philips roadfocus rfm spec sheet - bidnet

48
COMMONWEALTH OF VIRGINIA County of Henrico 8600 Staples Mill Road / P.O. Box 90775 / Henrico, VA 23273-0775 Phone: (804)501-5660 / Fax: (804)501-5693 Addendum No. 1 Date: February 10, 2022 Invitation to Bid: 22-2274-1JL - Nuckols Road Improvements Phase II Receipt Date/Time: February 17, 2022 at 2:00 PM (CHANGED) Opening Date/Time: February 17, 2022 at 2:00 PM (CHANGED) Subject: Bid Receipt/Opening Date Change, Questions and Answers, Project Manual Revision, and Revised Unit Price Bid Sheet Price Schedule, Prospective Bidder and Others Concerned, The following changes, corrections, deletions, clarifications, and/or additions constitute Addendum No. 1: Revised BidReceipt/Opening Date 1. The Bid Receipt Date and the bid opening date is changed to February 17, 2022 at 2:00 PM. Questions and Answers 2. Is the County planning on issuing a limited notice to proceed where the contractor can start working drawing submittals, the Test Bore for the foundation designs, and ordering of materials? Answer: Department of Public Works (DPW) can work with the successful bidder on the NTP based on materials. And DPW can give a limited NTP for the contractor to order materials and any engineering that needs to be done and will not count against the contract time. 3. Detail showing pipe installed in roadway calls for 21b stone backfill all the way to subgrade and asphalt above that. Will 21b stone and asphalt be paid under the contract items for those materials or are they to be considered incidental to pipe installation? Answer: Pipe 13-A7 to Pipe 13-A8 will be installed underneath existing pavement along Sadler Road. Required backfill with 21B aggregate and pavement restoration are considered incidental to the pipe installation. 4. The plans show a temporary easement between approx station 0+75 approx station 3+74 of approx 70’ from existing edge of pavement. A contractor doing private work has installed a fence along the length of the temporary easement will within the limits of the temporary easement shown on the plans. Is the fence that’s there now going to be relocated by others to facilitate the easement shown on the plans. DEPARTMENT OF FINANCE Purchasing Division

Upload: khangminh22

Post on 27-Feb-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

COMMONWEALTH OF VIRGINIA

County of Henrico

8600 Staples Mill Road / P.O. Box 90775 / Henrico, VA 23273-0775

Phone: (804)501-5660 / Fax: (804)501-5693

Addendum No. 1

Date: February 10, 2022

Invitation to Bid: 22-2274-1JL - Nuckols Road Improvements – Phase II

Receipt Date/Time: February 17, 2022 at 2:00 PM (CHANGED)

Opening Date/Time: February 17, 2022 at 2:00 PM (CHANGED)

Subject: Bid Receipt/Opening Date Change, Questions and Answers, Project Manual

Revision, and Revised Unit Price Bid Sheet Price Schedule,

Prospective Bidder and Others Concerned,

The following changes, corrections, deletions, clarifications, and/or additions constitute Addendum

No. 1:

Revised BidReceipt/Opening Date

1. The Bid Receipt Date and the bid opening date is changed to February 17, 2022 at 2:00 PM.

Questions and Answers

2. Is the County planning on issuing a limited notice to proceed where the contractor can start

working drawing submittals, the Test Bore for the foundation designs, and ordering of

materials?

Answer: Department of Public Works (DPW) can work with the successful bidder on the

NTP based on materials. And DPW can give a limited NTP for the contractor to order

materials and any engineering that needs to be done and will not count against the contract

time.

3. Detail showing pipe installed in roadway calls for 21b stone backfill all the way to subgrade

and asphalt above that. Will 21b stone and asphalt be paid under the contract items for those

materials or are they to be considered incidental to pipe installation?

Answer: Pipe 13-A7 to Pipe 13-A8 will be installed underneath existing pavement along

Sadler Road. Required backfill with 21B aggregate and pavement restoration are

considered incidental to the pipe installation.

4. The plans show a temporary easement between approx station 0+75 approx station 3+74 of

approx 70’ from existing edge of pavement. A contractor doing private work has installed a

fence along the length of the temporary easement will within the limits of the temporary

easement shown on the plans. Is the fence that’s there now going to be relocated by others to

facilitate the easement shown on the plans.

DEPARTMENT OF FINANCE

Purchasing Division

Page 2 of 5

Answer: The County has acquired a temporary construction easement at this location. The

County will coordinate with the contractor and adjacent landowner to address access to this

easement. Additional laydown area may also be available within the ROW between Sadler

Place and Cedar Forest Road. County will coordinate with the contractor on permissible

locations.

5. Time of Completion / Notice to Proceed – The project calls for 90 days for completion. The

lead time for the mast arm / signal pole (design/approval/fabrication/delivery) is about 6

months. Will the contractor be issued a Limited Notice to Proceed to procure materials and

complete Geotech for the foundations and not count against the 90 days for completion?

Answer: See change in substantial completion timeframe under Project Manual Revisions.

Department of Public Works (DPW) can work with the successful bidder on the NTP based

on materials. And DPW can give a limited NTP for the contractor to order materials and

any engineering that needs to be done and will not count against the contract time.

6. The signal work and new electrical service are critical path items that need to be completed

prior to the road work at the intersection. Has this been factored into the schedule / time of

completion?

Answer: Department of Public Works (DPW) can work with the successful bidder on the

NTP based on materials. And DPW can give a limited NTP for the contractor to order

materials and any engineering that needs to be done and will not count against the contract

time.

7. Sheet 13A – Please review the sidewalk replacement limits along Sadler Road. Suggest the

sidewalk be replaced to at least 25’ west of the new DI 13A-8. This will allow for the

installation of the conduit ‘D’ as a trenched conduit.

Answer: The sidewalk replacement limits will remain shown in the plan.

8. Sheet 18A – Has any coordination been completed with Dominion Power on the new

service? As this is a critical path item for the project, coordination prior to

Advertisement/Award is essential in making the proposed time of completion.

Answer: Department of Public Works (DPW) can work with the successful bidder on the

NTP based on materials. And DPW can give a limited NTP for the contractor to order

materials and any engineering that needs to be done and will not count against the contract

time.

9. Sheet 18A – Please provide the sign figure details and sign size for the New Street Name

Sign.

Page 3 of 5

Answer: Sign figure detail provided in Addendum No.1.

10. Sheet 18A – Conduits A, B, H & L show existing cables to be relocated. Has the Engineer

of Record verified that there is sufficient slack in the cable to allow for relocation? Suggest

replacing all cables as it would provide the County an improved final product. If the County

decides to relocate/reuse the existing conductor cables, please review the quantity for item

31 Relocate/Reuse Existing Conductor as it looks very low.

Answer: Please bid as currently shown on plans. Bid quantity for item 31 adjusted. Any

changes related to this comment will be handled in the field.

11. Sheet 18A – Proposed signal pole I is in conflict with the existing temporary wood signal

pole. Please review and adjust pole location. A potential location would be where the

proposed SE-5 is located and then move the SE-5 to the location of Pole I shown on the

plans.

Answer: Pole location to remain as shown per plan. Any changes related to this comment

will be handled in the field.

12. Sheet 18A – At the back of the new loops on Sadler Road, the plans show a new junction

box. However, this box is not included in the Junction Box Schedule. Should be a JB-S2?

Answer: Yes, this should be designated as a JB-S2. Quantity adjusted on bid sheet.

13. Sheet 18A – Conduit E – Please review the number of 14/7c cables. We believe it should

only be 2 EA.

Answer: Yes, this should be 2 EA 14/7c cables for Conduit E.

14. Sheet 18A – EGC. Why are we using a #6 instead of the standard #8 EGC?

Answer: #8 EGC is acceptable. Bid sheet modified accordingly.

15. Sheet 18A – Please review the constructability of installing conduit run B. Suggest installing

conduit across entire south leg of Nuckols Rd. Junction Box JBg will need to be replaced.

Additional pay items for the replacement of the median will be required.

Answer: Junction Box JBg to be replaced with new JB-S2. Quantities for JB-S2 and

Removal of Junction Box modified on bid sheet. A pay item has been added for demolition

and restoration of the median at this junction box.

Page 4 of 5

16. Sheet 18A – Conduit Run ‘D’ – Why is this shown as Bored Conduit?

Answer: To avoid impacting existing sidewalk.

17. Sheet 18B – P2 (Pedestrian Signal Head SP-8) – The plans call for P2 to be installed but not

activated. We believe that this should be labeled as P4. Also, what is the intent of not

activating this head? Should the pushbutton associated with this head also not be activated?

Should the ped signal head and the pushbutton be covered? On Sheet 18A the ped signal

head is not shown attached to Pole I.

Answer: Correct, that should be labeled as P4. Intent is to provide the equipment to allow

for future crossing of Nuckols Road (south leg), but ramp modifications on the opposite

corner were outside of scope of work.

18. Unit Price Bid Sheet – Item 67 – Please confirm the quantity of Pedestrian Signal Head SP-

8. Should it be 3 EA.?

Answer: Quantity for item 67 should be 3 EA. Bid sheet has been modified accordingly.

19. Unit Price Bid Sheet – Item 76 – Please provide a special provision for the LED Luminaire.

Need to know the size / wattage / distribution pattern of the luminaire.

Answer: County’s LED luminaire specification is provided.

20. Additional Items – Request that a Temporary Video Detection pay item be included in the

schedule of items. When the existing curb radius is removed and/or when the pipe from

13A-7 to 13A-8 is installed the existing loops will be impacted.

Answer: Temporary Video Detection item has been added.

21. Could Henrico County please provide, for informational and coordination purposes, the

approved plans for the work being done at the corner of Sadler Road and Nuckols Road?

The last POD number I had for that work was POD2020-00152. We had previously bid that

project with the general contractors and know that the dimensions between the building,

new sidewalk, and new turn lane on Nuckols will be tight.

Answer: Approved plans for the POD is provided in Addendum No.1.

22. I don’t think this job can be let. There is a building where the new lane is to be added, a

major design problem.

Answer: Approved plans for the POD is provided in Addendum No.1.

Page 5 of 5

23. Would you please confirm which AASHTO (1994 or 2013 -- MP-3 pole) is needed for this

project? The written spec says 1994 which is very rarely used anymore.

Answer: The Henrico County Mast Arm specifications shall be used and utilize the 1994

AASHTO specification.

Project Manual Revision

24. Bid Form, Time of Completion, DELETE the first paragraph and REPLACE with the

following:

The Work shall be Substantially Complete and certified by the Owner within 120 calendar

days after the date of the written Notice to Proceed from the Owner to the Contractor. Final

Completion of all Work shall be within 30 calendar days after the date of Substantial

Completion.

25. Sample Unit Price Contract, DELETE the ninth paragraph and REPLACE with the

following:

The Work shall be Substantially Complete and certified by the Owner within 120 calendar

days after the date of the written Notice to Proceed from the County to the Contractor. Final

Completion of all Work shall be within 30 calendar days after the date of Substantial

Completion

26. Special Provisions - Standards for Computing Pay Items, REPLACE entirely with the

attached Special Provisions - Standards for Computing Pay Items.

Revised Unit Price Bid Sheet Price Schedule

27. Replace the Unit Price Bid Sheet Price Schedule with the Revised Unit Price Bid Sheet

Price Schedule.

All other general terms, conditions and specifications shall remain the same.

Bidders must take due notice and be governed accordingly. Acknowledgement of the receipt of this

addendum shall be made on your Bid Signature Sheet. Failure to acknowledge this addendum

may result in your bid being declared non-responsive.

Sincerely,

Jianchong Luo

Assistant Division Director

[email protected]

S-1

NUCKOLS ROAD PHASE II IMPROVEMENTS

SPECIAL PROVISIONS - STANDARDS FOR COMPUTING PAY ITEMS

ITEM #4, REMOVE EXISTING TREE – This item will be measured in units of each and will be paid for

at the contract unit price per each. This price shall include the removal and disposal of the existing tree

(cutting down the tree, removing tree stump, and disposal of tree and stump).

ITEM #5, REGULAR EXCAVATION – Regular excavation shall include the materials, equipment, and

labor necessary to excavate the existing ground and/or pavement, sidewalk, curb and gutter, existing drainage

structures, and proposed ditches to the appropriate sub-grade necessary for the proposed improvements.

Regular excavation shall include the removal and off-site disposal of surplus undercut and/or unsuitable

material, existing pavement, concrete, gravel, drainage structures, pipe, and headwalls so specified to be

removed. The contract quantity for regular excavation shall be paid on a plan quantity basis and measured per

cubic yard. Extra or undercut excavation that is outside the normal plan earthwork limits shall be measured

and paid for at the contract unit price for regular excavation. Areas subject to undercut and/or unsuitable

material excavation shall be backfilled with No. 21B stone and paid for at the contract unit price for base stone

(#21B). Measurement for base stone will be made per ton.

ITEMS #12-15, HENRICO COUNTY STANDARD INDEPENDENT CURB, RADIAL CURB,

CURB AND GUTTER, AND RADIAL CURB AND GUTTER – This price shall include all labor,

materials and equipment necessary to construct Henrico County Standard items as specified on the

construction plans. Measurement and payment will be made per linear foot.

ITEM #22, MOWING > 8” – All grass higher than 8 inches will need to be cut. The price shall include

all labor, materials, and equipment necessary to maintain all grass within the project limits at a height of 4

inches. Measurement and payment shall be made per hour.

ITEM #35, TEMPORARY VIDEO DETECTION – This item will be measured and paid as a lump sum

and the price shall include furnishing, installing, maintaining and removing a temporary video detection

system and necessary video detection cameras to maintain signal detection during construction.

ITEM #76 - CAT5E GEL-FILLED, SHIELDED, DIRECT BURIED CABLE – This item will be

measured in units of linear feet and will be paid for at the contract unit price per linear foot. This price shall

include furnishing and installing Cat5e gel-filled, shielded, direct buried Ethernet cable, connectors, Ethernet

surge suppression devices, and all incidental hardware and materials necessary to complete the work.

ITEM #78, INSTALL NEW MAST ARM SIGN – This item will be measured in units of each and will be

paid for at the contract unit price per each. This price shall include the installation of the sign panel to the

mast arm and will include all materials for this installation such as mounting brackets, nuts, bolts, washers,

etc. This price does not include the sign panel square footage. This square footage will be paid for as a

separate item (see item 62).

ITEM #99, CONCRETE MEDIAN DEMOLITION AND RESTORATION – This item will be measured

in units of square feet and will be paid for at the contract unit price per square foot. This price shall include

all labor and materials necessary to demolish, remove, and dispose of existing material and all labor and

materials necessary to restore the existing concrete median in the vicinity of Junction Box JBg identified

on the signal plans. Measurement and payment will be made per square foot.

S-2

ITEM # 100, MAINTENANCE OF TRAFFIC A. The cost of all arrow boards, portable changeable message signs (PCMS) construction signs, sign posts,

barricades, delineators, concrete construction barrier, flashing and steady burn lights, and other traffic control

devices which are identified on the construction phasing plans shall be borne by the Contractor. In addition, the

cost of all traffic control devices which are required as a result of any change in the construction phasing and/or

including extensions of time which are requested by the Contractor and are approved by the Henrico County,

Department of Public Works, Traffic Engineer and Construction Engineer shall be borne by the

Contractor. Electronic Arrow Boards, Truck-Mounted Attenuator, Flagger Service, Group 2 Channelizing

Devices, Temporary (Construction) Signs, and Allaying Dust shall be included in the Lump Sum cost for Item

#98, "Maintenance of Traffic" as shown on the Bid Form.

B. The Contractor shall be responsible for the removal of any and all pavement markings, messages and

pavement markers which are no longer needed or will conflict with pavement markings and traffic patterns which

are or will be in use. Any existing pavement markings shall be eradicated and included in the lump sum bid for

Maintenance of Traffic. Any other method of pavement marking removal must be approved by the Henrico

County, Department of Public Works, Traffic Engineer. The determination as to which pavement markings

must be removed will be determined by the Henrico County, Department of Public Works, Traffic

Engineer. Any pavement markings which conflict with traffic flow or traffic patterns must be eliminated prior

to the end of the work day.

C. The Contractor shall be responsible for maintaining all temporary pavement markings within the construction

area in a manner which is acceptable to the Henrico County, Department of Public Works, Traffic Engineer

ITEM #101, MATERIAL TESTING, MONITORING and INSPECTIONS – The Contractor shall

contract the services of an independent Geotechnical firm licensed by the State of Virginia to perform the

Quality Control / Quality Assurance (acceptance) Field Testing on construction activities and materials

incorporated into this project. The type of tests, the frequency of tests and method of testing shall be in

accordance with the requirements of the Virginia Department of Transportation’s Manual of Instruction for

Materials, the Virginia Test Methods (VTM) and the Association Society for Testing and Materials (ATSM).

The Geotechnical firm shall provide resumes for their staff members that will be involved in the project

and provide evidence that their technicians are certified by the Virginia Department of Transportation

(VDOT) to perform the required testing. Applicable certifications are, but not limited to the following:”

Nuclear Safety for Density Devices”, “Asphalt Field”, “Concrete Field”, “Soil & Aggregate

Compaction” and “Pavement Markings”.

The contractor shall be responsible for scheduling and coordinating the testing, monitoring and

inspecting services with applicable construction activities. The contractor and Geotechnical firm shall

consult with County’s field representatives on a daily basis to ensure compliance with VDOT

requirements. The contractor shall be responsible for ensuring that all construction activities are planned,

scheduled and conducted in a manner that will facilitate the construction testing and ensure that the

testing and monitoring are being performed in a timely manner and required by VDOT regulations. The

contractor shall ensure that the Geotechnical firm has the capabilities to furnish and appropriate number

of technicians to satisfy the contractor’s and/or subcontractors’ construction operations and progress.

Should it become necessary to delay or postpone a construction activity because of the unavailability of

certified technicians, no consideration for an extension of contract time will be allowed.

The Geotechnical firm shall be responsible for furnishing all testing equipment, transportation and

S-3

documentation. A representative of the Geotechnical firm shall attend all monthly progress meetings on

the project to report the status of tests from previous month and their plan activities for the following

month to correspond with the contractor’s activities. The Geotechnical firm shall keep the contractor and

the County apprised of the status of tests at all times and shall provide the County with all tests results,

reports and supporting documentation on the same day, unless otherwise approved.

The frequency of tests, as shown in VDOT’s Manual of Instruction for Materials, are considered minimum

and are based on obtaining acceptable test results on consistent basis. Should tests reveal unacceptable or

inconsistent results, the Geotechnical firm shall immediately notify the contractor and the County’s field

representative. The contractor shall take immediate action to correct the problem to ensure compliance

with the contractor requirements. If the tests yield unacceptable and/or inconsistent results, additional tests

will be required as directed by the County. The testing and retesting of materials and construction

operations shall have the full cooperation of the contractor and/or their subcontractor.

Examples of required field testing, material inspections and their frequencies for Quality Control and

Quality Assurance (acceptance) are as, but not limited to the following:

• Central Mix Aggregate (Subbase / Base Material):

1) Depths: In accordance with the Materials Manual and VTM-38B.

2) Density: In accordance with The Materials Manual and VTM-10.

• Asphalt Concrete Pavement:

1) Density by Nuclear Method: In accordance with the Materials Manual and VTM-76.

• Miscellaneous Concrete Hydraulic Cement: In accordance with Materials Manual and ASTM.

1) Compressive Strength: ASTM C31 and C39.

2) Air Content: ASTM C173 and C231.

3) Consistency (slump): ASTM C143.

4) Temperature: ASTM C1064.

• Embankments:

1) Density: In accordance with Materials Manual and VTM-10.

• Finished Subgrade (Cuts and Fills)

1) Density: In accordance with Materials Manual and VTM-10.

• Backfill for Pipes and Box Culverts:

1) Density: In accordance with Materials Manual and VTM-10.

• Backfill for Drop Inlets:

1) Density: In accordance with Materials Manual and VTM-10.

• Video Inspection of Underdrains / Edgedrains: In accordance with VTM-108.

In addition to performing the actual tests on concrete and density tests on various types of materials (soils,

aggregate and asphalt) in the field, the Geotechnical firm shall be responsible for the continuous

monitoring of the placement and compaction of aggregate base materials, asphalt concrete pavement and

the placement and compaction of earthwork and backfill of trenches and structures to ensure compliance

with the Specifications. The Geotechnical firm shall be responsible for the testing and monitoring of

pavement markings and the video inspection of underdrains / edgedrains as required by the specifications.

In accordance with VDOT Road and Bridge Specifications, the contractor shall be responsible for the

quality control requirements for asphalt pavement. The Geotechnical firm shall be responsible for the

Quality Assurance requirements for the asphalt pavement as addressed herein. The contractor shall also

responsible for the Quality Control for pavement markings and the video inspection of underdrains /

edgedrains as required by VDOT’s Road and Bridge Specifications.

S-4

Method of Measurement and Basis of Pavement: “Materials Testing, Monitoring and Inspections-

Field” shall be paid on a lump sum basis, which price shall be full compensation for the services of the

independent Geotechnical firm, for scheduling, coordinating and performing material testing, monitoring

and inspections as outline herein and as required by VDOT’s Manual of Instruction for Materials, VDOT’s

Road and Bridge Specifications and for all labor, equipment and materials necessary to perform work.

Pavement will be made in equal monthly installments based on the original contract time. No additional

compensation will be made for this item because of additional tests being required due to unacceptable or

inconsistent results, time delays or any time extensions that may be granted for the other matters.

RFM_Spec en 09/16 page 1 of 5

The Philips Lumec RoadFocus LED Cobra Head luminaires feature a sleek design that provides seamless replacement of existing HID luminaires. RoadFocus is available in three sizes, offers multiple lumen packages, and a complete array of optical distributions, making it an outstanding solution for all types of roadway applications.

Roadway

RoadFocus

RFM : 72, 108 and 160 W

Ordering guide example: RFM-72W32LED4K-T-R2S-UNIV-DMG-AST-FAWS-RCD-SP2-PHXL-GY3

Luminaire

RFM

LED ModuleOptical System Voltage Driver and Dimming

Wattage Switch

Twist-Lock Receptacle

Surge Protection Luminaire Options Finish

RFM RoadFocus Medium

4000K:72W32LED4K-T108W32LED4K-T2,4

108W48LED4K-T160W48LED4K-T2,4

3000K:72W32LED3K-T 108W32LED3K-T 2,4

108W48LED3K-T160W48LED3K-T 2,4

R2S Type II Short

R2M Type II Medium

R3S Type III Short

R3M Type III Medium

4 Type IV

5 Type V

UNIV 120-277VAC

HVU 347-480VAC

Standard:

DMG1,6 Dimmable driver 0-10V

Optional:

Dynadimmer

Economy Profile

CDMGE252,4,5,6

CDMGE502,4,5,6

CDMGE752,4,5,6

Median Profile

CDMGM252,4,5,6

CDMGM502,4,5,6

CDMGM752,4,5,6

Safety Profile

CDMGS252,4,5,6

CDMGS502,4,5,6

CDMGS752,4,5,6

DALI2,4,5,6 Digitally Adressable Lighting Interface

DMG-AST*2,4 Adjustable Startup Time

DMG-CLO*2,4,5 Constant Light Output

DMG-OTL*2,4 Over The Life

*Includes 0-10v dimming

None (leave blank)

FAWS5 Field Adjustable Wattage Selector (optional)

Standard:

RCD1,3,7 Receptacle for twist-lock photocell or shorting cap, 5-pin (standard)

Optional:

RCD73,7 Receptacle for twist-lock photocell or shorting cap, 7-pin (optional)

None (leave blank)

SP28 20kV / 20kA Surge Protector (optional)

HS House side shield, 1 per 16 LED light engine

PH83 Twist-lock Photoelectric Cell, UNIV (120-277VAC)

PH8/3473 Twist-lock Photoelectric Cell, HVU (347VAC)

PH8/4803 Twist-lock Photoelectric Cell, HVU (480VAC)

PHXL3 Twist-lock Photoelectric Cell, extended life, UNIV (120-277VAC)

PH93 Shorting cap

API Factory installed NEMA label

BK Black finish

BR Bronze finish

GY3 Gray finish

WH White finish

1. Please note these integrated features come standard with RoadFocus luminaires.2. Denotes programmable driver option. Not available with HVU (347-480volt).

Not available with 1050 mA versions (108W32LED, 160W48LED).3. Use of photoelectric cell or shorting cap is required to ensure proper illumination.4. Not available with HVU (347-480volt).

5. FAWS not available with CDMG options, DALI or CLO.6. Dimming choices: Select either DMG or one of the CDMG options or DALI.7. When RDC7 option is selected you will get 7-pin instead of standard RCD 5-pin.8. When SP2 option is selected you will get SP2 instead of standard SP1.

Project:

Location:

Cat.No:

Type:

Lamps: Qty:

Notes:

Ben043
Highlight
Ben043
Highlight
Ben043
Highlight
Ben043
Highlight
Ben043
Highlight
Ben043
Highlight
Ben043
Highlight
Ben043
Highlight
Ben043
Highlight
Ben043
Highlight
Ben043
Highlight

RFM_Spec en 09/16 page 2 of 5

RFM RoadFocusMedium, LED Cobrahead: 72, 108, and 160 W

LED Wattage and Lumen ValuesLED = Philips Lumileds LUXEON T, CRI = 70, CCT = 4000K (+/- 350K), System (LED + driver) rated life = 100,000 hrs1

LED Module

Typical Delivered Lumens

Typical System

Wattage (W)2

LED Current

(mA)

Typical System Current (A) @Efficacy (Lm/W) BUG Rating120V 208V 240V 277V 347V 480V

72W32LED4K-T-R2S 8,330 73 700 0.62 0.36 0.31 0.28 0.21 0.15 114 B2-U0-G172W32LED4K-T-R2M 8,140 73 700 0.62 0.36 0.31 0.28 0.21 0.15 112 B2-U0-G272W32LED4K-T-R3S 8,085 73 700 0.62 0.36 0.31 0.28 0.21 0.15 111 B1-U0-G272W32LED4K-T-R3M 8,178 73 700 0.62 0.36 0.31 0.28 0.21 0.15 112 B2-U0-G272W32LED4K-T-4 7,142 73 700 0.62 0.36 0.31 0.28 0.21 0.15 98 B1 U0 G272W32LED4K-T-5 7,496 73 700 0.62 0.36 0.31 0.28 0.21 0.15 103 B3-U0-G2108W32LED4K-T-R2S 11,169 108 1050 0.91 0.53 0.47 0.41

N/A

103 B2-U0-G2108W32LED4K-T-R2M 10,914 108 1050 0.91 0.53 0.47 0.41 101 B2-U0-G2108W32LED4K-T-R3S 10,841 108 1050 0.91 0.53 0.47 0.41 100 B1-U0-G2108W32LED4K-T-R3M 10,965 108 1050 0.91 0.53 0.47 0.41 102 B2-U0-G2108W32LED4K-T-4 10,320 108 1050 0.91 0.53 0.47 0.41 96 B2-U0-G2108W32LED4K-T-5 10,050 108 1050 0.91 0.53 0.47 0.41 93 B3-U0-G2108W48LED4K-T-R2S 12,507 106 700 0.93 0.53 0.46 0.40 0.32 0.23 118 B3-U0-G2108W48LED4K-T-R2M 12,222 106 700 0.93 0.53 0.46 0.40 0.32 0.23 115 B2-U0-G2108W48LED4K-T-R3S 12,140 106 700 0.93 0.53 0.46 0.40 0.32 0.23 115 B2-U0-G2108W48LED4K-T-R3M 12,279 106 700 0.93 0.53 0.46 0.40 0.32 0.23 116 B2-U0-G2108W48LED4K-T-4 10,724 106 700 0.93 0.53 0.46 0.40 0.32 0.23 102 B2 U0 G2108W48LED4K-T-5 11,255 106 700 0.93 0.53 0.46 0.40 0.32 0.23 107 B4-U0-G2160W48LED4K-T-R2S 16,778 161 1050 1.34 0.76 0.66 0.58

N/A

104 B3-U0-G2160W48LED4K-T-R2M 16,396 161 1050 1.34 0.76 0.66 0.58 102 B3-U0-G3160W48LED4K-T-R3S 16,285 161 1050 1.34 0.76 0.66 0.58 101 B2-U0-G3160W48LED4K-T-R3M 16,472 161 1050 1.34 0.76 0.66 0.58 102 B3-U0-G3160W48LED4K-T-4 14,386 161 1050 0.91 0.53 0.47 0.41 89 B2-U0-G3160W48LED4K-T-5 15,098 161 1050 1.34 0.76 0.66 0.58 94 B4-U0-G2

Accessories (must be ordered as separate line items - quickly and easily installed in the field)

CPC or CPCD 1

CityTouch Connector Node.

1. Contact the factory for additional support when connected lighting or additional services are desired.

1. L70 >100,000 hrs (at ambient temperature = 25°C). 2. System wattage or total luminaire wattage includes the LED module and the LED driver.

Note: Due to rapid and continuous advances in LED technology, LED luminaire data is subject to change without notice and at the discretion of Philips.

RFM_Spec en 09/16 page 3 of 5

Field Adjustable Wattage (FAWS) Multiplier Chart

FAWS Position

Typical Delivered Lumens Multiplier

Typical System wattage and typical current

1 0.37 0.29

2 0.55 0.50

3 0.62 0.58

4 0.71 0.69

5 0.77 0.75

6 0.81 0.81

7 0.84 0.87

8 0.94 0.91

9 0.98 0.96

10 1.00 1.00

FAWS Position

Typical Delivered Lumens Multiplier

Typical System wattage and typical current

1 0.33 0.27

2 0.56 0.48

3 0.64 0.57

4 0.71 0.65

5 0.79 0.74

6 0.84 0.79

7 0.89 0.85

8 0.92 0.90

9 0.96 0.95

10 1.00 1.00

72W32LED4K-T or 108W48LED4K-T (700 mA)

72W32LED3K-T or 108W48LED3K-T (700 mA)

108W32LED4K-T OR 160W48LED4K-T (1050mA)

108W32LED3K-T OR 160W48LED3K-T (1050mA)

1. L70 >100,000 hrs (at ambient temperature = 25°C). 2. System wattage or total luminaire wattage includes the LED module and the LED driver.

Note: Due to rapid and continuous advances in LED technology, LED luminaire data is subject to change without notice and at the discretion of Philips.

RFM RoadFocusMedium, LED Cobrahead: 72, 108, and 160 W

LED Wattage and Lumen ValuesLED = Philips Lumileds LUXEON T, CRI = 70, CCT = 3000K (+/- 350K), System (LED + driver) rated life = 100,000 hrs1

LED Module

Typical Delivered Lumens

Typical System

Wattage (W)2

LED Current

(mA)

Typical System Current (A) @Efficacy (Lm/W) BUG Rating120V 208V 240V 277V 347V 480V

72W32LED3K-T-R2S 7,398 73 700 0.62 0.36 0.31 0.28 0.21 0.15 101 B2-U0-G1

72W32LED3K-T-R2M 7,181 73 700 0.62 0.36 0.31 0.28 0.21 0.15 98 B2-U0-G2

72W32LED3K-T-R3S 7,168 73 700 0.62 0.36 0.31 0.28 0.21 0.15 98 B1-U0-G2

72W32LED3K-T-R3M 7,042 73 700 0.62 0.36 0.31 0.28 0.21 0.15 96 B2-U0-G2

72W32LED3K-T-4 7,223 73 700 0.62 0.36 0.31 0.28 0.21 0.15 99 B1-U0-G2

72W32LED3K-T-5 7,231 73 700 0.62 0.36 0.31 0.28 0.21 0.15 99 B3-U0-G2

108W32LED3K-T-R2S 10,064 108 1050 0.91 0.53 0.47 0.41

N/A

93 B2-U0-G2

108W32LED3K-T-R2M 9,769 108 1050 0.91 0.53 0.47 0.41 90 B2-U0-G2

108W32LED3K-T-R3S 9,751 108 1050 0.91 0.53 0.47 0.41 90 B1-U0-G2

108W32LED3K-T-R3M 9,581 108 1050 0.91 0.53 0.47 0.41 89 B2-U0-G2

108W32LED3K-T-4 9,826 108 1050 0.91 0.53 0.47 0.41 91 B2-U0-G2

108W32LED3K-T-5 9,837 108 1050 0.91 0.53 0.47 0.41 91 B4-U0-G2

108W48LED3K-T-R2S 11,116 106 700 0.93 0.53 0.46 0.40 0.32 0.23 105 B2-U0-G2

108W48LED3K-T-R2M 10,790 106 700 0.93 0.53 0.46 0.40 0.32 0.23 102 B2-U0-G2

108W48LED3K-T-R3S 10,770 106 700 0.93 0.53 0.46 0.40 0.32 0.23 102 B2-U0-G2

108W48LED3K-T-R3M 10,581 106 700 0.93 0.53 0.46 0.40 0.32 0.23 100 B2-U0-G2

108W48LED3K-T-4 10,853 106 700 0.93 0.53 0.46 0.40 0.32 0.23 102 B2-U0-G2

108W48LED3K-T-5 10,865 106 700 0.93 0.53 0.46 0.40 0.32 0.23 103 B4-U0-G2

160W48LED3K-T-R2S 14,706 161 1050 1.33 0.76 0.67 0.58

N/A

91 B3-U0-G2

160W48LED3K-T-R2M 14,275 161 1050 1.33 0.76 0.67 0.58 89 B3-U0-G3

160W48LED3K-T-R3S 14,249 161 1050 1.33 0.76 0.67 0.58 89 B2-U0-G2

160W48LED3K-T-R3M 13,999 161 1050 1.33 0.76 0.67 0.58 87 B3-U0-G2

160W48LED3K-T-4 14,358 161 1050 1.33 0.76 0.67 0.58 89 B2-U0-G3

160W48LED3K-T-5 14,374 161 1050 1.33 0.76 0.67 0.58 89 B4-U0-G2

Dimensions

RFM11"279 mm

4.38"111 mm

23.25"591 mm

RFM11"279 mm

4.38"111 mm

23.25"591 mm

Side View Bottom View

Weight: 12.2 Lbs

EPA: 0.53 sq. ft.

Specifications

HousingMade of a low copper die cast Aluminum alloy (A360), 0.100" (2.5mm) minimum thickness. Fits on a 1.66" (42mm) O.D. (1.25" NPS), 1.9" (48mm) O.D. (1.5" NPS) or 2 3/8" (60mm) O.D. (2" NPS) by 5 1/2" (140mm) minimum long tenon. Comes with a zinc plated clamp fixed by 2 zinc plated hexagonal bolts 3/8 16 UNC for ease of installation. Provides an easy step adjustment of +/- 5° tilt in 2.5º increments. Includes integral bubble level standard (always included). A quick release, tool less entry, single latch, hinged, removable door opens downward to provide access to electronic components and to a terminal block. Door is secured to prevent accidental dropping or disengagement. A clearance of 13" (330mm) at the rear is required in order to remove the door. Complete with a bird guard protecting against birds and similar intruders and an ANSI label to identify wattage and source (both included in box).

Light EngineComposed of 4 main components: LED Module / Optical System / Heat Sink / Driver.

Electrical components are RoHS compliant, IP66 sealed light engine equipped with Philips Lumileds LUXEON T LEDs.LEDs tested by ISO 17025-2005 accredited lab in accordance with IESNA LM-80 guidelines in compliance with EPA ENERGY STAR, extrapolations in accordance with IESNA TM-21. Metal core board ensures greater heat transfer and longer lifespan.

RFM_Spec en 09/16 page 4 of 5

LED Module: LED type Philips Lumileds LUXEON T. Composed of high-performance white LEDs. Color temperature as per ANSI/NEMA bin Neutral White, 3000 Kelvin nominal (3045K +/- 175K) or 4000 Kelvin nominal (3985K +/- 275K), CRI 70 Min. 75 Typical.

Optical System: Composed of high performance UV stabilized optical grade polymer refractor lenses to achieve desired distribution optimized to get maximum spacing, target lumens and a superior lighting uniformity. System is rated IP66. Performance shall be tested per LM-63, LM-79 and TM-15 (IESNA) certifying its photometric performance. 0% uplight and U0 per IESNA TM-15.

Heat Sink: Built in the housing, designed to ensure high efficacy and superior cooling by natural vertical con-vection air flow pattern always close to LEDs and driver optimising their efficiency and life. Product does not use any cooling device with moving parts (only passive cooling). Wide openings enable natural cleaning and removal of dirt and debris. Entire luminaire is rated for operation in ambient temperature of -40°C / -40°F up to +40°C / +104°F.

Driver: High power factor of 90% min. Electronic driver, operating range 50/60 Hz. Auto adjusting universal voltage input from 120 to 277 or 347 to 480 VAC rated for both application line to line or line to neutral, Class I, THD of 20% max.

DMG: Dimming compatible 0-10 volts. The current supplying the LEDs will be reduced by the driver if the driver experiences internal overheating as a protection to the LEDs and the electrical components. Output is protected from short circuits, voltage overload and current overload. Automatic recovery after correction. Standard built in driver surge protection of 2.5kV (min).

Integrated FeaturesDMG: Dimmable driver 0-10V.

RCD*: Receptacle with 5 pins enabling dimming, can be used with a twist lock Starsense or photoelectric cell or a shorting cap.

SP1: Surge protection device tested in accordance with ANSI/IEEE C62.45 per ANSI/IEEE C62.41.2 Scenario I Category C High Exposure 10kV/10kA waveforms for Line-Ground, Line-Neutral and Neutral-Ground, and in accordance with DOE MSSLC Model Specification for LED Roadway Luminaires Appendix D Electrical Immunity High test level 10kV/10kA.

Please note that these integrated features always come with RoadFocus luminaire.

* Use of photoelectric cell or shorting cap is required to ensure proper illumination.

RFM RoadFocusMedium, LED Cobrahead: 72, 108, and 160 W

Predicted Lumen Depreciation Data

Predicted performance derived from LED manufacturer’s data and engineering design estimates, based on IESNA LM-80 methodology. Actual experience may vary due to field application conditions.L70 is the predicted time when LED performance depreciates to 70% of initial lumen output. Calculated per IESNA TM21-11. Published L70 hours limited to 6 times actual LED test hours

Ambient Temperature °C Driver mA Calculated L70 Hours L70 per TM-21 Lumen Maintenance % at 60,000 hrs

25°C up to 1050 mA >100,000 hours >60,000 hours >96%

RFM_Spec en 09/16 page 5 of 5

Driver and Luminaire OptionsAST*: Pre-set driver for progressive start-up of the LED module(s) to optimize energy management and enhance visual comfort at start-up.

CLO*: Pre-set driver to manage the lumen depreciation by adjusting the power given to the LEDs offering the same lighting intensity during the entire lifespan of the LED module.

DALI*: Pre-set driver compatible with the DALI control system.

OTL*: Pre-set driver to signal end of life of the LED module(s) for better fixture management.

CDMG*: Dynadimmer standard dimming functionalities including pre-programmed scenarios to suit many applications and needs from safety to maximum energy savings.

Safety Mode: CDMGS25: 4 hours, 25% power dimming CDMGS50: 4 hours 50% power dimming CDMGS75: 4 hours 75% power dimming

Median Mode: CDMGM25: 6 hours 25% power dimming CDMGM50: 6 hours 50% power dimming CDMGM75: 6 hours 75% power dimming

Economy Mode: CDMGE25: 8 hours 25% power dimming CDMGE50: 8 hours 50% power dimming CDMGE75: 8 hours 75% power dimming

* Not available with HVU (347-480V)

FAWS: Field Adjustable Wattage Selector, pre-set to the highest position, can be easily switched in the field to the required position. This reduces total luminaire wattage consumption and reduces the light level – see the FAWS multiplier chart for more details.

Note: It is not recommended to use FAWS with other dimming or controls; if you do, set the switch to position 10 (maximum output) to enable the other dimming or controls. Switching FAWS to any position other than 10 will disable the other dimming or controls.

SP2: 20kV / 20kA surge protection device that provides extra protection beyond the SP1 10kV/10kA level.

RCD7*: Receptacle with 7 pins enabling dimming and additional functionality (to be determined), can be used with a twist lock Starsense node or photoelectric cell or a shorting cap.

Please note: Additional hardware will be required to utilize the additional 2 pins on this receptacle.

HS: House side shield, 1 per 16 LED light engine.

PH8*: Twist-lock Photoelectric Cell, UNIV (120-277VAC).

PH8/347*: Twist-lock Photoelectric Cell, HVU (347VAC).

PH8/480*: Twist-lock Photoelectric Cell, HVU (480VAC).

PHXL*: Twist-lock Photoelectric Cell, extended life, UNIV (120-277VAC).

PH9*: Shorting cap.

API: Factory Installed NEMA label, ANSI C136.15 compliant

* Use of photoelectric cell or shorting cap is required to ensure proper illumination.

Luminaire Useful LifeRefer to IES files for energy consumption and delivered lumens for each option. Based on ISTMT in situ thermal testing in accordance with UL1598 and UL8750, Philips System Reliability Tool, Philips Advance data and Philips Lumileds LM-80/TM-21 data, expected to reach 100,000 + hours (72W32LED and 108W48LED at 700mA) or 94,500 hours (108W32LED and 160W48LED at 1050mA) with >L70 lumen maintenance @ 25°C. Luminaire Useful Life accounts for LED lumen maintenance AND all of these additional factors including: LED life, driver life, PCB substrate, solder joints, on/off cycles, burning hours and corrosion.

WiringThe connection of the luminaire is done using a terminal block connector 600V, 85A for use with #2 14 AWG. wires from the primary circuit, located inside the housing. Due to the inrush current that occurs with electronic drivers, recommend using a 10Amp time-delay fuse to avoid unwanted fuse blowing (false tripping) that can occur with normal or fast acting fuses.

Hardware

All exposed screws shall be complete with Ceramic primer seal to reduce seizing of the parts, also offers a high resistance to corrosion. All seals and sealing devices are made and/or lined with EPDM and/or silicone and/or rubber.

Finish

Color in accordance with the AAMA 2603 standard. Application of polyester powder coat paint (4 mils/100 microns) with ± 1 mils/24 microns of tolerance. The Thermosetting resins provides a discoloration resistant finish in accordance with the ASTM D2244 standard, as well as luster retention in keeping with the ASTM D523 standard and humidity proof in accordance with the ASTM D2247 standard.

The surface treatment achieves a minimum of 3000 hours for salt spray resistant finish in accordance with testing performed and per ASTM B117 standard.

LED products manufacturing standard The electronic components sensitive to electrostatic discharge (ESD) such as light emitting diodes (LEDs) are assembled in compliance with IEC61340-5-1 and ANSI/ESD S20.20 standards so as to eliminate ESD events that could decrease the useful life of the product.

Vibration Resistance The RFM meets the ANSI C136.31, American National Standard for Roadway Luminaire Vibration specifications for Bridge/overpass applications. (Tested for 3G over 100,000 cycles by independent lab)

Certifications and Compliance cULus Listed for Canada and USA. Luminaire meets DOE and MSSLC Model Specification for LED Roadway Luminaires. RoadFocus LED Cobrahead luminaires are DesignLights Consortium qualified. Luminaire complies with or exceeds the following ANSI C136 standards: .2, .3, .10, .14, .15, .22, .25, .31, .37, .41.

Limited Warranty 10-year limited warranty. See philips.com/warranties for details and restrictions.

Brackets/Arms For brackets / arms available with this luminaire, see Lumec 3D for details.

RFM RoadFocusMedium, LED Cobrahead: 72, 108, and 160 W

Specifications (continued)

© 2016 Philips Lighting Holding B.V. All rights reserved. Philips reserves the right to make changes in specifications and/or to discontinue any product at any time without notice or obligation and will not be liable for any consequences resulting from the use of this publication. philips.com/luminaires

Philips Lighting North America Corporation200 Franklin Square Drive, Somerset, NJ 08873Tel. 855-486-2216

Philips Lighting Canada Ltd.281 Hillmount Rd, Markham, ON, Canada L6C 2S3Tel. 800-668-9008

Sadler RdLake Brook Dr S

HE

ET

SC

AL

E

OF

PL

AN

R

EV

IS

IO

NS

-

EN

GIN

EE

R: K

JF

RU

MM

EL, K

LE

PP

ER

&

K

AH

L, LLP

21

00

E

AS

T C

AR

Y S

TR

EE

T, S

UIT

E 3

09

RIC

HM

ON

D, V

IR

GIN

IA

2

32

23

(P

) 8

04

7

82

-1

90

3 (F

) 8

04

7

82

-2

14

2

Engineers C

onstruction M

anagers P

lanners S

cientists

NU

CK

OL

S R

OA

D IM

PR

OV

EM

EN

TS

PH

AS

E II

CH

EC

KE

D:

JS

K

CA

D:K

JF

DA

TE

:1

1/1

9/2

02

1

JO

B#

:1

51

42

-0

9

19

18C

N/A

MT

N

MT

N

jkuttesch
PE Seal - VA
jkuttesch
Stamp
jkuttesch
Text Box
2/8/2022