Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-2019-0430 - 11/14/2019
RESOLUTION NO. R-2019-0430 WHEREAS, the City of Round Rock ("City") desires to purchase street lighting, and related goods and services; and WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local governments to participate in cooperative purchasing programs with other local governments; and WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") is a cooperative purchasing program administered by the Texas Association of School Boards for the purpose of procuring goods and services for its members; and WHEREAS, the City is a member of Buy Board; and WHEREAS, TraStar, Inc. is an approved vendor of Buy Board; and WHEREAS, the City desires to purchase said goods and services from TraStar, Inc. through Buy Board,Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Purchase of Outdoor Street Lighting with TraStar, Inc., a copy of said Agreement being attached hereto as Exhibit"A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. 0112.1902;00434780 RESOLVED this 14th day of November, 2019. Ciit�y of .Round Rock, Texas ATTEST: `I� ` FAt.5�j M(Ayd?-- �k"1�M w4t --&ttc SARA L. WHITE, City Clerk 2 EXHIBIT CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF OUTDOOR STREET LIGHTING WITH TRA STAR,INC. THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WI.LLIA.MSON § COUNTY OF TRAVIS § THAT THIS AGREEMENT for the purchase of outdoor street lighting, and for related goods (referred to herein as the "Agreement"), is made and entered into on this the day of the month of , 2019 by and between the CITY OF ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and TRA STAR, INC., whose offices are located at 864 North Dorothy Drive, Suite 600, Richardson, Texas 75081 (referred to herein as "Vendor"). RECITALS: WHEREAS, City desires to purchase certain goods, specifically outdoor street lighting.. and City desires to procure same from Vendor; and WHEREAS,City is a member of the Buy Board Cooperative Purchasing Program ("Buy Board") and Vendor is an approved Buy Board vendor through Buy Board Contract 4 540-17; and WHEREAS, City desires to purchase certain goods from Vendor through Buy Board as set forth herein; and WHEREAS, the panties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW,THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follow: 00433010;.ss2 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City agrees to buy specified goods and Vendor is obligated to provide said goods. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials, commodities, or equipment. F. Vendor means TraStar, Inc., its successors or assigns. 2.01 EFFECTIVE.DATE,TERM A. This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. B. This Agreement shall terminate August 31, 2020. C. City reserves the right to review the relationship with Vendor at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCLTMENTS AND EXHIBITS The goods which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the Contract Documents. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference to the terms and conditions set forth in pages one(1)through nine (9) of this Agreement. 4.01 ITEMS A. The goods which are the subject matter of this Agreement are described generally in the attached Exhibit"A." B. This Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. 7 C. Vendor shall satisfactorily provide all deliverables described in Exhibit "A" within the contract term specified. A change in the Scope of Services or any term of this Agreement, must be negotiated and agreed to in all relevant details, and must be embodied in a valid Supplemental Agreement as described herein. 5.01 COSTS A. City agrees to pay for supplies during the term of this Agreement at the pricing set forth at in Exhibit "A." Vendor specifically acknowledged and agrees that City is not obligated to use or purchase any estimated annual quantity of goods. Only if, and when needed by City, the costs listed on Exhibit"A"shall be the basis of any charges collected by Vendor. B. The City shall be authorized to pay the Vendor an amount not-to-exceed Sixty Thousand and No/100 Dollars ($60,000.00) for the term of this Agreement. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery or performance dates. 7.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the goods as determined by City's budget for the fiscal year in question. City may effect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 8.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect"on September I of the fiscal year in %vhich the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona tide dispute between City and Vendor, a contractor, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The ten-ns of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late;or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 9.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 10.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 1.1.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 12.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Gary Hudder Transportation Director 2008 Enterprise Drive Round Rock, Texas 78664 (512) 218-5560 gllitidder•( )r•otitidrocktexas.!Tov 13.01 INSURANCE Vendor shall meet all City of Round Rock Insurance Requirements as set forth at: littn:l N.vNvw.rounds•ocktexas.;:ovfwp-content/Lip loads/2014.f 12/corr insurance 07.20112.pdf: 14.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 15.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost. if any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; B. Fails to provide adequate assurance of performance under the "Right to Assurance"section herein; or C. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 15.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty(30)days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10)days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 17.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 18.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter 2270,Texas Government Code, a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. 19.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party sha(I assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 20.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 6 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Tra5tar, Inc. 660 North Dorothy Drive, Suite 600 Richardson, Texas 75081 Notice to City: City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications behveen representatives of City and Vendor. 21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, 'Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 22.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 23.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14)or any applicable state arbitration statute. 24.01 SEVERABILITY Tile invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any 7 void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 25.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such irnpediment or delay in performance must be timely given and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this docurnent; and all of which. when taken together, shall constitute one and the same instrument. [`signatures on the following page.] IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock,Texas TraStar,Inc. By: By: Printed Name: Printed arne: f{ U- Title: Title: , Date Signed: Date Signed: q Attest: By: Sara L. White,City Clerk For City,Approved as to Form: By: Stephan L. Sheets, City Attorney Exhibit "A" City of Round Rock,Texas Price Sheet TraStar,Inc, BuySoard Contract 540-17 The City of Round Rock would like to enter into a contract with TiaStar,Inc.per the terms of Buy 6oard Contract 540-17,The City intends to purchase from this contract Outdoor Street Lighting in an amount of$60,000 per year for a total not to exceed$60,000. Contract berm,Effective from date of execution and will expire on 06/31/2020,per the terms of BuyBoard Contract No,540-17. Special Instrucvons:Complete pricing below and submit copy of price list or catalog. Sectiom.1,Equipment,Products and Supplies State Percent of - - Item r/ Short Description J Full Oc5criptioin Discount of State Name of Catalog/Priceiist Exceptions to Discount ��.- LatakiglPrir•cfist Discount(46)Off Please state the discount(%)off CatalogtPricelist for Lantem-catalcg/pticetist for Lantam style r stye Decorative Histoncal Decorative Historical Luminaires �°J N/A NIA Luminaires CatatogtPricexist Mijst tie included or Proposal will not be considered. f DisDiscount{%)Off Please state the discount(%)off co gtPric)O for Acorn eataingtpritelist for Acorn Caries ` Series Decorative Historical Deeexative Historical Luminaires. _ e #fit/A NIA Luminaires Catalog/Price)st Must tie includfad or � , Proposal 41 not be considered j Discount{%}Off Please state the discount(0A)off CatakiglPricelist for catatogipncellst for Harp-style i 3 HaDecorativoHisto0cat Luminaires ",� !N/A Norile Decorative IA Historical Catalog/Pricetist Must be included or `a t Luminaires Proposal writs not be considered, i Discount(%)Off Please state the discount(%)off .._. Catalog/Priceiist for catakigtpric•,elist for Octagonal Sekiis 4 Octagonal Series Decorative Historical Luminaires„? NO �NIA �.-�'. ._ ,-......_...�,� NIA Decorative Historical Catalog/Piiceiist Must be included'or Luminaires Proposal will not be considered. 4 Miscount Off ease state fie discount()Fn Calatag/Pricelist lar catalog/pricel:st for Vr,torian Gas 5 Victorian Gas Light �Lioht Decoralive Historical i Luminaires.Calalog/Priceiist must be •...............................%o N/A N/A Detonative Historical i Luminaires included or Proposal will not be J Discount(%)Off Please state the discount(°k)off { Cateiog/Pncel+st for catalog/pricelist for Teardrop Series £, Teardrop Series Decorative Decorative Historical Luminaires �..w ° N/A NIA l Historical Lumnarrws CataiogtPricelist Must be includrid or Proposal w;u not be considered. Discount(%)Off s etc a tsCourtt t b)off Catalog/PnceDSl for calatoglpricetist for Residential SI feet , 7 Residential Street Light Light Decorative Historical N/A NIA Decorative Historical Luminaires,CatalogtPncelist Musl tie Luminaires included or Proposal will not be Discount(%)Off Please state the discount(%)nff C:ataloglPrleelist for All cratalog/pricelist for Alt Other Other Decorative Historical Decorative Historical Luminaires. - % NIA NIA Luminaires Catalog/Pricelist roust be included of Proposal colli not be considered. Se'ct'ion 11:1?ectilratiye contem are 1,uminairrs Discount(463 Off Please state(tie discount(%)off CataloglPoceast for catalog/pricelist for Decorat ve 'i Contemporary Lumisiairrs A NPA Decorative Contemporary NIA Luminaires Catalog/Piice list Must be included or Proposal MY not be considered. Icase eta a Ina ciistoun � �i Discount(%)Off catalogipficetist for Modern Iii Catalog/Pricelist for Modern Decorative Contemporary ja I N/A Decorative Contemporary Luminairr_s CatalogiPncelist t:tust be - f NIA Luminwrex included or Proposal will not be ease sa+r?me niscouriE7§b cff� - - ., Miscount(°h3 Off catalog/pricelist for European Style l Catalog/Pricetist tar Decoralive Contemporary % NIA Fufopean Style Decorative Luminaires Catalog/Pricetist klusl tae - - NIA Contemporary Luminaires irlchitied or Proposal vtili not he g Please stale 1 o diSCounl t,, Offt Discount(%)Off catalogtpiicelist for All Other € i l_ C:staloi3tfancelcsl ffor All Decorative contemporary a� i Other Decorative Luminaires Cataiog/Pricelist;,hust ce N/A NIA Contemporary Luminaires Itricluded or Proposal will not be Exhibit "A" Section 111.Decoradve Poky -- Please slate the discount(5%)off Discount(%)Off cata€otg/pricetist for Alummurn )? Catalog/Pricelist for Decorative Poles Catatog/Pricelml Cie NIA N/A Aluminum Decorative Poles Must be included of Proposal will not be considered. Discount(%)Off Please slate the discount(%)off CatalogiPricelim for catalog/priceiist for Composite la Composite Decorative Decorative Poles.Catalog/Pricelist CIC NIA N/pi Poles Must be included or Proposal will not be considered. Please state the discount(°,h)oft Discount(%)Off Cataiog!prlceirst for Concrete is Catalog/Pricalist for Decorative Poles CalalcglPricefist u% N/A NIA Concrete Decorative Poles Must be included or Proposal will not ,be considered Please state the discount(%)off Discount(4/a)Off catalog/pace€est for Cast Iron ?6 Catalog!Pftcelist for Gast Decorative Poles Catalog/Pricettst °a NIA NIA Iran Decorative Poles Must be included or Proposal will not i be considered. Please state the discount(%)off I Discount(%)Off catalog/pricelist for Steel DecoratlFc j 17 Calalog/Pricelist for Steel Poles CataloglPnceiist Must be % N/A N/A Decorative Poles included of Proposal will not be considered. Discount(%)Off Please state the discount(a.)off Catalog/Priceilst for catatngipric:elist for Revitalization 18 Revitalization Series Series Decorative Poles. % N/A NIA Decorative Poles CatalogiPricelist Must be inducted or Proposal will not be considered Discount(%)Off Please state the discount(%)off �' l Catalog/Pricelist for catalog/pricelist for Extruded 9 Extruded AtuminunvModular Decorative Poles °Ic NIA N/A AluminumNodular CalaloglPricelist Must be ifrcfuded far I ) Decorative Poles Proposal wilt not be considered Please state the discount(%)off Discount(4A)Off catalog/pricelist for All Other 20 Catalog/Pricelist for Ail Decorative Poles CatatVPnrelist `/a N/A NIA Other Decorative Poles Must be included or Proposal wrtl;of txa considered. _ E Section IV:D corative Color C:hungi X txMinaires Discount(%)Off Please state the discount(%)off Catalog/Priceiist far cataloglpncelisl for Decorative Color 21 Changing Immi tyres % NIA NIA Decorative Color Changing CataloglPricetist Must be included or Luminaires Proposal will riot be considered, 5retit)n V.Decorrstive Bollards Please state the discount(%)off Discount(%;Off catalog/pricelist for Cast Iron 22 Catalog!Pricelist for Cast Decorative Boilards Catalog/Pricelist % NIA N/A Iron Decorative Bollards Must be included or Proposal will not be considered Discount(%)Off Please slate till-aircount(%)off CataloglWtic IMist for Cast cater/pricelist for Cast Aluminur+l 23 Aluminum Decorative Decorative Soilards CatetoglPriceilst __�% NIA NIA Bollards Must be included or Proposal evil+not be considered. Discount(s{,)Off � Please state t e discauntj't air CataroVPricelist for catalog/pricelist for Extruded 24 Extruded AluminumlModutar decorative crC NIA N/A Aluminum/Modular Bollards CalalogyPricelist Must be Decorative Bollards included or Proposal will not be R Please state the discount(%)off (discount(%)Off r..atalogipricelist for All Other '> Cataiog/Pncel)st for All Decorative Pollards Catalog! kclist % N/A )N/A Other pvcor;ative Bollards Must be included ur Proposal wlii not _.�be considered. Section Vi:Decorative Specialty Landscape Ughtting Products Discount(%)Off ease stalFrAe 21scaunt( o Catalog/Pricelist for catalog/priceiist for Decorative Specialty LandscapeUghlrng N/A N/A <ti Decorative Specialty Landscape Lighting Products Catalog/Prica)tst Must be d inciued or Proposal will not be l Products i Section Vil.Infrastructure Roadway Llghting { Exhibit "A" Please state the discount(%)off _.- (Discount(%)Oft catalog/pricelist for Cobra head tl DURALIGHT Catalogue& Total discount cannot exceed over /0 27 Catalog/Pricelist for Cobra Roadway Lighting Catalog/Pricetist 2 2%per order for quantities over 55 head Roadway Lighting Must be included or Proposal wilt flat Pricelist be considered units in any product Category. Please state the discount(%)off �^ Discount(%)Off catalog/pricelist for Offset Roadway Total discount cannot exceed over 28 Catalog/Pricelist for Offset Lighting.Calalog/Pricelist Must be % DURALIGHT Catalogue& 2ro o per order for quantities over 55 Roadway lighting included or Proposal will not be Pricelist units In an product category. considered y p Please state the discount(:h)off Discount(11,I))Off catalogipricerist for Sign rRoadwa. :9 Catatog/Pricelist for Sign Lighting Catalog;Pncehst Must be ao NIA N/A Roadway Lighting included or Proposal will not be ronaidered Please state the discount(%)off Discount(%)Off catatog;pricetist for Tunnel Roadway 1n Catalog/Pricelist for Tunnel Lighting.Calatog;Pncelist Must tae --.% N/A N/A Roadway Lighting included or Proposal will not be Considered. ease state tie is'int(,)o Discount(%)Off catafog/pricelist for High Mast Total discount cannot exceed over 1 t Catalog/Pricelist for High Systems-Luminaires Roadway or QURALIGHT Catalogue$ I Mast Systems-Luminaires Lighting.Catalog/Pricelist Must be 2 o Pricelist ;2%per order for quantities over 55 Roadway Lighting included or Proposal will not be units in any product category. ease state me discount(;}ott - € Discount(%)Off catalog/pricelist for Nigh Mast 32 Catalog/Pricelist for High Systems-Lowering Devices % N/A N/A Mast Systems-Lowering Roadway Lighting.Catalog/Pricelist Devices Roadway Lighting Must be included or Proposal will not ___� Please state the discount(Oh)off Discount(%)Off catalog/pricelist for All Other Total discount cannot exceed over 13 Catalog/Pricelist for All Roadway Lighting.Catalog/Pricelist2 as DURALIGHT Catalogue 8 2oi2%unio per order for quantifies over 55 Other Roadway Lighting Must be included or Proposal will trot Pricelist in any product category. the considered Section Vill: all and Canopy Lighting Products Discount(%)Off Please state the discount(%)off Catalog/Pricelist for List for catalog/pncelist for List for Wall and Total discount Cannot exceed over 33 Canopy Lighting Products 2 % DURALIGHT Catalogue$ 2"IQ, Walt and Canopy Lighting ,, Pricelist tper order for quantities over 55 Products CatalogiRicelist must be included or I Proposal wilt not be considered lunits in any product category. Sectirltn IX:Infrastructure Fla"a lighting Please state the discount(%)off Discount(°}Off catalog/prtcellst for Floodlighting DURALIGHT Catalogue& Notal discount cannot exceed over 35 Catalog/Pricelisl for Products.CatalogfPnceiist fyfust be 2 % 2%per order for quantities over 55 Ploodfighhng Products included or Proposal will not be Pricelist units in any product category Considered. Sretion X:infrastructure Poles Please state the discount(lib)off Discount(%)Off catalog/pricelist for Round Tapered 36 Catalog/Pricelist for Round Alurnlnum Poles Catalog/Price ist % N/A N/A Tapered Aluminum Poles Must be included or Proposal will not be considered. Please state the discount(%)off Discount j%)Off catalog/piicelist for mound Tapered T., Catalog/Pricelist for Round Steel Poles Catalog/Pncehst Must be % N/A N/A Tapered Steel Poles included or Proposal will not be considered (Please state the discount(%)off W. Discount(%)Off catalog/pricelist for Square Straight ' 38 Catalog/Pricelist for Scuare Aluminum moles Catalog/Pricelist % N/A N/A Straight Aluminum Poles Must be included or Proposal will riot be considered. Please stale the discount(%)off Discount(%)Off catalog/Pricelist for Square Straight 1U CatalogiPricelist for Square Steel Poles.Catalog/Pricelist Must Oe °Jo N/A N/A Straight Steel Poles includes or Proposal will not be considered. Discount(%)Off Please state the discount(%)off »n Catalog/Pricelist for High cataiog/pricelist for High Mast Poles N/A N/A Mast Poles CataloglPricelist Must be included or Proposal will not be considered Discount(%)Off Please state the discount(%)off Catalog/Pricelist for catalog/pricelistfor Extruded 41 Aluminum/Moes dular Poles or �xtrudea ...._., ,o N/A N/A Alurninum/Modular Poles Catalog/Pricelist Must be included or Proposal wilt not be considered Exhibit "A" i Please state the discount(%)off Discount(4)riff catalog/priceiist for All Other 42 Catalog/Pricetist for All i Infrastructure Poles €';atalog/Pncelist _. w% N/A N/A Other Infrastructure Poles Must be included or Proposal will not be considered. _ Section Xi:Controls Discount(%)Off Please state the discount(%)off 43 Catalog/Pricelist for Repair catalog/priceltst lar Repair Pans € °lo N/A N/A Parts CatalogiPncelist Must be included or t-- ------- Proposal will not be considered Discount(%)Off Please state the discount(%)OH Catelog/Pricellst for catalogipricelist for Wireless 44 Wireless Monitoring and Monitoring and Control Systems °lo NIA N/A Cortins Systems Catalog/Pricellst Must be included or Proposal will not be considered Section Xll:Repair Parts and Nfaintenitnet Agreements Discount(%)Off Please state the discount off CataEag/Pricelist for catalog/pricelist for Wireless 43 Monitoring and Control Systems % N/A Wireless Monitoring and emN/A Control Systems CataloglPricelist Must be included or l Proposal will not be considered Please state tete discount(*,a)off -- Discount(°fij Off catalog/pocelist for service 46 Catalog/Pncelist for Service Maintenance Agreements NIA Maintenance Agreements Catalog/Pricelist Must be included or Pr000sal will not be considered Section Xiii:Installation and Re air Servlet Hourly Labor Rate for ! Not to Exceed Hourly Labor €nstallation/Repair Service of Sernce I Rate for InstallationfRepair for Street and Area Ughttng 47 Service for Street and Area Equipment and Products-State:the Hour NIA N/A Lighting Equipment and Not to Exceed hourly labor rate fix � � J Products InstallationfRepair Service of Traffic 11 Signal Equipment and Products Hourly Labor Rate for Retrofit of Not to Exceed Hourly Labor Street and Area Lighting Equipment 48 Rate for Retrofit of Street and Products(All Types)-State the Hour N/A NIA and Area Ligntinq Not to Exceed isourty labor rate for ---W Equipment and Products IristaitatronrRepair Service of Traffic Signal Equipment and Products 'Hourly Labor Bate for " Piot to Exceed Hourly Labor Instaftation/Aepair Service for Rate for InstallationfRepair Wireless Monitoring and Control ty Service for Wireless Systems Equipment and Products All Hour N/A Monitoring and Control Types) State the Not to Exceed -- N/A Systems Equipment and hourly labor rate for Products InstallationfRepair Service of Traffic Sional Ecuipment and Products Hourly Labor Rate for Not to Exceed Hourly Labor InstallationfRepair Service for All Rate for InstallationfRepair Other Outdoor Lighting Equipment =r1 Service for AiI Other and Products-State ttie Not to Hpuf N/A t N/A Outdoor Lighting Equipment Exceed hourly labor rate for and Products Installation/Repair Service of Traffic Sicnai Equipment and Products Information Only:The City of Round Rock reserves the right to order other products from the attached I41SRP Sheet per the discounts quoted in SuyBoard Contract#540-17. I COMPANY NAME- SIGNATURE OF AUTHORIZED REPRESENTATIVE PRINTED?NAME lr J�j PHONE"NUMBER' i r_.goo — EMAIL ADDRESS P i Exhibit "A" DURALIG TOD Trac Signal & Lighting Products Duralight LED .righting Catalog 4, TRAS ",A R, INC. 860 N. Dorothy Drive,Suite 600. Richardon,TX 75081 Telephone: (972)480-08881 J Fax: (972)480-8884 Exhibit "A" TRASTAR, INC. IN't wvnvArastarusa.0©m Date: 10110/2018 DURALIGHT@ 2018 PRICE LIST BuyBoard Specification Part/Item Number Item Description List Price Cate a DURA-ST COBRAHEAD 27,28,33 DURA-STIC 40W DURA-ST LED Cobrahead Roadway Lighting $198.00 27,28,33 DURA-ST1 5 65W DURA-ST LED Cobrahead Roadway Lighting $208.00 27,28,33 DURA-ST20 I OOW DURA-ST LED Cobrahead Roadway Ughfing $248.00 27,28,33 DURA-ST25 140W DURA-ST LED Cobrahead Roadway Lighting $298.00 27,28,33 DURA-ST40 120OW DURA-ST LED Cobrahead Roadway Lighting $328.00 27,28,33 DURA-ST40S 1220W DURA-ST LED Cobrahead Roadway Lighting $368.00 JXM-ST COBRAHEAD 27,28,33 JXM-ST140-3 100W JXM-ST LED Cobrahead Roadway Lighting J- $278.00 27,28.33 JXM-ST'l 40 130W JXIVI-ST LED Cobrahead Roadway Lighting $318,00 27,28,33 JXM-ST140-4 150W JXM-ST LED Cobrahead Roadway Lighting $348.00 27,28,33 JXM-STI 80-3 170W JXM-ST LED Cobrahead Roadway Lighting $358.00 27,28,33 JXM-ST180 20OW JXM-ST LED Cobrahead Roadway Lightin2 $368.00 27,28,33 JXM-ST1 80-4 250W JXM-ST LED Cobrahead Roadway Liqhting $398.00 27,28,33 JXM-ST1 80-4-1 285W JXM-ST LED Cobrahead Roadway Li 11in _ $458.00 27,28,33 JXM-STI 80-4-2 320W JXM-ST LED Cobrahead Roadway Lighting $479.00 27,28,33 JXM-ST11OLED JXM-ST LED Shoebox Roadway Lighting $528.00 I HIGH MAST LUMINAIRES 31 JXM-ST-1-IM6-A 145OW LED High Mast LUMinaires $886.00 31 JXM-ST-HM6-B 145OW LED High Mast Luminaires $886.00 31 JXM-ST-HM4-S 130OW LED High Mast Luminaires $886.00 LED FLOOD LIGHT 35 JXM-ST-Al 135W LED Flood Light $112.00 35 JXM-ST-A2 165W LED Flood Li ht $138.00 35 JXM-ST-A3 130W LED Flood Light $208.00 35 JXIVI-ST-A4 185W LED Flood Light 5338.00 35 NJM-ST-A5 240W LED Flood Light $378.00 LED WALL&CANOPY LIGHTINGS 34 JXM-ST-WPK1 30W LED Wall Pack $98.00 34 JXM-ST-WPK2 60W LED Wall Pack $148.00 34 JXM-ST-WPK3 80W LED Wall Pack $158.00 34 JXM-ST-LE40 55W LED Low Say Fixtures $198-00 34 JXM-ST-LB80 75W LED Low Bay Fixtures $198,00 34 lJXM-ST-HB 15OW LED High 82y Fixtures lr)298.00 34 ljxm-ST-HBI 20OW LED High Bay Fixtures $328.00 34 (M-ST-HB2 30OW LED High Bay Fixtures $368,00 860 N.Dorothy Dr.#600, Richardson,TX 75081 Tel:(972)480-0888 Fax(972)480-8884 CA) DURALIGHT Exhibit "A" DI..JRA- ST Cobra okra Hea Celts tcd bN IS(9MA Ouahty(untiul S ystcn� TECIINIAL DATA D [ SIGN 1IGHTS C0NS0RTIUrn POWER CONSUMPTION—Saves 50-70%. I.,UMIINAIRE EFFICACY— >_ 1151m.4, EXPECTED LED LIFE— 100,000 hrs. COLOR CORRELATED'TEMPERATURE(CCT)—3.000K LED TECHNOLOGY—Latest technology on Hi-Flux LEDs; to 6,000K. Minimal CRI of 70. OPTICS—Special secondary optical lens design to maximize light output&uniformity.Each lens allows the fixture to '~ M generate different lighting patterns. Dimmable option. n DISTRIBUTION LAYOUT—Available:"Type if.III,IV,V. OPERATING TEMPERATURE— -40 C° +70 C°. t: HOUSING—Die cast aluminum housing with powder coat finish. Single,self-contained device,not requiring on-site assembly for installation,designed to prevent the buildup of water and accumulated debris.Tool-less entry housing.Watertight.IP-66. THERMAL MANAGEMENT--Heat sink fins are incorporated into the external design to allow for dispensing heat. MOUNTING—f5°mounting angle adjustability. Easy mounting hardware for mounting angles and different poles sizes. ' _ M ELECTRICAL FEATURES—Integral power surge protector II tested in conformance to ANSI'IEEE 0:62.45 procedures. Comes with a variable voltage power supply either 120-277VAC or 249-528 VAC. Twist-lock photocell included Q or 7 pins).UL 1598,UL 5750, and CSA 022.2 certified. -�- Model Number: DURA- DURA- DURA- DURA- DURA- DURA- ST1t1 ST15 ST20 ST25 ST40 ST40S Wattage Levet: 40W 65W 100W 140W 185W 220W Lumen Output*: =4600 7475 =11500 16100 =21275 z25300 GRI: >70 >70 >70 >70 >70 >70 Power Factor: >0.9 >0.9 >0.9 >0.9 >0.9 >0.9 Weight(lbs): 5 12 _<12 516 516 s16 s 16 EPA(sgft): 0.46 0.46 0.65 0.65 0.65 0.65 Any additional technical information or sales support regarding these and other LED Products, please contact us www.trastarusa.+com UA rlubk a a A) LIG 1 0 Exhibit "A" DURA-ST Cobra Head bN.-ISOOOM Inrematiolial Qualic",conliol System HOUSING SIZES: tj T7' 06 V, iq CN en »._........................ 256(10,1") 477(18.8-) 696(27 4!') ............. ............................................. 70(2.8-) J ............................. "T 2— ........... -------------- ORDERING/OPTIONS Example: DURA-ST20-4k'-120-2-GR-SC PREFIX SERIES WATTAGE LEVEL 1l CCT DURA DURALIGHT ST Lighting 10 =40W 3K 3000K 0: 300) LED Series 15 =65W 4K 4000K(±300) 20 = 100W (Standard CCT) 25 z 140W 5K 5000K 300) 40 z 185W 6K 6000K 300) 40S z 220W VOLTAGE DISTRIBUTION FINISH OPTIONS 120 120V — 277V 2 Type 11 GR Gray Housing PC Photocell (Standard Driver) 3 Type III (Standard) SC Shorting Cap' 480 480V 4 Type IV BK Black' DM Dimming 5 Type V BZ Bronze 2 (0-1 OV Driver) DG Dark Green Z L Utility Label SP Special Color Z B Bubble Level (Provide Chip) NOTE- 1.Fixtures come with a Standard 7-Pin Receptacle. 2.Color other than the standard Gray may incur an extra charge.Please contact us for additional inforniation. TRASTAR,INC. "',611 N.DOR0 I M MOVI.—MT!F fi0l),RICIIAM)SON, FN �.,50hl 111V i:,,17211 IA:OYY�) :;4)4 Www. L4saxom --—-----—--- A) DURALIGHT Exhibit "A" E. XM-ST Cobra Head t'ci?Ilicd 1n ISO') 01 11RCTI 11011 I QLWIQ� C'(111110i` -stere TECHNICAL DATA POWER CONSUMPTION—Saves 50-70°O. LU1 INA IRE EFFIICACY— '- 115 1m w. EXPECTED LED LIFE— 100.000 hrs. COLOR CORRELATED TEMPERATURE(CCT)-3.000K LED TECHNOLOGY—Latest technology on 1--li-Flux LEDs. to 6,Of)OK. Minimal CRI of 70. OPTICS—Special secondary optical lens design to maximize fight output&uniformity.Each lens allows the fixture to generate different lighting patterns. Dimmable option. x rc`ya DISTRIBUTION LAYOUT—Available:Type 11,III.IV.V, OPERATING TEMPERATURE— -40C' +-70 C'. HOUSING—Die cast aluminum housing Nvith powder coat finish. ' Single.self'-contained device.not requiring on-site assembly for installation,designed to prevent the buildup of water and accumulated debris.Tool-less entry housing.Watertight,IP67. THERMAL MANAGEMENT—Heat sink fins are incorporated into the external design to allow for dispensing heat. MOUNTING—Up to 90°mounting angle adjustability. Easy �<. adjustable mounting hardware for various mounting angles and pole sizes. A : ELECTRICAL FEATURES—Integral power surge protector f� tested in conformance to ANSI'IEEE`062.45 procedures. Comes with a variable voltage power supply either I20-277VAC or 249-528VAC. Twist-lock photocell included(3 or 7 pins).UL 1598_UL 8750. and CSA C22.2 certified. Model Number: JXM- JXM- JXM- JXM- JXM- JXM- JXM-ST JXM-ST ST140-3 ST140 ST140-4 ST180-3 ST180 ST180-4 180-41 180-4-2 Wattage Level: 100W 130W 150W 170W 20OW 25OW 285W 320W Lumen Output*: 11500 2:15000 N 17200 =19500 23000 28700 =33000 =37000 GRI: >70 >70 >70 >70 >70 >70 >70 >70 Power Factor: 0.99 0.99 0.99 0.99 0.99 >0.9 >0.9 >0.9 Weight(lbs): <27 52 7 <_27 <_35 <_35 535 <40 s 40 EPA(sgft): 0.543 0.543 0.543 0.805 0.805 0.805 0.915 0.915 Any additional technical information or sales support regarding these and other LED Products,please contact us: Ic 0RoH,S ww.trasJ arusa.com 0 ,s (!L) M i CA) DURALIGHT a Exhibit "A}; M- T Cobra flead Cm)ticd by 1509001 tntcniat)onaf Qija )t_`Oiiitol Wstern HOUSING SIZES: 'A1i1.Y: { :ra . :- ` � aaa v ria'4 f►3�x•! � c�j E�x�. � X ' f r tw ri l ) ` r f ..t�ik6!F•r_ :t'S+:.!aR9'} .ems •1G:7 i'�1'E � aE;r r E .[ n ORDERING/OPTIONS Example: JXM-ST1804-140K 120-2-GR SC rll � M PREFIX SERIES WATTAGE LEVEL CCT JXM DURALIGHT ST Lighting 140 :z: 130W 30K 3000K( 300) LED Series 180 w 20OW 40K 4000K(±300) 180-4-1 =2 8 5 W (Standard CCT) 50K 5000K(. 300) 60K 6000K{, 300) VOLTAGE DISTRIBUTION FINISH OPTIONS 120 120V ..-- 277V 2 Type II GR Gray Housing PC Photocell' (Standard Driver) 3 Type III (Standard) SC Shorting Cap' 480 480V 4 Type IV BK Black Z DM Dimminb 5 Type V BZ Bronze= (0-1OV Driver) DG Dark Green 2 L Utility Label SP Special Color 2 13 Bubble Level (Provide Chip) NOTE: 1.Fixtures come with a Standard 3-Pin Receptacle.Please contact us for 7 pin option if required. z.Color other than the standard Gray may incur an extra charge.Please contact us for additional information. TRAy}STA#RF,INC. y 7RL1 q t g it`»;,)430A)M,4}1,V 0177 i 481t-"M4 www.trastalrusa.com G 08142018 DURALIGHT Exhibit "A" J-'XM-ST-HM High Mast f c'rt�l�c:d fav 15t1)�:�il tnuniatii��t.il t)ualf�:t t>n�rtti�,-ac:m TECHNICAL ►ATA POWER CONSUMPTION—Saves 50-701'0. COLOR C011RELATED TEMPERATURE(CCT)--4,OOOK EXPECTED LED LIFE— 100,000 hrs. to 6.00OK. LED TECHNOLOGY—Latest technology on Hi-Flux LEDs, NEIGHBORHOOD FRIENDLY OPTION AVAILABLE Minimum CRI of 70. OPTICS—Special secondary optical lens design to maximize light output&uniformity.Easy field-rotatable optics to ensure ' r proper orientation of luminaire. R DISTRIBUTION LAYOUT—Available:Type A.B,and S. OPERATING TEMPERATURE— -40 C" +70 C". HOUSING—Die cast aluminum housing with powder coat finish. Single,self-contained device,not requiring on-site assembly 60-0-- for installation,designed to prevent the buildup of water and accumulated debris.Tool-less entry housing. Completely watertight. THERMAL MANAGEMENT—Heat sink fins are incorporated into the external design to allow for dispensing heat. MOUNTING—±5°mounting angle adjustability.Complies with + ANSI C136.3I for 3G vibration tests. . ELECTRICAL FEATURES—Integral power surge protector tested in conformance to ANSI.JEFF C62.45 procedures. . Comes with a variable voltage power supply 120-277VAC(60 HZ+3 HZ AC line).Also available with a step-down transformer built into the unit to accommodate 480VAC. tat Typical driving current--525mA to 600mA Model Number: 1XM-5T HMG-A(Type A) JXM-ST-HMG-B(Type B) JXM-5T-HM4S(Type 5) Wattage Level: 45OW 45OW 30OW Lumen Output: =49500 z 49500 33000 CRI: >70 >70 >70 Power Factor: 0.95 0.95 0.95 Weight(lbs): s 52 s 52 s 52 EPA(sgft): 1.29 1.29 1.29 `Meet TXDOT current High Mast specifications, has been used on TXDOT projects* Any additional technical information or sales support regarding these and other LED Products, please contact us www.trastarusa.com LIGHT 0 Exhibit "A" � - 'T -M Hi Mast C'e,ufic'cl by lS0l901)l Intniianonal Qwil?t�Contriji S}•,,ten: DIMENSIONS • it�l.,.io,3 r.:1�Er i�� `:tt E� .!Er�; �i r ' ti t1:r"may'• c.�; i?, t; Li Li,E€:• ;,ri i ti j t J: �• 16�ot ? f. ORDERING/OPTIONS Example: J XM ST HM6-40K-480-A-GR-L r w PREFIX SERIES WATTAGE LEVEL GG'T' JXM . DURALIGHT ST Lighting HM6 z 450W 40K 4000K 300) LED Series HM4 Z 300W (Standard CC'I') 50K 5000K{: 300) 60K 6000K 300) VOLTAGE DISTRIBUTION FINISH OPTIONS 120 120V-277V A Type A GR Gray Housing L Utility Label 480 480V B Type B (Standard) (Standard Driver) S Type S BK Black' BZ Bronze' DG Dark Green' SP Special Color' (Pros ide Clip) NOTE: 1.Color other than the standard Gray may incur an extra charge.Please contact us for additional information. TRASTAR,INC. W,01%,itOW)HIVI)IM V< www.trastarusa.com DURALIGHT Exhibit "A" JXM- T Flood . i ht �l�ll' C.'erill-ted by ISO VIJ01 International Quality Control 5tit�n> TECHNICAL DATA POWER CONSUMPTION—Saves 50-70% EXPECTED LED LIFE— 100.000 hrs. LED TECHNOLOGY—Latest technology on I-li-Flux LEDs, Minimal CRI of 70. OPTICS--Special optical lens design to maximize light output& uniformity.Each lens allows the fixture to generate ditf'erent lighting patterns. Equipped with diffusing lens to minimize glare. OPERATING TEMPERATURE— -40 C°--4-70 C° HOUSING—Die cast aluminum housing with powder coat finish. Tempered glass.Single,self-contained device,not requiring on-site assembly for installation.Watertie,ht IP-66. THERMAL MANAGEMENT—Heat sink fins are incorporated into the external design of the fixture,allowing it to evenly dispense heat, Typical Distribution Pattern _ MOUNTING—Easy yoke mounting hardware for . " indoor/outdoor lighting on parking garage./lots,buildings, storage sites,etc. .� t ELECTRICAL FEATURES—Comes with a variable voltage � °, ,.( ,• � power supply 120-277VAC.Also available with a step-down transformer built onto the unit to accommodate 480VAC. ETI.., .` I_,isted conforming to UL STD 1598. _....• LUMINAIRE EFFICIENCY— ':. 100 Inv=tv COLOR CORRELATED'I'EM PERAATU RE(CCT)—4.000K to 6.0001h Model dumber: JXM-ST-A1 JXM-ST-A2 JXM-ST-A3 JXM-ST-A4 JXM-ST-AS Wattage Level: 35W 65W 130W 185W 240W Lumen Output: =3500 = 6500 w 13000 =18500 =24000 CRI: >70 >70 > 70 >70 >70 LPower Factor: 0.99 0.99 0.99 0.99 0.99 Any additional technical information or sales support regarding these and other LED Products, please contact: Meets Buy American Requirements www.trastarusa.com s w1 MIRL IJURA LIGHT 0 Exhibit "A" JX -ST LEWall P ack Certilied by I'it)ut)„I Intern;iljunaI Quality Control TECHNICAL TEATA POWER CONSUMPTION—Saves 50-70% EXPECTED LED LIFE— 100.000 hrs. LED TECHNOLOGY—Latest technology on Uli-Flux LEDs, Minimal CRI of 70. OPTICS—Special optical Iens design to maximize light output& uniformity.Each lens allows the fixture to generate different ` lighting patterns. Equipped with difibsing lens to minimize glare. OPERATING TEMPERATURE— -40 C-' 70 C 4 HOUSING--Die cast aluminum housing with powder coat finish. Tempered glass. Single,self'-contained device,not requiring on-site assembly for installation.Watertight IP-66. TIIERMAL MANAGEMENT--Heat sink fins are incorporated into the external design of the fixture,allowing it to evenly dispense heat. ELECTRICAL FEATURES—Comes with a variable voltaee 188mm(7.4") 351Mm(14.2•') power supply 120-277VAC.Also available with a step-down m . transformer built onto the unit to accommodate 480VAC. ETL Listed conforming to UL STD 1598. w � M tV LUMINAIRE EFFICIENCY— '>85 lmhv COLOR CORRELATED TEMPERATURE(CCT)- 4.000K to 6.f?00K Model Dumber: JXM-ST-WPiK7 JXM-ST.WPK2 JXM-ST-WPK3 Wattage Level: 30W 60W 80W Lumen Output: =2600 5200 =7200 CRI: >70 >70 >70 Power Factor: 0.99 0.99 0.99 Any additional technical information or sales support regarding these and other LED Products, please contact: Meets Buy AmericanHa Requirements www.trastarusa.com ► Lou, f;i (J1 DURALIGHT 0 Exhibit "A" JX -ST Low ,Bay Certified by IS09001 Internatimtal Qtiah].N C ontrol 5,.>€.> TECHNICAL DATA POWER CONSUMPTION—Saves 50-70% EXPECTED LED LIFE—100,000 hrs. e" LED TECHNOLOGY—Latest technology on 1-11-Flux LEDs, f Minimal CRI of 65. OPTICS—Special optical lens design to maximize light output tY _ *6 uniformity.Each lens allows the fixture to generate different lighting patterns.Equipped with diffusing lens to minimize glare. OPERATING TEMPERATURE— -40 CO—+70 CO 1 1 W HOUSING—Die cast aluminum housing with powder coat finish. g: . Tempered glass.Single,self-contained device,not requiring on-site assembly for installation.Approximate Weight is less than l0lbs. THERMAL MANAGEMENT—Heat sink fins are incorporated into the external design of the fixture,allowing it to evenly i dispense heat. c7 MOUNTING—Easy yoke mounting hardware for indoorioutdoor lighting on parking garagef lots.storage sites, �i,j!b etc. _ - -i�•u xstt ELECTRICAL FEATURES—Comes with a variable voltage power supply 120-277VAC.430VAC is also available.ETI, "f ' �'41�` '` Listed conforming to UL STD 1593. LUMINAIRE EFFICIENCY— > 130 lm/w \� %ODOR CORRELATED TEMPERATURE(CCT)—1,00010 t �°�' �'•f -� 11_k° to 5,0000 g P.1v 1" K :l .wt::%:4U Model Number: JXM-ST-LB40 JXM-ST-LB80 Wattage Level: 55W 75W Lumen Output: 7400 10000 CRI: >65 >65 Power Factor: >0,9 > 0.9 Any additional technical information or sales support regarding these LED products, please contact, www.trastarusa.com u==: KOHS Intertek --'" U RA L I G H T Exhibit „A" JXM- T High Bay Certified by 1,909001 Control SN"l::111 TCHIICAf DATA POWER CONSUMPTION—Saves 50-70°0 EXPECTED LED LIFE— 100.000 firs. LED TECHNOLOGY—Latest technology on Hi-Flux LEDs, Minimal CRI of 70. OPTICS—Special optical lens design to maximize light output It uniformity.Each lens allows the fixture to generate diflerent lighting patterns.Sensor and Dimming options available. m.. OPERATING TEMPERATURE— -40C l'70 C' HOUSING—Die cast aluminum housing with po-kvder coat finish. € Tempered glass.Single,self-contained device.not requiring on-site assembly for installation.Watertight.IP65(different colors are available). THERMAL MANAGEMENT--Heat sink fins are incorporated into the external design of the fixture,allowing it to e%-enly dispense heat. MOUNTING—Easy mounting ring for indoor.foutdoor Iighting on 2�1 C9��� warehouse.storage sites.etc. — j" LUMINAIRE EFFICIENCY— > 105 lmfw --- r COLOR CORRELATED TEMPERATURE.(CCT) —3,oaox to 6.00al; .- ELECTRICAL FEATURES f —Comes with a variable voltage power supply - g 120-277VAC.480VAC is also available. ETL Listed conforming to UL STD 1598. \022- 0 Cast;66'1 Model Number: JXM-ST-HB JXM-ST-HBI JXM-ST-HBI Wattage Level: 150W _<20OW S 30OW Lumen Output: = 16200 =21600 32400 CRI: >70 >70 >70 Power Factor: 0.99 0.99 0.99 Any additional technical information or sales support regarding these and other LED Products, please contact us www.trastarusa.com KoHS