St. Charles City County Library District

Similar documents
St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

PURCHASING DEPARTMENT

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

B. The Bid is made in compliance with the Bidding Documents.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

INSTRUCTIONS TO BIDDERS

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

LONE TREE SCHOOL FLOORING REPLACEMENT

COUNTY OF COLE JEFFERSON CITY, MISSOURI

DOCUMENT SUPPLEMENTARY CONDITIONS

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

INSTRUCTIONS TO BIDDERS

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

East Central College

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

PURCHASING DEPARTMENT

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

LONE TREE SCHOOL BELL SYSTEM

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

AIA Document A201 TM 1997

SECTION SUPPLEMENTARY CONDITIONS

Instructions to Bidders Page 1

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

REQUEST FOR PROPOSAL SUPPLY OF

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Bridgeville School District

PROPOSAL LIQUID CALCIUM CHLORIDE

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

AIA Document A103 TM 2007

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

PURCHASING DEPARTMENT

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

PURCHASING DEPARTMENT

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

HEATING AND COOLING SYSTEM MAINTENANCE

SAFETY FIRST GRANT CONTRACT

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Washington University in St. Louis

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For Overhead Garage Door Replacement. KATHLEEN L. LING Mayor. Nancy Ridley City Manager

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Town of Lee Septic Tank Pumping Services

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

CONSTRUCTION CONTRACT EXAMPLE

2:00 P.M. Prevailing Time; May 18, 2017; in the office of Business Services, Support Services Building, Room 1306.

PART INSTRUCTIONS TO BIDDERS

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

INFORMATION FOR BIDDERS

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

RICE UNIVERSITY SHORT FORM CONTRACT

SECTION NOTICE TO BIDDERS

PURCHASING DEPARTMENT

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

SHORELINE AREA TREE TRIMMING

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

BID FORM (Lump Sum or Unit Price)

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

AIA Document A201 TM 1997

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

Project Manual for Electrical Switchgear Replacement Project

NOTICE TO BIDDERS FOR THE DEMOLITION/REMOVAL OF THE STRUCTURE LOCATED AT

INVITATION TO BID (ITB)

REQUEST FOR SEALED BID PROPOSAL

Transcription:

St. Charles City County Library District Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 77 Boone Hills Dr. St. Peters, Missouri 63376 Bids will be opened on Thursday, February 16, 2017 at 10:00 a.m. at the District Administrative Office, 77 Boone Hills Dr., St. Peters, MO 63376. Bids can be emailed, faxed or hand delivered to: Rachel Satterfield, Purchasing & Building Project Manager, rsatterfield@stchlibrary.org, FAX: 636 441 3132. SCOPE OF WORK Removal and disposal of existing fixtures (Heads), patching of holes from removals and installation of new LED parking lot light fixtures on existing poles. The following fixtures to be provided by St. Charles City County Library District: Parking Lot Pole Fixtures McGraw GLEON AE 04 LED E1 McGraw GLEON AE 08 LED E1 And McGraw GLEON AE 03 LED E1 Link to Spec for Fixtures (including mount) http://www.cooperindustries.com/content/dam/public/lighting/products/documents/mcgraw_edison/spec_sh eets/mcgraw edison galleon td500020en sss.pdf Kisker Road Branch 1000 Kisker Rd Currently has 4 20' poles with 13 heads (Remove 13 heads and replace with 4 LED heads as noted on the layout) Corporate Parkway Branch 1200 Corporate Parkway Currently has 1 20' poles with 1 head and 2 40 poles; one with 1 head and the other with 2 heads, (Remove 4 heads and replace with 3 LED heads as noted on the layout) The (2) Type F3 Lights (NFFLD A25 X U 66 XX) as shown on layout, have already been installed. All work must be scheduled through the Facilities Manager The District reserves the right to waive any irregularities in the bid process. The District will take into account reliability, past work experience, references, estimated duration of the project and any other factors deemed in the best interest of the District. The District is tax exempt a certificate of tax exemption will be provided. The winning bidder will be required to provide E Verification proof of legal residence in this country for all employees on this job. The winning bidder will be required to provide proof of OSHA training.

The winning bidder will be required to provide certificate of liability insurance. The winning bidder will be expected to work closely with the administrative staff to create a schedule and to execute the work. The winning bidder shall be familiar with all codes, regulations, and standards governing the specified work, including but limited to those for the County of St. Charles, Missouri and the City of Wentzville, Missouri. Any contradiction between the manufacturer s requirements and these specifications shall be brought to the attention of the manufacturer, the specifier and the Owner. This is a prevailing wage project. If you are not familiar with Missouri Prevailing Wage, please contact the Missouri Department of Labor. See attached applicable Annual Wage Order No. 23. GENERAL INSTRUCTIONS TO BIDDERS 1.1 INSTRUCTIONS AS A PART OF THE ADVERTISEMENT FOR BIDS A. These Instructions to Bidders are a part of the advertisement for bids for the following Electrical Project for the St. Charles City County Library District: Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 B. To be considered, all bids must be submitted in accordance with these Instructions to Bidders. D. The Owner reserves the right to reject any and all bids, and to waive any informalities, irregularities or omissions in any bid. E. Time for Bids to Remain Open: 1. All base bids required for this project shall remain open for a period of forty five (45) days after date established to receive bids. 2. No bids may be withdrawn without the written consent of the Owner. 1.2 BIDS REQUESTED A. The Owner requests the following base bid: 1. Complete construction bids only, on a lump sum basis for all classes of work required by the contract documents for the project. B. Each bidder must also file: 1. Unit Prices as may be listed in the documents or as required by subsequent addenda. 2. Alternate bids as may be listed in the documents or as required by subsequent addenda.

1.3 BID INCLUDES ALL COSTS A. The amount of each bid shall be deemed to include entire cost and expense of every item of labor and material necessary to complete the work bid upon, in full detail ready for use and occupancy; and the risk of all such costs and expenses shall be deemed assumed by the successful bidder. Bidders will not be given extra payment for conditions that could have been determined by examining the site and contract documents. 1.4 INTERPRETATION OF DOCUMENTS A. Bidders contemplating submitting a bid for the proposed project who are in doubt to the true meaning of any part of the bidding documents shall submit to the Owner at least 3 days prior to the date for opening bids a written request for an interpretation. The bidder submitting the request shall be responsible for its prompt delivery. B. Requests for interpretation of the contract documents and any modifications of the contract documents will be made only by an Addendum issued by the Owner. A copy of such addendum will be mailed or delivered to each entity receiving a set of the bidding documents. 1.5 QUANTITIES A. Stated quantities, if any, in the contract documents, are approximate only, and each bidder shall make his/her own estimate of quantities and calculate his/her bid accordingly. 1.6 SITE CONDITIONS: A. Bidders shall inform themselves of all conditions under which the work is to be performed, including the site of the proposed work, any obstacles that may be encountered thereon, and all other relevant matters concerning the proposed work B. All bidders must visit the site and examine the location of the work required to become fully aware of the nature and extent of the work required. Facilities Manager must be contacted at 636 441 2300 to schedule a meeting. C. Each bid shall be deemed to include all costs and expenses in connection with all such conditions, obstacles and matters. 1.7 SUBMISSION OF BID AND RELATED DOCUMENTS A. Each bid shall be submitted on the form included with the documents required. All information required on the bid form shall be filled in including the base bid amount.

Alternative proposals, if required, unit prices, alternate prices, addenda bidder has incorporated, and any other data required on the form. B. Hand delivered bid documents shall be enclosed in sealed envelopes and clearly labeled as to their contents, the name of the project, the name of the bidder, and the time of the opening to guard against the premature opening of any bid document. Bids shall be delivered to: C. Certificate of Insurance: Rachel Satterfield, Purchasing & Building Project Manager St. Charles City County Library District 77 Boone Hills Drive St. Peters, MO 63376 2410 1. The Contractor shall maintain in force at all times during the performance of the work hereunder policies of insurance providing protection against the following risks in the minimum limits or greater if required by law. a) Worker s Compensation : State Statutory Applicable Federal Statutory Employer s Liability $100,000.00 b) Comprehensive General Liability (including Premises Operations; Independent contractor s Protective; Products and Completed Operations; Broad Form Property Damage): c) Contractual Liability Bodily Injury: $1,000,000.00 Each Occurrence $1,000,000.00 Annual Aggregate Property Damage: $1,000,000.00 Each Occurrence $1,000,000.00 Annual Aggregate Products and Completed Operations to be maintained for 2 years after final payment. Property Damage Liability Insurance will provide X, C, or U coverage as applicable. Bodily Injury: $1,000,000.00 Each Occurrence $3,000,000.00 Aggregate

Property Damage: $1,000,000.00 Each Occurrence $1,000,000.00 Annual Aggregate d) Personal Injury, with Employment Exclusion deleted: $1,000,000.00 Annual Aggregate e) Comprehensive Automobile Liability: Bodily Injury: $250,000.00 Each Person $500,000.00 Each Occurrence D. Bid Signatures: 1. Bids that are not signed by individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 2. Bids that are signed for a partnership shall be signed by all partners or by an attorney in fact. If signed by an attorney in fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the partners. 3. Bids that are signed by a corporation shall have correct corporate name thereof and the signature of the president or other authorized officer of the corporation manually written below the corporate name following the word By. E. Modification or Withdrawal of Bid: 1. Any bidder may withdraw his bid at any time prior to the scheduled time for the receipt of bids. 2. Bids may be modified any time prior to the scheduled time for receipt of bids. 1.8 PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND A. The successful bidder shall be required to submit a 100% performance and payment bond and current certificate of insurance naming the St. Charles City County Library District as additional insured. 5% bid bonds will be required. The insurance certificates shall include vehicle, workers compensation and general liability coverage. 1.9 PERMITS AND INSPECTION

A. The successful bidder shall obtain permits, request inspections, etc., all as required by the building codes and local governmental agencies. 1.10 WAIVER OF LIEN A. Partial Waiver of Lien from each major material supplier shall accompany each payment request after the first payment, to confirm and acknowledge disbursement of the payments. Partial Waiver of Lien shall be properly completed and shall list the cumulative amount of payments received by the date of the waiver. This requirement shall not be waived unless agreed upon in writing by St. Charles City County Library District. Final payments shall not be approved until St. Charles City County Library District receives a Full Waiver of Lien for each major material supplier. 1.11 UNIT PRICES A. Bidders shall quote unit prices as outlined in the project documents, which will apply in the event addition to, or deduction from, the work to be performed under this contract are required. The unit prices shall include all incidental items, such as use of tools, scaffolding, equipment, contractor overhead and profit, taxes, insurance, etc. All quantities will be determined by measurements in place. B. The right is reserved to reject any and all unit prices that are considered excessive or unreasonable. 1.13 APPLICATION FOR PAYMENT A. Invoices shall reflect percentage complete as verified by the Owner. The amount of invoices shall not exceed ninety (90%) percent of the labor and materials values of the work accomplished. The Owner will not pay for materials shipped to the job site. Approval of any progress payments will be at the discretion of the Owner. The Owner reserves the right to determine any additional amounts of retainage. 1.14 IDENTIFICATION & REMOVAL OF HAZARDOUS MATERIALS A. Removal, abatement, and disposal of the identified asbestos containing materials shall be the sole responsibility of the Contractor. B. Removal, abatement, and disposal of the identified asbestos containing materials shall be done in strict accordance with all Federal, State, and Local laws, codes, rules, and regulations. 1.15 MISSOURI SALES AND USE TAX A. The Missouri Sales and Use Tax will not apply to the purchase of materials under this Contract by the Owner from the Contractor to that effect. A tax exempt letter will be provided to the contractor.

1.16 WAGE RATES A. The required prevailing wage rate for St. Charles County shall be adhered to in accordance with Section 290.210 to 290.340 V.A.M.S, The Division of Labor Standards in performing work of this contract. The law provides that not less than the prevailing hourly wages determined by the Division shall be paid by a Contractor and or Subcontractor. END OF INSTRUCTIONS FOR BIDDERS

BID PROPOSAL FORM Removal & Replacement of Parking Lot Light Fixtures & Exterior Lights Part 2 *If bid is not submitted on the following bid forms, it will be rejected* Contractor shall utilize the following form. Please fill in all items. Contractor Name : _ The undersigned declares that he has carefully examined the instructions and specifications and will furnish the items as specified for the price set forth in this bid. The undersigned has checked carefully the bid figures and understands that he shall be responsible for any errors or omissions in this bid offer and is in receipt of all addenda as issued. Addendum through. It is understood and agreed that all items bid, will be delivered F.O.B. Job Site and remain firm for at least forty five (45) days from the date of the bid opening. It is further understood and agreed that the St. Charles City County Library District (Owner), reserves the right to accept or reject any part of the completed bid and to waive any informality in the bid process. It is also understood that the St. Charles City County Library District requires that the work under said contract be completed in a timely manner without interruption and that by submission of a bid, the undersigned agrees to all terms and provisions set forth in the Specifications. Submit bid as follows: 1. BASE BID FOR THE INSTALLATION Contractor is responsible for all measurements and conditions. ($ ) (Words)

By signing and submitting this bid, the bidder certifies that said guarantee from manufacturer will be furnished. In the event that the required manufacturer s warranty/guarantee cannot be provided, the contractor s bid will be rejected. By signing and submitting the bid, the bidder certifies that performance and labor and material payment bonds in amounts sufficient to cover the total proposed cost of the work will be furnished. The bonds will be amended and maintained current as required by Owner with all additions or deletions from the contract work. By signing and submitting this bid, the bidding contractor will identify the number of workdays anticipated for full completion and final sign off for this project. Weather delay days will be exempt. Number of workdays anticipated for completion including clean up and punch list items: Workdays. COMPANY: _ ADDRESS: _ SIGNATURE & TITLE: _ PHONE #: _ FAX#: _ EMERGENCY PHONE #: _ E MAIL: _ DATE: _ WEBSITE: END OF BID FORM

0.7 1.1 10.3 1.8 1.1 5.7 5.1 0.9 0.8 0.8 0.8 0.8 0.9 0.9 1.6 1.5 1.4 1.3 1.2 1.2 1.1 1.0 1.0 1.0 1.0 31.3 6.6 0.9 0.7 1.0 0.9 0.9 0.9 0.9 1.0 1.0 1.1 1.1 1.8 1.7 1.6 1.5 1.5 1.4 1.3 1.2 1.1 1.1 1.0 0.9 9.9 6.2 1.1 0.7 0.8 0.9 1.0 1.0 1.1 1.2 1.3 1.3 1.4 1.5 1.9 1.9 1.8 1.7 1.7 1.6 1.5 1.4 1.3 1.1 1.0 0.9 3.6 2.0 1.1 0.7 0.8 0.9 1.0 1.1 1.2 1.3 1.5 1.5 1.6 1.7 2.0 2.1 2.0 1.9 1.8 1.7 1.7 1.6 1.5 1.4 1.3 1.1 0.9 3.3 3.3 2.3 1.3 0.8 0.8 0.9 1.0 1.2 1.4 1.5 1.6 1.6 1.7 1.8 2.1 2.2 2.1 2.0 2.0 1.9 1.9 1.7 1.6 1.5 1.4 1.1 0.9 3.6 4.0 2.5 1.4 0.9 0.8 0.9 1.1 1.3 1.5 1.6 1.7 1.8 1.8 1.9 2.0 2.1 2.2 2.2 2.0 2.2 2.3 2.2 1.9 1.6 1.5 1.4 1.2 4.4 4.2 4.6 2.7 1.4 0.9 0.8 1.0 1.1 1.4 1.5 1.6 1.8 2.1 2.2 2.2 2.0 2.1 2.2 2.2 2.2 2.2 2.0 2.2 2.5 2.4 1.9 1.6 1.5 1.4 1.2 3.4 3.6 4.1 2.6 1.4 0.9 0.8 1.0 1.1 1.4 1.5 1.6 1.9 2.4 2.6 2.2 2.0 2.1 2.2 2.2 2.2 2.2 2.0 2.1 2.2 2.2 1.9 1.6 1.5 1.4 1.2 3.7 3.4 3.5 2.4 1.3 0.8 0.8 1.0 1.1 1.4 1.5 1.6 1.9 2.2 2.4 2.2 2.0 2.1 2.2 2.1 2.2 2.1 2.0 1.9 1.9 1.8 1.7 1.6 1.5 1.3 1.1 3.0 2.8 2.6 2.0 1.2 0.8 0.8 0.9 1.1 1.3 1.5 1.6 1.7 1.9 2.0 2.0 2.0 2.1 2.2 2.1 2.0 2.1 2.0 1.9 1.8 1.7 1.7 1.6 1.5 1.4 1.2 1.1 1.8 2.0 1.9 1.5 1.0 0.7 0.8 0.9 1.1 1.2 1.4 1.5 1.6 1.7 1.7 1.8 1.9 2.0 2.1 2.0 2.0 1.9 1.9 1.8 1.7 1.6 1.6 1.5 1.4 1.2 1.1 1.0 0.9 1.2 1.2 0.8 0.7 0.8 0.9 1.0 1.1 1.3 1.4 1.5 1.6 1.7 1.7 1.8 1.9 1.9 2.0 1.9 1.8 1.7 1.6 1.5 1.4 1.4 1.3 1.2 1.1 1.0 1.0 0.6 0.6 0.6 0.8 0.9 1.0 1.1 1.1 1.2 1.3 1.5 1.6 1.7 1.8 1.9 1.7 1.5 1.4 1.3 1.2 1.1 1.1 1.0 1.0 0.9 0.9 1.1 1.3 1.4 1.7 1.6 1.4 1.2 1.1 1.0 0.9 0.9 0.9 0.8 0.8 1.1 1.2 0.9 0.8 0.7 0.7 0.7 0.6 0.6 Luminaire Schedule Symbol Qty Label Arrangement Total Lamp Lumens LLF Description 1 TYPE F1 SINGLE N.A. 0.920 GLEON-AE-03-LED-E1-T3 2 TYPE F2 SINGLE N.A. 0.920 GLEON-AE-08-LED-E1-5MQ 2 TYPE F3 SINGLE N.A. 0.920 NFFLD-A25-X-U-66-XX Calculation Summary Label CalcType Units Avg Max Min Avg/Min Max/Min PARKING LOT Illuminance Fc 1.72 31.3 0.6 2.87 52.17

F2 F2 F1 F2 2.8 3.6 3.3 3.8 3.3 0.6 1.0 1.8 2.6 3.3 3.9 4.6 4.3 0.8 1.3 1.9 2.6 3.3 3.9 4.2 3.9 3.4 2.6 1.8 1.1 1.0 1.7 2.2 2.7 3.0 3.1 3.1 2.9 2.6 1.9 1.2 0.7 1.1 2.0 2.3 2.5 2.8 2.8 2.7 2.5 2.2 1.3 0.6 0.3 1.0 1.8 2.3 2.8 3.2 3.2 2.9 2.3 1.9 1.1 0.4 0.2 1.0 1.8 2.5 3.1 3.5 3.5 3.1 2.5 1.8 1.0 0.4 0.1 1.0 1.7 2.6 3.1 4.2 4.3 3.1 0.9 1.7 2.5 3.1 3.5 3.5 3.1 2.5 0.9 1.7 2.1 2.7 3.0 3.0 2.7 2.2 0.9 1.6 1.9 2.0 2.1 2.1 2.0 1.9 0.7 1.1 1.3 1.4 1.4 1.4 1.4 1.3 1.2 0.4 0.5 0.6 0.6 0.6 0.6 0.6 0.6 0.5 0.2 0.2 0.2 0.2 0.3 0.3 0.3 0.2 0.2 0.2 0.1 0.1 0.2 0.2 0.3 0.3 0.3 0.3 0.4 0.3 0.3 0.3 0.4 0.6 0.6 0.7 0.8 0.9 0.6 0.9 1.0 1.2 1.4 1.5 1.6 1.7 0.8 1.5 1.8 1.9 2.1 2.2 2.2 2.0 0.8 1.6 2.1 2.5 2.9 3.0 2.9 2.4 1.8 0.4 0.8 1.6 2.2 3.0 3.3 3.6 3.2 2.8 2.0 1.2 0.5 0.7 1.5 2.3 3.1 3.7 4.9 3.4 3.0 2.1 1.3 0.6 0.2 0.6 1.4 2.1 3.0 3.3 3.4 3.2 2.8 2.0 1.4 0.6 0.2 0.5 1.2 1.9 2.4 2.9 2.9 2.8 2.3 2.0 1.5 0.7 0.2 0.4 1.0 1.8 2.0 2.1 2.1 2.0 1.8 1.7 1.3 0.7 0.3 0.1 0.8 1.5 1.5 1.5 1.4 1.2 1.1 0.9 0.7 0.5 0.2 0.1 0.5 0.8 0.8 0.7 0.6 0.6 0.5 0.4 0.3 0.2 0.1 0.1 0.0 0.3 0.3 0.3 0.3 0.3 0.3 0.2 0.2 0.2 0.1 0.1 0.1 0.1 0.2 0.2 0.3 0.4 0.4 0.4 0.4 0.4 0.4 0.3 0.3 0.2 0.1 0.1 0.4 0.7 0.9 0.9 0.9 1.0 0.9 0.9 0.9 0.7 0.4 0.2 0.1 0.4 1.1 1.6 1.7 1.7 1.7 1.7 1.7 1.7 1.2 0.5 0.2 0.2 0.5 1.2 1.9 2.1 2.4 2.6 2.5 2.2 1.9 1.4 0.6 0.2 0.2 0.5 1.3 1.9 2.6 3.1 3.1 3.1 2.7 2.0 1.4 0.6 0.2 0.1 0.2 0.5 1.3 2.0 2.9 3.4 4.2 3.6 3.1 2.2 1.4 0.7 0.2 0.1 0.2 0.5 1.3 2.1 3.0 3.4 4.3 3.6 3.1 2.2 1.5 0.7 0.2 0.1 0.2 0.5 1.3 1.9 2.6 3.1 3.1 3.1 2.8 2.1 1.4 0.6 0.2 0.1 0.2 0.5 1.2 1.9 2.2 2.5 2.6 2.6 2.2 1.9 1.4 0.6 0.2 0.1 0.1 0.4 1.1 1.7 1.7 1.8 1.8 1.8 1.7 1.7 1.2 0.5 0.2 0.0 0.1 0.3 0.7 0.9 0.9 1.0 1.0 1.0 1.0 0.9 0.7 0.4 0.2 0.0 Luminaire Schedule Symbol Qty Label Arrangement Total Lamp Lumens LLF Description 1 F1 SINGLE N.A. 0.920 GLEON-AE-03-LED-E1-T3 3 F2 SINGLE N.A. 0.920 GLEON-AE-04-LED-E1-5MQ Calculation Summary Label CalcType Units Avg Max Min Avg/Min Max/Min PARKING LOT Illuminance Fc 1.50 4.9 0.0 N.A. N.A.