature -4°F to 1 04°F(-20°C to 40°C) o Listings ENERGY STAR, cETLus, FCC " Environment Suitable for damp locations Warranty 5 Years - 9.44" la 5-year standard warranty (further details available at www.maxlite.com/warranties) Product may be eligible fora warranty extension to 10 years,for an additional fee. Contact MaxLite for details. ©2021 Specifications subject to change without notice. Page 64 Of 80 �f 5 M� IaXLM8" ((%`.`., M9',-M aX C�V r a Vzor 0 0 11rM/,/\.+1_' may- ��'q: CONTROLS L'C7MPATIBLE�"-�� Intei�iFk PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: FlatMax High Lumen Controls Ready Flat Panel MLFP Enhanced Series Product Description Maxlite's new High Lumen Back-lit Flat Panels deliver up to 7500 lumens in a 2x4 size and 6000 lumens in 2x2 size,making them ideal for high-ceiling commercial interiors such as offices,schools,and healthcare facilities.With an impressive 125 lumens per watt(LPW),these DLC Premium qualified panels provide highly efficient, uniform illumination.They offer the versatility of field-selectable color temperatures and wattages to suit various application needs.As a true Controls Ready(CR)product,this series features Maxlite's patented c-Max plug-and-play system,allowing for easy integration of control options,even in systems not pre- wired for controls. Features IC Rated Up to 7500 lumens in 2x4 and 6000 Lumens in 2x2 size Field Wattage and CCT Selectable Controls Ready—can be paired with the new cMax controls nodes Fixtures are set to lowest wattage and 4000K as default factory setting 0-10V Dimmable(10%to 100%) - Voltage: 120-277V On EM mode,the fixture output a minimum of 1700 lumens for 90 minutes, when fully charged Controls Ready MaxLite's new Controls Ready(CR)fixtures allows for quick and easy in-field installation (plug and play)of controls. Simply purchase any CR fixture and the required Controls Node and you're all set!See the accessory table for all controls options available for this fixture. Controls Fe0l irt?S Multifunction and Energy Monitoring Daylight Sensor Occupancy Sensor • Integral Sensor Receptacle High-End Trim • Bluetooth • Luminaire Level Lighting Control(LLLC) Ordering Information PANEL WATTAGE COLOR SOURCING FAMILY SIZE TYPE SELECTABLE' TEMPERATURE' CONTROLS OPTIONS•'° PACKAGING STRATEGY MLFP= Flat Panel 22=2x2' 30W=30W,40W,50W CS= Color BLANK= None BLANK= Non Selectable E2= Made to order BLANK= None G5=Backlit (3500K, CR= Controls Ready emergency /2PK= 2 Pack Country TA= CAA 4000K, back up 12P= 2 Pack 24=2x4' 40W=40W,50W,60W 5000K) EM= Emergency Country battery back up 1.Default setting for WCS models is set to lowest wattage and 4000K 2.Battery back up models are available only in Single Pack configuration.On EM mode,the fixture CCT will be set to 5000K 3.Check the Specification Table for lumen output for EM and E2 suffix 4.SMK is not compatible with E2 suffix Battery Back up models IR10-year standard warranty with labor allowance(further details available at www.maxlite.com/warranties) Warranty Limitations: Product must be rated for application per the Product Data Sheet(PDS); operated:A 6 hrs; in ambient temperatures -4°F to 77T. If ambient temperatures fall outside the-4°F to 77T range, product is warrantied for 5 years according to the operating temperature range specified on the PDS. Up to$25/unit; registration required.Additional coverage may be available for purchase; contact MaxLite. Excludes EM/MS versions; component warranty applies. Page 65 0 80 9 2025 Specifications subject to change without notice. Page 2�,f 5 EN�9 MiiaxUT6 R." WIM1111CLINTROLSTax , Glonte'l�'Pk-C&Q ® oEgt! 0 FC�dq:L'C7MPATIBLE� ,�lat!Vlax High Lumen Controls Ready Flat Panel MLFP Enhanced Series TAA Stocked Items ORDER CODE MODEL NUMBER DLC PRODUCT ID# DLC CLASSIFICATION DLC PRIMARY USE DESIGNATION 111439 MLFP22G530WCSCR/2PTA S-8PGKWG Standard 2x2 Luminaires forAmbient Lighting of Interior Commercial Spaces 111443 MLFP22G530WCSCREMTA S-8PGKWG Standard 2x2 Luminaires forAmbient Lighting of Interior Commercial Spaces S-RWSTKB Premium 2x4 Luminaires forAmbient Lighting of Interior Commercial Spaces 111440 MLFP24G540WCSCR/2PTA S-S4ZMB7 Standard Low-Bay Luminaires for Commercial and Industrial Buildings S-RWSTKB Premium 2x4 Luminaires forAmbient Lighting of Interior Commercial Spaces 111444 MLFP24G540WCSCREMTA S-S4ZMB7 Standard Low-Bay Luminaires for Commercial and Industrial Buildings Accessories (Sold Separately) ORDER CODE MODEL NUMBER DESCRIPTION IMAGE 104819 ML22G4FK 2x2'Flat Panel Flange Kit 104820 ML24G4FK 2x4'Flat Panel Flange Kit 104813 ML22G4SMK 2X2 Flat Panel Surface Mount Kit (23.85 L X 24.97 W X 3.7 H) 104814 ML24G4SMK 2X4 Flat Panel Surface Mount Kit (47.87 L X 24.97 W X 3.7 H) 104816 MLG4CHK "Cable Hanging Kit For 2x2 Flat Panel (40"length)" 104848 ML24G4CHK "Cable Hanging Kit For 2x4 Flat Panel-6 Cables s- (40"1ength)" Emergency Inverter,15W,120-347 VAC,CEC Compliant,Field w 108566 EBUUP17015N200B Installable,0-50C Ambient Lumens Delivered atfield install BBU ,, mode(Im):1870 Im-for 90 minutes,when fully charged 104794 MLFPG4- BBU Bracket Kit w/Screws 2X2 2X4 for GEN 5 WCS Flat Panel BBU BRACKET** SMK is compatible with EM suffix Batter Backup models.SMK is not compatible with E2 suffix Battery Backup models **For Field Install BBU option,purchase BBU model#EBUUP17015N200B along with the mounting bracket MLFP14G4-BBU BRACKET for 1 x4,or MLFPG4-BBUBRACKETfor 2x2/2x4. Lumens Delivered at field install BBU mode(Im)1870 Im-for 90 minutes,when fully charged **Field Install BBU is NOT compatible with Surface Mount Kit/SMK 9 2025 Specifications subject to change without notice. Page 66 Of 80 Page 3 of 5 �"ML axLiTe So MN oMax mg0,'" ® U'RMW �RoHS T 012 C CUNTRULS CUMt'ATIBLL Ini,lek High Lumen Controls Ready Flat Panel MLFP Enhanced Ser" ies ZlatMax c-Max Controls Microsites and Compatibility Guide oliril a xa C i�ilaxm R BASIC LIGHTING CONTROLS NETWORK LIGHTING CONTROLS �` Ldax Microsite Microsite COMPGTIBILITY - �-I I— IIC�II xmou IDE a xm '00 i a xaW EasyRF"LIGHTING CONTROLS Microsite NETWORK PARTNERS Microsite Product Compatibility Guide Compatible Controls (SOLD SEPARATELY)+ The table below shows a small subset of control nodes from each tier that directly plug in with the fixture. Refer to individual microsites above for more accessories that could be added based on application requirements. MODEL NUMBER& OR CODE ORDER CODE LINK TO DATA SHEET DESCRIPTION TO DATA IMAGE SHEET REST 105567 CONTROL NODE REMOTE CONTROL r o- o 105890 CN-RTPSW1 CONTROL NODE RECTANGULAR,PIR MOTION •`. SENSOR/DAYLIGHT HARVESTING,WHITE c-Max Network 105892 NN-RTW NETWORK NODE RECTANGULAR,WHITE 105893 NN-RTDHW NETWORK NODE RECTANGULAR,DAYLIGHT HARVESTING,WHITE ; I' S NETWORK NODE RECTANGULAR, N 106059 NN-RTPSW «" PIR MOTION SENSOR/DAYLIGHT HARVESTING,WHITE - EasyRF NODE RECTANGULAR, 110961 RF-RTPSW PIR MOTION SENSOR/DAYLIGHT HARVESTING,WHITE = EI 110962 RF-REMOTE EasyRF REMOTE CONTROL COMMISSIONING TOOL E a CI .. SILVAIR NETWORK NODE RECTANGULAR, f4 110431 NN-RTPSW-SL PIR MOTION SENSOR/DAYLIGHT HARVESTING,WHITEFrat.^Y 111148 NN-RTW-SL SILVAIR NETWORK NODE RECTANGULAR,WHITE Max Network Partners- Casambi CASAMBI NETWORK NODE RECTANGULAR, ,e" 112428 NN-RTPSV�CA PIR MOTION SENSOR/DAYLIGHT HARVESTING,WHITE 112429 NN-RTW-CA CASAMBI NETWORK NODE RECTANGULAR,WHITE Maxlite recommends CN-RTPSW(PIR)sensor for most applications with this fixture. If CN-RTMST(microwave) is required for an application, Maxlite recommends a pilot test to confirm there is no interference that causes unexpected responses from the microwave sensor. For additional options and c-Max network Partners components check Maxlite.com/cmax Note-This controls ready fixture is compatible with the c-Max platform supporting multiple tiers of controls.The table above shows a small subset of control nodes from each tierthat directly plug in with the fixture.Refer to individual microsite above for more accessories that could be added based on application requirements 9 2025 Specifications subject to change without notice. Page 67 Of 80 Page 4�,f 5 �N H� MiiaxLiT " olMax , c E���r ��0U pHs002FC UUNTRUL5 C LIMPATIBLE M9 Inr['Tek ,�lat!Vlax High Lumen Controls Ready • Panel MLFP Enhanced Series Specifications MLFP22G530WCSCR MLFP24G540WCSCR Size 2x2' 2x4' Nominal Wattage (W)` 30W 40W 50W 40W 50W 60W Lumens Delivered(Im)= 3750 5000 6250 5000 6250 7500 Nominal Efficacy (Im/W) 125 125 Lumens Delivered at BBU 1 300Im with EM suffix. 1870Im with E2 suffix-for 90 minutes,when fully charged mode (Im) u CCT' 3500K,4000K, 50001( CRI >_80 Calculated L70 Lumen >— 100,000 hours Maintenance Dimming Technology 0_10V Dimming Range 10-100% Input Voltage 1 20-277V AC 50/60Hz Power Factor >_0.90 Housing Steel Diffuser Polystyrene Lens Operating Temperature -4°F to 104'F (-20'C to 40'C), except BBU models. BBU models: 41`F to 104'F (5'C to 40'C) Humidity 20%to 85% RH non-condensing Certifications ETLus listed, FCC, RoHs Complaint Qualifications DLC Standard I Premium Environment Suitable for Damp locations. IC Rated. Warranty 10 Years.Check maxlite.com/warranties for details *Default setting for WCS models is set to lowest wattage and 4000K. **Lumens delivered at BBU mode varies based on wattage and CCT setting 9 2025 Specifications subject to change without notice. Page 68 Of 80 Mi4 aXLiT8 (9 t\ I ■oa/_.0, 111-#(D &d oRoHS6810FCC _. ® CUNTFIJL`S CUMPATIHLL niertek High Lumen Controls Ready Flat Panel MLFP Enhanced Ser" ,2atMax ies Product Dimensions PRODUCT A(L) B(W) C(H) H(EM ADDED) MLFP22G530WCSCR 23.7 inch 23.7 inch 2.5 inch 3.1 inch MLFP24G540WCSCR 47.8 inch 23.7 inch W - H - ccc c o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ W ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ W - H 000 0 0 DDDEE EEEIDEI -I DEFIED 2x4 DDDDD DD ❑ DD D ❑ DDD DDDDD 11100E] ZI 54 FCC Statement This device complies with part 15 of the FCC Rules,Operation is subject to the following two conditions: (1)This device may not cause harmful interference, and(2)this device must accept any interference received, including interference that may cause undesired operation. 9 2025 Specifications subject to change without notice. Page Page I of 3 Mii aXLiT6u' 4 (%0#.ffl(VFCc otm�W PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: Vapor Tight Wattage • ' VE Value Series Product Description: A cost-effective vapor tight fixture with tremendous flexibility,the VE Series is both wattage and CCT selectable and provides an emergency batterybackup option.This durable, IP65 rated linear fixture with Oft• stainless steel clips is idealfor commercial and industrial environments where water, humidity, and dust may occur, including stairwells, ' parking garages, utility areas and agricultural applications. 8ft. Features: - CCT and Wattage selectable(9 possible combinations with each fixture - 0-10V dimming standard - CRI:>_80 - Universal voltage 120-277V - L70 lumen maintenance of 50,000 hours - Default setting for WCS models is set to lower wattage and 4000K - UL Listed-Suitable for wet locations Ordering Information FAMILY SIZE VOLTAGE WATTAGE SELECT" CCT SELECT" BATTERY BACKUP OPTIONS* VE=Linear Vapor Tight- 4=48" U=120-277V 23W=23/35/47W CS=Color Selectable [BLANK]=None Value Series 8=96" 65W=60/70/85W (3500KAOOOK/5000K) EM=Emergency Back-up *EM unit is UL924 classified **Default setting for WCS models is set to lowest wattage and 4000K Stocked Items ORDER CODE MODEL NUMBER DLC PRODUCT ID# DLC CLASSIFICATION DLC PRIMARY USE DESIGNATION S-6ZDVTQ Direct LinearAmbient Luminaires 111226 VE-4U23WCS S 4TP6RL Low-Bay Luminaires for Commercial and Industrial Buildings S-6ZDVTQ Direct LinearAmbient Luminaires 111228 VE-4U23WCSEM S-4TP 6R L Low-Bay Luminaires for Commercial DLC Standard and Industrial Buildings S479C4Y Direct LinearAmbient Luminaires 111227 VE-8U65WCS S-S1 XYLK Low-Bay Luminaires for Commercial and Industrial Buildings S-479C4Y Direct LinearAmbient Luminaires 111229 VE-SU65WCSEM S-S1 XYLK Low-Bay Luminaires for Commercial and Industrial Buildings Accessories (Sold Separately) ORDER CODE MODEL NUMBER DESCRIPTION IMAGE 74139 MLCHKLSV15 CABLE KIT 15'LOOP X TOGGLE ' CW5-year standard warranty with labor allowance(further details available at www.maxlite.com/warranties) .. . 9 2024 Specifications subject to change without notice. age O Z 3 MkiaxLiTe" l #.UtFCcoamHsU 'YapoTight Wattage & CCT Selectable r VE Value Series Specifications vE-4U23WCS Size 4 ft. Nominal Wattage (W)* 23W 35W 47W Lumens Delivered(Im)*** 3,200 Im 4700 Im 6240 Im Nominal Efficacy(Im/W)=-- 150Im/W Lumens Delivered at BBU mode(lm)u* 1 100 Im-for 90 minutes,when fully charged Color Temperature(K)= 3500K,4000K, 5000K CRI >_80 Calculated L70 Lumen Maintenance >_So,000 hours Dimming Technology 0-1ov Dimming Range 10-100% Input Voltage 120-277VAC Power Factor >_0.9 Housing Polycarbonate Diffuser Polycarbonate Lens Product Weight 4.2lbs Humidity 10-80% RH, non-condensing Operating Temperature -4'F to 1 04T(-20'C to 40'C),except for EM models. EM models: 50"F to 1 04°F(1 0"C to 40'C) Certifications cULus listed, FCC, Rohs Complaint. IP65 Qualifications DLC Standard Environment Wet Locations Warranty 5 Years warranty.Check maxlite.com/warranties for details *Fixtures are set to lowest wattage and 4000K as default factory setting **Lumens delivered at BBU mode varies based on wattage and CCT setting ***Lumens and efficacy listed on the Spec table is based on 4000K CCT 9 2024 Specifications subject to change without notice. Page 71 Of 80 Page 3 of 3 Mki axLiTe"' t0, (t0#.N(_V___' FCconauW 'YapoTight Wattage & CCT Selectable r VE Value Series Specifications VE-8U65WCS Size 8 ft. Nominal Wattage (W)* 60W 70W 85W Lumens Delivered(Im) 8,800 Im 10,000 Im 11,700 Im Nominal Efficacy (lm/W) 15S Im/w Lumens Delivered at BBU mode(lm)u* 2300 Im-for 90 minutes,when fully charged Color Temperature(K)= 3500K,4000K, 50001( CRI >_80 Calculated L70 Lumen Maintenance >_50,000 hours Dimming Technology 0-1ov Dimming Range 10-100% Input Voltage 120-277VAC Power Factor >_0.9 Housing Polycarbonate Diffuser Polycarbonate Lens Product Weight 8.3 Ibs Humidity 10-80% RH, non-condensing Operating Temperature -4'F to 1 04'F(-20'C to 40'C),except for EM models. EM models: 41'F to 1 04'F(5°C to 40'C) Certifications cULus listed, FCC, Rohs Complaint. IP65 Qualifications DLC Standard Environment Wet Locations Warranty 5 Years warranty.Check maxlite.com/warranties for details *Fixtures are set to lowest wattage and 4000K as default factory setting **Lumens delivered at BBU mode varies based on wattage and CCT setting Dimensions Mounting Hole Dimensions for 4ft Mounting Hole Dimensions for 8ft L / / aw / H 1 �LIJ W L3 PRODUCT A(L) B(W) C(H) U L2 L3 VE-4U23WCS 47.3" 3.8" 3.2" 1.04" 33.7" N/A VE-8U65WCS 94.1" 3.8" 3.2" 1.04" 33.7" 4.72" FCC Statement This device complies with part 15 of the FCC Rules.Operation is subject to the following two conditions:(1)This device may not cause harmful interference,and(2)this device must accept any interference received, including interference that may cause undesired operation. 9 2024 Specifications subject to change without notice. Project Date EarthTronics.,, Prepared By Model # LSW4WS55CCTWH 1 Specifications LED Sta i rwe 11 48" ELECTRICAL Color & Wattage Selectable, 120-347V ORDER CODE: Watts: 35, 45 or 55 11897 Voltage: MODEL NUMBER 120-347V LSW4WS55CCTWH 1 Power Factor: 0.9 ! COLOR SELECTABLE: OperatingTemp. Range: 3500K, 4000K, 5000K -20°C(-4°F)to 50°C(122°F) LIGHT ' LUMEN LEVEL: Microwave Sensor Lumens: 4200, 5400 or 4200 lumens - 35 watts 5400 lumens - 45 watts 6600 ^ ��� 6600 lumens - 55 watts Lumens per watt: 120 ��M� Emergency 120347V Damp Location Back-updriver available ColorTemperature: 3500K, 4000K, 5000K PRODUCT DESCRIPTION CRI: 80+ EarthTronics LED Stairwell fixture provides the flexibility to ensure the correct light AGENCY APPROVALS level and color temperature desired in different applications. Select from 3500K, ULListed:Yes 4000K or 5000K color temperatures as well as 4200, 5400, or 6600 lumen levels, this IP65: Yes is easily adjusted in the field.This stairwell fixture is a standard 48"long. It features a PRODUCT DETAILS high 80+ CRI providing an excellent light source for nearly any task. The fixture body is Lens: Frost Polycarbonate white painted durable steel with a polycarbonate lens. These stairwell fixtures feature Housing: Sheet metal 120-347V wattage operation.They are equipped standard with a 0- 10 volt continuous stamping dimming driver with a dimming range capability of 10% to 100%. Finish:White Mount: Wall PRODUCT FEATURES Warranty: 5 years + Color selectable: 3500K, 4000K or L70 > 100,000 hours Fixture Rated Life: 5000K Long lasting white finish with high 50,000 hours + Wattage selectable: 35, 45, or 55 durability Lumen Maintenance: + 120-347 Voltage Microwave sensor available L70 > 100,000 hours + UL Listed Emergency back-up driver available Dimensions: rt Suitable for dry and damp locations 47.9"L x 5.8"W x 4.9"H + Wall mounting + Driver includes dimming control EarthTronicsn wiring for 0-10V dimming systems Norton Shores, Michigan 49441 T: 231.332.1188 1 F: 231.726.5029 TOLL FREE: 866.632.7840 Please consult installation instructions for proper application and use of this fixture. www.earthtronics.com *Rebate availability access it here: www.earthtronics.com/rebate-finder Page 73 of 80 {~ LED Stairwell 48"" farthTronics, Color & Wattage Selectable, 120-347V PRODUCT DIMENSIONS 47.9" (1216.2 mm) E � � Ln N LnN 4.9" (124.1 mm) OPTIONAL ACCESSORIES �ooa Microwave Sensor Remote Control for Microwave Sensor Emergency Back-up Driver& Battery Order Code: 11898 Order Code: 11899 Order Code: 11639 *Note: 11899- one remote control for multiple sensors. Easily access our DLC qualified products with rebates in your area. ACCESS IT HERE: Rebate Finder c&us www.earthtronics com/rebate-finder/catalog/ Page 74 of 80 Page 1 of 3 MkiaxLiTec . C® .N(bFCo2t!sQ PROJECT NAME: CAT.#: NOTES: FIXTURE SCHEDULE: Vapor Tight Wattage • CCT Selectable VE Value Series Product Description: A cost-effective vapor tight fixture with tremendous flexibility,the VE Series is both wattage and CCT selectable and provides an emergency batterybackup option.This durable, IP65 rated linear fixture with Oft. stainless steel clips is idealfor commercial and industrial environments where water, humidity, and dust may occur, including stairwells, ' parking garages, utility areas and agricultural applications. 8ft. Features: • CCT and Wattage selectable(9 possible combinations with each fixture • 0-10V dimming standard • CRI: a 80 • Universal voltage 120-277V • L70 lumen maintenance of 50,000 hours • Default setting for WCS models is set to lower wattage and 4000K • UL Listed-Suitable for wet locations Ordering Information FAMILY SIZE VOLTAGE WATTAGE SELECT** CCT SELECT** BATTERY BACKUP OPTIONS* VE=Linear Vapor Tight- 4=48" U=120-277V 23W=23/35/47W CS=Color Selectable [BLANK]=None Value Series g=96" 65W=60/70/85W (3500K/4000K/5000K) EM=Emergency Back-up 'FM unit is UL924 classified *'Default setting for WCS models is set to lowest wattage and 4000K Stocked Items ORDER CODE MODEL NUMBER DLC PRODUCT ID# DLC CLASSIFICATION DLC PRIMARY USE DESIGNATION S-6ZDVTO Direct Linear Ambient Luminaires 111226 VE-4U23WCS S-4TP6RL Low-Bay Luminaires for Commercial and Industrial Buildings S-6ZDVTO Direct Linear Ambient Luminaires 111228 VE-4U23WCSEM S-4TP6RL Low-Bay Luminaires for Commercial DLC Standard and Industrial Buildings S-479C4Y Direct Linear Ambient Luminaires 111227 VE-8U65WCS S-SIXYLK Low-Bay Luminaires for Commercial and Industrial Buildings S-479C4Y Direct Linear Ambient Luminaires 111229 VE-8U65WCSEM S-SIXYLK Low-Bay Luminaires for Commercial and Industrial Buildings Accessories (Sold Separately) ORDER CODE MODEL NUMBER DESCRIPTION IMAGE 74139 MLCHKLSV15 CABLE KIT 15'LOOP X TOGGLE 5-year standard warranty with labor allowance(further details available at www.maxlite.com/warranties) :0. �• u 2024 Specifications subject to change without notice. 01 0- Page 2of3 [T1axL�Te® IT. ) oRoHSU Tight . . . . CCT Selectable VE Value Series Specifications VE-4U23WCS Size 4 ft. Nominal Wattage(W)* 23W 35W 47W Lumens Delivered(Im)*** 3,200 Im 4700Im 6240 Im Nominal Efficacy(lm/W)*** 150 Im/W Lumens Delivered at BBU mode(Im)** 1100 Im-for 90 minutes,when fully charged Color Temperature(K)` 3500K,4000K,5000K C R I >_80 Calculated L70 Lumen Maintenance a50,000 hours Dimming Technology 0-10V Dimming Range 10-100% Input Voltage 120-277V AC Power Factor >_0.9 Housing Polycarbonate Diffuser Polycarbonate Lens Product Weight 4.2 Ibs Humidity 10-80%PH,non-condensing Operating Temperature -4°F to 104°F(-20°C to 40°C),except for EM models. EM models:50°F to 104°F(10°C to 40°C) Certifications cULus listed,FCC,Rohs Complaint.IP65 Qualifications DLC Standard Environment Wet Locations Warranty 5 Years warranty.Check maxlite.com/warranties for details "Fixtures are set to lowest wattage and 4000K as default factory setting -Lumens delivered at BBU mode varies based on wattage and CCT setting Lumens and efficacy listed on the Spec table is based on 4000K CCT MEEMMEW u 2024 Specifications subject to change without notice. Page 76 Of 80 MkiaxLiTe® f,%0 =N(b FC oRoHS Tight . . . . CCT Selectable VE Value Series Specifications VE-8U65WCS Size 8 ft. Nominal Wattage(W)* 60W 70W 85W Lumens Delivered(Im) 8,800 Im 10,0001m 11,7001m Nominal Efficacy(Ini 155 Im/W Lumens Delivered at BBU mode(Im)** 2300 Im-for 90 minutes,when fully charged Color Temperature(K)` 3500K,4000K,5000K C R I >_80 Calculated L70 Lumen Maintenance a50,000 hours Dimming Technology 0-10V Dimming Range 10-100% Input Voltage 120-277V AC Power Factor >_0.9 Housing Polycarbonate Diffuser Polycarbonate Lens Product Weight 8.3Ibs Humidity 10-80%PH,non-condensing Operating Temperature -4°F to 104°F(-20°C to 40°C),except for EM models. EM models:41°F to 104°F(5°C to 40°C) Certifications cULus listed,FCC,Rohs Complaint.IP65 Qualifications DLC Standard Environment Wet Locations Warranty 5 Years warranty.Check maxlite.com/warranties for details "Fixtures are set to lowest wattage and 4000K as default factory setting "Lumens delivered at BBU mode varies based on wattage and CCT setting Dimensions Mounting Hole Dimensions for 4ft Mounting Hole Dimensions for 8ft H i I-L2� J I_L2--4 �_L2---J W L3 PRODUCT A(L) B(W) C(H) LI L2 L3 VE-4U23WCS 47.3" 3.8" 3.2" 1.04" 33.7" N/A VE-BU65WCS 94.1" 3.8" 3.2" 1.04" 33.7" 4.72" FCC Statement This device complies with part 15 of the FCC Rules.Operation is subject to the following two conditions:(1)This device may not cause harmful interference,and(2)this device must accept any interference received,including interference that may cause undesired operation. u 2024 Specifications subject to change without notice. Page O EarthTronics, Inc. Norton Shores, MI 494411 www.earthtronics.com Email: contact@earthtronics.com Toll Free: 866.632.7840 EXHIBIT F .A IL 5-dMI i / Page 78 of UFO HIGH BAY - ZLEDTM WATTAGE AND CCT LIGHTING ZZLED-LIGHTING.COM SELECTABLE f WATTAGE 3 COLOR TEMP OPTIONS :1 11 � � 1 F60 I F . 1 61 80,1 OOW selectable 3 selectable lumen outputs to choose: J. F Page of 80 Each UFO High Bay fixture comes with a standard hanging hook and a 9-foot cord but optional mounting is available. Yoke Mounting Bracket ' PRODUCT NUMBER: ZL-YOKE-BRACKET-100W-TS ZL-YOKE-BRACKET-150W-TS ZL-YOKE-BRACKET-240W-TS SELECTABLE =101111 SELECTABLE APPLICATIONS �_ - _ .., ' •Warehouses •Stadiums JpLIF�� •Factories O s _, •Big Box Stores •Supermarkets �i •Distribution and Convention Centers FOR REBP • • I • a Plastic Reflector 90 DeAluminum Reflector Emergency Kit Sensor Kito Wire Guard gree Microwave M tion NUMBER: PRODUCT NUMBER: PRODUCT NUMBER: PRODUCT NUMBER: PRODUCT NUMBER: ZL-90DEG-PC-REFLECTOR-TS ZL-AL-REFLECTOR-150-TS ZL-EMKIT-100/240W-TS ZL-12V-MW-SENSOR-TS ZL-WIREGUARD-15OW-TS • MODEL INPUT BEAM CORD WATTAGES VOLTAGE COLOR TEMPS ANGLES Ra LENGTH 100W 60W,80W, 100W 100-277V 35K,40K,50K selectable selectable 85 degrees >80 9 ft PRODUCT NUMBER WATTAGE COLOR TEMP. MODEL ZL-UFO — 60/80/100W — 35/40/50K 35K 40K 50K 60W 8040 8520 8100 80W 10720 11440 10720 100W 14087 14979 14060 Page 80 of 80 ATTACHMENT B: PRICING SCHEDULE CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT • BID FORM RFB No. 6764 LED Lighting Replacement for CCIA Date: 10/14/2025 PAGE 1 OF 3 Authorized Bidder: James Hernandez C/O Signature: ��-- an mar ec ric Co. 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each group. 3. In submitting this bid, Bidder certifies that: a. The prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with the City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. The bidder is current on all taxes due, and the company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Group A.. Apron = . item Description UNIT WY Unit Price Total Price Mobilization/Equipment/Material/Traffic LS 1 6,500.00 6,500.00 Control 2 Haul off fixtures, Trash, Clean-up LS 1 3,500.00 3500.00 3 LED Flood Lighting Fixtures with Visors EA 33 2,350.74 77,574.42 Light Poles Approximately 40 Ft. 4 LED Floodlighting Fixtures with Visor EA 4 813.07 [BuildingMounted 3,252.28 5 LED Flood Lighting Fixtures EA 22 1406.21 8,936.62 Total 199,763.32 PAGE 2 OF 3 Group B-Hangar Lane Item Description UNIT QTY Unit Price Total Price Mobilization/Equipment/Material/Traffic I LS 1 Control 3,500-00 3,500.00 2 Haul off fixtures, Trash, Clean-up LS 1 2,750.00 2,750.00 3 Double Head- Light Poles Approximately EA 3 30 Ft 1,742.30 5,226i90 1 4 Signal Head- Light Poles Approximately EA 8 871.15 30 Ft 6,969.20 Total 18,446.10 Group C.-International Drive Item Description UNIT QTY Unit Price Total Price I Mobilization/Equipment/Material/Traffic LS 1 11,750.00 11,750.0( Control 2 Haul off fixtures, Trash, Clean-up LS 1 5,500.00 5,500.00 3 Double Head- Light Poles, Approximately EA 8 30 Ft. 11,595.54 12,764.32 4 Signal Head-Light Poles, Approximately EA 34 860.24 30 Ft. 29,248.16 5 Double-Headed- Light Poles, EA I Approximately 10 Ft 1,112.48 1,112.48 6 Signal Head- Ligh Poles, Approximately EA 3 10 Ft. P56.24 1668.72 Total 69j043.68 Group D-Covered Parking Lot Item Description UNIT QTY Unit Price Total Price I Mobilization/Equipment/Material/Traffic LS 1 5,000.00 5,000-00 Control 2 Haul off fixtures, Trash, and Clean-up LS 1 6,000-00 6,000.00 3— Light Fixture Part 40W LED/Labor EA 1 176 1298.04 52,455.041 0 P1 63,455-04 T O'l PAGE 3OF3 Group E-AARF Station Item Description UNIT CITY Unit Price Total Price 1 Mobilization/Equipment/Material/Traffic LS 1 4,950.00 4,950.00 Control 2 Haul off fixtures, Trash, Clean-up LS 1 3.250.00 -' non o0 3,25100 3 Exterior Wall Mounted EA 12 1361.08 4,332.96 7H 4 Garage Bay & Storage Area Fixtures EA 23 1533.47 12,269.81 5 Garage Bay Flood Lights EA 4 1 33400 1,336.00 6 Interior Light Fixtures EA 37 1204.00 7,548.00 7 Men/Women Locker Recessed Lamp EA 2 172.57 345.14 8 Men/Women Sleeping Quarters Fixtures EA g 193.30 1,546.40 w/dimmers Total 8.31 Group F-Terminal Canopy Item Description UNIT QTY Unit Price Total Price 1 Mobilization/Equipment/Material/Traffic LS 1 4,450.00 4,450.00 Control 2 Haul off fixtures, Trash, and Clean-up LS 1 3,750.00 3,750.00 3 Li ht Fixture 60W-100W UFO LED/Labor I EA 1 60 13Q5.QQ 11,948360 Tcai#cal ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability $1 ,000,000 Per Occurrence Including: 1 . Commercial Broad Form 2. Premises - Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 1 of 3 II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. E. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Page 2 of 3 Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. BOND REQUIREMENTS: There are no bonds for this service agreement. 2025 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services - Services Performed Onsite 01/01/2025 Risk Management- Legal Dept. Page 3 of 3 ATTACHMENT D: WARRANTY REQUIREMENTS The Contractor shall provide a one-year warranty on labor and manufacturer warranty on new parts. Page 1 of 1 ATTACHMENT E: FEDERAL REQUIREMENTS FEDERAL REQUIREMENTS TABLE OF CONTENTS Section No. Title FR-Al Access to Records and Reports FR-A3 Breach of Contract FR-A4 Buy American Preference FR-A5 Civil Rights - General FR-A6 Civil Rights - Title VI Assurance FR-A7 Clean Air and Water Pollution Control FR-Al0 Davis-Bacon Requirements FR-Al1 Debarment and Suspension FR-Al2 Disadvantaged Business Enterprise FR-Al3 Distracted Driving FR-A14 Energy Conservation Requirements FR-Al6 Federal Fair Labor Standards Act (Federal Minimum Wage) FR-Al7 Lobbying and Influencing Federal Employees FR-Al9 Occupational Safety and Health Act of 1970 FR-A20 Procurement of Recovered Materials Section No. Title FR-A23 Termination of Contract FR-A24 Trade Restriction Certification FR-A25 Veteran's Preference END OF TABLE OF CONTENTS FEDERAL REQUIREMENTS: FR-Al ACCESS TO RECORDS AND REPORTS The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the City, the Federal Aviation Administration, and the Comptroller General of the United States, or any of their duly authorized representatives, access to any books, documents, papers, and records of the Contractor which are directly pertinent to the specific Contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this Contract for a period of not less than three years after final payment is made and all pending matters are closed. Reference: 2 CFR § 200.333, 2 CFR § 200.336 & FAA Order 5100.38 FEDERAL REQUIREMENTS: FR-A3 BREACH OF CONTRACT Any violation or breach of terms of this Contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this Contract or such other action that may be necessary to enforce the rights of the parties of this agreement. City will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the Contract. City reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the City elects to terminate the Contract. The City's notice will identify a specific date by which the Contractor must correct the breach. City may proceed with termination of the Contract if the Contractor fails to correct the breach by deadline indicated in the City's notice. The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. Reference: 2 CFR § 200 Appendix II(A) FEDERAL REQUIREMENTS: FR-A4 BUY AMERICAN PREFERENCE PURPOSE The purpose of this Administrative and Legal Requirements Document (ALRD) is to provide guidance to States, Local Governments, and Indian tribes for preparation of EECBG Program Formula Grant applications submitted in response to Section 40552 of the Infrastructure Investment and Jobs Act (IIJA) also known as the Bipartisan Infrastructure Law (BIL). The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The City will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. Reference: 49 USC § 50101 FEDERAL REQUIREMENTS: FR-A5 CIVIL RIGHTS - GENERAL The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. Reference: 49 USC § 47123 FEDERAL REQUIREMENTS: FR-A6 CIVIL RIGHTS - TITLE VI ASSURANCE Compliance with Nondiscrimination Requirements During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR, part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Nondiscrimination provisions of this contract, the City will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contactor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with, litigation with a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, subrecipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Reference: 49 USC § 47123 and FAA Order 1400.11 FEDERAL REQUIREMENTS: FR-A7 CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the City immediately upon discovery. The City assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceed $150,000. Reference: 2 CFR § 200, Appendix II(G) FEDERAL REQUIREMENTS: FR-A10 A10 DAVIS- BACON REQUIREMENTS A 10. 1 SOURCE 2 CFR§ 200, Appendix II(D) 29 FIR Part 5 A10. 2 APPLICABILITY The Davis-Bacon Act ensures that laborers and mechanics employed under the contract receive pay no less than the locally prevailing wages and fringe benefits as determined by the Department of Labor. Contract Types — Construction — Incorporate into all construction contracts and subcontracts that exceed $2,000 and include funding from the AIP. Equipment—This provision applies to all equipment installation projects (e.g. electrical vault improvements)financed under the AIP that exceed $ 2, 000. This provision does not apply to equipment acquisitions where the equipment is manufactured at the vendor's plant (e.g. SRE and ARFF vehicles) Professiona/Services—The emergence of different project delivery methods has created situations where Professional Service Agreements (PSAs) includes tasks that meet the definition of construction, alteration, or repair as defined in 29 CFR Part 5. If such tasks result in work that qualifies as construction, alteration, or repair and it exceeds$2,000, the PSA must incorporate this clause. Property—Ordinarily, land acquisition projects would not involve employment of laborers or mechanics and thus the provision would not apply. However, land projects that involve installation of boundary fencing and demolition of structures would involve laborers and mechanics. The sponsor must include this provision if the land acquisition project involves employment of laborers or mechanics for a contract exceeding $2,000. Fencing Projects— Fencing projects that exceed $2,000 must include this provision. Use of Provision — MANDATORY TEXT. 29 CFR part 5 establishes specific language a sponsor must use. The sponsor may not make any modification to the standard language. A/E firms that employ laborers and mechanics on a task that meets the definition of construction, alteration, or repair are acting as a contractor. The sponsor may not substitute the term "Contractor"for"Consultant" in such instances. A10. 3 CONTRACT CLAUSE DAVIS-BACON REQUIREMENTS 1. Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act(29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof,regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph(1)(iv) of this section; also,regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period.Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster (WH- 1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; (2) The classification is utilized in the area by the construction industry; and (3)The proposed wage rate,including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration,U.S. Department of Labor,Washington, DC 20210. The Administrator, or an authorized representative,will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers, or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate),the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(B)or(C)of this paragraph,shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) if the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program: Provided that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Aviation Administration or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, Sponsor, Applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3.Payrolls and Basic Records. (i)Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records that show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected,and that show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A)The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party,the Contractor will submit the payrolls to the applicant, Sponsor,or Owner,as the case may be,for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(0, except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee(e.g. the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at www.dol.gov/whd/forrns/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract,but if the agency is not such a party,the Contractor will submit them to the applicant, sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, Sponsor, or Owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) The payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such information is correct and complete; (2) Each laborer and mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3)Each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the"Statement of Compliance"required by paragraph (3)(ii)(B) of this section. (D)The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii)The Contractor or subcontractor shall make the records required under paragraph(3)(i)of this section available for inspection,copying,or transcription by authorized representatives of the sponsor,the Federal Aviation Administration, or the Department of Labor and shall permit such representatives to interview employees during working hours on the job.If the Contractor or subcontractor fails to submit the required records or to make them available,the Federal agency may,after written notice to the Contractor,Sponsor, applicant,or Owner,take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification.If the Administrator determines that a different practice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination.In the event the Bureau of Apprenticeship and Training,or a State Apprenticeship Agency recognized by the Bureau,withdraws approval of an apprenticeship program,the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination that provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program,the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices,trainees, and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3,which are incorporated by reference in this contract. 6. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1)through(10)and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor(or any of its subcontractors)and the contracting agency,the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it(nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC 1001. FEDERAL REQUIREMENTS: FR-All CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the Contractor certifies that neither it nor its principals is presently debarred or suspended by any Federal department or agency from participation in this transaction. The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction," must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: .http://www.sam.go 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 FEDERAL REQUIREMENTS: FR-Al2 DISADVANTAGED BUSINESS ENTERPRISE Contract Assurance (§26.13) - The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from the City. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City. This clause applies to both DBE and non- DBE subcontractors. Reference: 49 CFR part 26 FEDERAL REQUIREMENTS: FR-A13 TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. In support of this initiative, the City encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. Reference: Executive Order 13513 and DOT Order 3902.10 FEDERAL REQUIREMENTS: FR-A14 ENERGY CONSERVATION REQUIREMENTS The Contractor and subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq). Reference: 2 CFR § 200, Appendix H(H) FEDERAL REQUIREMENTS: FR-A16 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor—Wage and Hour Division. Reference: 29 U.S.C. § 201, et seq. FEDERAL REQUIREMENTS: FR-A17 CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub- grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Reference: 31 U.S.C. § 1352 — Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) and 49 CFR part 20, Appendix A FEDERAL REQUIREMENTS: FR-A19 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor— Occupational Safety and Health Administration. Reference: 20 CFR part 1910 FEDERAL REQUIREMENTS: FR-A20 PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this Contract and to the extent practicable, the Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: a) The contract requires procurement of$10,000 or more of a designated item during the fiscal year; or, b) The Contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA-designated items is available at www.ePa..qov/epawaste/conserve/tools/cpg/products/. Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if the Contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. Reference: 2 CFR § 200.322 and 40 CFR part 247 FEDERAL REQUIREMENTS: FR-A23 TERMINATION OF CONTRACT Termination for Convenience (Construction & Equipment Contracts) The City may terminate this Contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of City. Upon receipt of a written notice of termination, except as explicitly directed by the City, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the City all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the City to protect and preserve property and work related to this Contract that City will take possession. City agrees to pay Contractor for: a) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; b) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; c) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and d) reasonable and substantiated expenses to the Contractor directly attributable to City's termination action. City will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the City's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this Contract. Termination for Default (Equipment) The City may, by written notice of default to the Contractor, terminate all or part of this Contract if the Contractor: 1. Fails to commence the Work under the Contract within the time specified in the Notice- to Proceed; 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract, including any City approved extensions; 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or fraudulent statements; or 6. Becomes insolvent or declares bankruptcy. If one or more of the stated events occur, the City will give notice in writing to the Contractor and Surety of its intent to terminate the Contract for cause. At the City's discretion, the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within 10 days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the satisfaction of the City, the City has authority to acquire equipment by other procurement action. The Contractor will be liable to the City for any excess costs the City incurs for acquiring such similar equipment. Payment for completed equipment delivered to and accepted by the City shall be at the Contract price. The City may withhold from amounts otherwise due the Contractor for such completed equipment such sum as the City determines to be necessary to protect the City against loss because of Contractor default. City will not terminate the Contractor's right to proceed with the Work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the City, acts of another Contractor in the performance of a contract with the City, and severe weather events that substantially exceed normal conditions for the location. If, after termination of the Contractor's right to proceed, the City determines that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the City issued the termination for the convenience the City. The rights and remedies of the City in this clause are in addition to any other rights and remedies provided by law or under this Contract. Reference: 2 CFR § 200 Appendix II(B), FAA Advisory Circular 150/5370-10, Section 80-09 FEDERAL REQUIREMENTS: FR-A24 TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror— a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the City if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the City cancellation of the Contract or subcontract for default at no cost to the City or the FAA. Reference: 49 USC § 50104 and 49 CFR part 30 FEDERAL REQUIREMENTS: FR-A25 VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. Reference: 49 USC § 47112(c)