Loading...
HomeMy WebLinkAboutItem #09 Piggyback of Seminole County Term Contract for Traffic Signals e center of GOOd Li". ~ AGENDA ITEM COVER SHEET Meeting Date: May 2, 2006 Item # ~ ur(l-- MIL _____ Subject: Piggyback of Seminole County Term Contract IFB-3110-GS/GMG-A1B for Construction of Traffic Signals Contact Name: Contact Number: Bob Zaitooni 6002 Reviewed By: Department Director: City Manager: Background Summary: In preparation for construction of the proposed new and modification of existing traffic signals in current fiscal year and FY 2006-07. staff is proposing (1) use of Seminole County's Term Contract IFB-3110-05/GMG-A/B, for Traffic Signals and Related Construction Appurtenances and System Communication Products. with Traffic Control Devices. Inc. and Chinchor Electric. Inc.: and (2) authorize staff to issue purchase orders to Traffic Control Devices. Inc. or Chinchor Electric. Inc.. based on unit prices specified in Tenn Contract IFB-311 0-05/GMG-A/B. Issue: Authorization for use of Seminole County's Tenn Contract IFB-3110-05/GMG-A/B with Traffic Control Devices. Inc. and Chinchor Electric. Inc.. for the construction of new and modification of existing traffic signals for approved pr~jects. Recommendations City Commission to approve (1) piggyback of Seminole County's Term Contract IFB-3110-05/GMG-A/B with Traffic Control Devices. Inc. and Chinchor Electric. Inc.. and (2) authorize staff to issue purchase orders for approved projects to Traffic Control Devices. Inc. or Chinchor Electric. Inc.. based on unit prices specified in Term Contract IFB-3110- 05/GMG-A/B. Attachments: Tenn Contract and First Amendment for Tenn Contract IFB-311O-06/GMG-A/B Financial Impact: Purchase orders will only be issued for pr~iects that are either (1) identified and funded by the City Commission budget. (2) by a City Commission approved developer's agreement with identified source of funds. or (3) as approved and funded by the City Commission during the year. Type of Item: o Public Hearing o Ordinance First Reading o Ordinance First Reading o Resolution o Commission Approval o Discussion & Direction For Clerk's DeDi Use: ~ Consent Agenda o Public Hearing o Regular Agenda D Original Document/Contract Attached for Execution by City Clerk D Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) t8J N/A t8J N/A o N/A Mm"or S. Scott Yandergrift City Manager Robert Frank Commissioners Gary Hood. District 1 Scott Anderson. District :2 Rustv .Johnson. District :3 .Joel F. Keller. District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Bob Zaitooni, Director of Public Works DATE: April 24, 2006 RE: Piggyback of Seminole County Term Contract IFB-31l0-0S/GMG-A/B for Construction of Traffic Signals ISSUE Should the Honorable Mayor and City Commission approve piggyback of Seminole County's Term Contract IFB-3110-05/GMG-NB with Traffic Control Devices, Inc. and Chinchor Electric, Inc., for the construction of new and modification of existing traffic signals for approved projects? BACKGROUNDIDISCUSSION In preparation for construction of the proposed new and modification of existing traffic signals in current fiscal year and FY 2006-07, staff is proposing (1) use of Seminole County's Term Contract IFB-31l0-0S/GMG- A/B, for Traffic Signals and Related Construction Appurtenances and System Communication Products, with Traffic Control Devices, Inc. and Chinchor Electric, Inc.; and (2) authorize staff to issue purchase orders to Traffic Control Devices, Inc. or Chinchor Electric, Inc., based on unit prices specified in Term Contract IFB- 3110-05/GMG-A/B. Purchase orders will only be issued for projects that are either (1) identified and funded by the City Commission budget, (2) by a City Commission approved developer's agreement with identified source offunds, or (3) as approved and funded by the City Commission during the year. Upon approval by the City Commission staff will issue the first purchase order to Chinchor Electric, Inc. for the construction of a new traffic signal and communication plant at Maguire Road and Wesmere Parkway. RECOMMENDA nON Staff requests that the Honorable Mayor and City Commission to approve (1) piggyback of Seminole County's Term Contract 1FB-311O-05/GMG-A/B with Traffic Control Devices, Inc. and Chinchor Electric, Inc., and (2) authorize staff to issue purchase orders for approved projects to Traffic Control Devices, Inc. or Chinchor Electric, Inc., based on unit prices specified in Term Contract 1FB-311 0-05/GMG-A/B. FIRST AMENDMENT TO TERM CONTRACT FOR TRAFFIC SIGNALS AND RELATED CONSTRUCTION APPURTENANCES AND SYSTEM COMMUNICATIONS P~i.ltI~~7 Pl1 I; 08 (IFB-3110-0S/GMG) ; i r_.~~,~:~rin~;~(T(~~~fP.~O~ ~f'f;.e,...her 20 D5' and is to that certain Agreement made and Ci. r I~ K TO 8. C . c. l u..J.....,':.8" - -:1~.'i_'.cray Cdf r-~: , THIS FIRST AMENDMENT is made and entered into this entered into on the 5th day of May, 2005, between CHINCHOR ELECTRIC, INC., duly authorized to conduct business in the State of Florida, whose mailing address is P.O. Box 4311, Enteprise, Florida 32725-4311, hereinafter called the "CONTRACTOR" and SEMINOLE COtlNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter referred to as uCOUNTyn. WIT N E SSE T H: WHEREAS, the CONTRACTOR and COUNTY entered into the above-referen- ced Agreement on May 5, 2005 to provide traffic signals and related construction appurtenances and system communications products for Seminole County; and WHEREAS, the parties desire to amend the Agreement so as to enable both parties to continue to enjoy the mutual benefits it provides; and WHEREAS, Section 21 of the Agreement provides that any amendments shall be valid only when expressed in writing and duly signed by the parties, NOW, THEREFORE, in consideration of the mutual understandings and agreements contained herein, the parties agree to amend the Agreement as follows: 1. Exhibi t UA" of the Agreement is amended by the addition of the i terns and prices as listed and described on Exhibit uA, II attached <<l;" I.t.- ~ :l>;;: ! ~ - ~~. ~ i2 o. .... . Except as herein modified, all terms and conditions of the6 '-._ ~ l!: ~, I.6.l w,~ ~_ QJ Agreement shall remain in full force and effect for the term of theS'-~'U'~8 .~, ~--< ~ Ul a:. I-O)-,"'-l .w CJ~~O, Q <0:: ::2- ~ ::E. u I.LJ CI) ':.-. co 2. hereto. Agreement, as originally set forth in said Agreement. IN WITNESS WHEREOF, the parties hereto have executed this instrument for the purpose herein expressed. (CORPORATE SEAL) By: TIMOTHY Z. C INCHOR, q/ltJlor ATTEST: (lDtz~Q.~__ Secretary Date: WITNESSES: visor Date: For the use and reliance of Seminole County.only_ As authorized by Section 330.3, Seminole County Administrative Code. and AC/lpk 9/12/05 lam-ifb-3110 chinchor Attachment: Exhibit ~A" - Additional Item and Price List 2 Seminole County Contract # IFB-3110-05/GMG Amendment #1 Pay Item 999A - Generator Switch Box - F Tbis is for the furnish only of a generator switch box, model CSR511LTI made by Reliance Controls. Pay Item 999B - Generator Switch Box - FfI This is for the fumishand installation of a generator switch box (model CSR51lLT3 made by R.eliance Controls) as shown in the Generator Switch Box Assembly diagram ( attached). Work includes powering do"Wll of the intersection, cutting into the power conduits between the meter and/or disconnect and the cabinet, installation of the switch box, and testing the operation of the box with a generator. If poEce control of the intersection is required during power-do"Wll, that item will be covered under pay item l02-la. Pay Item 999C - Concrete Generator Pad - F/I This item is for the furnish and installation of a 3' long by 3' wide by 4" thick slab of concrete used for the placement of a generator, as sho1NIl in the Generator Switch Box Assembly diagram (attached). The pad shall be installed level near the cabinet base and shall include two (2) eyebolts sufficient to chain a generator to the pad. This item includes all work required to install the pad, including ground prep work and area cleanup and restoration to pre-existing following installation. CJ :2 CJ U'5 o I o .,- .,.... (') cO u.. 'It: "0 CO l- e o () .c c..-- :J'It: o~ () c: ~ E gu ._ c ~ E (f)<( OJ (j 00 'C 0' 00 0...0 . . . ON roM III-:t .....0' OL') ON N I- (l) () "i:: 0\ 0 0 0...000 :t:: . . C:rlON ::J 0\ UI-:t NQIII N tJ) =<(<(<( C::WWW :J ~ r: co :::J o 000 c: o - =t3l.LiJ:U: <( -0 ro x x 0... o 0 ..... mmO .!::.!::ro BEl.... -- .- Q) 3 3 r: Cl)U)Q) ~""I....CJ -- 0 0 Q) -Q............. ~ -- ~ ~ Q) t5 (l) (l) t5 Ul c: c: c: Q) (l) Q) 0 0(9(')0 E Q) ==<(0]0 ~mmQ) Cllmmm o..(J)mm -como ococom ZC")C')(Y) -J ~~" 000 Q.~:J ~ u o -' <r ~ o c... w Z ::; :;;; o <r u.. I- ;:) [L ?; 0:: o ..... <( 0:: W Z W <.:l a ..... ..... w z iii <( (J o I- cr: f;! 0::<..... ~!:2:r aOc> c...?;::; ., '-u a>o> cu ;t,-_ 0.,0 Q.CI1c... \ -" "l: l:_ "'" .- " VlO ;,; "0 z '- " ~ ;t ~~ ~ a.~ " ~.~~ == 01-0 fi= 6 .J::;t 3:",~ ~~~ ~ . ~ " '- ~ t: 0= 'dJ eb..c .oOt: o "'C.:::::u g~ 0 : ii~e > - L.. tl o ...r: 0 c: : g~~ g .EM'=' ~ 8 t)l~ L ~-g'i o ._ 0 ~ iJ~.~] ~ ~58a ~ 0..-.:0"0 ~ N~.f~ ~ o ;t o o o It) E " E 'c E !;~ ~ '<( -' -' <: a:: w z w '-' . Cl J ~a:= '" ::;>00 1-:01-<:: t~w<a... '.g"'15 ~ -~Q~~ . w....t=>. .!!1 '" .......0 "'.., ;t 0"0 t: o 0 "0 o l: " " .0., "00 "'510 ~"E .. " ~-g o 0 U';;; t.J:: ~~ a. ., :s:g o "0--.. ~c. '" E . - 0"0 a. c: :=c Oeo ~~~ ~ '- 0 ~.3~ ~ ~- C>"On ri3~ o < c... w ..... W 0:: U Z o 5.2 u ~ 'r-1 :-., "0 t: o c; c: :0 o . o~ '" ~~ ~- "'Lfj '-0:: OV) Ou "0 ~... EE .J::~ ~o 3U "ii ~ -g ~ E'iJ a. a:: E~ 0:;:: o.~ ll"J- '- ><2 o 0 .0 0 ..r::C ..c:.E ":i ~ (1);<: .0 -t-o.. 3: w 5 D- o .... u. o x o m ..r: g>. 3..0 U)E l...Q) Oct) ""-'w ~<( OJ c <D C!J f ~~~~ ~ f;tnt. . f. Iii if5!~ i ;:~;~Gv. t I!"~.. : ".f!...-. !! lZ:i't1'I! > ll~;;~J~ C!J z ir"" w,.. W,.. ZN -'" C!J-, zu.,.. Wo1D uo:~ i:i:OI.() u.u.'" ~~~ I-Ulo ~Il.;:!. zOw ;:)oz 0-'0 ,,:rr VUla.. UJ;:) -'al 00 Z.., ::i~ w <II ~ ~ - ~ ~ -i ~~ 1:! w a:: (J z o (J i ii " Grauo 1 - Construction and Iv'aintenance of Traffic Sianals I F/I = Furnished and Installed I I 10 := Installed Onfv I F = Fumish'ad Onlv I I I No. Pa y Item Description I ActIon U 11 its Unit Price 1 102-1 Maintel1atlce ofTrc.ffic (MOT) . Fir EA $ j I n -2,~ 2 102-1 a Police Officer durina MOT (per officer per hour) F HR S 4q .'lO 3 102-104-002 Adiust a'<isiinq siqnaJ head F/1 EA $ Qi.'1 -.:5 j 4 /522-1 Concrete Sidewalk. 4- I F/J SY S I (..)~ -U, S 522-2 Concrnte Sidewalk, 6W FIl SY S il~ ...57 6 575~1-1 Sod, Bahia Fit .sy $ .~ _Cjl 7 575-1-2 Sod. St Auaustine Fir Sy $ 1- .t-JC 8 580-332-2 Tree RemovaVTrimmino, per 25' FIr EA $ .t< /..,9 6:1 g 620-1-1 Groundinq Bectrode F/I LF $ , j g~ ....~ . 10 a30-1-11 Conduit, Above Ground FIr LF 5 I 0 '~fl/. 11 630-1-12 Conduit, Underaround Fir IF $ .4 :12 12 630-1-13 Conduit, Under Pavement Fir LF s 15 ~* 13 630-1-14 Conduit, Jacked FII LF $ /:-3 ijf 14 630-1-15 Conduit, Bridoe Mounted F/I LF $ i.~ -/9 15 630-1-17 Conduit, Direction21 Bore Fir LF s I_~ at./- 16 630-1-18 Conduit, Hand Diq Fir IF s // -.~ 17 832-6-1 Siana! Cable F/J LF S ( 4 -4,)- 18 632-7-1 Siena' Cable FIr PI S 2. 991-5'1 19 632-8-t 11 Aerial Interconnect FII IF S 2.& 20 632 -8-311 Aerial Interconnect Cable fa LF s .qc 21 632-8-112 Underaround Interconnect F/J LF $ '2 .)~ 22 632-8-312 Underoround Interconnect 10 LF $ .qc 23 634-4-112 Soan Wire Assemblv, Diaaonal, (< 200') FIl PI $ /.:27);-; 24 6S4-4-112A Soan Wire Assemblv, Diaaonal, (>= 200') F/I PI $ f.~-tl 25". &a4-4-112B. T emo~.Spafl~Each Direction-(jrrcIudina'ooles) .Rr AS .$!(x'-6.J.~l~ - 26 6344-113 Span Wire Assembly, Box, (< 400'J F/! PI $ if) i/ q<:; .27 6J4-4-113A Span Wire Assemblv, Box, (>- 400') F/I PI $ 2c.jqi :k. 28 634-5-1 Fiberqlass Insulator FIT LF $ ) J Jf), 29 634-6-1 MessencerWira ~. F/l LF $ -.0 B/ 30 63 5-1-11 Pull & Junction Box. Ground l\Jfoi.mtsd Fit EA $ '7JD ~~ I 31 635-1-118 Pu II & Junction Box, Ground Mounfedwl Ap.ron F/I EA $ 2C75-52 \), 'l \;\~ . \\Ll,' 1e-111f.5"2- I S-ox4-1(:?,et..:. . 11>172..,::;0 fBod ~ 4."Jt ;.. $2~~8 I ---fuo t:. Jf J if ~ it Ct,&:, 10. V6 I G 2'i 7'-' 5'4 I 2. t [- \ 0 \ ~.'. ;t.~.~ ~ Group 1 - Construction and Maintenance or Traffic Sionals F/I = Furnished and Installed 10 = Installed Onfv F"' Fumished Onlv No. Pay Item 32 635-1-11C Fibervaultiunctionbox Description 33 635-'H2 Pull & Junction Box, Aerial 34 6S9-H2 35 639-1-22 36 639-2-1 37 641-1 38 641-13-136 39 64H3-136A 40 641-13-1368 Electrical power serv., overhead Electrical power ser/., underaround Electrical service wire GLNina Concrete Strain Pole Sttain Dole cone., 36' Tvoe N IV Strain pole conc., 36' Tvpe N IV Strain pole cone., 36' Tvoe N IV 41 641-13-140 Strain pole cone., 40' Tvoe N IV 42 641-13-140A Strain pole cone., 40' Tvoe N IV 43 641~13-140B Strain pole conc_ 40' Tvpe N IV 44 641-14-136 Strain pole cone., SO'Type N V 45 641-14-136A Strain Dole cone., 36' Type N V Strain pole conc. 38' Tvoe N V 46 641-14-1366 47 641-14-140 48 641-14.140A 49 641-14-1406 . 50 641-14-144 51 641-74.144A 52 641-14-1448 S3 641-14-148 54 64H4-148A 55 641-14-1488 Strain Dole cone., 40' Type N V Strain pole con c., 40' Tvoe N V Strain Dole cone., 40' Tvoe N V 10 F FJI 10 F Fir 10 F -F/! 10 F F/J Strain pole conc., 44' Type N V Strain pole cone., 44' Tvoe N V Strain oore conc., 44' Tvoe N V Stri3in'oole cone., 48' Tvpe N V Strain pOle conc., 48' Type N V 756c 64t--t5-146 Strairrpdeconc., 46' Tvoe N VI Strain pole cone., 48' Tvpe N V "5'T541 :;14-'146A Strain Dole cone., 46' Type-N VI' 58 641-15-1468 Strain oole conc., 46'TvoeNVI 59 641-15-148 Strain pole conc.. 48' Type N VI 60 641-15-148A Strain Dole cone., 48' Type N VI 61 641-15-1488 Strain pole conc., 48' Type N VI 62 641-15-152 Strain Dole conc., 52' type N VI 10 F Fir Action Units Unit Price F/J F/J F/1 Fit EA $ 9 & .01- EA $ 2c2 .fl- AS $ C(:;q J./2 AS $ ;02<1 ~15" LF s '1 -Ytt AS $ '25io-/:; EA $ ZN4 _DC EA $ /.:J", g- Z/-~ EA $ q 2).-' .If I EA $ 2.3"2) .j} EA $ ;:'li/{ Jj-g EA $ f)7-C( :.rl- EA $ tq:;3-pg EA $ f.J) v.~ -J')~ EA $ cf.~r -ct..' EA sJ. (4j---:' ~1 EA $lfflJ:) -SL EA $/tYD.;:;.;.J EA $ 21DI :flJ EA $ I j:.;q~.;Jl" EA $/lc&.;}L/ EA $11:~'a.-g(. EA sl.t::(?&:, -~ EA $1/ '/-d. ",-1; F/I F/I F/I 10 F Fil 10 F F/I 10 F FJI .EA EA EA EA EA EA EA . 7_" r- -"\.- .-S.-H. T:A<' $,q-')7-:=) - j t $(;Jf'lt' .too( $ .~-17:'J-q&. $.1::1i7;(" -/ t $ /4-L'V -,k\-- $._~2 g-3i I ~[)1~1.J},,' I ~ ',')7-4 ,f 5 2-00et.46: '$4 )t,S::'" c,:J!' -; u \ / ~1)~'./' ~,..,,< ".---~.""". " Group 1 - Construction and Maintenance of Traffic Sianals Fir = Furnished and Installed (0 = Installed Only F = Furnished Onlv No. Pay Item Description Action Units Unit Price 10 EA $d,3?-~- -11 F EA $ i Lf."55 .2) FII EA $L}-!J81-j~ [0 EA $ .~&M' -;).~ F EA $112/ .Dr Fl1 EA S '-1-4-/0 -{P' I/O EA $~b-~ F EA $ 71L/ 4- -"J.,: FJ1 EA S W r::.og .J..} ~ 10 EA $ Wl<& .Ji, F EA ~ /,Qi/J, -Ig F/I EA i.f 9/" "'1' $ . J..':> 10 EA $ d4'i{, -J4 F EA s/.gTf -iJ FIr EA Si.J.5&lrfI:l, 10 EA $."JiLYlJi" .:},ft, F EA $ J GJd)..iJl F/l EA $ .~EB -frl./ F/I EA sbl5& -f4- F/I EA $ ,Qj4 -/4- F/I EA $ 292 .J?7- F/l EA $ j ty-,.:J. .,.l.,R F PI fqI~ -.i.f: $ - ...... F EA $ 6U,Q .of 'F .8\ $-/:JS:;:O 4-S F HR $ i.-"d -7C; F PI $ i 1109.f1..r;: F HR $ gq .g&- F/J LF $ (n., 62 I F/J LF $ ,~Z4- -Ie 4- 'I. ILtX. "JttLO': s318 Jf4 Ii. rc.f1, 'v.o F/I LF , 63 641-14-152A Strain pole cone., 52' type NVI 64 641-15-1528 Strain Dole cane., 52' tvoe N VI 55 641.16-146 Strain Dole conc., 45' Tvoe N VlI 65 641-16-146A Strain Dole conc., 46' Tvoe N Vfl 67 641-16-1468 Strain Dole cone., 46' Tvoe N VII 68 64 't.- 't 6-148 StraIn pole cone., 48' Tvpe N VlJ 69 641-16-148A Strain Dole conc~ 48' Type N VII 70 641-16-1488 Strain oole conc., 48' Tvoe N VI! 71 641-16-152 StraIn Dole conc., 52' Tvoe N VII 72 641-16-152A strain pole conc., 52' Tvoe N VIJ 73 641-16-1528 Strain Dole conc~ 52' Type N VIJ 74 641-16-154 Strain oole conc.., 54' Tvo& NVIl 75 641-16-154A Strain Dole conc., 54' Tvp9 N VlI , 76 64t-16-1548 Strain Dole conc., 54 Type N VII 77 641-16-156 Strain Dole cooe., 56' Tvoe N VII 7B 64H6-1'56A Strain Dole cone., 56' Type NVIl 79 64t-16-1568 Strain Dole cone., 56' Type N Vll .ao 64141-112 Strain pole conc., 12' type Nil 81 643-1 Strain Doles aINfno wood 82 643-130 Strain poles wood, 30' 83 643-135 Strain Doles wood, 35' B4 64S-140 Strain poles woO<!, 40' 85 647..B Geotechnical Testino for foundations 86 647-G Pre-Excavation (per structure) ,;::;87" 647-D' Vacuum Exca>Lation:hSoft Dia (pm::slrocturo) ~ 88 64'T-E Structure Adjustment (per hour} 89 647-F Foundation Inspection 90 647-G Siqnal Technician (per hour) 91 648-1A 48" cone. found. for strain poles, P F 92 648-18 488 conc. found. for mast arms, PF 93 648-1C 60" cone. found. for mast arms, PF /' /' / r \oClJ h~\\~' ./ Group 1 - Construction and Maintenance of Traffic Sianals Fir == Furnished and InsmJled fO = Installed OnlY F - Furnished OnlY No_ Pay Item Description 94 648-1 D Paint mast arm per assembly 95 648-1 E Mast arm extension for 32' uprioht (Non-Fluted) 96 648-1 F Mast arm extension for 32' uprioht (Fluted) 97 648-1 G Mast arm extension for 32' uprioht (Non-Fluted) 98 648-1H Mast arm extensioo for 32' upriQht (Fluted) 99 648-11-25NF Mast arm steel sinale arm (Nan-Fluted) 100 648-21-25NF Mast arm steel sinale arm (Non:-Fluted) 101 648-11--30NF Mast ann steal sinole ann (Non-Flutedl 102 648-21-30NF Mast arm steel sinale arm (Non, Fluted} 1 03 548-1 f -35NF Mast arm steel sinQle arm (Non-Fluted) 104 848-21-35NF Mast arm steel sinale arm (Non-Fluted) 105.848-11-40NF Mast arm steel sinqle arm (Non-Fluted) 106 648-21.40NF Mast arm steel sinole arm (Non-Fluted) 107 64&11.45NF Mast arm steel sinale arm (Non-Fluted) 108 64S-21-45NF Mast arm steel sinGle ann (Non-Fluted) 109 648-11-50NF Mast arm steel sinale arm (Non-Fluted) 110 648-21-50NF Mast arm steel sinole arm (Non-Flut<id) 111 648-11-55NF Mast arm steel sinale arm (Non-Ruled; 112 648-21-55NF Mast arm steel sin ale arm (Non-Ruted} 113 648411-60NF Mast arm steel sinale arm (Non-Fluted) 114 648-21-60NF Mast arm steel sinole arm (Non-Fluted) 115 648-11-65NF Mast arm stael sinqle arm (Non-Fluted) 116 648-2H55NF Mast arm steel sinale arm (Non-Fluted) 117 648-11-70NF Mast arm steel sinale arm (Non-Fluted) ,- j'1'a648"2:t-70NF . Maslann steetsincrle arm (Non-Flutedl n9648-11-75NF . Mast arm steel sinqle arm (Non-FJutad) i 20 648-21-7SNF Mast arm steel sinC)le arm (Non-Fluted) 121 64S-11-80NF Mast ann steel sinole arm (Non-Fluled) 122 648-21-80NF Mast arm steel sinole arm (Non-Fluted) 123 648-11 -85NF Mast arm steel sinole arm (Non-Fluted) 124 648-21-85NF Mast arm steel sinqle arm (Non-Fluted] I Action UnIts Unit Price F/1 EA SJ)rtJt-/J. F/I EA $17R~ _(pI. 4->< 17&4,f..J-. F/I EA $ J.cRJ..f1S 1. )58. I./g I F EA $!~),'{'_ of ~ F EA $ I.J:)S I ..J 1 F/l EA $ ,c) ,~6 i ..JJ F EA s 4-102 -~ FJ! EA $ ,I="a 7 b -.8.4: F EA S 50")!]. CC FJl EA suo?))" ...;14 F EA $0:?1 (P -?l? FJI EA s/r;r.....q / :1b F EA s~~12 -s4- FJI EA $ 5</1 q ffi 'l.. >( &: I ,"'S 0, F EA $ 7t.}t;D -"1? ..;:, 1.:3116 FJI EA $ gZtD .52 \l: I F EA $ 755i .lub FJI EA $ 9495-L-L F EA $717&-/:) Fir EA s ggLN.cC 2- ><tJt.;'1uo F EA $~ql.';{) -(<I- 'ctX $//)-:Jtlu-'-74 ,'1 I, . ..~ FJI EA '. 1 j".. F EA $!C07fp-D.( FJI EA $/[jJCfp- h F EA :slffi;;.;f.Jf4 F/l EA $1.:Ji..'\lrq/ $i iQ~R -6) - F EA FIl EA $1 "}-~J""~ ~n F EA $t-:u--nl - q/ Fir EA $ . //7, t7 iv' . )-/11/.,- F EA sl~4q-n- 01~,GY ~\I/ Group 1 . Construction and Maintenance of Traffic Siqnals Fir", Furnished and Installed 10 = Instalfed Only F = Fumished Only r J I No. Pay Item Description Action Units Unit Price 125 648-11-90NF Mast arm steel sinqle arm (Non-Fluted) 126 648-21-90NF Mast arm steel sinQle arm (Non-Fluted) 127 648-11-25F Mast arm steel sinale arm (A uted) 128 648-21-25F Mast arm steel sinqle ann (Fluted) 129 648-11-30F Mast arm steel sinale arm (Fluted} 130 648-21-30F Mast arm steel sinols ann (Fluted) 131 648-11-35F Mast ann steel sinole arm [Fluted) 132 648-21-35F Mast ann stael sinale arm (Fluted) 133 648-11-4QF Mast arm steel sinale arm (Fluted) 134 648-21-40F Mast arm steel sinole arm (Fluted) 135 648-11-45F Mast ann steel sinQ!e ann (Fluted) 136 648-2i-45F Mast arm steel sinqle arm (Fluted) 137 64B-11-50F Mast arm steel slnole arm (Fluted) 138 548-21-50F Mast arm steer sinqle arm (Ruted) 139 648-11-55F Mast arm steel sinate arm (Ruted) 140 548-21-55F Mast erm steel sinole'arm (Fluted) 141 648-11-60F Mast arm steel singre arm (Fluted1 142 64S-21-60F Mast arm steel sinale arm (Fluted) 143 S48-11-85F Mast arm steel single arm (Fluted) 144 548-21-65F Mast arm steal sinole arm (Fluted) . 145 54S.11-70F Mast arm steel single arm (Fluted) 148 B48-21-70F Mast arm stael sinQle arm (Rtrte<:l) 147. 648-11-75F Mast arm steel sinole arm (fiuted) 148 648-21-75F Mast arm steel sinqle arm (Fluted) -'.149- 648.o:t4--80F . Mast arm steal sinale- arm fFluted) "1'50- 648c21-=80F : Mastcmrrstrrel sinQIe-8l11'l" (Fluted) 151 648-11-85F Mast arm steel single arm (Fluted) F/l EA $/1is-34) F EA $ ib"i-/4 _'~?J FIl EA $ ~ Cf21-!fJ- F EA $~202-4~ F/I EA $ 6i4 9 -J3 F EA s <i'-/J.q ,i)g FJI EA $~1f}S--Jl F EA ~b .JtP FII EA SPiQ20 -JfJ F EA $P)llvl-3.? F/I EA $0'15J 62 F EA si.Q2.-'YJ k51 FJ1 EA $tTl2..c4 F EA $ 7653-21 F/l EA $ gtD'i Si F EA s12ff1 .(p,<' - F/J EA $-q~g -.s4- F EA $ ":jl.vcR .fly Fir EA $ f~31I"P Aj F EA ~/]171- -Lfj'- F/l EA $ID(y{l-.~ F EA ~~:;1l) -7J.. $/~::J !)"'ql-~i $ i;:}]7f/--L/:. - csd2JJ- eX - EA . $i':Ji../9/tJ- t9 u $i4. .l.,4'Z-..Cf}, : 19[d/1..q~ 7- $ st:NJ I-If $i%?.,,~2 $ 2]ffJ-x EA FIt F FlI "f" F/f EA ~EA. EA 152 64&-21-85F 153 648-11-90F 154 648-21-90F Mast arm steel sinqle arm (Auted) /Mast arm steel sinole arm (Fluted) Mast arm steel single arm (Fluted) EA EA F F/l F Fir EA EA 155 648-13-60NF Mast arm steel double arm (Non-Fluted) " Group 1 - ConslnJction and Maintenance of Traffic Sionals F/I = Furnished and InstaJred /0 = Installed Onlv F == Fumished Only No. Pay Hem De$cription 156 648-23-60NF Mast arm steel double arm (Non-Ruted) 157 648-13.65NF Mast arm steel double arm (Non-Ruted) 15B 648-23-65NF Mast arm steel double ann (Non-Fluted) 159 648-13-70NF Mast arm steel double ann (Non-Fluied) 160 648.23-70NF Mast arm steel double ann (Non-Fluied) 181 648-13-75NF Mas! arm steel double arm (Non-Fluted)' 162 64B-23-75NF Mast arm steel double arm (Non-FJuted) 163 643-1 3-80NF Mast arm steel double arm (Non-Fluted) 164 64B-23-80NF Mast arm steel double arm (Non-Fluted) 165 648-13-86NF Mast arm steel double arm (Non-Fluted) - 166 64.8-23-85NF Mast arm steef double arm (Non-Fluted) 167648-13-90NF Mast arm steel double arm (Non-Fluted) 168 648-23-90NF Mast arm steel double arm (Non-Fluted) 169 648-1S-95NF Mast arm sieel double arm (Non-Flutad) 170 648-23-eSNF Mast arm steel double arm (Non-fluted) Action Units UnIt Price F EA $1&Yr> -{1 F/l EA $$97ft -I ( F EA $7!fsJ.gq FJI EA $qjt]& .!?g F EA $ qt573Jid FIl EA $ q l'5j .c;..} F EA sBId.9 _fj2 F/I EA $CJ~j6 -3i F EA $,sH51- -/j F/I EA $1075<,--23 F EA $ 9(a. -Di Fll EA siJA4/ -cR F EA S r I:V 1- .S-j F/l EA $12A,-S1-x F EA $/1 tff..-.;j -/2 FJJ EA s/2m .A,7- F EA $/j{PiD-~ F/I EA . PJl:;).. -L)i.) $ 0 , F EA s Wi 9/ ..2:5 FJI EA $i.32~~Q F EA sJ2iZt-ifj FIl EA $ F-ltJ<{f;-;)~ F EA $/-fYc;).Jf} F/l EA $ JI-/ -'2O-8;J F 2EA $l~J-Jd ' 'Ffl 'EA $/.-::.,.q~gt F EA $/44b1-ivs F/I EA $rht/b -~q F EA S/ltor4r F/I EA $if-llltt"-1ih F EA $1!J;:i; r -21 171 S48-13-100NF Masl arm steel double arm (Non-Fluted) 172 648-23-100NF Masl arm steel double arm (Non-Fluted) 173 64a-13-105NF Masl arm steel double arm (Non-Flute<1) 174 648-23-105NF 'Mast arm steel double arm (Non-Ruted) 175 S48-13-110NF Mast arm steel double arm (Non-Fluted) 176 648-23-11 ONF Mast arm steel double arm (Non-Ruled) 177 648-13-115NF Mast arm steel double arm (Non-Fluted) 178 648-23-115NF Mast arm steel double arm (Non-Ruted) 179- 648-13-120NF Mast arm steel double arm (Non-Fluted) '18(}64g~23-120NF . Mast,arrn-stee!-double-armJNon-Flulad) 181 6<f8.t3=-125NF Mast arm steel double arm (Non-=F[uled) 182 84B-23-125NF Mast arm steer double arm (Non-Fluted) . 183 64B-13-130NF Mast arm steel double arm (Non-Fluted) 184 648-23-130NF Mast arm steel double arm (Non-Fluted) 185 64&-13-135NF Mast arm steel double arm (Non-Fluted) 186 648-23-135NF Mast arm steel douhle arm (Non-Fluted) " Grouo 1 - Construction and Maintenance of Traffic Sionals Ffl = Furnished and Installed 10 = InstalCed Only F = Furnished Onlv No. Pay Item Description t87 648-13-140NF Mast arm steel double arm (Non-fluted} 188 64S-23-140NF Mast arm steel double arm (Non-Fluted) 189 648-13-145NF Mast arm steel double arm (Non-Flu1ed) 190 648-23-145NF Mast ann steel double arm (Non-Fluted") 191 648-13-150NF Mast arm steel double arm (Non-Fluted1 192 648-23-150NF Mast arm steel double arm (Non-F1l.1ted1 193 648-13-155NF' Mast arm stesl double arm (Non-Fluted) 194 648-23-155NF Mast arm steel daub[e arm (Nan-Fluted) 195 648-13-160NF Mast arm stael double arm (Nan-Fluled~ 196 648-23-160NF Mast arm steel daubl e arm (Non-Fluted) 197 6..f.8-1S-60F Mast arm steel double arm (Ruled) 198 64-8-Z3-60F Mast arm steel double- arm (Ruted) 199 64.S-13-65F Mast ~rm steel double arm (Ruled) 200 64.a-23-65F Mast arm steel double arm (Fluted) 201 64S-13-70F Mast arm steel double arm (Fluted) 202 648-23-70F Mast arm steel double arm (Fluted) 203 648-13-75F Mast arm steel double ann (Fluted) 204 648-23-75F Mast arm steel double arm (Fluted) 205 648.13-80F Mast ann steel double ann (Fluted) 206 648-23-80F Mast arm steel double ann (Fluted) 207 648-13-85F Mast arm steel double arm (Fluted) 208 64B-23-85F Mast arm ste€1 double arm (Fluted) 209 64B-13-90F Mast arm steel double ann (Fluted) 210 848-23-90F Mast ann steel doubte arm (Fluted} .2.11 54~F.13."g5F- Mast-amrsteel"doab1aarm (Fluted) .. 212 648-2S::95F Mast arm steel double arm (R~ted) 213 648-13-1 OaF Mast arm steel double arm (fluted) 214 648-23-100F Mast arm .steel double arm (Ruted) 215 648-13-10SF Mast arm steel double arm {Fluted) 216 648-23-105F Mast arm steel double arm (Fluted) 217 648-13-110F Mast arm stsel double arm (Fluted) FJI F F/l F FII F F/I F FJI F F/J F F/l F -F/1 F FIl F F/J F F/I Action Units Unit Price FIT F EA $[7. ~5 -J2 EA S //P14l.q& EA sigM-9j EA $i174/ :f2- EA $ NfI)S: JjC EA S/ f51Z-y EA $J,j Ii c:.l) - St EA $}},DJ, W - ::11 EA s:J3&,:f:g .71 EA $1d!5z:;..rJ. EA $17.::Q .;.J0 EA $ (P{pc!f ;;,g EA $ ~Dl/ -Ig EA $rll~>:,1-ql EA sQi./LJg _}o EA '1:)'2)I-S{~ $ . , 'S EA . $ ,q5't}-?; .:15 EA $-1420 -f:i . EA $ 0-"1 ~ -64 EA $ 1&3;- -J.b EA sQZ:1-/ - lit EA $ QiLj 1- q4 EA $i I ) ;<,q ..;:;S EA $J DD::f...r -I 4 tli,- - aft. --7.; $f-.ll- .- EA $/ID71}- _,2.- EA $ ;z,{iA.- sq EA $/14-1/-/ -6/i. EA $14c0P..:;8 EA sl J8ttf ~~'t EA $ i i./ 2-'::&-75 F/l F FJ1 F FJI F F/l F " Group 1 . Construction arJd Maintenance of Traffic Sionals FJ1 = Furnished and Installed 10 -Installed Only F = Furnished oriiV No. Pay Item DescriptIon Action Units UnIt Price F EA $J~~tH Fit EA $i t.J.4-gg. df: F EA $1;,5lfl).71 Fil EA $ fLll2D.2?; F EA $/ ~Jq?: bi. F/J EA $/~2;g-n F EA $1LJ.ldp..~ FJI EA $I/~~Y; -1c F EA $/ i.JCrk'-:b5 F/l EA $ ) JLf!JD.lf -' F EA $llcnJ:)( .2) FIr EA $f19S.~J9 F EA $/lp14l-lk; F/1 EA $ 1 ,RS1r-92 F EA $i7Mp./r;1 ;NiPQ5:9;C FJI EA $ . - ". F EA $1f.~12,;~E Fil EA $J,I.;of-&: F EA $::Ja<;;I-3q F/I EA $)}.Jti)S1--QR F EA $;1, J57J. T 110 . EA $ 5"{P/ -/Pi I/O EA $ 5&1 -l<J va EA $ -, P/.p -J) Fir EA ~~it -.t;;:, , $;3I:Or ..SF F EA F/l E<\ $ a!::d/- _g~ F EA $-Sl/ ;):)-!j F/l EA $ ,:] ~'J/. - f{ii F EA ~/li.J:)-JS' F EA $ 9.uJ,9, 4)/ 218 648-23-110F Mast ann steel double arm (Ruted) 21 9 648-13-115F. Mast arm steel double arm (Fluted) 220 648-23-115F Mast arm steel double arm (Ruted) 221 648-1~-120F Mast arm steel double arm (Ruted) 222 648-23-120F Mast arm steel double arm (Fluted) 223 548-13-12SF Mast arm steel double ann (Fluted) 224 648-23-125F Mast arm steel double arm (Ruted) 225 648-13-130F Mast arm steel double arm (Fluted) 226 648-23-1S0F Mast arm steel double arm (Fluted) 227 648-13-135F Mast arm steel double arm (Ruted) 228 648-23-135F Mast arm steel double arm (Ruled) 229648-13-140F Mast arm steel double arm (Ruted) 230 648-23-14DF Mast arm meel double arm (Fluted) 231 648-13-145F Mast arm steer double arm (Fluted) 232 648-23-145F Mast arm steel double arm (Ruted) 233 648-13-150F Mast arm steer double arm (Fluted) 234 El48-23-150F Mast arm steer double arm (Fluted) 235 648-13-155F Mast arm steel double arm (Fluted) 236 648-23~155F Mast arm steel double arm (Fluted) 237 648-13-160F Mast arm steel double arm (Fluted) 238 648-23-160F Mast arm steel double arm (Ruted) 23g 648-g9A Mast ann install onlv {sinols arm under 60'} 240 648-998 Mast arm install onlY (sinole arm 50' and over) 241 648-990 Mast arm install onlv (double arm all sizes) 242: "6<f8;:g9D Mast ann decorative base_tsinole:ar.m-under-.5.0'}. 243 64S-S9E Mast arm decorative base (single arm under 60') 2.44 64B-99F Mast arm dec. base (sinale arm 60' and over) 245 548--996 Mast arm dee. base (siIlola arm 60' and over) 246 64&-99H Mast arm dee. base (double arm all sizes) 247 648-991 Mast arm dec. base (double arm all sizes) 248 648-99J Mast arm banner at".achment type 1 " Group 1 4 Construction end Maintenance of Traffic Signals f Fir = Furnished and fnstalfed I 10 = rnstaUed Only F = Furnished Onlll No. Pay 1tem Description 249 648-99K Mast arm banner attachment type 2 250 SSo-1-111 Sianal head 12" std 1 section 1 way 251 SSD-1-111A Sinnar lens only - 12" red LED ball 2526.50-1-1118 Siena! lens anJv - 12" red LED oall 253 650-1-111 C Sionallens only - 12" vellow LED ball 254 650-1-1110 Sianallens onlv. 12" vel/ow LED ball 255650-1.111E Sianallens only - 12" oreen LED ball 256 650-1-111F Sianallens only - 12" areen LED bell 257650-1.111G Sianallens only - 12" red lED arrow 258 65CJ-.1-111H Sional lens only - 1 Z' red LED arrow 259 650-1-1111 Sionall ens onlv - 12" veil ow LED arrow 260 650-1-111 J Sienal lens onlv ~ 1'Z' yellow LED arrow 261 650-1-1111< Sianallens onlY - 12" Green LED arrow 262 SSD-1-t11 L Sional lens only - 1 Z' oreen lED arrow 263 SSo-1-H1 M Instal! LEDs (per section) 264 650-1-111 N Install LEDs (cer 3-seclion head) 265650-1.1110 Instal/lEDs (oer 5-section head) , 266 650-1.111 P 5ianallens onlv - oedestrian LED F/I F F/I F Fil F FII F F/I F 10 10 10 FJI F [0 F/l 267 65o-1-111Q . SiqnaJ lens onlv- Dedestrian LED 268 650-1.1 t 1 R Sianallens only - oedestrian LED 269 SS0-1-1115 Sicmal1ens onlv - countdown pedestrian LED 270 650-1-111T Siqnal lens only - countdown pedestrian LED 271 650-1-111 U Sionallens onlv - countdown pedestrian LED 272 650-1-112 Siana! head 1 2" std 1 section 2 way : Z"lS- '650:-t=-1"1'3. ...!. Sionalhead 12".std 1 section 3way /0 F/I F/I FIl .. 274 650-1-114 Siqnal head 12" std 1 section 4 way 275 650-1-131 Sianal head 12" std 3 section 1 way 276 650-1-132 Siqnal head 12" std 3 section 2 way 277 550-1-133 Siqnal head 12" std 3 section 3 way 278 650-1-311 SiQnal head 12" std 1 section i way 279 650-1-312 SiQnal head 12" std 1 section 2 way Fir Fil F/I 10 10 Action Units Unit Price F EA $ i7<-i .w1 EA ,$ f),bf _~l EA $ Qr',! _22 EA $ /01- -f-;?; EA $ i II =12- EA ,$ 3S-1O EA ,$ ib2- -'1b <t.. e .EA $ ,,"J. q .;;)6 EA $ lC( ,;) ~ EA .$ liJ 1" -6"1 EA $ , {)L/.. ::r~ 4 EA ,$ 7-1 .tA EA $ //f .o.~ -4 .:~" EA .$ ,S'v -55 EA $ 4 t.}. .qj EA $ ~q -8k EA $ i6Lt -1Cf ./" . EA $ J,,";/b C4; EA $ I go -i<f EA $ 44- -q~ EA $ L/- 5f -1./4 EA $ fJiJ.. -53 EA '$ 41.} .:q3 EA $ 5u/l -9D EA ~:(Pf2 f -qj EA $ Or,q ~-c[ EA $ 462- .); t EA $ 712. -I] I EA si 262. -?}) EA $ io1 .71' EA $ 9q -w Fll Fll F F !J C!: 1\\.11- ~1~'-'Co 1{,.2 tj:~ \) o3.(;,~ "l t..lo}.2 (.~ 404. ~ & c:.. /04 :-, ~ · A \ &-,tlft, 11 ~:) ().,: o 4- SCo.t. Group 1 - Construction and Maintenance or Traffic Siqnals ffl = Furnished and Installed 10 -Installed Onlv F - Furnished OnlY No. Pay Item Descrip1ion 280 650-1-313 Siena! head 12" std 1 section 3 wav 281 850-1-314 Siqnal head 1 Z' sId 1 section 4 way 282 650-1-331 Sienal head 12w std 3 section 1 way 28:3 650-1-332 Sianal head 12" std 3 section 2 way 284 650.1-333 Sione] head 12" std 3 section 3 way 285 65Q-.2-i 31 Skmal head 12ft std opticallv proqrammed 3S 1W 286 650-2-331 SiGnal head 12" std ooticallv oroarammed 3S 1W . 287 650-3-131 Slonal head 12" std lit. WI. 3S, 1W 288 650-3-132 Sional head 12" sid lit wt. 3S, 2W 289 650-3-133 Sional head 12" std lil wt. 3S, 3W 290 650-3--331 Siena! head 12" std lit wl3S, 1W 291 650-3-332 Sienal head 12" std lit wt 38, 2W . 292 65Q-3-.333 Sional he-ad 12" std lit. wl 38, 3W 293 650-8-151 SIonal head 12" 11l wl 5S 1W 294 650-8-351 Sianal head 12" lit wt. 5S, 1W 295 650-8-152 Sional head 1.2" lit. wl5S, 2W 29Ei 650-8-352 Sianal head 12" fit wt. 58 2W 297650.9-1.51 Slonal head 12D std. 55 1W 298 650-9-351 SiQnal head 12" std. 5S 1W 299 650.9.152 SIQnaJ head 12" std. 5S 2W 300 650-9-352 Siona! head 12" std. 5S 2W 301 653-111 Sional oed inc., Int. sym. 302 653-311 Sional oed inc., inl syrn. 303 653-112 Siqnal Ded inc., into sym. 2.W : 304653.-"312 : _SiqnaLoad inc.,.int:'svm:':2W - Sional bacK olates 3 sec head 305 659-101 306 6S9-10iA 307 659-102A 30S 659-1028 309 659-107 310 659-108 Sianal back olates 3 sec head Sianal back olates 5 see head Siqnal back olates 5 see head Aluminum oedestal I Steel pedestal I fO 10 10 10 10 Fit /0 FI! FJI FJI fa 10 10 FJI 10 F/l /0 F/I 10 Fll 10 F/J 10 FIJ -/0 F/! F f/J F F/I F/I I Action Units Unit Price EA $ J I 2 -?J 2 EA $ J.~4 :lq EA $ b1 -~ EA $ E <1 -84-' EA $ li2.. .02 EA $2b~3-8( EA $ 1.~1- -25 EA $ i/62. -']../ EA $1-12.of EA s 12,.0"2- -j.j EA $&1$ EA $ Sq-&f- EA $ /I '/_ J}l. EA $ 14 fr - 2/; EA $ 1."11 -2.') EA $/4t.f&- g~~ EA $ rrq -1/ EA $ 7LH1- fIp EA $ )~t -25 EA $!tf4u.8S EA $ l~1 -2-') $ Aq!J -R4 EA $ gq -~) EA $ iJL)Z -1S ~ "EA . $-:-gcr."!q~ EA $ ioLl -V' EA $ 1/ ..07 EA $ i~ba - c,g EA $1&9 -58 EA S 44<) Jf1 EA $ qjy ;0- EA f~74~,f:(" ('4 Q 2"1 u ' . C ,747,1..5 '7'1'1\.00 v " Group 1 ~ Construction and Maintenance of TraffIC Siqnals F/I .. Furnished and Installed 10 .. lnstalled Only . F.. Furnished Only No. Pay Jtem Description 311 659-10~ Concrete pedestal Type If 312 660-1-101 Looo detectorsinqle channel shelfrrmmt 313 660-1-201 Looo detector sinqle channel sheff mount 314 660-1-102 Loop detector sinqle channel rack mount 315 660-1-.202 Loop datector sinale channel racl< mount 316 660-1-103 Loop detector dual channel shelf mount 317 660-1.203 Loop detector dual channel shelf mount 318 660-1-104 loop detec!ordual channel rack mount 319 660-1-204 Looo detector dual channel rack mount 320 660-2-102 Loop assemb/vType 8 321 660-2-106 Loop assembly Type F 322 660-4-4 AWG #14 loop lead-in cable 323 66o-4-4A 6 pair overhead beldon 324 663-70A Ememencv pre-emption controller :3:25 663-708 Emergern:y pre-emption detector. 1 direction 326 663-70C Ememencv pre-emption detector - 2 directions 327 663-700 Emergency pre-emption detector- 3 directions 328 663-70E Emergency pre-emption detector - 4 d! rections 329 663-70F Emer. pre-emotion datectorrelocate -1 directkln 330 663-70G Emer. pre-emption detector relocate. 2 directions 331 663-70H Emer_ pre-emotion detector relocate - 3 d1rections 332 663-701 Emer. ore-emption detector relocate - 4 directions 333 664-70A Video Vehicle Detection Controller Assembly 334 664-70B Video Vehicle Detector-1 direction "'-' '335' 664:70C ; Vide.oNehicle D"etectar -"2 directions 336 664-700 Video Vehicfe Detector- 3 directions 337 664-70E Video Vehicle Detector- 4 directions 338 664-70F Video Vehicle Detector, 1 direction 339 664-70G Video Vehicle Detector- 2 directions 340 664-70H Video Vehicle Detector- 3 directions 341 664-701 Video Vehicle Detector- 4 directions Action Units Unlt Price FII EA $ h--:"tO .'2H F/1 EA $ /75 .s~ F EA $ i:;i) -Lf~ Fil EA $ 2h 2.ltfJ F EA $ 211 -7~ F/I EA S 2'1/ -fJ F EA $ t.L/i (J -81 $ 2-uJ 7- '-itH ' fr.,"" . Fil EA 10"( '2 L.,. --- , . '/. F EA sQ/1 -74 "2- C, l.&Ji l5 s b,t;2. ::;~ 4 X b..>1 S't- . FJI AS 1.. It\ C. 'vL F/I AS $q/S -1] b l( 81S"./7 Fir LF $ .3 .02 4- <r "Ii Col. ( FJI LF $ if J-7~ Fil EA $ 3.5j Z. .uo I X ]S"I'2. .f:, 6.. FIl EA $ j6f?C1 .q4 3517.60 $ , 1t;D~jO I x qso !D FiT EA FJI EA ::; 2 J;;U-O -Ii'S F/J EA S 212?J -Iff 10 EA $ 6b? -iL' 10 EA s .Q/O -If? 10 EA $ liP -57 10 EA ;l~) -!J; $ . FIl EA $I!J/fl -I g FIl EA $ .') i.k.'-4 - 24- Fit -8\ .sQ'xq.cCl;1- FiT EA ${~qo I!> F/I EA $ / "JJ1.qS'l 10 EA $f 4.::/1- -11 10 EA $ ;~1 ~J 10 EA sN;1 ::;1 10 EA $ jLf-5r f / \ . r'/A.A~ ~/ ,~~/ Grouo 1 - Construction and Maintenance of Traffic Siqnals I tFJI '" Furnished and Installed 10 = installed OnlY F - Fumished Onlv I I No. Pay Item 342 664.-7OJ 343 664-70K 344 664-70L 345 665-11 346 665-13 347 670-4-1 348 670-11OA 349 670-11 DB 350 670-11 DC 351 670-113C I I Description Action Units Unit Price EA s,V95 J-F $ t'oh"f- - q~ $ l1C{-1I $ 11g -d1 $ i j.g -(. q 4 s 1/ oq -"13 $ io?Jl gD $ LJ-;Jq-~ $ ip?8 !jD $ l-/g4q-11I $//?t)f -?iJ; $ t 64Q1., ~ $ I -RO $'1.1::;,i 41 $IDJI:~:'r/q $ ,;U -%; $ ..:l). -r.fv $1:35') 4/ $ gt:2 .1/ $ Lji.Jq .E $ 2llf.w4- $ iJ 7- -% s .~.:-n -14 $;;' cJJ-.o if) if .JjG $ ~l -.3S' S if 7~ ;2.,2 $ ilZ l;2 $ qf7;~r $I.-)~q 01- $ i14,Q -7? Microwave Vehicle Detector FII F 10 FII Fil Ff! FJI 10 F/I FI1 F/1 F/f 10 FJI F R R RD RD R Microwave Vehicl.e Detector Microwave Vehide Detector Pedestrian detector Pedestrian detector Idet.wfsiqn only) Flashina beacon controller assemblY Cabinet, base onlv Cabinet, install anlv Cabinet, base onlY f60' by 60') Naztec Series 900 TS2 (controller cnM 352 670-113-234B Type V Cabinet! Na2tec TS2 Tvoei 353 670-113-2340 Tvpe V Cabinet I Naztec TS2 Tvoe2 354 684-34 355 685-106 356 685-"206 s..-q 690-1 0 358 S9{}-.20 359 69{}-.30 360 S9Mi 361 690-40 362 690-50 363 690-70 :364 890-80 365 690-90 ":366: 6Q(J.,!t1 367 690-95 368 690.100 389 70046-25 370 700-89'-1 A 371 700-89-1C 372 700-89-10 Optical Fiber Install OnlY, In Conduit or Aerial SYStem Au:dllarv - UPS System Auxiliary - UPS Slenal head traffic assembly remove Sianal pedestrian assembly remove Pole remove Sianal oedestal remove Mast ann assemblv remove C~ntroller assemblv remove Detector oedestrian assembly remove Span wire assemblY remove R R Conduit and cablina remove RD -Interconnect remove- "AD Sf R RL FIT F/l Ffl Sidewalk removal SiQnal equipment misc. remove Siqn existinq relocate (aerial) Hanqincr arm assembly lUuminatsd Street Sian - 6' bv 19" Illuminated Street Siqn - 6' bv 24" R SY EA AS AS EA EA EA EA AS AS (! 158 ).:} ~)'2- J (p AS EA EA EA AS AS AS LF EA EA EA EA EA EA EA EA EA EA PI J "IS jsC{0'~ l..- ! 1/ LF : 0$ I (<VOS \.95 / 1--,/ .' . Group 1 . ConsITucti{)n and Maintenance of T raffie SiQnals I F/l - Furnished and Installed 110 := InstaHed Only IF - Fumished Only No. Pay hem 373 70Q-S9-1E 374700-89-1F 375 700-89-1 G 376 700-89-1 H 377 700-89-11 378 700-89-1J 379 700-B.9-02A 380 700-89-028 . 381 70o-aS-02E 382 70D-89-02F 383 700-90-1 4 384 715.11-111 385 715-11-1'14 386 115-99 387 115-99 Descfiptlon Action Units Unit Price Illuminated Street Siqn - 8' bv 1 g" Illuminated Street Siqn - 8' by 24" LED tIluminated Street Sion - 6' by 19' LED JIluminated Street Siqn - 6' bv 24-' LED IIIuminated Street Sian - 8' bv 19' LED JJluminaled Street Sian - 8' bv 24' Fiber optic B!ank-out sion 30"J<;30" Fiber ootic Blank-out sian 30"x3Q' Fiber ootic Blank-out sian Dual Mess. 30"x30' Fiber optic Blank-aut sian Dual Mess. 30"x30' SiQn flashinQ beacon (overhead) Luminaire (Cobra Head) Luminairs (Shoa Box} FII Fit FII FIt Luminai.e - acom sMe F Luminaire - arom sMa Fil SUBTOTAL Mobnization - 5% of Subtotal TOTAL FfI FIl F/l Fil FIl F/l F Fir F EA EA EA EA EA EA EA EA EA EA AS EA EA EJ\ EA $ JcJ...J2..~g $ i .(0:; -~? 4- c::.- /61'?.5 -~) $ alSq -(p2 $2-~4ft1-2Ji $ 2?-7? - g4 $'lH~ .ff $ ~ &/fg .0.") :sLf0(j- -,~ $&;1S" .l.p) sh~( .'JJ :slD1!Jr-g&1 $ ~(fI -&~ $ 10 jq -//1 1- ~ iD r '1 , c. (l $ i 2. ,qq-. 14- .$ I.~RO-?-i- '2 Dj-? ~ t}~ I 5& I D I && ~ J ? .J. ,,--)4 qdt 1/1 ( v:' 1'-\C) 5.')1- I ll.\1t " Group 2. ITS and S stem Communication F/I - Furnished and Installed 10 ;;;; Installed Only F - Furnished Only I I I I I ActIon Un its Unit Price No. Pay Item 1 102-1 2 620-1-1 3 630-1-11 4 630-1-12 5 630-1-12A 6 630-1-13 7 630-1-14 8 63Q-1-15 9 630-1-16 10 63o-1~17 11 630-1-18 12 634-6-1 13 635-1-11 14 635-1-12 15 635-1-11A 16 635-1-13 17 635-1- 33 18 635-1-14 19 635-1-34 20 635-1-15 Description F/l EA $ Ii 21 -l'~ . Maintenance of Traffic Groundino Electrode F/l F/l F/I Fjl F/I Fit FIt Fit FII Fit F/I Conduit, Above Ground Condu~, Undemround Conduit. Underaround Interconnect Conduit, Under Pavement Conduit, Jacked Conduit, Bridqe Mounted Conduit. Inner Duct in Conduit, Directional Bore Conduit, Hand Dia Messenqer Wire W PuH & Junction Box, Ground Mounted F/I FII F/I FII 10 Fit 10 Ffl F/J F/I . 'F71 F/I FJI Pull & Junction Box,Aerial Fiber Ootic Junction Box Mounted Junction Box Type 4 Mounted Junction Box Type 4 Mounted Junction Box Type 5 Mounted Junction Box Type 5 Fiber Ootic Enclosure WIC 21 635-1-16 Fiber Optic Enclosure TCDC 22 635-1-17 Rber Ootic Enclosure Rack Mount 24 Port :",-23.: 635~-18 '. FiberOpticEnclosure Rack Mbunt48:-Porr 24 639-1-12 Electrical Power Service, OVerhead 25 639-1-22 Electrical Power Service, Underqroulld 26 641-1 Guvina Concrete Strain Pole 27 641-111-30 Prestressed Concrete Pore, 30'Tvpe If Fir FJI LF LF LF LF LF LF LF LF LF LF LF EA EA EA EA EA EA EA EA $ .~ -ClD $ }() -Ff $ if -f2 $ .J)" -of $ I I -bs $ II -IvS $ /;j ,j2. $ I-51 $ iJ-IpS $ 1/ -4,2- $ :'l -5':; $ i gq -b 7- $ /2.3 ~73 $ /lqs:/p-s $,321..'-1 -itp $ J PI -::ft; $ .3&t;{.:'r..5'L $ J.~J ~3Jp $ 6io-'1t "i~, vl) I 4ell7.(,; 7 58,' ~ G./i EA $ P1&.:J -J I EA $ .-);.~ -11 -EA - -$_:L).q2.-J1t AS $ q '-if -70 AS $ lo~q ':7::' AS EA , ~ 't.,.. L/V -.; ., , u- /l~) ~~ $ 2 ')f ../11 $ /-;1.?J -if- ....-. / ,c J' 'j Group 2. ITS and S stem Communication I I 1 F/f == Furnished and InstaH~d I I fO == InstaJled Only , F = Fumished Onlv I J No. Pay Item [Descrlption Actio n' Units Unf1 PrIce 28 64 1-1 i i -35 Prestressed Concrete Pole, 35' Type II FIr EA $ I i./.t;")'!i3 29 641-111-40 Prestressed Concrete Pore, 40' Type JJ FIt EA $ I Y q F lfj 30 641-111-45 Prestressed Concrete Pore. 45' Type II Fir EA $ l'SCjj- i4 31 641-111-50 Prestressed Concrete Pole, 50' Type II FIr EA $ (7c4- - 2(.' 32 643-130 Strain poles wood,.30' F/! EA $ pL/f -f{ 33 643-135 Strain poles wood, 35' F/I EA $ QCD-&.,1 34 643-140 Strain poles wood, 40' F/I EA $ /f)12 -.~ 35 670-110D Cabinet, Rber Splice FlI EA $ 3 <Jl;tj.-S1 2 36 67Q-110E Cabinet. Master Communications Hub F/1 EA s/,f6tdp-59 37 683-104 Radio Modem, Remote Site Fir AS $ Lj.gJIJ---bi 38 683-204 Radio Modem, Remote Site F EA $ 3423-lf 39 684-14D Optical Fiber 72 Strand Hybrid/Composite Loose Tube F/I LF $ 2-51 40' 684-24D Optical Fiber 72 Strand Hybrid/Comoosite Loose Tube F LF $ / -J1 . 41 684-14E Optical Fiber 36 Strand Hybrid/Comoosite Loose Tube F/I LF $ ;). -li,!; 42 684-24E Optical ~iber 36 Strand Hvbrid/Composite Loose Tube F IF $ i -;)1 43 684-34 Optical Fiber, Install Only, In Conduit or Aerial (0 LF $ I - XI - . 44. 684-34A Optical Fiber. Install Only, Direct Burial 10 LF $ /) -7J. 45 6 85-177 Fiber Optic Connector, ST, 8M F/I EA $ .~~ -q~ 46 6 85-178 Fiber Optic Connector, SC, 8M F/I EA $ ,:.) 1- .L.i~ 47 6 85-179 Fiber Optic Jumper, ST to LC, SM Duplex Fir EA $ .~q,-qg 4S 6 85-"180 Fiber Optic Jumper, se to Le, SM Duplex Fir EA $ 1-1 -74 - 49 6 85-1 83 Aber Optic Jumper, BT, MM Duplex -- FJI EA $ J I -7f; ". -5 0,:6 85-18:<f- Hber Qptic.Jumper;'ST, :SM:..Duplex_ - HI CEA. '$ .:)((--dY: . 51 685-185 Fiber Optic Jumper, se, MM Duplex FJI EA $ .~ fj~ 52 68 5-186 Aber Optic Jumper, 8C, 8M Duplex: - F/l EA $ L/ ~ -!c;q 53 68 5-187 Fiber Optic Pigtail, MM Fll EA $ /I -1tr 54 68 5-188 A ber Optic Pigtail, SM FII EA $ {:5 .;n ~~G.~ -67 s!:,t <JO \\~~ . . , Group 2. ITS and S stem Communication FII =: Furnished and Installed 10 - Installed Onlv F - Furnished Onfy I f I No. Pay Item Description ActIon Units Unit Price 55 685-190 Fiber Optic Solice-Fusion. Greater Than 100 Splices F/l EA. $ ?'>D Sg 56 685-190A Rber Optic Solice-Fusion, Less Than 100 Splices F/l EA $ "':9, q .;, :). ~7:J 57 685-191 Fiber Optic Splice-Mechanical F/I EA $ ~} -05 58 685-192 Buffer Tube Fan-Dlrt F/I EA $ 7 J. -(.] J 59 685-193 Solice Trav F/i EA $ ~'} -6;3 60 685-194 Buried Spfice Enclosure Fir EA $ Lf4.IlJ- ~ 61 685-399A Fiber Testina (oer strand) F . EA $ ~ -:l1 62 685-39$8 Rber Technician (oer hour) F HR $ '1< .:J.f;, 63 686-101 Camera Assembly FII EA $/:t1ib -L,-Ll 64 686-201 Camera AssembJv F fA $ fl.].JJ -101 65 686-301 Camera Assemblv 10 EA $ .;<,44 -tJ g 66 686-.202A Shemet GBle LX FuJI Size F EA $ 4/11 -.oJ I 67 686-2028 Ethernet G8lC ZX Full Size F EA $ /:; ItJD-io.q 68 686-2Q2C Ethernet GBle LX Mini F EA $ If}, \l.J. "43 69 6as-202D Ethemet GBle ZX Mini F EA $.2.,",7'1.;X 70 686-202E Flat Screen Monitor 36" . F/I EA. $ ,P)/I1:.Jr"' .y4 71 600-202F Flat Screen Monitor 42- F// EA. $lo."L~ Ii'" -ID 72 686-103 Ethernet Switch 24 Port FI/ AS $.;.l.Jc4// -, Lv 73 686-203 Ethernet Swikh 24 Port F EA $ ~0.::J... -I,) 74 686-303 Ethernet Switch 24 Port 10 EA $ 2,-Vc -1D 75 686-1 D4 Ethernet Switch 48 Port F/l AS $ J/)/ ;'.e - 7, S 76 686-204 Ethernet Switch 48 Port F EA $ ;,;Jq/)..-bJ- : $cJl/o -70 "7T6 8B=a04- Ethemet Swrtch"""48,Port .~ .;[0 ~EA .. 78 688-105 Vi deo Encoder MPEG 2 Fi! AS $?p!J1. .J.l 79 68 6-205 vr deo Encoder MPEG 2 F EA $,-+1 f: \.. Jq 80 68 6-305 Vi deo Encoder MPEG 2 10 EA $l.~} _"CZ 81 68 6-106 Vi deo Decoder MPEG 2 F/J " AS $ i./q[,! III :J " .. ..... Group 2. ITS and System Communication I F/J == Fumished and Installed 10 == Installed Only F == Furnished Only I No. Pay item Description Action Units Unft Price 82 686-206 Video Decoder MPEG 2 F EA $ Lttlr.~ qc 83 886-306 Video Decoder MPEG 2 10 EA. $ J~lp-t..-2 84 690-90 Optical Fiber, Removal LF LF $ -ih 85 711-89A I Dvnamic Messaoe Siqn /0 EA $ I j/PD -J q SUBTOTAL I :Jqqq~/JD Mobilization - 5% of Subtotal IVY.q~, 11 TOTAL i~' jg~-q~ /' t / CERTifiED 'COpy MARY~NEMOR~E , CLER~ .Of CfRCUIT -ppURT"." sINO' co ,no~IOA.,:/ v .TE~:CONTRACT FOR TRAFFIC SIGNALS AND RELATED CONSTRUCTION BY , ,ANCES AND SYSTEM COMMICATIONS PRODUCTS (IFB-3110-05/GMG) THIS ;A~REEMENT is made and entered into this ~ day of --- , 20 0.), by and between CHINCHOR ELECTRIC, :INC., duly to conduct business in the State of Florida, whose mailing address is P.O. Box 4311, Enteprise, Florida 32725-4311, hereinafter called the "CONTRACTOR" and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Build- ing, 1101 East First Street, Sanford, Florida 32771, hereinafter called the "COUNTY II . WIT N E SSE T H: WHEREAS, the COUNTY desires to retain the services of a competent and qualified contractor to provide traffic signals and related construction appurtenances and system cornmuinications products for Seminole County; and WHEREAS, the COUNTY has requested and received expressions of interest for the retention of services of contractors; and WHEREAS, the CONTRACTOR is competent and qualified to provide traffic signals and related construction appurtenances and system cornrnuinications products to the COUNTY and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, the COUNTY and the CONTRACTOR agree as follows: SECTION 1. SERVICES. The COUNTY does hereby retain the CONTRACTOR to furnish services/materials as further described in the Scope of Services attached hereto as Exhibit "A" and made a part hereof. Required services/materials shall be specifically enumerated, described and depicted in the Purchase Orders authorizing performance of the specific task. This Agreement standing alone does not authorize the 1 I . I performance of any work or require the COUNTY to place any orders for work. SECTION 2. TERM. This Agreement shall take effect on the date of its execution by the COUNTY and shall run for a period of three (3) years and, at the sole option of COUNTY, may be renewed for two (2) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement shall have no effect upon Purchase Orders issued pursuant to this Agreement and prior to the expiration date. Obliga - tions entered therein by both parties shall re-main in effect until delivery and acceptance of the services/materials authorized by the Purchase Order. The first three (3) months of the initial terms shall be considered probationary; during that period the COUNTY may terminate this Agreement at any time, with or without cause, immediately upon written notice to the CONTRACTOR. SECTION 3. AUTHORIZATION FOR SERVICES. Authorization for per- forrnance of services by the CONTRACTOR under this Agreement shall be in the form of written Purchase Orders issued and executed by the COUNTY and signed by the CONTRACTOR. A sample Purchase Order is attached hereto as Exhibit UB". Each Purchase Order shall describe the services and/or materials required and shall state the dates for commencement and completion of work and establish the amount and method of payment. The Purchase Orders will be issued under and shall incorporate the terms of thi s Agreement. The COUNTY makes no covenant or promise as to the number of available -Purchase Orders, _nor-that, the CONTRACTOR-.:will perform any Purchase Order for the COUNTY during the life of this Agreement. The COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by the COUNTY to be in the best interest of the COUNTY to do so. The COUNTY Representative will give both contractors the opportuni ty :jJ 2 1 , I perform all available work. Orders will be placed based on cost and delivery of services. SECTION 4. TIME FOR COMPLETION. The services to be rendered by the CONTRACTOR shall be commenced, as specified in such Purchase Orders as may be issued hereunder, and shall be completed wi thin the time specified therein. SECTION 5. . COMPENSATION. The COUNTY agrees to compensa te the CONTRACTOR for the professional services called for under this Agreement on a "Fixed Fee" basis. When a Purchase Order is issued for a "Fixed Fee Basis, 11 then the applicable Purchase Order Fixed Fee amount shall include any and all reimbursable expenses. The total annual compensa- tion paid to the CONTRACTOR pursuant to this Agreement, including reimbursable expenses, shall not exceed the annual amount budgeted by the COUNTY for purchase of traffic signals and related construction appurtenances and system communications products. SECTION 6. PAYMENT AND BILLING. (a) The CONTRACTOR shall perform all work and supply all materi- als required by the Purchase Order but, in no event, shall the CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each Purchase Order. (b) For Purchase Orders issued on a "Fixed Fee Basis, fJ the CONTRACTOR may invoice the amount due based on the percentage of total Purchase Order services actually performed and completed; but, in no event, .shall the i.-nvoice .amount .exceed a percenta,ge of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) Payments shall be made by the COUNTY to the CONTRACTOR when requested as work progresses for services furnished, but not more than once monthly. Each Purchase Order shall be invoiced separately. 3 month, ~/ CONTRACTOR shall render to COUNTY, at the close of each calendar ( . I an itemized invoice properly dated, describing any services rendered, the cost of the services, the name and address of the CONTRACTOR, Purchase Order Number, Contract Number. and all other information required by this Agreement. The original invoice shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 A duplicate copy of the invoice shall be sent to: Seminole County Traffic Engineering Division 140 Bush Loop Sanford, Florida 32773 (d) Payment shall be made after review and approval by COUNTY within thirty (30) days of receipt of a proper invoice from the CONTRACTOR. SECTJ:ON 7. GENERAL TERMS OF PAY.MENT AND BJ:LLJ:NG. (a) Upon satisfactory completion of work required hereunder and, upon acceptance of the work by the COUNTY, the CONTRACTOR may invoice the COUNTY for the full a~ount of compensation provided for under the terms of this Agreement herein less any amount already paid by the COUNTY. The COUNTY shall pay the CONTRACTOR within thirty (30) days of receipt of proper invoice. (b) The COUNTY may perform or have performed an audit of the records of the CONTRACTOR after final payment to support final payment hereunder. ThisaudLt would be perEormed at a time mutually agreeable ---to the CONTRACTOR and the COUNTY subsequent to the close -of the final fiscal period in which the last work is performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in subsection (b) of this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. 4 as provided y Conduct of this audit shall not delay final payment subsection (a) of this Section. (c) The CONTRACTOR agrees to maintain all books, documents, papers, accounting records and other evidences pertaining to work performed under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at the CONTRACTOR's office at all reasonable times during the Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event any audit or inspection conducted after final payment, but within the period provided in paragraph (c) of this Section reveals any overpayment by the COUNTY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the COUNTY within thirty (30) days of notice by the COUNTY. SECTION 8 . RESPONSIBILITIES OF THE CONTRACTOR. Neither the COUNTY'S review, approval or acceptance of, nor payment for, any of the services or materials required shall be construed to operate as a waiver of any rights under this Agreement nor of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and always remain liable to the COUNTY in accordance with applicable law for any and all damages to the COUNTY caused by the CONTRACTOR's negligent or wrongful performance of any of the services furnished under this Agreemen t . --SECTIOW-9. .TERMINATION. (a) The COUNTY may, by written notice to the CONTRACTOR terminate this Agreement or any Purchase Order issued hereunder, in whole or in part, at any time, either for the COUNTY'S convenience or because of the failure of the CONTRACTOR to fulfill its Agreement obligations. Upon receipt of such notice, the CONTRACTOR shall immediately discontinue 5 all j} , , I services affected unless the notice directs otherwise, and deliver to the COUNTY all data, drawings, specifications, reports, estimates, surrnnaries, and any and all such other information and materials of whatever type or nature as may have been accumulated by the CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of the COUNTY, the CONTRACTOR shall be paid compensation for services performed to the date of termination. (c) If the termination is due to the failure of the CONTRACTOR to fulfill its Agreement obligations, the COUNTY may take over the work and prosecute the same to completion by other Agreements or otherwise. In such case, the CONTRACTOR shall be liable to the COUNTY for all reason- able additional costs occasioned to the COUNTY thereby. The CONTRACTOR shall not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of the CONTRACTOR; provided, however, that the CONTRACTOR shall be responsible and liable for the actions of its subcontractors, agents, employees and persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of the COUNTY in either it's sovereign or contractual capacity, fires, floods, epidemics, quarantine restric- tions, strikes, freight embargoes, and unusually severe weather; but, in every case, the failure to perform must be beyond the control and without any fault or negligence of the CONTRACTOR. (d) If, af.ter notice of tenninati-onfor failure to fulfill_its Agreement obligations, it is determined that the CONTRACTOR had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of the COUNTY. In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of this Section. ~ 6 (e) The rights and remedies of the COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. SECTJ:ON 10. AGREEMENT AND PURCHASE ORDER J:N CONFLJ:CT. Whenever the terms of this Agreement conflict wi th any Purchase Order issued pursuant to it, the Agreement shall prevail. SECTJ:ON 11. EQUAL OPPORTUNJ:TY EMPLOYMENT. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin and will take steps to ensure that applicants are employed, and employees are treated during employment, without regard to race, color, religion, sex, age, disabil- ity, or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including appren- ticeship. SECTJ:ON 12. NO CONTJ:NGENT FEES. The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicitor secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, _percentage, gift, or o.ther consideration contingent 'upon--or resulting from award or making of this Agreement. For the breach or violation of this provision, the COUNTY shall have the right to terminate the Agreement at its sole discretion, without liability and to deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. y 7 , . , SECTION 13. CONFLICT OF INTEREST. (a) The CONTRACTOR agrees that it will nat contract far ar accept emplayment far the perfarmance of any wark ar service with any individ- ual, business, carparatian ar gavernment unit that wauld create a canflict af interest in the perfarmance af its abligatians pursuant to. this Agreement with the COUNTY. (b) The CONTRACTOR agrees that it will neither take any actian nar engage in any canduct that wauld cause a..'l1.y COUNTY emplayee to. vialate the pravisians af Chapter 112, Flarida Statutes, relating to. ethics in gavernment. (c) In the event that CONTRACTOR causes ar in any way pramates ar encaurages a COUNTY afficer, emplayee, ar agent to. vialate Chapter 112, Flarida Statutes, the COUNTY shall have the right to. terminate this Agreement. SECTION 14. ASSIGNMENT. This Agreement, ar any interest herein, shall nat be assigned, transferred, ar atherwise encumbered, under any circumstances, by the parties hereto. withaut priar written cansent af the other party and in such cases only by a dacument af equal dignity herewith. SECTION 15. SUBCONTRACTORS . In the event that the CONTRACTOR, during the course af the work under this Agreement, requires the services of any subcantractors or other professional associates in cannectian with services cavered by this Agreement, the CONTRACTOR must nfirst secure_the_ ,priar eJgJre-s-s wri tten-appraval o.f: the .COUNTY. .If subcontractars ar ather professianal associates are required in connec- tion with the services cavered by this Agreement, CONTRACTOR shall remain fully respansible for the services af subcantractars ar other prafessianal assaciates. 8 SECTION 16. INDEMNIFICATION OF COUNTY. The CONTRACTOR agrees to hold harmless, indemnify the COUNTY, its commissioners, officers, em- ployees, and agents against any and all claims, losses, damages or lawsuits for damages, arising from, allegedly arising from or related to the provision of services hereunder by the CONTRACTOR. SECTION 17. INSURANCE. (a) GENERAL. The CONTRACTOR shall at the CONTRACTOR's own cost, procure the insurance required under this Section. (1) Prior to commencement of work pursuant to this Agree- ment, the CONTRACTOR shall furnish the COUNTY with a Certificate of Insurance signed by an authorized representative of the insurer evidenc- ing the insurance required by this Section (Workers' Compensa- tion/Employer I s Liability, Commercial General Liability, and Business Auto) . The COUNTY, its officials, officers, and employees shall be named additional insured under the Commercial General Liability policy. The Certificate of Insurance shall provide that the COUNTY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance is no longer required to be maintained by the CONTRACTOR, the CONTRACTOR shall provide the COUNTY with a renewal or replacement Certificate of Insurance not less than thirty (30) days before expira- tion or replacement of the insurance for which a previous certificate has been provided. (2) The Certificate .shall contain a _statement that It is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. In lieu of the statement on the Certificate, the CONTRACTOR shall, at the option of the COUNTY submi t a . sworn, notarized statement from an authorized insurer that the Certificate is being prOVided~~ representative of the 9 \ , accordance with the Agreement and that the insurance is in full compli- ance with the requirements of the Agreement. (3) In addition to providing the Certificate of Insurance, if required by the COUNTY, the CONTRACTOR shall, within thirty (30) days after receipt of the request, provide the COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by the COUNTY nor failure to disap- prove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR I s full responsibility for performance of any obligation including CONTRACTOR indemnification of COUNTY under this Agreement. (b) INSURANCE COMPANY REQUIREMENTS. Insurance companies provid- ing the insurance under this Agreement must meet the following require- ments: (1) Companies issuing policies other than Workers' Compen- sation must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida. policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by Section 440.57, Florida Statutes. (2) In addition, such companies other than those authorized by Section 440.57, Florida Statutes, shall have and maintain a Best 's Rating of "A II-or better and ~a ~Einancial Size Category ~of-' "VII "or better according to A.M. Best Company. (3) If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insur- ance company shall: 1) lose its Certificate of Authority, 2) no longer comply with section 440.57, Florida Statutes, or 3) fail to maintain the 10 requisite Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as the CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to the COUNTY the CONTRACTOR shall be deemed to be in default of this Agreement. (c) SPECIFICATIONS. without limiting any of the other obliga- tions or liability of the CONTRACTOR, the CONTRACTOR shall, at the CONTRACTOR's sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by the CONTRACTOR and shall be maintained in force until the Agreement completion date. The amounts and types of insurance shall conform to the following minimum requirements. (1) Workers' Compensation/Employer's Liability. (A) The CONTRACTOR's insurance shall cover the CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation Policy, as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. The CONTRACTOR will also be responsible for procuring proper p:Loofof coverage -from its subcontractors of every tier for- liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both the CONTRACTOR and its subcontractors are outlined in subsection (c) below. In addition to coverage for the Florida Workers' Compensa- tion Act, where appropriate, coverage is to he included for the United~ 11 --V States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other applicable federal or state law. (8) Subject to the restrictions of coverage found in the standard Workers 1 Compensation policYt there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the united States Longshoremen's and Harbor Workers I Compensation Actt or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: $100,000.00 $100,000.00 $100,000.00 (Each Accident) (Disease-Policy Limit) (Disease-Each Employee) (2) Commercial General Liability. (A) The CONTRACTOR's insurance shall cover the CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by the CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be as follows: LIMITS General Aggregate $Three (3) Times the Each Occurrence Limit Personal & Advertising Injury Limit $300,000.00 Each Occurrence Limit $300,000.00 12 (3) Business Auto policy. (A) The CONTRACTOR I S insurance shall cover the CONTRACTOR for those sources of liability which would be covered by Part IV of the latest edition of the standard Business Auto Policy (.ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements. Coverage shall include owned, non-owned and hired autos. (B) The minimum limits to be maintained by the CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be per accident combined single limit for bodily injury liability and property damage liability. If the coverage is subject to an aggregate, the CONTRACTOR shall maintain separate aggregate limits of coverage applicable to claims arising out of or in connection with the work under this Agreement. The separate aggregate limits to be main- tained by the CONTRACTOR shall be a minimum of three (3) times the per accident limit required and shall apply separately to each policy year or part thereof. (C) The minimum amount of coverage under the Business Auto Policy shall be: LIMITS Each Occurrence Bodily Injury and Property Damage Liability Combined $300,000.00 (d) COVERAGE. The insurance provided by CONTRACTOR pursuant to -this Agreement 'shall apply on a primary basis and any othBr insurance or self-insurance maintained by the COUNTY or the COUNTY'S officials, officers, or employees shall be excess of and not contributing with the insurance provided by or on behalf of the CONTRACTOR. (e) OCCURRENCE BASIS. The Workers' Compensation Policy and the 13 Commercial General Liability required by this Agreement shall provided on an occurrence rather than a claims-made basis. (f) OBLIGATIONS. Compliance with the foregoing insurance requirements shall not relieve the CONTRACTOR, its employees or agents of liability from any obligation under a Section or any other portions of this Agreement. It shall also be the responsibility of the CONTRACTOR to ensure that all of its subcontractors performing services under this Agreement are in compliance with the insurance requirements of this Agreement as defined above. SECTION 18. ALTERNATIVE DISPUTE RESOLU'l'::tON. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY protest procedures prior to filing suitor otherwise pursuing legal remedies. COUNTY procedures for proper invoice and payment disputes are set forth in Section 55.1, "Prompt Payment Proce- dures," Seminole County Administrative Code. (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in the COUNTY protest procedures set forth in subsection (a) above of which the CONTRACTOR had knowledge and failed to present during the COUNTY protest procedures. (c) In the event that COUNTY protest procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediati.on. Mediator selection a..71d the procedu:r:es.--tobe employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. 14 SECTION 19. REPRESENTATIVES OF THE COUNTY AND THE CONTRACTOR. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Agreement will arise. The COUNTY, upon request by the CONTRACTOR, shall designate in writing and shall advise the CONTRACTOR in writing of one. (1) or more of its employees to whom all communications pertaining to the day-to-day conduct of this Agree- ment shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define the COUNTY t S policy and decisions pertinent to the work covered by this Agreement. (b) The CONTRACTOR shall, at all times during the normal work week, designate or appoint one or more representatives of the CONTRACTOR who are authorized to act in behalf of and bind the CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep the COUNTY continually and effectively advised of such designation. SECTION 20. ALL PRIOR AGREEMENTS SUPERSEDED. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agre~ent that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be--p:cedicated upon any prior . representations or agreements, whether . oral or written. SECTION 21. MODIFICATIONSt AMENDMENTS OR ALTERATIONS. No modifi- cation, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 15 . , SECTION 22. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting the CONTRACTOR (including its officers, employees, and agents) the agent, representative, or employee of the COUNTY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. SECTION 23. EMPLOYEE STATUS. Persons employed by the CONTRACTOR in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment com- pensation, civil service or other employee rights or privileges granted to the COUNTY'S officers and employees either by operation of law or by the COUNTY. SECTION 24. SERVICES NOT PROVJ:nED FOR. No claim for services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the COUNTY. SECTION 25. PUBLIC RECORDS LAW. CONTRACTOR acknowledges COUNTY'S obligations under Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under -this Agreement_cand that-'Osaid s.tatllte controls over -the terms of this Agreement. SECTION 26. COMPLIANCE WITH LAWS AND REGULATIONS. In providing all services pursuant to this Agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to, or regulating the provisions of, such services, including those n~:Jj 16 effect and hereafter adopted. Any violation of said statutes, ordi- nances, rules, or regulations shall constitute a material breach of this Agreement, and shall entitle the COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to the CONTRACTOR. SECTION 27. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified united States mail, with return receipt request- ed, addressed to the party for whom it is intended at the place last specified and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to-wit: FOR COUNTY: Traffic Engineering Division 140 Bush Loop Sanford, Florida 32773 FOR CONTRACTOR: Chinchor El~ctric, Inc. P.O. Box 4311 Enterprise, Florida 32725-4311 SECTION 28. RIGHTS AT IAW RETAINED. The rights and remedies of the COUNTY, provided for under this Agreement, are in addition and supplemental to any other rights and remedies provided by law. IN WITNESS WHEREOF, the parties hereto ha1~ made and executed this i hgre.ernent on the -date belowwri tten for execut" --the COUNTY-: (CORPORATE SEAL) INC. ATTEST: ~~vl2~ Secretary President Date: 17 Exhibit A Scope of Services TRAFFIC SIGNALS & SYSTEMS SECTION I. GENERAL REQUIREMENTS 1. Purpose: This c.ontract is intended to enable Seminole County Traffic Engineering to construct traffic signals in their entirety or individual components of signals, construct and maintain communication networks, maintain street lighting systems, and construct ITS related components. This contract contains 2 project groups as follows: -Group 1- this group shall be for the construction and maintenance of traffic signals. _ Group 2~ this group shall be for construction and maintenance of ITS components, and for system communication. 2. Performance Period Because of the public safety implications, the response time is an essential element of the services for tasks included in this contract. The specific performance periods for various categories are listed below. A. Traffic Signals 1) Traffic signals with Furn ish & Installpay item numbers for signal support shall have 45 days time limit for span-wire type construction and 90 days for mast-arm type construction (if County provides the mast-arms) from the date of the issuance of the purchase order. If mast-arms are to be provided by the contractor, the completion date shall be based upon the delivery schedule. ' . 2) Traffic ;signals with Install Only pay item numbers for signal support shall be completely constructed In 30 days from the date of the issuance of the purchase order. B. Communication Cable 1) Aerial or undemroundcommunication cabling with -Furnish-&-Install pay -;item -nums8F-1Qr-fiber-'optic_cable' shallhave~90-;days.Jrom'th-e-=date=of;the issuance of the purchase order. 2) Aerial or underground communication cabling with Install Only pay item number shall have 30 days from the date of the issuance Qf the purchase order. . , C. Miscellaneous or Emergency Construction 1) Loop sensors shall have a construction period of 21 days from the date of the issuance of the purchase order. 2) Mast-arm foundations shall have a construction period of 14 days from the date of the issuance of the work order. 3) Fiber repair shall have a construction period of 24 hours. 3. Inspection and Acceptance County shall inspect all work upon completion of the work and formally accept the work. It shall be contractor's responsibility to schedule and hold preliminary and final acceptance meetings. Failure of County staff to detect discrepancies and poor workmanship and material shall not relieve the contractor of the responsibility for completion of the task and successful operation as required. The contractor shall warranty all work for a period of three (3) months for workmanship and for period equal to the manufacturers warranty period for material. 4. ReQuire Specifications and Standards All work and material shall be in accordance with the latest applicable Florida Department of Transportation specifications as required bv the pay item desit:mation, latest Roadwav and Traffic Desiqn Standards, and as modified bv Seminole' County. SpeCial Seminole County specifications for modified pay items and/or components and material are included with this document. Please refer to the FOOT's Basis of Estimates Manual for additional item descriptions. 5. Project Release Orders and Costs The County will issue Release Orders to the contractor on an as needed basis. There are no minimums or maximums established. The quantities indicated in this document are intended to provide a uniform base for bidding purposes only. Each individual Release Order under non-emergency conditions shall contain the project plans, breakdown of all the pay items and total costs, and the performance period required. The time on .the project begins 3 working days from the date of the Release .Order. Under emergency conditiol!s, the requests shall be made verbally by the County's project manager'and followed by a fax containing the details. The time for the Release Order begins immediately after the telephone request. . :-:6 :oPraiect Billil1g-_ For projeCts with a performance period equal to or less than 90 days, the contractor shall issue only one invoice to the County for the total project amount. This invoice shall be issued at the project's completion and following ~cceptance of the work by the County. For project~ with a performance period greater than 90 days, the contractor shall issue only one inv.Qice to the County for that work completed within the first 90 days and may subsequently issue monthly invoices until the project's completion. The final invoice shall be issued at the project's completion and following acceptance of the work by the County. 8. Work Schedules & Maintenance of Traffic Contractor shall schedule work to minimize impact on the peak traffic periods. Peak periods are defined as 7:00 to 9:00 AM and 4:00 to 6:00 PM Monday through Friday. No lane closures shall be permitted during the peak periods. The contractor shall provide maintenance of traffic in accordance with the latest FOOT Standards 600 series for the project. Failure to comply with this requirement will result in complete shutdown by the County Traffic Engineer with no additional compel'lsation to the contractor. 9. Mobilization The compensation for Mobilization shall be five percent (5%) of the total project amount for each work order. This item will be automatically added to each Release Order by the County and does not require a bid price by the contractor. SECTION 2. CONTRACT DESCRIPTIONS GROUP 1. SIGNAL CONSTRUCTION This category of work is intended to provide services to construct traffic signals in their entirety or components of signals as they become necessary. Both emergency and non-emergency conditions are included wider the provisions. Emergency conditions included under the terms of this category of work are intended for rapid response to the emergency conditions for existing signals and may include but not limited to the following: . Strain pole and Strain pole foundation and mast-arm foundation . Reconstruction of overhead span . Under pavement conduit repair Construction of loop sensors within the County on an as needed basis is also included in this group. The loop sensors will include both standard signal loops and system sensors. The configuration and spacing of the loops shall confirm to the FDOT standards and as modified for Seminole County. . The unit price for loop assemblies shall include all material and labor (including saw-cut) for the lead-in cable for typical intersection loops for distances less than 200' from the cabinet. All in- pavement, underground, and overhead lead.in cables for distances over 200' shall be paid separately on per linear foot basis. AH loop assemblies shall be tested upon installation by the contractor and the results submitted to the County Project Manager at the completion of the project. Work orders issued for construction of loop sensors only shall include at least 5 loop assemblies. GROUP 2. ITS AND SYSTEM COMMUNICATION This category of work is intended to provide services for complete installation and maintenance . of communication cabling systems and electronic components of the network on an as needed basis. The services required include but are not limited to the following services: . . Installation of aerial, underground, in-conduit communication cables . Splicing and termination of communication cables . Cabling and termination of communication wiring interior tt? buildings . Furnish & Install communication and telemetry components for signal operations and permanent count locations _e Fumish;;&Jnstalhfibevoptic:.slgns, Nariable message.slgns~'andotherlimitedITS. .components applications . . Emergency testing, trouble-shooting, and repair of communication lines and termination This group is also intended for the construction and maintenance of the various elements of the County's Advanced Traffic Management System (A TMS) projects. The components shall include the following general categories: . .' .. , . Installation, maintenance, and repair of changeable. message signs. . Installation, maintenance, and repair of traffic management cameras. . Replacement of controller assemblies at existing pad or new location. . Installation of communication hub sites and termination of fiber optic cables. . Construction, maintenance, and repair of system sensors and permanent count stations. . Miscellaneous installation and repair of systems as necessary. PROJECT SPECIFICATIONS Note: Pay item numbers not provided shall be in accordance with the latest FOOT specification. Please refer to the latest FOOT's Basis of Estimates Manual for item descriptions. The numbers in the contract were intended to match FOOT's numbers as close as possible, but differences and unique numbers may exist. Specifications for these items shall conform to the latest applicable FOOT specifications as required by the pay item designation, latest Roadway and Traffic Design Standards, and as modified by Seminole County. . 102-1 Maintenance of Traffic (MOT) This pay item is intended as a lump sum compensation to the contractor for the maintenance of traffic set up in accordance with the latest FOOT and Seminole County requirements for the life of the project. This pay item is not intended to compensation for normal advance warning signs and cones used during construction projects. 102.1 A Police Officer durinQ MOT This item shall be used to hire one (1) off-duty police officer, whether Seminole County Sheriff, FHP or local municipality, for traffic control per hour. 102-104-002 Adjust ExistinQ SiQnal Head (MOT) This pay item is intended to compensation for signal head adjustment requirements during the maintenance' of traffic for lane shifts and other conditions. Compensation is for complete work including signal cable and all necessary hardware. 575-1-1 & 2 Soddinq (Bahia and St. AUQustine) Thiscpayitemisintended fonestorationof-disturbed work.ar.eas back-to its_original condition. 580-332-2 Tree Removal/Trimming This pay item is intended to be used for trimming branches and tree limbs that are interfering with the installation of aerial communication cable. Payment shall be made based on the contractor clearing a 4 foot radial path for 25 feet horizontally along the proposed cable route. If this item is used for tree removal than multiples of this pay item will be negotiated based on the size of the tree. 630-1-11 Conduit Aboveground All aboveground conduit shaJJ be rigid 2" galvanized steel. 630-1-12 Conduit Underqround All underground conduit shall be schedule 40,2" buried at depth of 36". 630-1-12A Conduit Underqround/lnterconnect All underground conduit for the purpose of interconnect shall be schedule 40 two inch (2"), buried at a minimum 36". A 14 AWG insulated wire shall be installed inside the conduit for locating purposes. This wire shall be continuous between pull boxes. 632-6-1 Sic:mal Cable, LF Signal Cable as needed and intended for a complete installation with 3 spare conductors. 632-7-1 Siqnal Cable, PI A minimum of two 16 conductor cables per intersection with 3 spare wires per cable, one 10 gauge 2 conductor for street lights (Beldon is not an acceptable substitute for 10-2), and one 6 pair 16 AWG overhead loop beldon, and pedestrian feature cabling. This item also includes one (1) 16 AWG, 4 conductor shielded cable for 3M Opticom. Cable shall not be stepped down to fewer conductors in overhead nor shall conductor colors be mismatched. Wiring for mast arm intersections shall have a minimum of 3 spares for each asst3mbly. Wiring shall include provisions for Pedestrian features, street lighting, Opticom, loop beldons, and illuminated street signs. Wiring shall be in accordance with IMSA cable specifications. 632-8-111 or 112 Cable Interconnect Onfy.fiberopticcommunication 'cable. :shall coe-used"unfess other:wise .specified .in -plans. Hardwire specifications is a minimum of 6 pair twisted and must meet REA Specifications. Aerial: P-38 Underground PE-39. 634-4M112, 112A,113, 113A Span-wireAssemblv Centenary and messenger spans shall be 3/8" diameter, EHS. 634~4-1128 Temporary Span Greater than 20011. Diagonal This item shall consist construction, maintenance, and removal of a temporary span which shall include 2 (up to 3 poles where there is an existing median) wood or concrete strain poles. single span, all necessary hardware and cabling, and up to 4 light weight signal heads, one of which may be a 5-section head. This item shall also include all required power service requirements and guying of the poles. 634-6-1 Messenger wire Assembly This item is intended for support for Aerial Interconnect, communication cabling and shall be 1/4" diameter, EHS. All required pole hardware and materials needed for the messenger installation shall be included in this pay item. 635-1-11 Pull and Junction Box, Ground Mounted All pull boxes are to be concrete with a non-conductive lid (quasite type or approved equivalent), located a minimum of 5 feet from radius and 10' from edge of pavement. Lids shall be marked Traffic Signal. 635-1~11A Pull and Junction Box, Ground Mounted with Apron All pull boxes are to be concrete with a non-conductive lid (quasite type or approved equivalent), located a minimum of 5 feet from radius and 10 feet from edge of pavement. Lids shall be marked Traffic Signal. A one foot by one by 4 inch concrete apron shall be poured around junction box. 635~1-11 B Fiber Junction Box Box shall be 24"x36"x1S" with 6" extension marked Seminole County fiber optic and shall be CDR Systems Corporation product or approved equivalent. A one foot by one foot by 4 inch concrete apron shall be poured around junction box. 635-1-12 Pull and Junction Box Aerial Shall is'x1S'' NEMA Enclosure PVC. A 25 pair 66m style punch down block shall be installed inside box. ,-&3'50.:'1'..13:,&=-33 -Pad~MountedcJunction- Box-- As per 676, Type 4 base mounted cabinet. Cabinet shaff contain 15amp AC breaker, 115 volt receptacle, door switch operated technician service light, thermostat controlled ventilation fan, and one (1) shelf. Cabinet shall be mounted in accordance with F.D.O.T. Standard Specifications for Road and Bridge Construction. Pad shall contain a minimum of four 2" conduits and one i" conduit. All spares conduits shall be stubbed' out in the nearest pull box. 635-1-14 & 34 Pad Mounted Junction Box / . , .. As per 676 Type 5 base mounted cabinet. Cabinet shall contain .15amp AC breaker, 115 volt receptacle, door switch operated technician service light, thermostat controlled ventilation fan, and one (1) shelf. 'Cabinet shall be mounted in accordance with F.D.O.T. Standard Specifications for Road and Bridge Construction. Pad shall contain a minimum of one 1 II and three 2" conduits. All spare conduits shall be stubbed out in the nearest pull box. 635-1-15 Fiber Optic Enclosure W.I.C. Wall interconnect center. As .per Siecor WIC-024. (Box shall be pre-loaded with 24 ST style couplers/adapters with plastic inserts 12 single mode/12 multi modes). 635-1-16 Fiber Optic Enclosure T.C.D.C. Traffic control distribution center as per Siecor TCDC-024-15T 9 (Dave - TCDC-04P) Box shall be pre-loaded with 24 ST style couplers/adapters with plastic inserts 12 single mode/12 multi mode. 635-1-17 Fiber Optic Enclosure Rack Mount 24 Port Rack mounted fiber enclosure. Shall be preloaded with ST or SC adapters as required. Shall have drop down hinged door to protect connectors. 635-1-18 Fiber Optic Enclosure Rack Mount 48 Port Rack mounted fiber enclosure. Shall be preloaded with ST or SC adapters as required. Shall have drop down hinged door to protect connectors. 639-1-12 & 22 Electrical Services FPG Power Service 120v with meter FPL Power Service 120V no meter Mast .Arm service shall be mounted on 4" x 4" x 10' concrete pole. 641-111-xx Prestressed Concrete Pole Pole schedule shall have handhole placed 14 feet from the bottom of the pole. A 2 inch knock out shall be placed opposite of the handhole. A 1 n inch wire entrance nipple shall be located 2 feet from the top of the pole. A 6 AWG ground wire shall be included for pole grounding. 06-43~1 :Strain':Eoles GuvinqCWood' Down guy installation on a wood or concrete pole. 647-A, 8, C, D. E. F Desian Tasks The contractor shall hire a qualified professional engineer in the State of Florida to perform the foundation design for mast-arms under 647-8, in accordance with FDOT standards. All required geotechnical testing shall be performed under 647-C. Item D shall consist of a pre-dig for a Mast Arm base or strain pole where utilities may be a conflict. Item F shall be used for a FOOT qualified GEl to perform slump test and inspections on concrete foundations to satisfy FOOT requirements. All shop drawings and reports must be signed and sealed by a professional engineer in the State of Florida. 647-G Siqnal Technician (per hour) This is furnish a signal technician (minimum IMSA Level 1 Signals Certified, preferably Level 2 Certified) for various tasks. 648-1A, 8. C Foundation This item shall include all required conduits, anchor bolts, steel rebars and concrete foundation for 48" diameter for mast-arms and strain poles. The compensation shall be per foot of depth as stated in the plans. 648- Mast Arms Refer to the latest Seminole County Standard Mast Arm Drawings for all specifications. IMPORTANT FOR PRICING. All mast arms listed, both fluted and non-fluted and both single and double, assume a short upright (22' to 24' per the latest Standards). Items 648-1 E through 648-1 H are price add-ons for use when a tall upright (32') is requested. Items 715-11-111 through 715-99 are the add-ons for luminaires. For example, if furnish and install 50' non-fluted arm with a tall upright and shoe box luminaire is requested, the following 3 items needed would be 648-11-50NF, 648-1 E, and 715-11- 114. 650- Traffic Sicmal Assembly All .disconnects shall be full size (12"w x 6"h x 4 W'D) with hinged doors and 18 position terminal strip, no cynch plugs will be accepted. All unused wires shall be terminated on the terminal strip. No wire nuts on unused conductors. All disconnects & hanging hardware shall be Engineered Casting or approved equivalent. All. signals must meet the latest uFDOT Specification tor vehicular traffic signal assembly in accordance with Section A650 FOOT standard specifications and shall be Engineered Casting or an approved equivalent. The inside face of each door will have 4 lens gasket clamps and stainless steel screws for securing the lens to door. Only tunnel visors will be accepted. All signals will have FDOT approved glass lenses. All LED Signals shall be FDOT approved. All LED balls and arrows (items 650-1-111 B through 650-1-111 S) shall be lenses only; no housings. J ," " i ~ , ,. . " 653- Pedestrian Signal Head LED These items shall be FOOT approved and meet the latest FDOT Specifications for pedestrian signal assembly Section A653. The items provided shall be ICC Brand or approved equivalent. Only LED international symbol will be accepted. Each head assembly shall include all necessary mounting hardware. All LED Pedestrian Heads shall be one unit with Hand/Man and must be FOOT approved. 660- Loop Sensors & Loop Detectors EDI Oracle, single & dual channel, shelve mount & Rack mount or an approved equivalent. All Type F loops shall be 6 x 40, home run shall be cut from the back of the/oop to the window, no loop windows or home runs shall be cut in radius. 660-70-122,124,126 Permanent Count Stations Assembly This item shall include a complete assembly with pull boxes, conduit, concrete pad for a type 4 cabinet, power service pole (if applicable), etc. Loop layout per FOOT standards, without piezo. 663-70A throuQh 663-701 OPTICOM Vehicle Detectors This pay jtem number is intended to install a complete OPTICOM emergency pre-emption system. This item shall include 700 series controller Phase selector unit, 4 optical detectors, and required cabling. Items 663-70F through 663-701 are intended to relocate existing single or dual channel, span or mast arm mounted OPTICOM detectors. These pay item numbers shall be used in conjunction with overhead rebuilds/modifications. Mast arm intersections may have to have detectors separated when switching from span to mast arm. Detector not included in this pay item. 664~70A throuQh 664~701 Video Vehicle Detection This item shall consist of a vehicle detection system by processing of video images and provide detector outputs to the signal controller. Under this item the contractor is to provide a system that detects vehicles on a roadway via processing of video images and provides detector outputs to the traffic signal controller. The sy~tem shall consist of four specialty cameras. Each "Smart Camera" shall have motorized. zoom lens. The unit shall have the ability to be programmed / setup without the need for a laptop computer. The camera shall have the machine processor built into the camera providing closed loop control of iris and other critical functions. The camera and lens assembly shall be housed in a light-colored environmental NEMA-4 enclosure with a'sun shield. The enclosure shall be watertight, and dust proof. The connection between the cameras and the video interface panel shall be coaxial cable suitable for-outdoor installation, Beldon 8281 or equal. System shall include all necessary camera mounting hardware and other related materials. Econolite Solo or approved equivalent. . Item 664-70A is for the video control unit in the cabinet capable of managing 1 to 4 directions. The remaining items are for the video detectors per number of directions and eitAer furnish and install or install only. 664-70J throuQh 664~70K Microwave Vehicle Detection This system will be used for presence/pulse detection. Vehicular counting and other related functions are not required. The system provided under this item shall be completely compatible with all Seminole County control equipment. Microwave Detectors shall be Microwave Sensors Model TC26B or approved equivalent, item shall include all associated cabling and hardware for a complete working installation. 665-13 Pedestrian Detector (Detector With Siqn Only) TEECO brand or approved equivalent. 670-110ACabinet, Base Only This pay item is intended as lump sum compensation to the contractor for the installation of FOOT standard controller pad and service slab for a tYpe 5 signal cabinet. The base shall have (6) 2 inch, (1) 3 inch, and (1) 1 inch pve conduits. All conduits shall be stubbed out in the closest pun box i.e. (no stub outs of spare conduits below grade). 670-1108 Cabinet. Install Only This pay item is intended as lump sum compensation to the contractor for the installation of TS 2.type 1 traffic signal controller cabinet on an existing base. 670-110C Cabinet, Base Onlv This pay item is intended as lump sum compensation to the contractor for the installation of 60 inch x 60 inch x 6 inch pad for a communication hub cabinet. The base shall have (5) 2 inch, (2) 4 inch, and (2) 1 inch PVC conduits. All conduits shall be stubbed out in the closest pull box i.e. (no stub outs of spare conduits below grade). . 670-110D Splice Cabinet 33~ "170 Type" cabinet with front and back door. Cabinet to include 19 inch rack, document drawer, AC service panel with surge protection, light, thermostat controlled ventilation fan, door ~switch. 670-110E Cabinet, Master Communication Hub Communication Hub with two (2) doors front and two (2) doors rear. Cabinet shall be divided in half with one side environmentally controlled (air conditioned) and the other side non- environmentally for fiber terminations. Both sides shall have 19 inch rack railings for equipment and patch panel mounting. Cabinet shall be compatible with typical F.O.O.T. ~istrict 5 equipment BTU loading, as per "Knurr" hub cabinet. .-... . ,. ~ ,. ., '. 670-113A, 8, eNema Controller Only All Controllers to be TS-1 / TS-2 compatible with all associated 0 connector I/O. Controller shall have internal (if available) or external multi-mode fiber modem (850nm). Naztec or approved equivalent. 670-113-2348 - Type V Cabinet I Naztec TS2 Type 1 Cabinets shaH consist of 1 Naztec TS2 type1 secondary Controller 50099-22100, P-44 Cabinet Assembly 70006-TS2/FL, NaztecTS2 MMU Model 516 wi serial port, 3 Naztec TS2 BIU Model 1-30, 16 Nema Load Switches, 1 Nemaflasher, 8 Transfer Relays, Luminaire interface on Power supply, Naztec TS2 Cabinet power supply, 16 Channel Detector rack, 2 Channel Opticom Rack & Field Panel, 16 Loop Detector panel wi 16 SRA-6LC surge arrestors, set of FLOOT Spec load resistors for back panel, one ball bearing roller drawer. 670-113-234C - Type V Cabinet I Naztec TS2 Tvpe 2 Naztec 981 Series ethernet controller with 850 nm fiber Optic modem. All cabinets shall be Type V minimum of 16 detector channels. Minimum of 15 load switch bays,. All spare MMU wires will be terminated to a terminal board on the back panel of the cabinet. All green and yellow terminals will be loaded including overlaps. All walk terminals will be loaded all cabinets will be surge protected with ED CO surge and iightening protectors. All field terminals to be protected with MOV's. All ped button inputs if used will be protected with dual channel 30V EDCO protection device. Load switch bays will be installed sequentially ie: phase 1, 2, 3, 4 random number will not be accepted. All normal equipment will be included ie: Thermostat, fan, light, door latch, etc. Cabinet shall include pre-empt panel breakout for all available pre- empt inputs. 683-104 & 204 Radio Modem, Remote Site Multiple address system remote data radio with AC power supply. Equipment to include directional Vagi antenna TY 900 (12.1 dbi gain), mountirig bracket, sixty (60) feet of }2" semi- ridgid coax, appropriate "N type" connectors, and coax surge suppressors. Radio to be configured with an asynchronous RS 232 interface (08-25) capable of bit rates of 19,200 bps. Synthesized 800-960 MHz Transmitter Power output: 5 watts @ 13.6 vdc As per MDS 9710A OSP remote radio transceiver. The cost of aerial conduit (i.e. signal pole riser) and other materials found else where in this contract shall not be considered in this bid -prlce. 684- System Fiber Optic Communication Carrier Contractor shall be responsible for providing as-built drawings. All installations shall be tested by either an OTOR or light source and power meter. Results of these tests shall be recorded and furnished to the County upon job completion. I. <':- . , .: ~.:; , 72 Strand Single-mode 8.3/125um, loose tube, dry blocked, mini bundle, all dielectric, medium density polyethylene jacket per Siecor "ALTOS" "Gel Free" ih accordance with the following specifications: 8.3/125 .5 db/km @ 1310 nm .4 db/km @ 1550 nm 36 Strand Hybrid/Composite Loose Tube with 12 multi-mode 62.5/125 um and 24 single mode 8.3/125um, loose tube, dry blocked, mini bundle, all dielectric, medium density polyethylene jacket per Siecor "ALTOS"" Gel Free" in accordance with the following specifications: 62.5/125 3.75 db/km @ 850 nm 1.0 db/km @ 1310 nm 8.3/125 .5 db/km @ 1310 nm .4 db/km @ 1550 nm 684~34 Install Only Fiber Optic Cable Install cable furnished by others. Aerial, underground or in building environments. Pay item number does not include messenger, conduit, inner duct. Aerial installation: Cable is to be lashed to 1/4" messenger. For underground installation, the cable shall be pulled into a 2" conduit with pull box spacing between 350 and 400 feet. 684~34A Install Only Fiber Optic Cable (Direct Burial) Direct burial of one fiber optic cable and one 14 AWG locate wire at a depth of 36". Installation method shall be trenching or plowing. 685- Fiber Optic Miscellaneous Material Connectors Fiber Optic connector ST MM or SM, 125um fiber o.d., uv cure adhesive or, oven cure epoxy, ceramic ferrule. Fiber Optic connector SC MM or 8M 125um fiber o.d., u.v. cure adhesive or oven cure epoxy, ceramic ferrule. Coupler/Adapter ST MM & 8M Fiber Optic coupler/adapter 8T MM threaded or dual flange pepending on job requirements. Comp.ositeho.using-wittrceramic inS8l't Fiber Optic coupler/adapter ST SM threaded or dual flange depending on job requirements. Composite housing with ceramic insert. Coupler/Adapter SC MM & SM Duplex, snap in, composite housing with ceramic insert. ,. ~" " ' . .,:, :..:.... :',) ,'1\. .,' ., '" jO' Jumper Duplex ST to ST, 1 meter in length 62.5/125um, uv cure adhesive or over cure epoxy connectors, ceramic ferrule. Duplex ST to ST, 1 meter, 8.3/125um, uv cure adhesive or oven cure epoxy connectors, ceramic ferrule. Duplex, SC to SC, 1 meter, 62.5/125um, uv cure adhesive or oven cure epoxy connectors, ceramic ferrule. Ouplex, SC to SC, 1 meter, 8.3/125um, uv cure adhesive or oven cure epoxy connectors ceramic ferrule. Pigtail Fiber Optic pigtail MM 62.5/125um, 1 meter, uv cure adhesive or oven cure epoxy connector ceramic ferrule. ST Connector. Fiber Optic pigtail SM 8.3/125um, 1 meter, uv cure adhesive or oven cure epoxy connector ceramic ferrule. ST Connector. Fusion Splice All fusion splices shall be less than .2 db in attenuation. Splices shall be heat shrink protected. Mechanical Splice All mechanical splices shall be tuned (re-manipulated/re-c1eaved) until splice loss is less than O.2db Buffer Tube Fan-out 6 fiber fan-out with 900 urn fan-out tubing. 25 inches in length Splice Tray Reduced length to fit in Siecor WIC or full length as required by installation. Testing a.T.O.A. testing at one wavelength in one direction. Test results shall be turned over to Seminole County in electronic format (floppy disk J COR). Buried Splice Enclosure Splice enclosure suitable for 72 splices. Large enclosure with the ability to store slack buffer and trays. As per 3M 2178 or approved equivalent. ~685"1a&:2a6~Svstem<AUxinarv:.2UES::- Traffic Signal Uninterruptible Power Source as per CLARY model FP 1000 SA. System shall include 6 batteries and power interface module. This system will be used in conjunotion with LED technology. Additional battery cabinet, if required, will not be included in this pay item. 685-399A Fiber Testinq (per strand) /' ..'.... . . . . . ' "~ '... .,' .'" ."" . 33 This item is for flber testing by qualified fiber technician on a per strand basis. Testing to be completed on terminated strands. Pay item includes furnishing test results in electronic format. 685-399B Fiber Technician (per hour) This item is for a qualified tiber technician to perform various fiber functions, including, but not limited to, construction, testing. repair and troubleshooting. This item will be paid on a per hour basis. 686-101,201,301 Camera Assembly Dome housing as per KALATEL CyberDome Day-Nite Camera. High resolution camera with automatic switching between Day (color) Mode and Night (monochrome) Mode. 470 TV lines of resolution. 18x optical zoom. 4x digital zoom. Camera to include RS -232 to Oigi-Plex code converter. Fan and Heater not required. Materials included in this pay item number are: mounting bracket, 75 ohm coaxial and power / control cabling. 6S6-202A, 8; C, D Ethernet GBIC 202A-LX Transceiver 10km range standard full size 202B-ZX Transceiver 40km range standard full size 202C-LX Transceiver 10km range SFP mini 202D-ZX Transceiver 40km range SFP mini 686-202E, F Flat Screen Monitors 36" and 42" Flat Screen LCD monitors shall include built-in HO tuner, audio, video, outputs 686-103.203,303 Ethernet Switch 24 Port Managed 24 Port Gig Ethernet switch. 24 .10/100/1000 ports with 4 optical mini GBle slots. Switch to include 4 "LX" SFP transceivers. As per "Dell 5324" or approved equivalent. 686-104,204,304 Ethernet Switch 4S Ports Managed 48 Port Gig Ethernet switch. 48 10/100/1000 ports with 4 optical mini GBIC slots. Switch to include two (2) "LX" and two (2) "lX' SFP transceivers. Switch to include full layer 3 license and 3 year warranty (48 turn around). As per "Extreme Networks Summit 400" or approved equivalent. -!686-"'L05;c205 <,305 ..Video ~EncoderMPEG-2- MPEG 2 hardened encoder without audio channel as per " VB rick 4200 ITS" or approved equivalent. 686-106.206,306 Video Decoder MPEG 2 MPEG 2 decoder as per" VSrick 5200" or approved equivalent .T"". . " . ..:',' '.,...... " "" .:':,', .:: ,.' .. ," 690- Removal Items All signal items and equipment removed by the contractor are property of Seminole County. This equipment mayor may not be required to be returned to Seminole County depending on its cond[tion. Item 690-30, Remove Concrete Strain Pole shall include cutting pole 18' below grade and. disposal in accordance with all local, state, and federal laws. Item 690-31 shall include removal of the foundation for concrete' strain poles and mast-arms, disposal of the foundation in accordance with all local, state, and federal laws, and back-fill and return of the disturbed areas to their original grade and condition. All mast arm assembly shall remain property of Seminole County and shall be delivered to County yard. 690-90 Fiber optic cable removal. Pay item is intended for the removal of aerial fiber optic cable and span wire. 690-95 Item is intended for sidewalk removal per square yard. 700-46-25 Relocate ExistinQ Overhead SiQn This item is intended for compensation for relocation of overhead sign panels on trusses, mast- arms, span-wire, etc, " 700-89-1 A,B,C,D,E,F,G,H,I,J Illuminated Street I.D's & HanainQ Arm Assembly This item is intended for compensation for addition of hanging arms for installation of internally illuminated or regular street signs up to 24"x 96". The installation shall include for concrete strain poles and mast-arms. The strain pole mounted arm shall be aluminum and must be adjustable 5 degree in either direction. JlJuminated Street 1.0.'s shall be florescent bulb type or LED type, with winged type screw-in door latch. Southern Manufacturing or approved equivalent. 700-89-02A, B, C, 0, E, F, G, H . Fiber Optic Blank-out Sians This item is intended for compensation for BLANK-OUT signs with 2 messages. One way, two message a(umi'num fiber optic blank out sign. Sign to be painted black. Sign shall be arranged to accommodate astro bracket and/or span wire mounting. As per National Sign & Signa! brand. 24"x24" and 30"x30" or an approved equivalent 700-90-14 Siqn FlashinQ Beacon (Overhead) Assembly This' . item is intended -for'overheadschool-'ilasher assembly in --accordance with FDOT specifications. 700-90-15 Solar Powered Flasher This item is intended for a solar powered, 12" yellow LED school flasher with a minimum 20 watt solar panel and 74ah gel cell battery activated with a Seminole County compatible key switch. Flasher post shall be 4 inches in diameter and 15 foot in length. The battery, solar '. '.0'.'" . ~ . ", \ ".;: to':,. , . o.~ ..,... .~~ regulator (Morning Star or equal), and flasher (if needed) shall be housed in an 18"x15"x12" (minimum) aluminum pole mounted cabinet furnished with a #2 lock. Mounting hardware to attach material to flasher pole shall be Pelco Brand or approved equivalent. Solar panel shall be mounted above flasher head allowing for 360 degree adjustment. Flasher cabinet shall be mounted with clamp type hardware (no banding). 700-90-16 Solar Powered Radar Speed SiQn This item is intended for a solar powered sign assembly. Solar system shall be designed for 24 hour continuous operation. Display and equipment cabinet shall be mounted on a 4 inch diameter, 15 foot long aluminum post. Display and radar shall be housed in the same cabinet. The display shall show posted speed limit with no vehicular activity. The display shall change to show actual speed with vehicular activity. As per sign display from "Temple" or approved equal. 711-89A Dynamic Messaqe Sicm (Installation Only) This is to install a dynamic message sign, furnished by Seminole County, onto a mast arm assembly. This includes all necessary labor and vehicles (boom truck, lift truck, etc.). The typical sizes of the signs are 5' high by 9' wide and they weigh approximately 250 pounds. 715-11-111 Cobra Head Luminaire and Bracket Arm Cobra head 250w high pressure sodium with arm for concrete pole installation 715-11-114 Luminaire Shoe box Type Shoe Box Type 250w for Mast Arm installation 715-99 Luminaire Decorative Acorn Style Luminaire Decorative Acorn Style 250w for Mast Arm installations 12 Section 4- Price Schedule PROJECT: TERM CONTRACT FOR TRAFFIC SIGNALS AND RELATED CONSTRUCTION APPERTUNANCES AND SYSTEM COMMUNICATION PRODUCTS COUNTY CONTRACT NO. IFB-3110-05/GMG Name of Bidder: Chinchor Electric t ruc. Mailing Address: P.O. Box 4311, Enterprise, FL 32725-4311 Street Address: 935 Shadick Drive City/State/Zip: Orange City, FL 32763 Phone Number: ( FAX Number: ( 386 774-1020 386 774-7223 Pursuant to and il'J compliance with the Invitation for Bid, Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having familiarized himself with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the places where the W Drk is to be done, hereby proposes and agrees to perform the Work and complete in a worknianlike manner the required services, all in strict conformity Contract Documents, including Addenda Nos. . 1 through , on file at the Purchasing Division for the amount hereinafter set forth. The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any person, firm or corporation; and he proposes and agrees, if the bid is accepted, that he/she will execute an Agreement with the COUNTY in the form set forth in the Contract Documents; that he/sh~ will furnish the Insurance.Certificates. Price Schedule: Total for Group I: $ 2,134 ,904.69 Construction a.nd Maintenance of Traffic Signals Total fqr Group II: $ 136. 38R 96 Construction and Maintenance of ITS components and system communication - TOTAL AMOUNT OF BID: 2.271.293.65 N umber~ 13 IN WITNESS WHEREOF~ BIOOER has hereunto executed this Apri , 20~. / IS 11 th day of Chinchor Electric Tnr (Name of BIDDER) Timothy Z. Chinchor (Printed name of person signing FORM) Pr",,,,irj,:>nt (Title of person signing FORM) GrouP 1 - Construction and Maintenance of Traffic SiQnals FII = Furnished and Installed I 10 = Installed Only F'" Fumished OnN No. Pay Item Description ActIon Units Unit Price 1 102-1 Maintenance of TJ'Eific (MOn F/I EA $ i In -2.:' 2 102-1 a Police OOicsr durinq MOT (per officer per hour) F HR $ 4q _lO 3 102-104-002 Adjust existing siqnal head F/l EA $ qi:) -, i 4 1522-1 Concrete SIdewalk, 4" I F/J Sy $ IrJ.~-&i 5 522-2 Concrote Sidewalk, 6" I FIf Sy S 1/4 -21 6 575-1-1 Sod, Bahia I FIr .sy $ _-'5 .Cj[ 7 575-1-2 Sod, St. Auqustine Fir Sy $ 1- -Ye- a 5BQ..332-2 Tree AemovaVTrimming, O6r2S' Fir EA s f). &9 6:1 9 620-1-1 Groundino Electrode F/I IF S , .5 -g~ 10 630-H 1 Condui~ Above Ground PI) LF S JoJA 11 630-1-12 Conduit, Underground F/J LF $ . if -"iJ 12 630-1-13 Conduit, Under Pavement FIr IF s J 3 ::Ji. 13 630-1-14 Conduit. Jacked F/I LF S d-5f 14 6:30-1-15 Conduit, Bridqe Mounted Fir IF $ i-~ -/9 15 630-1-17 Conduit, Directional Bore FIr LF s J ~ ~::A- 16 630-1-18 Conduit, Hand Dio F/I LF S J/ -.~ 632.6-1 Sianal Cable FIJ IIL4S - 17 LF S 18 832-7-1 Siqnal Cable F/I PI S 2. 90/181 19 632-a.l11 Aerial Interconnect FIl IF S 1.32 20 632.8-311 Aeriallnterccnnect Cable ro LF S .qc. '2 3'- 21 632-8-112 Ul1deroround Interconnect F/I LF $ _ 1.L 22 632.8-312 Underoround rnterconnect 10 LF $ _qc 23 634-4-112 Soan Wire Assembly, Diaoonal, (< 200') FII PI $ J .~Ji-C/P 24 634+112A Span Wire Assembly, Diaoonal, (>0:: 200') FIr PI $ f55J-t] .25" 634+1"128. T emp~Span.~EachDirection -(indudinapofes) FlI AS $IC<-yPl::.l~ . 26 634-4-113 Span Wire Assembly, Box, (< 400') FIJ PI $ t.3i/ q<:J 27 634-4-113A Span Wire Assembly, Box, (>=: 400') F/I PI $ 2 ij.q I -'f<:. 28 534-5-1 Fibs/'Qlass Insulator F/I LF $ I J -<V. 29 634-6.1 Messenqer Wire W Fil LF $ ~fi.i 30 635.1.11 Pu/J & Junction Box, Ground I\-tounted F/l EA $ 2iO :3:3 31 635-1-118 Pu/J & Junction Box, Ground Mounted 1'1/ Apron F/I EA $ 2'75 -52, Grouo 1 - Construction and Maintenance of Traffic Sianals FII =: Furnished and Instafled 10 = Installed Onlv F = Fumished Only No. Pay Item Description Action Units Unit Price 32 635-H1C Fiber vault iunction box F/J EA $ Q'ifr 01- 33 635-1-12 Pull & Junction Box, Aerial F/J EA $ 2 L-l .ft 34 639-1-12 Electrical Dower serv., overhead FIl AS $ Cf:A -42 Electrical power serv., underaround F/I lq '1'- 35 639-1-22 AS $ ;02 . J 36 639-2-1 Electrical service wire F!l LF $ i .i1t.: 37 841-1 Guvino Concrete Strain Pole F/I AS $ '2.5i,,-I:) ~8 641-13-136 Strain Dole cone., 36' Tvoe N IV F/J EA $ 2iqLj _Dc 39 64H3-136A Strain oole cone., 36' Tvpe N IV 10 EA $ j61./1-zt' 4D 641-13-1368 Strain Dole cone., 36' Type N IV F EA $ Q2j"'-b1 41 641-1 3-140 Strain Dole cone., 40' Type N IV Fil EA $ 2.,.21 -~7 42 641-13-140A Strain pole conc~ 40' Tvue N IV 10 EA $ j.-'Y~q .L}.g 43 641-13-1408 Strain Dole cone., 40' Tvpe N IV F EA $ .91-9 - t7- 44 641-14-136 Strain pole cone., 36' Tvpe N V F/I EA $ t5t)~,~~ 45 641-14-136A Strain Dole cone., 36' Tvoe N V 10 EA $l;)~~ -~~ 46 641-14-1368 Strain pofe conc. 36' Tvoe N V F EA $ q~r .!!:t.' 47 641-14-140 Strain pole conc., 40' Tvoe N V FJI EA sJ.t4j--:~t 48 641-14-140A Strain oole eonc., 40' Tvpe N V 10 EA $ffJf5 -52 49 641-14-1408 Strain pole cone., 40' Tvoe N V F EA $ I r.y::{:; .:AJ.j 50 641-14-144 Strain pole cone.. 44' Tvoe N V F/I EA $ 27D/ ::M 51 641-74-144A Strain Dole cone., 44' Type N V 10 EA $ II)'q~'-,~ S2 641-14-144B Strain Dole cone., 44' Tvoe N V F EA $ f k'IP ;)./ 53 641-14-148 Strainools cone., 48' TVDe N V F/I EA $ '21:~}-gL S4 641-14-148A Strain oole cone., 48' Tvpe N V 10 EA $1 ~&:, -~ 55 641-14-1488 Strain cole cone., 48' Tvpe N V F EA $ 1/4d. .,:J.j.j :56" 641.15c145 StrairnJ'olaconc., 46' TvoaN VI FII EA '-'r' 'u- $,.)', ~' 5T64 1~14-145A Strain pole cone., 46' Type N VI 10 EA $a-)'1:~-i I 58 641-15-1468 Strain pole cone., 46' Tvpe N VI F EA St,-'I'7t' -,-{i 59 641-15-148 Strain Dole conc., 48' Tvoe N VI FIl EA $ ?-;fn-q6 60 64H5-148A Strain pole cone., 48' Tvpe N VI 10 EA $..:J.-)f. \" ./ I 61 641-15-1488 Strain Dole cone., 48' Tvoe N VI F EA $ 14-L'V -Jo'- 62 641-15-152 S train pole conc., 52' type N VI F/I EA $?~2 9-~ Group 1 - Construction and Maintenance of Traffic Sionals I F/1 '" Furnished and Installed [0 = Installed Onlv F = Fumished Onlv No. Pay item 63 641-14-152A 54 641-15-1528 65 641-16-146 66 641-15-146A 67 641016-1468 68 641-16-148 69 64H6-148A 70 641-16-1488 71 641-16.152 72 641-16'152A 73 641-15-1528 74 641-16-154 75 641-16-154A 76 64-1-16-1548 77 641-16-156 78 64HB-156A 79 641-16-1568 .80 641-41-112 81 643-1 82 643-130 83 643--135 84 643-140 85 647-8 86 647-C - -~7:' 647-D - 88 647..E 89 647-F 90 647-G 91 648-1A 92 648-1 B 93 648-1C Description Strain pole conc.., 52' type N VI Strain Dole conc.., 52' tvoe N VI Strain Dole cone., 45' Tvoe N VII Strain pole eonc., 45' Type N VII Strain pole cone., 46' Type N VII Action Units Unit Price 10 EA. $,~37-~ -i I F EA $ i Lf:5~ -2z> FII EA. $L}~81-j~ 10 EA $ .'),&1;,& -d~ F EA $JfZ/ .iJt . 4-/1 . ~ FIl EA $ 4- 1;0 -l.i' IJO EA $ Okbt - .74 F EA $ 1144 -j., F/I EA $ W"Y)g J.I ~ 10 EA $ }frl.;{; .Ji.; F EA slvi/J.. -j~ FIt EA $ L/ 645.31 10 EA $ :J/J..{...{." .. J1. F EA $J.qTf -iJ FIl EA $i).5&/d-itl, 10 EA $.:)LYdi,) .:;/It F EA $ I ad)..Lj[ Fll EA $ 5gg -1;4 Fll EA $':;<0& -If F/I EA $ ..f(li-i -14- F/l EA $ g9z .i!;7- F/I EA $ iCb,:),~-)g F PI slQrh ..i.f~ F EA $ QI:.,q -51 F EA $ t:I)~~J 7f.) F HR $ ;. -'"iJ. -"1S F PI $ 17-fv9 .f1.q F HR $ gq -.qi; FII LF $ nl.'l 62 F/I LF $ .~zL). -10 FIl LF $57-8 -44 Strain Dole conc., 48' TVDe N VII Strain pale conc. 48' Tvoe N VII Strain Dofe cone., 48' Tvoe N VII Strain Dole conc., 52' Tvoe N VII strain cole conc., 52' Tvoe N VI I Strain pole cone., 52' Type N VII Strain pole conc., 54' Tvoe N VII Strain Dole conc., 54' Tvoe N VII Strain pole conc., 54' Tvoe N VII Strain pole conc., 56' Tvoe N VII Strain pole cone., 56' Tvoe NVIl Strain Dole cane.. 56' Tvoe N VI! Strain pole can c., 12' type Nil Strain poles awlnq wood Strain Doles wood, 3D' Strain ooles wood, 35' Strain poles wood, 40' Geotechnical Testino far foundations Pre-Excavation (per structure) Vacuum Excallation:hSoft DIq (per:strucrure) Structure Adjustment (oer hour) Foundation (nspectran Siena! Technician (oer hour) 48" conc. found. for strain poles, P F 48" conca found. far mast arms, PF 60" cone. found. for mast arms, PF Group 1 . Construction and Maintenance of Traffic Sianals FJI = Furnished and Installed 10 -Installed Only F - Furnished OnlY No. Pay Item Description Action UnIts Unit price 94 648-1 D Paint mast arm oer assernblv F/I EA $ J.j [jf -I J. 9S 648-1 E Mast ann exlension for 32' upriaht (Non-Fluted) F/I EA $ i1 ~f.; otpZ 96 648-1F Mast arm extension for 32' unriaht (Fluted) FIl EA $ .~cf1 J.. f]S 97 648-1 G Mast arm extension tor 32.' uoriaht (Non-Ruted) F EA $/ ~J.,{' _ 01 98 648.1H Mast arm extension for 32' uoriaht (Fluted) F EA $1.&:)81 .;)7 99 648-11-25NF Mast ann steel sinale arm (Non-Fluted) Fil EA $.c)6&); .J} 100 648-21-25NF Mast arm steel sinole arm (Non~Fluled) F EA $ L/-.!?j2 -L/C 101 648-11-3tJNF Mast arm stael sinqle arm (Non-Flutedl Fil EA $.r:)17b-~1J; 102 848-21-S0NF Mast arm steel sinqle arm (Non-Rutedl F EA $ 6D~g- CC 103 B48-11-35NF Mast arm steel sinale arm (Non-Fluted) Fit EA $UJ~) ~4- 104 648-21-35NF Mast ann steel sinole arm (Non-Fluted) F EA S!s::)l{p -y; 105 648-11-40NF Mast arm steel sinale arm (N<ln-Ruted) F/I EA $/{Jci1J :16 106 648-21-40NF Mast arm steel sinale arm (Non-Fluted) F EA Sl"\~ 12 .g4 107 648-11-45NF Mast arm steel sinole arm (Non-Ruted) Fil EA $ Rll'i Ffi 108 648-21-45NF Mast arm steel sinole arm (Non-Fluted) F EA $ 7i}dJ o'1? 109 648-11-50NF Mast arm steel slnQle ann (Non-Fluted) Fil EA $ QZfD -51 110 648-21-50NF Mast arm steel sinale arm (Non-Ruted) F EA $ 155 j .fp~, 111 648-11-55NF Mast arm steel sina'e arm (Non-Fluted) Fil EA $ 94 Q5_t.-L 112 648-21-55NF Mast arm steel sinole arm (Non-Fiuted) F EA s7171,./S 113 64S.11-60NF Mast arm steel sinale arm (Non-Fluted) F/I EA S ggLj.q-tL 114 648-21-60NF Mast arm steel sinale arm (Non-Fluted) F EA $~J;;Y) -IL/- 115 548-11-65NF Mast arm steel sinqle arm (Non-Fluted) Fil EA sliJ-.:!fJLt.q4 116 648-21-65NF Mast arm steel sinqle arm (Non-Fluted) F EA $tCD7(p- D.~ 117 6 48-11-70NF Mast arm steel sinole arm (Non-FIr.Jtedl F/I EA s/CflCiP- :JC; Hae 48_21-70NF Mastarm steelsinqle arm (Non-Fluted) F EA sJD-:t..:;'.;t.Cf4 119 6 48-11-75NF Mast arm steel single arm (Non-Fluted) F/f EA $/::Jio,\l-;-q[, 1206 48-21-75NF Mast arm steel single arm (Non-Fluted) F EA $i iq~ -6) 121 6 48-11-80NF Mast arm steel sinqle arm (Non-Fluted) FIl EA snJ?IR ~r7 122 8 48-21-80NF Mast arm steel sino Ie arm (Non-Fluted) F EA $acfll - qj 123 6 48-11-85NF Mast arm steel sinole arm (Non-Fluted) F/I EA $" .//1- :"1. 124 64 8-21-8SNF Mast arm st6€1 sinole arm (Non-Fluted) F EA si"2c.19-l7- GrOUD 1 - Construction and Maintenance or Traffic Slonals F/! '" Furnished and Installed 10 == Installed Onlv F == Furnished Onlv " No. Pay !tern , Description Action Units Unit Price 12 5 648-11-90NF Mast arm steel sjn.ole arm (Non-Fluted) F/J EA sl1/?ij -e/} 12 6 648-21-90NF Mast arm steel sinole arm (Non-Fluted) F EA $ ibi.fl4- .~:J.; 12 7 648-11-25F Mast arm steel sinole arm (Ruted) F/l EA $ 'I' (121-.71 12 8 648-21-25F Mast arm steel single arm (Ruted) F EA $ 4202 _Lfc 12 9 648-11-30F Mast arm steel sino/e arm (Fluted) F/l EA $ 6i4- 9 -d3 13 o 648-21-30F Mast arm sleel sinole arm (Fluted) F EA $t.j..;~,q a~ 131 648-11-35F Mast arm stesl sinqle arm (Fluted) FJI EA $~1fjS- -II Mast arm stael sinole arm (Fluted) ~~,~ 132 648-21-35F F EA , ... ~, - 133 648-11.40F Mast arm steel sinale arm (Fluted) F/I EA S.&?Q20-JR 134 648-21-40F Mast arm steel slnale arm (Fluted) F EA $P)i Lv 1 .?l 135 648-11-45F Mast arm steel slnale arm (Fluted) FIr EA s0Q5/.CJl 136 648-21-45F Mast arm steel sin!:lle arm (Fluted) F EA $4>2.~ bl 137 648-11-50F Mast arm steel sinole arm (RutedJ FII EA $,11Z.c4 138 648-21-50F Mast arm steel sinqle arm (Ruted) F EA $1D!B-21 139 648-11-55F Mast arm steel slnQfe arm (Ruted) F/! EA S groJ ~.51 140 64S-21-55F Mast arm steel sinQlaarm (Ruted) F EA $12B9 -Id I- 141 648-f1-60F Mast.arm steel sinore arm (Ruted) FII EA $.q~g .,94- 142 648-21-60F Mast arm steel sinqle arm (FlutedJ F EA .." -'"' n.~ $ -1"(;) <j( -'-(.y 143 648-11-65F Mast arm steel sinale arm (Fluted) FIr EA $ f{!Ntp A j 144 S48-21-65F Mast arm steel sinale arm (Ruted) F EA s!1/7 7- -J./. j'.- 145 648-11-70F Mast arm steel sinole arm (Auted) F/I EA S ID('?f:l-.~j 148 648-21-70F Mast arm stesl sinQle arm (Rute<l) F EA s'i:lJ)b -7J. . Mast arm steel sinale arm (FiutedJ $/~~&"q:;-5i 147 648-11-75F F/[ EA 148 648-21-75F Mast arm steel sinole arm (Fluted) F EA $ i~~1fl--t.I: I- Mast arm steel sinalearm (Fluted) .:$,6215"- eX - 149. 648-11-80F FlI -EA -1 50 648-21-80F Mast-arm-steel slnolErarm(Fluted) F EA $i,.:J.z.;9&-/9 151 648-11-85F Mast arm steel sinole arm (Fluted) Fir EA $ iQ -11.;'l-,~~ 152 648-21-85F Mast arm steel sinale arm (Fluted) F EA $/>ld?J q:;. 153 648-11-90F Mast arm steel sinal€! arm (Fluted) F/I EA $f:NJ 1--/~ 154 648-21-90 F Mast arm steel sinole arm (Fluted) F EA $ iq.-q/? ~.,~ 155 64 8-13-60NF Mast arm steel double arm (Non-Fluted) FII EA $ g}/1}-x Group 1 - Construction and Maintenance ofTraffic Slona!s F/I- Furnished and Installed 10 - Installed Only F". Furnished Only No. Pay Item Description ActIon Units UnIt Price 156 648-23-60NF Mast arm steel double arm (Non-Fluted) F EA $l&~-ll 15 7 64$-13-65 NF Mast arm steel double arm (Non-Fluted) F/I EA $gcllfs' -I ( 15 8 648-23-65NF Mast arm steel double ann (Non-F!uted) F EA S"1!i64.g:) 15 9 648-13-70NF Mast arrn steel double ann (Non-Fluted) FII EA $qjC}& -~~ 16 o 648-23-7QNF Mast ann steel double arm (Non-Fluted) F EA $ ~673;&1 181 548-13-75 NF Mast arm steel double arm (Non-Flutedl FIT EA $q25::; -m 162 648-23-75NF Mast arm steel double ann (Non-Fluted) F EA $ SI J,q _82 163 648-13-8QNF Mast arm steel double ann (Non-Fluted) F/J EA SCj.z.,i6 .3~ 164 64-8-23-80NF Mast arm steel double arm (Non-Fluted) F EA $/~/S1-- .J:; 165 648-13-85NF Mast arm steel doubfe arm (Non-fluted) F/I EA $/075.'S"-23 166 648-23-8SNF Mast arm steel double arm (Non-Fluted) F EA $ c;t-;:::2. -~i 167 648-13-90NF Mast arm steel double arm (Non-Fluted) FI! EA . Si 7 '/4/ -L'fl 168 648-23-90NF Mast arm steel double arm (Non-Fluted} F EA $1'--1FJ. .Sf 169 64a-13--95NF Mast arm steel double arm (Non-Fluted) FJI EA $12~J"r-"T- 170 648-23-95NF Mast arm steel double arm (Non-Ruled) F EA $/1'/1.-4-/2 171 648-13-100NF Mast arm steel double arm (Non-Fluted) F/l EA $ / 2J:j:.:1, .A,:t. 172 648-23-100NF Mast arm steel double arm (Non-Fluted) F EA $1i&ID-~ 173 848-13-105NF Mast arm steel double arm lNon-FJutocfl F/l EA $/,Jjtl/- -44 174 648-23-105NF . Mast arm steel double arm (Non-Fluted) F EA sl/QBI -2:3 175 648-13-110NF Mast arm steel double arm (Non-Fluted) FIl EA $ i :32t:;6- i cf" 176 648-23-110NF Mast arm steel double arm (Non-Fluted) F EA $J2i2t--lf. 177 648-13-115NF Mast arm steel double arm (Non-Fluted) FJI EA $ i4l./.:Yi<-)'C 178 64B-23-115NF Mast arm steel double arm (Non-Ruted) F EA $H::it;L/-- 'fJ 179 648-13-120NF Mast arm steel double arm INon-Fluted) FJI EA s/L/ 'f2D-g~ 180- 64S~23-120NF Mast arm-steel double-arm JNon-Fluted) F ~EA $I.Jm';Z-.1d 181 648- t3-125NF Mast arm steel double arm (Non~FrlJtedl F/I EA $ J -S:'Yi':~1 182 648-23-125NF Mast arm steel double arm (Non-Flutedl F EA $/44D"f-iu'\ 183 648-13-130NF Mast arm steel double arm (Non-Fluted) FII EA $rh4b -6'-; 184 6 48-23-130NF Mast arm staal dOUble arm (Non-F1utedl F EA slla:;1-4f 185 6 48-i3-135NF M ast arm steel double arm (Non-Flufed) Fit EA $ /141 tl-:..46 186 64 8-23-135NF M ast arm ~teeJ double arm (Non-Fluted) F EA $iIP::iYl-2J " Grouo 1 - Construction and Maintenance of Traffic Sianals F/l '" Fumished and Installed 10 = Installed Onfv F = Furnished Onlv No. Pay Item Description Action Units Unit Price 18 7 64B-13-140NF Mast ann steel double arm (Non-Fluted) F/J EA sO gg:) -iB 188 648-23-140NF Mast arm steel double arm (Non-Fluted] F EA $ lioi4J-q[ 18 9 648-13-145NF Mast arm steel double arm (Non-Fluted) F/J EA $ig344-9~ 19 o 648-23-145NF Mast ann steel double arm (Non-Fluted] F EA $((741 :F 191 648-13-150NF Mast ann steel double arm (Non-Fluted) FII EA $ NiI1S: yt.: 192 648-23-150NF Mast ann steal double arm (Non-Fluted) F EA sf Y572 -6i 193 848-13-155NF Mast arm steel double arm (Non-Fluted) Fir EA $j.,i lj e:if - 51 194 64S-23-155NF Mast arm steel double arm (Non-Fluted) F EA $ /J,DdJ,S/ -;}J 195 648-13-180NF Mast arm st.eel double arm (Non-Fluted) FII EA So 2x,,5$ -17 196 648-23-160NF Mast arm steel double arm !Non-Fluted) F EA $d ;Y;::S.r.J... 197 648--13-60F Mast arm steel double arm (Ruted) F/I EA $17:{2. .;.)0 198 648-23-60F Mast ann steel double arm (Auled) F EA $&(pc/1 .:J8 199 648-13-65F Mast ~rm steel double arm (Ruled) F/I EA $qDIJ -Ig 200 648--23-65F Mast arm steel double arm (Fluted) F EA $ iJI gi61- q~ 201 648-t3-70F Mast arm steel double arm (Fluted) F/I EA $y44g -10 202 64S-23-70F Mast arm steel double arm (Fluted) F EA s"1"J7A S~ 203 648-13-75F Mast arm steel double arm (Fluted) F/J EA . $ ,q$'4-?J .:-[5 204 648-23-75F Mast arm steel double ann (Fluted) F EA $'1420 -.ti 205 648-13-80F Mast arm steel double ann (Fluted) F/I . EA $a1~S -L{. 206 648-23-80F Mast arm steel double arm (Fluted) F EA $ 1&3) 4;5 207 6 48-13-8SF Mast arm steel double arm (Fluted) FIr EA $ql7-J - /1 208 6 48-23-B5F Mast arm steel double ann (Fluted) F EA $ QN1-14 209 6 48-13.90F Mast arm steel double arm (Fluted) F/J EA $i IJ .c-l1 ..;:b 210 848-23-90F Mast arm steel double arm (Fluted) F EA $I DO::l..., -I <} 2.11 648~t 3.-SSF-- Mast-amrste-el-doub!e-aIm (Fluted) --FII -EA -.$/li clr -~:; 212 548-23~95F Mast arm steel double arm (Fluted) F EA $ i 1i....qt.J. -I Z, 213 648-13-100F Mast arm stee! double arm (Ffuted) FII EA $i2-.~.~ 2146 48-23-100F Mast arm steel double arm (Ruted) F EA $ II i.fIJ- J - 6if 2156 48-13-105F Mast arm steel double arm [Fluted) FII EA $/4L"d.D -::2 216 64 8-23-105f Mas! arm steel double arm (Fluted) F EA S/ :lJSrr ~3'( 217 64 8-13-110F Mast arm steel double arm (Fluted) F/I EA $ it! 2-':iY-IS " Group 1 - Construction and Maintenance of Traffic Si1:lf'iaJs F/I- Fumished and Installed 10 - Installed OnlY F = Furnished Only No. Pay Item Descrip110n ActIon Units Unlt Price 21 8 648-23-110F Mast arm steel double arm (Ruted) F EA $I~??~ 219 648-13-115F Mast arm steel double arm (Fluted) F/l EA $p.p+gg- it 220 648-23-115F Mast arm steel double arm fRuted) F EA $/.,?ifLi - an 221 648-1 3-120F Mast arm steel double arm IAuted) Fll EA $/tll2D-S3 222 648-23-120F Mast ann steel double arm (Fluted) F EA $/~':i1'l- ~'i 223 648-13-125F Mast arm steel double arm (Fluted) F/I EA $/~2~-1& 224 648-23-125F Mast arm steel double arm (Auted) F EA $1t.J.f~'-~ 225 648-13-130F Mast arm steel double arm muted) F/I EA $ Jlff-,:fj -1c 226 648-23-130F Mast arm steel double arm (Fluted) F EA $ / #1S-:/PS '22.7 648-13-135F Mast arm steel double arm (Auted1 F/I EA $ ) 1~{j). 4:: 228 648-23-135F Mast arm stael double arm (Fluted) F EA $lkA:;;r.1} 229 648-13-140F Mast arm steel double arm (Ruted) FIr EA $/19S?'& 230 648-23-140F Mast arm steel double arm (Fluted) F EA $I(j15l.(~ 231 648-13-145F Mast arm s1eel double arm (Fluted1 FIl EA $ /'RS19-9Z 232 548-23--145F Mast arm steel double ann (Fluted) F EA $ITJ~:jp.lpl 233 648-13-1S0F Mast arm steel double ann (Fluted) F/I EA $j qjcq <(._~C 234 648-23-150F Mast arm steel double ann (Fluted) F EA $1f.~1Z~~ 235 648-t3-155F Mast arm steel double arm (Ruted) F/I EA $9./ t.jcJ.}-6: ,238 643-2S-155F Mast arm steel double arm (Fluted) F EA ~0).81 .....:lC/ 237 648-13-160F Mast arm steel double arm (Fluted) FlI EA S'::1.Jfu)"1--QR 238 648-23-160F Mast arm stael double arm (Ruted) F EA $;), J07J r: 239 64s.-9SA Mast arm install onlv (sinale arm under 60') I/O - EA $ 6i.;i -iPI 240 648-998 Mast arm install an]y (sino'e arm 60' and over) 1/0 EA $ 5&1 -ill 241 648-99C Mast arm in.stall only (double arm all sizes) 110 EA $ 7-!!LP -~) ~ 24Z -6<f8':S9D Mast arm decorative base-Csinalaar:munder-EiO') F/l EA sddrr __c..:; 243 648-99E Mast arm decorative base (sinale arm under 60') F EA $3P3f -S-; 244 648-99F Mast arm dee. base (sinale arm 60' and over) Fll EA $ aM -<J(P 245 648-99G Mast arm dee. base (single arm 60' and over) F EA $8/,::j()-iJ 246 648-99H Mast am dee. base (double arm all sizes) FIr EA $,:]Jy--.J!--f(o Mast arm dee. base (double arm all sizes) ~1 i.j,-- ',)- 247 648-991 F EA $, }..) -/ 248 648-99J Mast arm banner attachment type 1 F EA $ .~l.jJ ,'J. -to / Group 1 ~ Construction and Maintenance of Traffic S1QT1als I FJl = Furnished and Installed I 10 -= Installed Onlv F - Furnished OnlY No_ Pay ltem O~ription Action Units Unit Price 24 9 648-99K Mast arm banner attachment type 2 F EA $;74 ,.(pi 25 o 650...1-111 Siena! head 12" std 1 seclion 1 way F/I EA $ .9.&2 _~2. 25 1 65o...1-111A Sionallens only - 12" red LED ball FI1 EA $ O/~) -2~ 25 2650-1-1118 Sional fens only - 1 Z' red LED ball F EA $ I () 'l ..f-l; 253 650-1-111 C Sianal lens anlv - 12" vellow lED ball FII EA $ i 11 ~~ 254 650-1-111 D SianaJ lens only - 12" vellow LED ball F EA $ 35 -10 255 6S0-1.111E Sionallens onlv. 12" oreen LED ball Fir EA $ ibt -V;iJ 256 650-1-111F SiQnal lens onlv - 12" oreen LED ball F EA $ Ir~q -1& 257 asO-1-111G Sionallens onlv - 12" red LED arrow F/l EA $ Ie( .;). ~ 258 65Q.1-111 H Sional fens only - 12" red LED arrow F EA $ ;;; 1- ...54- 259 650-1-1111 Sional fens onlv - 12" vellow LED arrow FII EA $/ c4 :-t!J 260 650-1-111 J SiQnallens only - 12" vellow lED arrow F EA $ 7" ..c4 261 650.1-111 K Sianal lens onlv -12" orean LED arrow F/I EA $/Iif oDS 262 650-1-t11L Sienal lens oniv-12" areen LED arrow F EA $ tf,c .:;5 263 650.H11 M Install LEOs (oer section) 10 EA $ 44- .qj 264 650-1.111 N Install LEDs (per 3-seclion head) to EA $ R0 SJk 265 650-1-1110 Install LEDs (ner 5-section head) 10 EA $ i64- -?q 266 650-1-111 P Sianal fens onlY - csdestrian LED FII EA $ J.J.b c& 267 650-1-111Q Siqnallens on Iv - Dedestrian LED F EA $ {go -i4- 268 65D-1-111R Sianal lens onlv - oedestrian LED [0 EA $ i.f4- .q:; 269 650-.1-1115 Siqnallens only - countdown pedestrian LED FII EA $ L/-.!; 1- - t.M: 270 650-1-11n Sianallens onlv - countdown pedestrian lED F EA $~l -5:? 271 650-1-111U Sfonallens onlv - countdown pedestrian LED 10 EA $ l-j-L.} .:q?J 272 55 0-1-112 Slonal head 12" std 1 section 2 way F/l EA $ '51J)r; -qD 27355 0,.1-113 ~: S ionalhead 1Z.std1 section 3way F/I EA -$:"{{)&/.qi 274 65 0-1-114 Sianal head 12" std 1 section 4 way FII EA $ cr,q _Cc 275 6 50-1-131 Sional head 12" std 3 section 1 way F/I EA $ 452- .)j 276 65 0-1-132 Sianal head 12" std 3 section 2 way Fir EA $112 .LI 277 65 0-1-133 Sienal head 12" std 3 section 3 way F/I EA si 2D2 -:)5 278 65 0-1-311 Sianal head 12" std 1 section 1 way 10 EA $ ~)1 .?f1- 279 65 0-1-312 Sianal head 12" std 1 section 2 way 10 EA $ .91 $.p Group 1 - Construction and Maintenance of Traffic Sionals FIl = Fumished and Instalred 10 = lnstalled Only F = Furnished orliV No. Pay Item 280 650-1-313 281 650-1-314 282 650.1-331 283 650.1-332 284 65C)-1-333 285 650-2-131 286 650-2-331 287 650-3-131 288 650-3-132 289 650-3-133 290 650-3-331 291 650-3-332 292 650-3..:333 293 650-8-151 294 650-8-351 295 650-8--152 296 650-8-352 297 650-9-1.51 298 650-9-351 299 650-9-152 300 650-9-352 301 653-111 302 653-311 303 653-112 304 653-312 305 659-101 306 659-101 A 307 659--102A 308 659-1028 309 659.107 310 659-108 Description Sianal head 12" std 1 section 3 way Sianal head 1 Z' std 1 section 4 wav Sianal head 12" std 3 section 1 wav Siqna! head 12" std 3 section.2 way Siqna! head 12" std 3 section 3 way Sienal head 12" std oeticallY proarammed 3S 1W Sional head 12" std oencallv oroarammed 38 1W . Slanal head 12" std lit. Wt. 35, 1W Sional head 12" std lit wt. 3S, 2W Sienal head 12" std lit wt. 3S, 3W Sional head 12" std lit wt. 3S, 1W Siana! head 12" std h1. wt. 3S, 2W Siana! head 12" std lit wt. 3S, 3W Slona/ head 12" 1ft. wl5S 1W Sienal head 1Z lit. wt. 53, 1W Sienal head 12" lit. wl 53, 2W Sienal head 1 Z' hOt wt. 5S, 2W Slonal head 12" std. 58 1W Siena! head 1.2" std. 55 1W Slqnal head 1.2" std. 5S 2W Siqnal head 1 Z' std. 5S 2W SiQnal oed inc.. int. svm. Sienal oed inc., int SYlTI. Siqnal ped inc., in!. svm_ 2W - SiQnaLoed inc., int:5Vm~2W SiQnal bacl.< plates 3 sec head Sianal back plates 3 sec head Siana! back plates 5 sec head Sional back Dlates 5 sec head Aluminum pedestal Steel oedestal Action Units Unit Price 10 F/l 10 FJI 10 FJl 10 F/I -10 F/! F FJI F F/l F/I 10 10 10 10 10 FJI 10 Fir F/I Fir 10 ro 10 Fll 10 FJI EA EA EA EA EA EA EA EA ,EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA $ J I 2 :?;;2 $ j~4 ~1q s 1,1- .::fl $ 8'1 -Sii $ Ii ~ 02 s21d3-8( $/~1- .25 $ tl5~ _J-l $t12 -lY1 ... $ ) 2bZ -3-) $ i.R1 $ $ Sq.&i: $ II 1. .;;/2- $ 1L/lr.gl; $ 1.~'1 .2~ $/441,- g;V $ I H - 11 $ "1 t.J(p . 'i4: $ J~'t -'2:> $flfLlLl.8~ * $ l~ 1- -2':> $ :V?.? -gL} $ gq -~I $1-4Z. -1SI- $---gq.,q~ $j[)L/-1 $ 1J .D 1 $ ,9,6a . uS $/ {;;!l -58 $ i.}t.i{ J.(J $ qjq J3 EA EA EA EA EA EA EA EA " GroW) 1 - Construction and Maintenance of TraffIC Sionals F/I "" Furnished and Installed )0:= Installed Onlv F =- Furnished OnlY No. Pay Hem Description Action Units UnJt Price 31 1 659-109 Concrete oedestal Tvoe II F/I EA $ ~--:'tD -Zq 312 660.1.101 Looo detector sinole channel shelf mount FI1 EA $/16 f:;:) 313 660.1-201 Looo detector sin ale channel shelf mount F EA $ i?:f) -Lft 314 660-1-102 Looo detector sin ale channal rack mount Fir EA $ -2b Z. ili 315 660.1-202 Looo detector sinole channel rack mount F EA $ 211 .1~ 316 660-10103 LOaD detector dual channel shelf mount Fil EA $ 2C-JI -FJ 317 660-1.203 Looo detector dual channel shelf mount F EA $ 2.i./i 0 -jry 318 660-1-104 Loop detector dual channel rack mount FII EA $ 21.e 2- .&H 319 660-1-204 LOOD detector dual channel rack mount F EA $~i1 .14 320 660.2-102 LOOD assemblvTvoe B F/I AS $kOZ :5lr 321 660-2-106 Looo assemblY Tvoe F F/I AS $QIS -11 322 660-4-4 AWG .j;o14100D lead-in cable F/I LF $ 3 J/2 323 660-4-4A 6 pair overhead beldon F/I LF $ 4- J.f~ 324 653-70A Emerqencv pre-emotion controller F/I EA $ ~8i ~ -lifJ 325 683-708 Emeraencv ore-emotion detector - 1 direction F/1 EA slagg .114 326 663-70C EmeraenClf ore-emotion detector. 2 directions FIl EA $ f 1l;;C-.iD 327 663-700 Emeraencv ore-emotion detector. 3 directions FJI EA $ 2~:i) -1.v5 328 663-70E Emeraencv ore-emotlon detector - 4 directions FIr EA s 21Z!J -w 3296 53-70F EmeT. bre-emotion detector'relocate . 1 direction 10 EA $ {,b1 -2L.' 3306 53-70G Emer. pre-emption detector reiocate . 2 directions 10 EA $ 9/0 -,q 331 6 63-70H Emsr. pre-emotion detector relocate - :3 directions 10 EA $ , i "1D -!i1 332 6 63-701 Emer. Dre-emotJon detector relocate - 4 directions 10 EA $J~/j--- -~. 333 6 64-70A Video Vehicle Detection Controller Assemblv FIl EA $I!>.::-fl -I g 334 6 64- 706 Video Vehicre Detector- 1 directlon FIl EA $ _<. Lk4- 24- ,3 35'6 64~7OC ,.V [daoNehicle O~tector -2 directions F/I "8\ $t1.-yQLll 3366 64-700 Video Vehiele Detector. 3 directions F/1 EA $ ./I:j.'J-l:) 337 6 54-70E Video Vehiele Detector. 4 directions F/l EA sl1r74S'1 3386 64-70F Video Vehicle Detector- 1 dlrection 10 EA $It./-~l- 7-1 339 66 4-70G Video Vehicle Detector- 2 dlrections 10 EA $ iLJ.01 ~J 340 66 4.70H Video Vehicle Detector- 3 directions [0 EA $/<.1-;.,1 -:rJ - $ jLf.51<T1 341 66 4-701 Video Vehicle Detector- 4 directions fO EA GraUD 1 - Construction and Maintenance or Traffic Siana[s FIl .. Furnished and InstaUed 10 = Installed Onlv F = Furnished Onlv No. Pay Item 342 864-7OJ 343 684-70K 344 664-70L 345 665-11 346 665-13 347 670-4-1 348 670-11 OA 349 670-11 DB 350 670-11 OC 351 670-113C Descrlptlon Action Units Unit Plice Microwave Vehicle Detector Microwave Vehicle Detector Microwave Vehicle Detector Pedestrian detector Pedestrian detector (dat.w/sian onlv) FlashinG beacon controller assembly Cabinet, base only Cabinet, install only Cabinet. base onlv (60. bv 60") Naztec Series 900 TS2 (controller only} 352 670-113-2348 Tvoe V Cabinet I Naztec TS2 Tvoal 353 670-113-2340 Tvoe V Cabinet I Naztec TS2 Tvoe2 354 684-34 3S5 685-106 356 6as:206 s.,h7 690-1 0 358 69Q-.20 359 690-30 360 690-31 361 690-40 362 680-50 363 690-70 364 690-80 365 890-90 - 366: 690,91 367 690-95 368 690-100 369 700-46-25 :370 700-89- i A 371 700-89-1C 372 700-89-1 0 Optical Fiber, Install Onlv, In Conduit or Aerial Svstem Auxll!arv - UPS SYStem Auxiliary - UPS F/I F R R RD AD R Slona! head traffic assemblv remove Siena! pedestrian assemblv remove Pole remove Sienal oedestal remove Mast arm assembly remove Controller assemblY remove Detector oedestrian assemblv remove Span wire assembly remove Conduit and cablinq remove RD -Interconnect- remove CCRD SY R RL FIl F/l F/I Sidewalk removal Skmal equipment misc. remove Sian existino relocate (aerial) Hanoina arm assemblv Illuminated Street Siqn . 6' bV 19" Illuminated Street Siqn - 6' bV 24" EA :& ~J .W; EA $ ...:),), -t.flt EA $ ! :3.5S .ifl EA $ ~6& .1/ EA $ L.j.i.Jq -2R EA $ 224- I.plj. EA $ iJ ~ -Y-D EA $."Yii -/4 PI ~;f. J.4-" Ii} 4- LF - '$ JIG SY $ ~z. ---'S- EA $ i//_-A.2 AS $;/ Z ~~ AS $ Q}7;5' EA $I:j~ q //2 EA $ i1t./,q -7? F/I F 10 FIl F11 Fir F/I 10 FII FI1 FII F/I 10 A R R EA EA EA AS AS $ ,Q9S J-F $ i'ih"f- .q~ $ ;"1'7.11 $ I-)g -d-7 $ i~.g -tq s/Il..,q -13 $ i o.?;q .q D $ W-4Ll.:f! $ 1.08 AD $ t.J gt)ll-/[P $11"1."'/ -.?J.v s/6iJQq., ~ $ I $ $'7:Y;( if 1 AS EA EA EA AS AS AS LF EA EA $ d ~~rl ./U"1, ~1"'1 Group 1 . Construction and Maintenance of Traffic Siqnals I I I FJI ;: Furnished and Instalfed I fO = Installed Onlv IF = Fumished oi1lV No. Payttem DescriptJon ActIon Units Unit Price 373 700-89-1E JIIuminated Street SiQn - 8' bv 19" F/l EA $ l..J<-J2.-~g 374 700-89-1 F lIIumlnated Street Sion . 8' by 24" F/I EA $ ;0; -,) 375 700-89-1 G LED Illuminated Street Sion - 6' bv 19' FII EA $ .~ IS!? -w2 376 700-89-1 H LED lIfuminated Street Sian. 6' bv 24' Fir EA $ ~~~/y- 2A an 700-89-11 LED f1luminated Street Siqn - S' bv 19' F/I EA $2~1? -gq 378 700-89-1 J LED llIummated Street Sian - 8' bv 24' F/I EA $1.H~ .g1 379 700-89-02A Fiber ootic Blank-out sign 30"x30" F EA $ i-llv4J .{J.) 380 700-89-02B Fiber optic Blank-out sian 30"x30" Fit EA $ t.fq (r -,5- . 381 70o-a9-02E Fiber ootic Blank-out sian Dual Mess. 30"x30' F EA $b{;q{ -4') Fiber oolic Blank-aut sian Dual Mess. 30"X30' ,(p . ~( .;).) 382 70G-89-Q2F FII EA $'!:if. ->- 383 700.90-1 4 Siqn flashina beacon (overhead) FI! AS ~;D1!:Jf-~&J 384 715-11-111 LlJminaire (Cobra Head) Fir EA $ ~1J -&~ 385 715-11-114 Luminaire {Shoe Box} Fit EA $ loiq -Ill 386 715-99 Luminaire - acorn stvle F EA $ i 2.':-:'1-- t~ 3877 15--99 Luminaire - acom sMa FJI EA - $ I.~Ro-?J:. SUBTOTAL '2 Dj:? a t.J~ I ' Mobilization - 5% of Subtotal 10 i tel; t. / TOTAL d.. . / j~J qdf & 5fp ~ c; No. Pay Item Description I I I I f Action Units Unit Price Group 2. ITS and S stem Communication Fir = Furnished and fnstaJled fO = Installed Only F = Furnished Only 1 102-1 Maintenance of Traffic F/I EA $//21 -li.,tj 2 620-1-1 GroundinQ Electrode 3 630-1-11 Conduft, Above Ground 4 630-1-12 Conduit, Underoround 5 630-1-12A Conduit, Underqround Interconnect 6 630-1-13 Conduit, Under Pavement 7 630-1-14 Condurt,Jacked 8 63C-1-15 Conduit, Bridqe Mounted 9 630-1-16 Conduit, Inner Duct 1" Fir LF $ .~ .qo F/l LF $ I() -P4 F/I LF $ if -f2 F/I LF $ 6 -c.Jf F/l LF $ I I -I~s FIl LF $ I I -~j ~ F/I LF $ l~.,~ F/I LF $ I-51 FIr LF $ iI-tR( F/I LF $ 1/ .1/2- F/l LF $ .-) -.L)'7 F/I EA $ i gq -t/I- F/I EA $ /23 -73 F/I EA $ iQQ.5-:'/P-.J FIt EA $,~2L':1 -14-' - 10 EA $ 12/-:;& F/I EA $ .5&1A.>J)"L 10 EA $ J ,~J & F/I EA $ <--'Si () -{(I- FII EA $ P,&.~ -Jl FJI EA $ ..-')i.q -t} Fir EA - -$-.L).&}Z,.t4:- FJI AS $ q J.;f-1O 10 630-1~17 Conduit, Directional Bore 11 63Q-.1-18 Conduit, Hand Dia 12 634-6-1 Messenaer Wire 1,4" 13 635-1-11 Pull &. Junction Box, Ground Mounted 14 635-1-12 Pull & Junction Box,.Aerial 15 635~1-11A FiberOotic Junction Box 16 635-1-13 Mounted Junction Box Tvoe 4 17 635.1- S3 Mounted Junction Box Type 4 18 635-1-14 Mounted Junction Box Type 5 19 635-1-34 Mounted Junction Box Type 5 20 635-1-15 Fiber Ootic Enclosure WIC 21635-1-16 Fiber Optic Enc!osureTCDC 22 635-1-17 Fiber Optic Enclosure Rack Mount 24 Port -23. 6354.:18 . Fiber-OoticEnclosure Rack Mount48~Port 24 639-1-12 Electrical Power Service, Overhead 25 639-1-22 Electrical Power Service, Underaround 26 641-1 Guvinq Concrete Strain Pole 27 641-111-30 Prestressed Concrete Pole, 30' Tvpe II F/I F/I F/I AS $ IL)';.p .;r.., AS $ 2 ')f ,71. EA $ i-j7?J -if- ."-, . i Group 2. ITS and Svstem Communication I I I F/I = Fumished and Installed I I 10 ~ Installed Only . F == Furnished Only I No . Pay Item Description Action Units UnH Prlce '. 28 641-111-35 Prestressed Concrete Pole, 35' Type II F/I EA $ Ii.)./: .c.; J)~ 29 641-111-40 Prestressed Concrete Pole, 40' Type 11 Fir EA $ J c.} q 1-- t/J 30 641-111-45 Prestressed Concrete Pole, 45' Type II F/I EA $ i.~qj-j4 31 641-111-50 Prestressed Concrete Pole, 50' Type If F/I EA $ i7cL). - 2(.' 32 643-130 Strain poles wood,- 30' F/I EA $ p1jj -21 33 643-135 Strain poles wood, 35' F/J EA $ qCD-lv'f 34 643-140 Strain pores wooo, 40' F/I EA $ !f)12 -."k 35 670-1100 Cabinet, Fiber Splice FJI EA $ 3 S~t./-S7- . 36 67Q-110E Cabinet, Master Communications Hub FIr EA $/.q.~t-.....59 37 683-104 Radio Modem, Remote Site F/! AS $ i).gl4--bi 38 683-204 Radio Modem, Remote Site F EA $ !34-8-lf 39 684-14D Optical Fiber 72 Strand Hybrid/Composite Loose Tube F/I LF $ 1. -5'1 40' 684-24D OPtical Fiber 72 Strand Hvbrid/Composite Loose Tube F LF $ J .)J 41 684-14E Optical Fiber 36 Strand Hybrid/CompOsite Loose Tuae F/I LF $ J. .I.J,j 42 684-24E Optlea! Fiber 36 Strand HYbrid/Composite Loose Tube F IF $ i -J1 43 684-34 Optical Fiber, InstaU Onlv, In Conduit or Aerial [0 LF $ I -.R) . , 44. 684-34A Optical Fiber. Install Onlv, Direct Burial /0 LF $ :; -7], 45 685-177 Fiber Optic Connector, ST, SM Fil EA $ .1)~ .q, 46 685-178 Fiber Optic Connector, se, SM FIr EA $ ,:J; t {.iJ; 47 685-179 Fiber Optic Jumper, ST to LC, SM Duplex F/I EA $ .11 q "qg 48 6 85-180 Fiber Optic Jumper, se to LC, SM Duplex F/I EA $ 1-/ -74- 49 685-183 Fiber Optic Jumper, ST, MM Duplex FIr EA $ ?> I .:1/; '50 685-184- Fiber Optjc-JumDer,ST, -8M-Duplex F/I ..EA -$ .~<..]g - 51 685-185 Fiber Optic Jumper, se, MM Duplex FIr EA $ .~J SJ?J 52 S 85-186 Fiber Oplic Jumper, SC, SM Duplex - F/1 EA $ 1-/4 -le/? 53 6 85-187 Fiber Oolic Piqtail, MM F/J EA $ /I -~ 54 6 85-188 Fiber Ootic Piatail, SM F/I EA $ 15 -Y1 , , Group 2. ITS and S stem Communication F/I = Furnished and Installed 10 - Installed Only F;:: Furnished Only , I No . Pay Item Description Action Units Unit Price 55 6&5-190 Fiber Optic Splice-Fusion, Greater Than 100 Solices F/l EA $ ~O ~5~ 56 685-190A Fiber Optic Splice-Fusion, Less Than 100 SnJices F/J EA $ .., J. 9';" ::). . '.J 57 685-191 Fiber Ootic Sollee-Mechanical F/l EA $ ~ } .0) 58 685-192 Buffer Tube Fan-Dut F/I EA $ ,. J. .<-7 I 59 685-193 Solice Trav F/I EA .$ =)'} -6i? 60 685-194 Buried Soliee Enclosure F/I EA $ Lf4/{)- ?i 61 685-399A Rber Testino (oar strand) F . EA $ q. - a1 62 685-3998 Rber Technician (oer hour) F HR $ ~.( ;). (;, 63 686-101 Camera Assemblv F/I EA $.XI i h -(,,-L:J 64 686-201 Camera Assemblv F EA $ :J.JJ).. -101 65 686-301 Camera Assemblv 10 EA $ f)44 (A. 66 686-202A Ethernet GBIC LX Full Size F EA .$ 4, fp -...; I 67 686-2028 Ethemet GBle ZX Full Size F EA $ /J i LiD- ioJ; 68 686.202C Ethernet GBle LX Mini F EA $ I~,)l/. :f!; 69 68$-202D Ethernet GBle ZX Mini F EA $.2~7a -.;X .. "J 70 686-202E Flat Screen Monitor 36" F/I EA. $ ,~i;j::)r...., -:?t/ 71 686~202F Flat Screen Monitor 42- F/I EA. $/o;Jf{) ".... -I D 72 686~ 1 03 Ethernet Switch 24 Port FIr AS $.~{iJ/( -Ilfl 73 686-203 Ethemet Switch 24 Port F EA $ ;Z, </.J. -/, {" 74 6 86-303 Ethernet Switch 24 Port 10 EA $ ;Uk -h 75 686-1 04 Ethernet Switch 48 Port F/I AS '. $ J.~I.).,.~ - 7:5 76 686-204 Ethernet Switch 48 Port F EA $ f:JCjI:A..Dj~ 776 86~O4 Ethemet Switctr48'Port 10 - E.A.- $-Jalo -10 78 686-105 Video Encoder MPEG 2 F/l AS $.7"'}:;)1 ;)..1 79 686-205 Video Encoder MPEG 2 F EA $,:p,',S-.lq 80 686-305 Video Encoder MPEG 2 10 EA $ l?itJ -c,2 81 686-106 Video Decoder MPEG 2 F/I AS $ 4-Qt'! I-Jl " Group 2. ITS and Svstem Communication I F/I - Furnished and Installed fO = Installed ani v F = Furnished Onlv I I No. Pay ttem Description Action Units Unit Pri~ 82 686-206 Video Decoder MPEG 2 F .EA $ 47-lr): qc 83 686-306 Video Decoder MPEG 2 fa EA $ 1->>11) .t2 84 690-90 Ootical Rber, Removal IF LF $ -4) 85 711-89A Dvnamic Messaae Sian 10 EA $ / jjpD -I q SUBTOTAL I :Jq Q1 Lt; b Mobilization - 5% of Subtotal lot.}q~: 1-1 TOTAL i~, .5gg.Cf'p -"'" " /' I .::.-~-...:: PURCHASE ORDER PURCHASING AND CONTRACTS DIVISION SEMINOLE COUNT{ GOVERNMENT 1 i 01 EAsT1 ST STREET, ROOM 3208 SANFORD, FL 32771-1468 OFFICE (407) 665-7116 FAX (407) 665-7956 03/22/05 Page - 1 Order Number 12501 000 ( .Shipped From: Branch/Plant Requestor: Ship To: DeliverY: 90 an ~s needed ba~is ," '. ; J Ship ~rElpaid ~qd 1Teig~t.~o inyo!c..e [jivi,sion CO(1tact fOf tn~ qrder is,"oean~ Brpwn at 407.p~5.1 093 Lf~e B~v D~~C"~p'~~~ Ordered UOM Unit Price Exi:e!lde~ Pric~ " pider No 1 ." ,.' I " . . - .' ~ - ........ ~' . , "toob f' 0 'Reieass'Ofder AiJ3.:3oo&'06/JvP ~: '. :..:~:.....", w#'...: ~"'..::'.. '..... ..4'_~:"_~_,.~< -a. ~ ~"t'" . , ", '.' :,~,Q,-9,','Q,O' .', ',;:,' "; 'S,90'0.DO' 00006714" : '0 .,., . -, . \: '.:'. . :.,." - _ r '. :.~~:' I . '14040Q,53q52,O R:eiea~e,~;,cier,ior uii!i9IJTl'Sh(~ an4 pants i,n accor?<:'Jflce With terms and co~ditions of NB-;Op~~qo/~VP ~ . 'Tl?IiTl' Goritractt9rA!hI.~tfc~Wearfor;:rp~,~ocj ~end(ng ~11/2005. Ord~rt9, beplaC8!;lOlian.:as needecLbasis; , '. . J. ' " , ~. ": EA 3,9,90.00' ***Total Or<;ler :~_'~.L; ~l~ ;>l (_ ~ ~!~' \.~~\~~; ~', '..:: ;F~;~C(H\'C( ~, :'~: :~, r- FIRST AMENDMENT TO TERM CONTRACT FOR TRAFFIC SIGNALS AND RELATED CONSTRUCTION APPURTENANCES AND SYSTEM COMMUNICATIONS pao~, I P!; 2: 09 (IFB-3110-0S/GMG) U~ .._,..1 - ,/::;" F~" ~is ma~e and entered into this .,.('F,:-S~~Po~C.~\;. ~ ' 20~ and is to that certain Agreement made and entered into on the 5th day of May, 2005, between TRAFFIC CONTROL DEVICES, INC., duly authorized to conduct business in the State of Florida, whose mailing address is P.O. Box 150418, Altaroonte Springs, Florida 32715, hereinafter called the "CONTRACTOR" and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter referred to as "COUNTY". WIT N E SSE T H: WHEREAS, the CONTRACTOR and COUNTY entered into the above-referen- ced Agreement on May 5, 2005 to provide traffic signals and related construction appurtenances and system communications products for Seminole County; and WHEREAS, the parties desire to amend the Agreement so as to enable both parties to continue to enjoy the mutual benefits it provides; and WHEREAS, Section 21 of the Agreement provides that any amendments shall be valid only when expressed in writing and duly signed by the parties, NOW, THEREFORE, in consideration of the mutual understandings and agreements contained herein, the parties agree to amend the Agreement as 1. Exhibit "A" of the Agreement is amended by the addition of follows: the items and prices as listed and described on Exhibit "A," attached '.....'~ UJ 0\:'_ >-- U) ';::l.a:'. hereto. ~~g ~ . c..J:;tt:~ 2. Except as herein modified, all terms and conditions of the 8 tiJ ~ ,2: ~;2:_:::l Agreement shall remain in full force and effect for the term of th'e ;::','~ ~ 8 . a:: >- 0.... t5 ~ll<:5' , ,'od:~: ~._-> , Utu cn-.>- cq f Agreement, as originally set forth in said Agreement. IN WITNESS WHEREOF, the parties hereto have executed this ATTEST: instrument for the purpose herein expressed. TRAFFIC CONTROL DEVICES, INC. );p~ ~ , Secretary ~~~.t(\~~ 't CORPORATE SEAL) For the use and reliance of Seminole County only. and ACllpk 9/12/05 1am-ifb-3110 By, ~ JAMES~ G, Vice-President Date:~~ \\.0, a~ Date: ~~~rvisor As authorized by Section 330.3, Seminole County Administrative Code. Attachment: Exhibit nA" - Additional Item and Price List 2 Traffic Control Devices 242 North Westmont Drive Altamonte Springs, FL 32714 Phone; (407) 869-5300 Fax: (407) 682-0075 To: Seminole County Contact: Gloria Garda, CPPB Address: 140 Bush Loop Phone: (407) 665-5679 Sanford, FL 32m USA Fax: (407) 665-4692 Project Name: 05900-1 Seminote County Amendment #1 Bid Number: 05900-1 Project Location: Various, Seminole, FL aid Date: 8/26/2005 Item # Item Description Estimated Quantity Unit Unit Price Total Price 388 389 390 999-A Generator Switch Box Furnish Only 999-6 Generator Switch Box F&l 999-C Concrete Generator Pad F&1 1.00 EACH 1.00 EACH 1.00 EACH $320.00 $990.00 $1,175.50 $320.00 $990.00 $1,175.50 Total Price for above Items: Total Bid Price: $2,485.50 $2,485.50 Notes: . Our price includes Bond and Insurance. . NI work Is guaranteed to be Installed In accordance with the latest applicable Code regulations, and to be free from mechanical and electrical defects for one year from the date of acceptance. . All survey work Is to be performed by others. . This proposal is a unit price proposal. The total sum is pn approximate sum based on the estimated quantities on the attached proposal (which is an integral part of this proposal) at the unit prices depicted thereon. The final co'htract amount of any contract resulting from this prop'?5<ll shall be based on the quantities actuaIly installed and field verified by the Owner's architect/engineer at these unit prices. . . This proposal is For Amendment #1 to add bid Items to the Seminole County Master Contract IFB'3110-05/GMG. Payments are to be made to us by the tenth day of the month for all work installed and materials placed on the job site during the preceding month, less five (5%) percent retainage (unless the Prime Contract calls for a different retain age percenlDge). Final Payment, including retainage, will be due not more than thirty (30) days after completion and acceptance of the work. Any contract resulting from this proposal shall be on the terms and conditions mutuaHy acceptabfe to the Purchaser and Traffic Control Devices, rne. Payment Terms: ACCEPTED: The above prices, specifications and conditions are satisfactory and hereby accepted. Buyer: Signature: CONFIRMED: Traffic Control Devices Date of Acceptance: Authorized Signat~ Estimator: Donna M. Hutchins 8/26/2005 I1:56:37 AM ,;, li ,. Exhibit ----D-- Page 1 or 1 <9 .2: <9 i?i o o ..- .,... '" I CO !:!::. :;:t; 't) (1J L. C o (.) >. C..- ::J:;:t; 0_ U c (l) (]) - E g-o ._ c E (]) (l) E ())<( (l) C,) 'L:: a.. (ij -0 I- CI> U -i:: a.. r;: ::J ~<{<{<( SIlJWUJ '~ ]iooo :J a c o __ :gLLi:L:iJ: <{ -0 co x x a.. 00,,- mmo ..c..cm C,) u '- ~~Q) ~ ~ 15 &......0 :;:;.9$2 .g-~~~ C,) CD Q) C,) (/) r;: c c Q) Q) Q) 0 0000 E Q) :<emo ~(j)(j)0) roQ)Olo) Q..(j)(j)0) 'COOlO ococom ZC')t")(Y) ~:.J '" ... ~ o a. w z ;:j ;:; o e: ~ ~~>- oo~ 0..~::J 13 o ...J .... => 0.. "" a:: ~ l>: W i5 Cl J2 l' I " .... w :z ~ g a:: g 0::<>- ~2:z: 00" Q..~::i o~ c:o_ OU> "- " III 0 III ..J ;;;; .... w o )( o Q) :r: ~ 11; III .!!! ij "0 z ... b ~ "',,0 0$:0.. o..~" G)lD"E c:~_ =- ~"O fi= 5 ~~ 3=cn] ~~ ~ 5.;~ c<:: 0:;:: v 4:'~.o -"Oc " "tI'::;u ~~a 1i .~o ... ......." -= 0 c: ge~ 5~~ 8 ~i :g~'i 0- 0 ~].~~ ~5Ba ~~~: ~ N l...._ "'" E " i< o o o It} E '" E ';= 'E " ~ " .s::; "l:J ~ .s::; .. '- o e ., c: " " i~ r""IIl~~O I .0 ,:I~~~"' ~ :O.(f}ffi ~ I m 'ZO' .. ,~ rdWI- L!: " 'W....t:) '< ' . L-L~-J M " ..,,, "00 "Sf ,g~ '" 0 "E'g " 0 ".... .. l;~ i<==: o ~ "- .. '-- 0-" o ,-" '0_ ....0.. '" E . .- 01) 0.. c: . 0" aeE ........0 ~2~ c "_ CJ. -6 Q. ~ 5 Eo .... " ~o ~.... 0"0 C 00 "" " c: .. o '" 0.. '0 c: " ;; <:: :;; " . ,,~ -;2 :l..J ....~ OliO ...Ct: o III "u "0 ....", :>- o.g "'c: ~o ,"u -.;" " " " a E ,- OJ 0..Ct: E~ 0- .<= ooE' I(J- ... .. " x.... 0" .00 .t::i3 2.6 'i ~ III ;0 . " ....0.. s ..... :> 0.. o .... x- o co .c .8>> 03:0 Cl)E ~(l) OC/) .......C/) ~<:( (l) e- m (9 Cl z 12., Wr-. wr-. ::.;N _0) (!)...J ZI1...... W or--. ufil9 U:OlO 11.11.:g ~~;::- t-0o ~o..~ zOU/ g35 or:!: 000.. w::> -'co 00 z... ~- w (/) ~~ ~ w '" u z o o Grouo 1 . Construction and Maintenance of Traffic Siqnals F/I - Furnished and Installed 10 = Installed Only F =' Furnished Onlv No. Pay Item Description 1 102-1 Maintenance of Traffic (Man 2 1 02-1 a Porice Officer durina MOT (per officerDer hour) 3 102-104-002 Adiust existina sianal head 4 522-1 Concrete Sidewalk, 4" 5. 522-2 6 575+1 7 575-1-2 8 580-332-2 9 620-1-1 .10 630-1-11 11 6:30-1-12 12 630-1-13 13 630-1-14 14 630-1-15 15 630-1-17 16 630-1-18 17 632-6-1 18 632-7-1 19 632-8-111 Concrete Sidewalk, 6" Sod, Bahia Sod, St. Augustine Tree RernovalfTrimrninq, per 25' Groundina Electrode Conduit, Above Ground Condurr,Undemround Conduit, Under Pavement Conduit, Jacked Conduit, Bridge Mounted Conduit, Directional Bore Conduit, Hand DiQ Siqnal Cable Siqnal Cable Aeriallnterconriect 20 632-8-311 Aerial Interconnect Cable 21 632-8-112 Undemround Interconnect 22 632-8-312 Underaround Interconnect 23 ' 634-4~112 ; Span Wire-AssemblY, Diaqonal, (< 2QO') '24- 634"-4-112A . SoarrWite 'Assembly, Diaqonal, or>=: 200') 25 634.4-112B Temp. Span, Each Direction (including poles) 26 634-4-113 Span Wire Assemblv, Box, (< 400') 27 634-4-113A Span Wire Assembly, Box, (>= 400') 28 634-5-1 Fiberqlass Insulator 29 634-6-1 MessenoerWire 14" 30 635-1-11 Pull & Junction Box, Ground Mounted 31 635-1-118 Pull & Junction Box, Ground Mouoled wI Apron Action Units Unit Price F/I EA $ \rO -ex:: F F/J F/I F/l F/l F/l F/l F/I F/l FII F/l F/I F/I F/I F/I FIt F/I FIt /0 F/I 10 F/l -FII Fir Fir F/I F/I F/l FJI F/I HR $ LiD -00 EA $ Ill-DC SY $ qs;- -00 SY $ 11.0 JjJ SY $ 3 -15 SY $ L{-fk" EA $ 130 .DC LF $ ;::; -~L' $ l'i{ -,JD - 2"""- $ ~ - 0 $ l~ -SO ,~2> -'CC -z.l - cc $ 11-% $ io:]S- $ l- -/S $ 3.9QD-CC 'l- - [5 0-51 $ I -ro $ 0 -52 ,$l \D>- -00 -J $' \'\Cjs- ~oo $1\ qL-tt> T $ ilbb-OO -, $ \.9J5D _DO $ \.1 -I~ $ I _1.D $ 2-1~ SD $ 9l?D -OD LF LF LF LF $ $ LF LF LF LF PI LF $ $ LF LF LF PI PI AS PI PI LF LF EA EA " Group 1 - Construction and Maintenance of Traffic SiQnals F/I = Fumished and Installed 10 = Installed OnlY F = Fumished Only No. Pay /tem Description Action Units Unit Price 32 835-1-11 C Fiber vault junction box F/I EA $141S'" -00 J 33 635-1-12 Pull & Junction Box, Aerial F/l EA $ I q 0 _00 34 839-1-12 Electrical power serv., overhead FII AS $ ~0S- -DO 35 639-1-22 Electrical power serv., underoround FII AS $ off) .dJ 36 639-2-1 Electrica[ service wire F/I LF $ \ -7..0 37 641-1 Guyinq Concrete Strain Pole F/I AS $ .~lpb -SD 38 641-13-136 strain pole cone., 36' Tvpe N IV F/I EA $ l7 I<("-OJ', I 39 641-13-138A Strain pore cone., 36' Tvpe N IV 10 EA $ \ ,~ClS -~r. 40 641-13-1368 Strain pole cone., 36' Type N IV F EA $ '" -00 41 641-13-140 Strain Dole cone., 40' Type N IV FLI EA $l,Zll-oc 42 641-13-140A strain Dole conc., 40' Tvpe N [V 10 EA $ \ 3<:6-$1) 43 641-13-1408 Strain Do[e cone., 40' Type N IV F EA $ R"1-Y -~~ 44 641-14-136 Strain pole cone., 36' Type N V FlI EA $ 2551-00 45. 64H4-136A Strain Dole conc., 36' Tvoe N V 10 EA $ 1.36 ~D 46 641-14-1368 Strain pole cone., 36' Type N V F EA $ qoO-cb 47 641-14-140 Strain Do[e cone., 40' Type N V F/[ EA $ 2 ~bD-Sc 48 641-14-14OA Strain pole conc., 40' Tvoe N V .10 EA $ ) .~o'i-5"b 49 641-14-1408 strain pole cone., 40' Tyoe N V F EA . $ 9fn-OD 50 . 641-14-144 Strain pole cone., 44' Tvpe N V F/I EA $2Sn-{)D 51 641-74-144A Strain pole conc., 44' Type N V 10 EA $ (,30) ~S-O 52 641-14-1448 Strain pole conc., 44' Tvoe N V F EA $1.031-<;"0 53 641-14-148 Strain Dole cone., 48' Type N V FII EA $z5(;;i -25 54 64 1-1 4~148~- - S train pofe cone., LiB' TVP'e N V 10 EA- $ul ;-?JOS"' ~~ 55 641-14-1488 Strain Dole conc., 48'Type N V 'F EA $:'10 73 ~7S .-' 56 641-15-146 strain pole cone., 46' Type N VI FII EA $2, BOO-OO 57 641-14-146A Strain Dole conc., 46' Type N VI 10 EA $1,'30$"-60 58 641-15-146B Sf raIn pore cone., 46' Type N VI F EA $ I '2lS" -l~ 59 64 1-15-148 St rain pore cone., 48' Type N VI F/I. EA $l,6$D-VC 60 64 1 -15-148A Str ain pore cone., 48' Type N VI fO EA $\,~D) ~D 61 64 1-15-148B Str ain pole cone., 48' Type N VI F EA $1 ;3\l _'l~ 62 641 -15-152 Str ain pole conc., 52' type N VI F/[ EA $ 2,'161 _D'D Group 1 - Construction and Maintenance of Traffic Sionals F/I = Furnished and Installed 10 = Installed Only F:= Furnished Only Strain pole cone., 52' type N VI Strain pole cone., 52' type N VI Strain pole cone., 46' Type N VII Strain Dole cone., 46' Type N VII Strain pole cone., 46' Tvpe N VII Strain pole cone., 48' Type N VlI Strain pole cone., 48' Tvpe N VII Strain pole cone., 48' Type N VII strain Dole cone.,.52' Type N VII Strain Dole cone., 52' Type N VII Strain pole cone., 52' Tvpe N VII Str=>in pole cone., 54' Type N vn Strain pole cone., 54' Type N VII Strain pole cone., 54' Type N VII 77 641-16-156 Strain pole conc.. 56' Type N vn 78 641-16-156A Strain pole cone., 56' TYpe N VII 79 641-16-1568 . Strain pole cone., 56' Type N VII Strain pole cone., 12' type Nil Strain poles auvino wood No. Pay Item 63 64H4-152A 64 641-15-1528 65 641-16-146 ,66 641-16-146A 67 641-16-1468 68 641-16-148 69 641-16-148A 70 641-16-1488 71 641-16-152 72 641-16-152A 73 641-16-1528 74 641-16-154 75 641-16-154A 76 641-16-1548 80 641-41-112 81 643-1 . 82 643-130 83 643-135 84 643-140 as,. 647-8 86 647-C 87 647-D 88 647-E 89 647 -F 9D 647-G 91 648-1A . 92 848-1 B 93 84B-1C Description Action Units Unit price 10 EA $1 3D'; -5'0 F EA $1'365 .l$" F/I EA $3,ZDo-CO 10 EA $1. 3D$" _~O .F EA $).Io11-l){: F/I EA $3.13D - DO lID EA $1.~bS- -S;O F EA $ L 1043-'2S Ffl EA $3 ,33~-DD 10 EA $ L~o.s- -SD , F EA $17.'>'2. .,s""o F/I EA $33l7-cc 10 EA $\ f ~oS--\<;o F EA $' 7~:H -z~ . F/I EA 6,Y03-Db 10 EA $\ :\0$ -Sn F EA $1:-1'11 .~D F/I EA $ Ral -to F/I EA $ 3\00 -s,""D F/I EA $ R'ZS" -50 FJI EA $ q~o -CD F/I EA $ 9W.CO F. pr $g.{o)-~Db F EA $ cz;,ss--:'Oc F EA $ I..JqS" ..co F HR $ /tiS- cD F PI $ Z?b -DC F HR $ 9D -00 F/I LF $ 2..<10 -CO F/I LF $ ~S5" -<;0 FIl LF $10$"0 - ()() Strain Doles wood, 30' Strain poles wood, 35' strain poles wood, 40' . GeotecnnicarTestiml for- foundaiions. Pre-Excavation (per structurel Vacuum Excavation I Soft Dio (per structure) Structure Adjustment (per hour) Foundation Inspection Signal Technician (per hour) 48~ cone. found. for strain pores, PF 48" conc. found. for mast arms, PF 60" cone. found. for mast arms, PF Group 1 . Construction and Maintenance of Traffic Siqnals . F/I == Furnished and Installed 10 == Installed OnlY F == Furnished Only No. Pay Item Description Action Units Unit Price 94 648-1 D Paint mast arm per assemblv Fit EA $ 2, D1D . CO 95 648.1 E Mast arm extension for 32' upriqht (Non-Fluted) F/I EA $1. 30D -CO 96 648-1 F Mast arm extension for 32' upriqht (Fluted) F/I EA $trGDt) _to 97 648-1 G Mast arm extension for 32' uprioht (Non-Fluted) F EA $ t,o'io-CO 98 648-1 H Mast arm extension for 32' upriaht (Ruled) F EA $ L ZOO -w 99 648-11-25NF Mast arm steel sinqle arm (Non-Fluted) F/J EA $S'.l30 -2.') 10 o 648-21-25NF Mast arm steel sinale arm (Non-Fluted) F EA $.~,103b-l5 , 101 648-11-30NF Mast ann steel sinqle arm (Non-Fluted) F/J EA $5 l'SO .IX> 102 648-21-30NF Mast arm steel sinole arm (Non-Fluted) F EA $3\~S"O -00 103 648-11-35NF Mast arm steel single arm (Non-Fluted) F/I EA $~2-1.~ .00 104 648-21-35NF Mast arm steel sinole arm (Non-Fluted) F EA ~l51-oC 105 648-11-40NF Mast arm steel sinole arm (Non-Fluted) F/I EA $~f\'lb-oo , 106 648-21-40NF Mast arm steel sinole arm (Non-Fluted) F EA $4.ZZD-oo 107 648-11-45NF Mast arm steel sinole ~rm (Non-Fluted) Fil EA $lo.SS-D-,S""D 108 548-21-45NF Mast arm steel sinole arm (Non-Fluted) F EA $4,casD- to 109 548-11-50NF Mast arm steel sinale arm (Non-Fluted) F/I EA $g,l'>\5" -CO 110 648-21-50NF Mast arm steel sinole arm (Non-Fluted) F EA $(o,\bO _tD 111 648-11-55NF Mast arm steel single arm (Non-Fluted) F/I EA $9,415""-00 112 S48-21-55NF Mast arm steel sinqle arm (Non-Fluted) F EA $lln)'~) 1:13 548-11-60NF Mast arm steel single arm (Non-Fluted) Fil EA $9 SSD - r;.O 114 6 48-21 -60NF Mast arm steel sinqle arm (Non-Fluted) F EA $ '7 1.5)). -15- 115 1:3 48-11 -65NF Mast arm steel sinole arm (Non-Fluted) Fil EA $1\,'2..10 -co . - 116 S 48-21~65NF-' ' M asrarmsteel sin!'lle,arm'(N on-Fluted) r EA $ B~'lW _CO 117 6 48-11-70NF Mast arm steel sinale arm (Non-Fluted) FII EA $1'2 '-l?s-:. DO 118 6 48-21-70NF Mast arm steer sin ale arm (Non-Fluted) F EA $9 .~55"-cO 119 64 8-11-75NF M ast arm steel sinale arm (Non-Fluted) F/I EA $H 0.:)0- DC 120 64 8-21-75NF Mast arm steel single arm (Non-Fluted) F EA $il.OoO _00 121 64 8-11-80NF M ast arm steel sinole arm (Non-Fluted) F/I EA $1 ,,~ Db5 CO 122 64 8-21-S0NF M ast arm steel sinole arm (Non-Fluted) F EA $1 \/070 -w 12 3 64 8~ 11-85NF Ma st arm steel sinole arm (Non-Fluted) F/I EA $l'? .l.~O -to 12 4 64 8.21 -85NF Ma st arm steel sinale arm (Non-Fluted) F EA $\~ , ~1D- DD " Group 1 - Construction and Maintenance of Traffic Sienals FII = Furnished and Installed 10 = Installed Only F = Furnished Only No. Pay Item Description Action Units Unit Price 125648-11-90NF Mast ann steel sinole arm (Non-Fluted) Fit EA $1~~SD-"" 126 648-21-90NF Mast arm steel sinole arm (Non-Fluted) F EA $14.<055'_00 127 648-11.25F Mast ann steel sinole arm (Fluted) F/I EA $ 5110 _1>0 -,- 12 8 648-21-25F Mast ann steel sinqle arm (Fluted)' F EA $l{ ,I 'iS$" _ 00 12 9 648-11-S0F Mast arm steel sinole arm (Fluted) FII EA $ flqo _DO is o 648-21-3DF Mast ann steel sinole arm (Fluted) F EA $ L/.1..CV _,,1> -oF 131 648-11-35F Mast ann steel sinqle arm (Fluted) F/I EA $ 5". 9 ~5" -,~}D ' 132 648-21-35F Mast arm steel sino Ie arm (Fluted) F EA $432D_7t'" 133 648-11-40F Mast ann steelsinoJe arm '(Fluted) F/I EA $ G, 555: .a M'ast arm steel sinole arm (Fluted) $ 4/D'5~_ oW 134 648-21-40F F EA 135 648-11-45F Mast ann steel single arm (Fluted) F/I EA $ rllie5 _"0 . 136 648-21-45F Mast arm steel sinale ~rm (Fluted) F EA $ S"S7S _so --;T' 137 648-11-50F Mast arm steel sinqle arm (Fluted) FJI EA $ QD'1D _ bO 138 648-21-50F Mast arm steel sinole arm (Fluted) F EA $ 7 D 15" _ 60 139 648-11-55F Mast arm steel sinole arm (Fluted) F/I EA $lD,Io'05- ... 140 648-21-55F Mast arm steel sinqle arm (Fluted} F EA $'t52S3 _co 141 648-11-60F Mast arm steel sinole arm (Fluted) F/I EA $IO.9.:o-bo 142 648-21-60F Mast arm steel sinole arm (Fluted) F EA $<3 373 - 1S" 143 648-11-65F Mast arm steel single arm (Fluted) F/I EA $IZ.7t.{{)-bo 144 6 46-21-65F Mast arm steel sinqie arm (Fluted) F EA $rD I"n<" _00 T 145 6 48-11-7DF Mast arm steel sinole arm (Fluted) FII EA $1Lf.,l'l~ -'" 146 6 48-21-70F Mast arm steel single arm (Fluted) F EA $11,1 D~ _'0" 14To ~8~th75F 'M ast.arm:steel sinQle.arm (FJtlted~ F/I EA J$\~q~O"'Ag 148 6 4B-21-75F Mast arm steel single arm (Fluted) F EA $1'2..lS>- ",,' 149 6 48-11-80F Mast arm steel single arm (Fluted) F/I EA $1'1.155-"'" 150 6 4B-2.1-80F Mast arm steel single arm (Fluted) F EA $13.toSc> ." 151 64 8-11-85F Mast arm steel sinqle arm (Fluted) F/I EA $ZJ. 3lJD_t>D .... . 15 2 64 8-2.1-85F M ast arm steel sinole arm (Fluted} F EA $1'1. \ 00 _DD ~ 153 64 8-11-90F Ma st arm steel sinqle arm (Fluted) F/I EA $ '21 3/E_aCl 15 4 64 B-21-90F Ma st arm steel sinQ!e arm (Fluted) F EA $ n,l1...b- ,,0 15 5 64 B-13-60NF Ma sl arm steel double arm (Non-Fluted) FIr EA $7,05~_<JO Group 1 - Oonstruction and Maintenance of Traffic SiQnals F/I = Furnished and Installed 10 = Installed Only F = Furnished Only No. Pay Item Description Acti on 156 648-23-60NF Mast arm steel double arm (Non-Ruted) 157 648-13-65NF Mast arm steel double arm (Non-Ruted) 158 648-23:65NF Mast arm steel double arm (Non-Ruted) 159 648-13-70NF Mast arm steel double arm (Non-Fluted) 160 648-23-70NF Mast arm sleel double arm (Non-Ruted) 161 648-13-75NF Mast arm sleel double arm (Non-Fluted) 162 648-23-75NF Mast arm steel double arm (Non-Fluted) 163 648-13-80NF Mast arm steel double arm (Non-R uted) 164 648-23-80NF Mast arm steel double arm (Non-Fluted) {65 648-13-85NF Mast arm steel double arm (Non-Fluted) 166 648-23-85NF Mast arm steel double arm (Non-Ruted) 167 64S-13-90NF Mast arm steel double arm (Non-Fluted) 168 648-23-90NF Mast arm steel double'arm (Non-Ruted) 169 648-13-95NF Mast arm steel double arm (Non-Fluted) 170 648-23-95NF , Mast arm steel double arm (Non-Fluted) 171 648-13-100NF Mast arm steel doubie arm (Non-Fluted) 172 648-23-100NF Mast arm steel double arm (Non-Fluted) 173 648-13-105NF Mast arm steel double arm (Non-Fluted) 174 648-23-105NF Mast arm steel double arm (Non-Fluted) 175 648-13-110NF Mast arm steel double ~rm (Non-Fluted) 176 648-23-110NF Mast arm steel double arrn (Non-Fluted) 177 648-13-115NF Mast arm steel double arm (Non-Fluted) :178, 6.48';:23::tt5NFMaslarm steefdouble armC{Non~Fll;Jted) 179 648.13-120NF Mast arm steel double arm (Non-Fluted) 180 648-23-120NF Mast arm steel double arm (Non-Fluted) 181 648-13-125NF Mast arm steel double arm (Non-Fluted) 182 648-23-125NF Mast arm steel double arm (Non-Fluted) 183 648-13-130NF Mast arm steel double arm {Non-Fluted) 184 648-23-130NF Mast arm steel double arm (Non-Fluted) 185 648-13-135NF Mast arm steel double arm (Non-Fluted) 186 648-23-135NF Mast arm.steel double arm (Non-Fluted) F FI1 F F/I F F/I F FIt F F/I F F/l F F/I F F/I F F/I F FIr F F/J ~F F/I F F/I F F/I F F/l F Units Unit Price EA $ 51S$ -00 EA $125S - = EA $ t;;"325'- co EA $rNtlO - .ll EA $~oZ5 .00 EA $IDS10-oc> EA $~D2.}=j -:s- EA $IO,slD<()-;,l4:l EA $ 160::'0 _ 00 EA $1"2.1~ .00 EA $q'Z.21S"_bO EA $ 12 fU"_bC> EA $Q"L'2:6_oo EA $ll:z.loS-oo EA $ q ~S'5"-oo EA $1'2.. :ll."S"- Do EA $ ljt,SS" -00 EA $lL\ \'40- DO EA $ID.'l5~-OO EA $lLt-J t! D- ClO , EA $10 qs~-"o EA $\1.} SOS'-oo .EA '$lt~~,"gll EA $ It{ Sos:-oo EA $l11.l6"_oo EA $ \ '1 '1~f)--'SO -, EA $\~03S"_DO .. EA $11150 -"Dr; EA $14t3'5'"-6O EA $1 q .4'00- Dc EA $1~C;1{)- 00 Group 1 - Construction and Maintenance of Traifie Sianals FJI = Furnished and Installed 10 := Installed Onlv F = Furnished Onlv No. Pay Item Desc:ription Action 187 648-13-140NF Mast arm steel double arm (Non-Fluted) 1 B8 648-23-140NF Mast arm steel double arm (Non-Fluted) 189 64B-13-145NF Mast arm steel double arm (Non-FIu1ed) 190 648-23-145NF Mast arm steel double arm (Non-Flu1ed) 191 648-13-150NF Mast arm steel double arm (Non-Fluted) 192 648-23-150NF Mastarm steel double arm (Non-Fluted) 193 648-13-155NF Mast arm steel double arm (Non-Fluted) 194 648-23-155NF Mast arm steel double arm (No~-FJutecl) 195 648-13-160NF. Mast arm steel dOUble arm (Non-Fluted) 196 648-23-160NF Mast arm steel double arm (Non-Fluted) 197 648~13-60F Mast arm steel double arm (Flutedl 1 98 648-23-6DF Mast arm steel double arm (Fluted) 199 648-13-65F Mast arm steel double arm (Fluted) 200 648-23-65F Mast arm steel double arm (Fluted} 201 648-13-70F Mast arm steer double arm (Flutedl 202 648-23-70F Mast arm steel double arm (Fluted) 203 648-13-75F Mast arm steel double arm (Fluted) 204 648-23-75F Mast arm steel double arm (Fluted) 205 648-13-8DF Mast arm steel double arm (Fluied) 206 648-23-80F Mast arm steel double arm (Fluted) 207 648~13-85F Mast arm steel double arm rFlutecf) 208 648-23-85F Mast ann steel double arm (Fluted) - 209 64B- t3-90F- Mast ann steelcdouble arm (-Ruted) 21 D 648-23-90F Mast arm steel double arm (Fluted) 211 648-13-95F Mast arm steel double arm (Fluted) 212 648-23-95F Mast arm steel double arm (Fluted) 213648-13-100F Mast arm steel double arm (Fluted) 214 648-23-10aF Mast arm steel double arm (Fluted) 215 648-13-105F Mast arm steer double arm (Fluted) 216 648-23~ 1 05F Mast arm steel double arm (Fluted) 217 648-13-11OF Mast arm steel double arm (Fluted) FJI F -F/J .. F F/J F FJI F F/J F FJI I F/J F FJI F FJI F FJI F FJI F FJI F FJI F FJI F F/l F. FII Units Unit Price EA $1 q 4-&:>-00 EA $\5510-00 EA $2~ 14 ~oO EA $ l1'1~oo EA $2.1.llJ~ _0.0 EA $I'11~$""_60 EA $2.4-.3K-cl" EA $lq,~qo _00 EA $2.tl. ~S--~o EA $lqu-to-oo EA $ '1,1 l..,D_ on F EA $S12.~ _on EA $~\~5 :0 EA &012.:5 _0-0 oJ EA $16.'b5Cc- 00 EA $~ \~S _0_ EA $ \\ Cltoo _00 EA $q 135-oo EA $11 '700 _GO EA $ q ;),$.00 EA $['3.~LO- 00. EA $ID,lDlfD-bO EA $.L3~ZO- co EA $lo.loeD-l>C EA $13.'1 {f)-DO EA $ tD'~S-!Xl EA $]?,qfO -o~ EA $ \0;'1'55"_00 EA $lfo.Nc5""-oO EA $12.1000 _&0 EA $1 ~olo5"- 00 Group 1 - Construction and Maintenance of Traffic Signals F/I = Furnished and Installed 10 = Installed Onlv F = Fumished Only No. Pay Item Description Action Units Unit Price 218 648-23-11 OF Mast arm steel double arm (Fluted) F EA $' L,1ato- ,,0 219 648-13-115F Mast arm steel double arm (Fluted) F/I EA $ \lc~_OO . 22 o 648-23-115F Mast arm steel double arm (Fluted) F EA $\28$ -00 22 1 648-13-120F Mast arm steel double arm (Fluted) F/I EA $\k lt~..po 222 64B-23-120F Mast arm steel double ami (Fluted) F EA $1'1..Q'55"_OD 22 3 648-13-125F Mast arm steel double arm (Fluted) F/I EA $10 220 - 00 22 4 648-23-125F Mast arm steel double arm (Fluted) F EA $l~.\~o _cD 225 648-13-130F Mast arm steel double arm (Fluted) F/I EA $ 20,'lZ.D - bO 226 64B-23-130F Mast arm steel double arm (Fluted) F EA $\I.a \40_00 227 648-13-135F Mast arm steel double arm (Fluted) F/I EA $ Yl.,1..f:4.oo 228 648-23-135F Mast arm steel double arm (Fluted) F EA $1'1 BL./O - 00 . 229 648-13-140F Mast arm steel double arm (Fluted) F/I EA $11. ~co 230 648-23-140F Mast arm steel double arm (Fluted) F EA $1'116'10- 00 -. 231 648-13-145F Mast arm steei double arm (Fluted) FJI EA $ 2'57-70- t;t;l 232 648-23-145F Mast arm steel double arm (Fluted) F EA $10 ~O_DO 233 648-13-150F Mast arm steel double arm (Fluted) F/I EA $25,110-..... -, 234 648-23-150F Mast arm steel double arm (Fluted) F EA $ 20 .4SD-,,0 235 648-13-155F Mast arm steel double arm (Fluted) FII EA $1.CJ 1'10 - '0 --. 236 64B-23-155F Mast ann steel double arm (Ruted) F EA $:i'}, :::; o.c:--bt> Mast arm steel double arm (Fluted) J 237 6 48-13-160F F/l .. EA $;)'11'7o-11D -. 238 6 48-23-1 60F Mast arm steel double arm (Fluted) F EA $126~_bO . 239 6 48-99A Mast arm install onlv (sinole arm under 60') VO EA $IOI~ -"" 240' 6 48~99B Mast arm instafl'only:(sinqlearm.60'aCld.o:oJer) .1/0 . EA $ \ ~l lAo-e _DO - 241 6 48-99C Mast arm install onlv (double arm all sizes) I/O EA '$ l~~()' .oE>O. -i 242 6 48-990 Mast arm decorative base (sinole ann under 60') Fll EA $1.,145-';;0 243 64 a-99E Mast arm decorative base (sinole arm under 60') F EA $ \ S'~5:-00 J 244 64 8-99F M ast arm dec. base (sinQle arm 60' and over) F/I EA $ "6p2.C_ob. 245 64 8-99G Ma si arm dee. base (sinqle arm 60' and over) F EA $ Z,Lny OD 24 6 64 8-99H Ma sl arm dee. base (double arm all sizes) F/I EA $3,o2.o-oc 24 7 64 8-991 Ma st arm dee. base (double arm aB sizes) F EA $ 2..105- 00 24 8 64 8-99J Ma st arm banner attachment 1Vpe 1 F EA. $ t-jryry _ 0'0 " GrOUD 1 - Construction and Maintenance of Traffic Sienals Fir = Furnished and Installed 10 = Installed Onlv F = Furnished Only No. Pay Item Description Action Units Unit Price F EA $:='l'f.5-ca FIr EA $ 3DD -CD F/I EA $ t()~ -00 F EA $4Lo -tn F/I EA $Xd. -~ F EA $ to i -CD F/I EA $'a\ -w F EA $q6 -Of: F/I EA $57 -EO F EA $40 -r11 FII EA $ (0\ -d~ F EA .if?, -co $ . FII EA $'1i -If, F EA $(l~ -d= 10 EA $ \ \ -()~ 10 EA $33 -(1) fO EA $ <=; ;5 .cf. F/I EA $ \qD -(1' F EA $16d ~ 10 EA $6l.\ -ct F/I EA $?r:6 ~\S F EA $~7) -NJ )Q .=EA, . -$..:;{-\ -& FII EA ~;4(P5:m F/I EA $:Fi"'J -if': F/I EA $(rB:=;-~ F/I EA $~r') - IT F/l EA $/1 0 -fX', F/I EA $945 -rI: 10 EA $1SD -in 10 EA $;~5 -CD 249 648-99K Mast arm banner attachment type 2 250 650-1.111 Sienal head 12" std 1 section 1 way 251 650-1-111A Siqnallens only-12" red LED ball 252 650-1-111 B Siqna) lens only - 12" red LED ball 253 650-1-111 C Sienal lens onlY - 12" vellow LED ball 254 650-1.111 D Siqnal lens onlv - 12" vellow LED ball 255 650-1-111 E Sional lens only - 12" qreen LED ball 256 650-1-111 F Sienal lens only - 12" qreen LED ball 2S7 650-1-111 G Sianallens onlv - 12" red LED arroW 258 650-1-111H Sianallens only-12" red LED arrow 259 650-1-1111 Sienallens onlv - 12" veil ow LED arrow 260 650-1-111 J Sianal lens only - 12" vellow LED arrow 261 650-1-111 K Sionallens only - 12D Qfeeri LED arrow 262 650-1-111 L Sienallens onlv - 12" areen LED arrow 263 650-1-111M Install LEOs (per section) 264 6S0-1-111N Install LEOs (per3-section head) 265 650-1-1110 Install LEDs (per 5-section head) 266 650-1-t 11 P SiQnallens only - pedestrian LED 267 650-1-111 Q Signal lens only - pedestrian LED 268 650-1-111 R Signal lens onlY - pedestrian LED . 269 650-1-111 S Siqnal lens onlY - countdown pedestrian LED 270 650-1-111 T Siqnallens on[v - countdown pedestrian LED : ',271- 65:0:t~111 U _ Siqnal Tens only ~ countdowfT pedestrian [ED- 272 650-1-112 Sienal head 12" std 1 section 2 way 273 650-1-113 Siqn'al head 12" std 1 section 3 way 274 650--1-114 Siqnal head 12" std 1 section 4 way 275 650-1-131 Siqnal head 12" std 3 section 1 way 276 650-1-132 Siqnal head 12" std 3 section 2 way 277 650-1-133 Siqnal head 12" std 3 section 3 way 278 650-1-311 Siqna[ head 12" std 1 section 1 way 279 650-1-312 Siqnal head 12" sId 1 section 2 way " Group 1 - Construction and Maintenance of Traffic Sionals F/I ::: Fumished and Installed 10 = Installed Onlv F '" Furnished Onlv No. Pay Item Description 280 650-1-313 Siqnal head 12" std 1 section 3 way 281 650-1-314 Siqnal head 12" std 1 section 4 way 282650-1-331 Signal head 12~ std 3 section 1 waY 2.83 650-1-332 Siqnal head 12" std 3 section 2 Way 284 650-1-333 Sional head 12" std 3 section 3 way 285 650-2-131 8iqnaIhead 12" std opticallv proorammed 3S 1W 286 650-2-331 Sianal head 12" std opticallv proarammed 3S 1W 287 650-3-131 Sianal head. 12" std lit. wt. 3S, 1W 2.88 650-3-132 Sianal head 12" std lit. wt. 38, zW 289 650-3-133 Sianal head 12" std lit. WI. 3S, sW 290 650-3-33 t Sianal head 12" std lit. wt. 3S, 1 W 291 650-3-332 Sianal head 12" std lit. wt. 3S, 2W 292 650-3-333 Sianal head 12" std lit. wt. 3S, 3W 2.93 650-8-151 Sianal head 12" lit. wt 581 W 294.650-B-351 Sianal head 12~ lit. wt. 5S, 1W 295 650-B-152 Siona! head 12" lit. wl5S, 2W 296 650-8-352 Siqnal head 12" lit. wt. 5S, 2W 2<J7 650-9-151 Signal head 12" std. 5S 1W 298 650-9-351 Signal head 12" std. 58 1W 299 650-9-152 Sianal head 12" std. 58 2W 300 650-9-352 Siqnal head 12" std. 58 2W 301 653-111 Siqnal ped inc., int. svm. "302 653;311 SiqrraLped jnc.,~int:-svm. 303 653-112 Sional ped inc., int. svm. 2W 304 653-312 SiqnaJ ped inc., int. "svrn. 2W 305 659- t 01 SiQnal bac!;: plates 3 sec head 306 659-101 A SiqoaJ back plates 3 sec head 307 659.102A Siqnal back plates 5 sec head 308 659-1028 8iqnal back plates 5 see head 309 659-107 Aluminum pedestal 310 659-10B Steel oedestal Action Units Unit Price 10 EA $1d,S -(:0 10 EA $ 1 ~<=; -N" 10 EA $ i":2.,n -K': 10 EA $ \ /~ -m 10 EA $ \1'5 -tC F/~ EA $\.l \.; -IT' 10 EA $ \ ;:) C; -r/' F/I EA $~() -ff' F/I EA $l1D -(j' F/J EA $q1-\:S -cD 10 EA $ \~~ -ff: 10 EA $ \'7 ~ -[f' 10 EA $175 -[1' F/l EA $7:2,D .co 10 EA $ ) 7S -cr F/I EA $1 03rJ -cO 10 EA $\15 -DC FIl EA $73D -5'1 10 EA $ \75 -ro F/I EA $i 030 -rJf 10 EA $1'7~ ' ocr F/J EA $ 3LDS -tj) .10 -EA $qo .:..[fJ FIr EA $(dD -rr 10 EA $130 -IT: F/I EA $fJ;() -rf' F EA $35 -~ F/I EA $100 -IT F EA $5iJ -rJ:. F/J EA $75D -[[; F/I EA $I.l\~ -f[) Group 1 - Construction and Maintenance of Traffic Siqnals F/I = Furnished and Installed 10 = Installed Onlv F = Furnished Onlv No. Pay Item Description 311 659-109 Concrete pedestal Type II 312 660-1-101 LOOD detector sinqle channel shelf mount 313 660-1-201 LOaD detector sinqle channel shelf mount 314 660-1-102 Loop detectorsinqle channel rack mount 315 660-1-202 LOaD detector sinole channel rack mount 316 660-1-103 Loop detector dual channel shelf mount 317 660-1-203 LOOD detector dual channel shelf mount 318 660-1-104 Loop detector dual channel rack mount 319 660-1-204 Loop detector dual channel rack mount 320 660-2-102 Loop assemblvTvoe 8 321 660-2-106 Loop assembly Tvpe F 322 660-4-4 AWG #14 1000 lead-in cable 323 660-4-4A 6 pair overhead beldon 324 663-70A Emeraencv pre-emotion controller 325 663-708 Ememency pre-emption detector - 1 direction 326 663-70C Emeroencv ore-emption detector - 2 directions 327 663-700 Ememencv pre-emotion detector - 3 directions 328 663-70E Emeroency pre-emption detector - 4 directions 329 663-70F Emer. pre-emotion detector relocate - 1 direction 330 663-70G Emer. ore-emotion detector relocate - 2 directions 331 663-70H Emer. -pre-emption detector relocate - 3 directions 332 663-701 Emer. pre-emption detector relocate - 4 directions _ 33"3-664-7DA- 'Vicfeo-Nehicle'Uetection-.Control!er Assembly 334 664-708 Video Vehicle Detector-1 direction 335 664-70C Video Vehicle Detector - 2 directions 336 664-700 Video Vehicle Detector - 3 directions 337 664-70E Video Vehicle Detector - 4 directions 338 664-70F Video Vehicle Detector-1 direction 339 664-70G Video Vehicle Detector- 2 directions 340 664-70H Video Vehicle Detector - 3 directions 341 664-701 Video Vehicle Detector - 4 directions Action Units Unit Price F/I EA $":/10 - a- F/I EA $JkJs-rx F EA $li~ -r/: F/I EA $I<16-tf: F EA $ \."')5 -(1: F/J EA $;)k-/"S-CO F EA $~m-m F/I EA $195-OC F EA $ \55 -[1' F/I AS $4-'7 [=; -cL F/I AS $(p50-C( F/I LF $ I -~ F/I LF $~ oct: F/I EA $3,355-cD F /1 EA $3 .LJ90 - cD F/I EA $1 Line:) -CD F/I EA $<0'70(6 -CD F/I EA $7/tJ.LJO - tf' 10 EA $7.;6-ffi 10 EA $1 0ltF. - to 10 EA $l.l>>B'5-CD 10 EA $a,lIo"'S-Cf'. F/lEA $1---l.f4D --CD F/I EA $1,J.lJ.j(J - /1"; F/l EA $Ia Iq~ -(f) FIl EA $IKO;;)~-{f) F/I EA $;)3.2N;-c:D 10 EA $4~-OJ fO EA $ b'(oo - tf: 10 EA $1 ~qr) -tf' 10 EA $I,/';>D -r--l: ,:I '.. Group 1 - Construction and Maintenance of Traffic Signals F/I == Furnished and Installed 10 == Installed Onlv F == Furnished OnlY No. Pay Item 342 664-70J 343 664-70K 344 664-70L 345 665-11 346 665-13 347 670-4-1 348 670-110A 349 670-110B 350 670-110C 351 670-113C Description Action Microwave Vehicle Detector Microwave Vehicle Detector Microwave Vehicle Detector Pedestrian detector Pedestrian detector (det.w/sian onlvl FlashinG beacon controller assembly Cabinet, base only Cabinet, install only Cabinet, base onlY (60' by 60") Naztec Series 900 TS2 (controller only) 352 670-113-2348 Type V Cabinet I Naztec TS2 Type1 353 670-113-234C Type V Cabinet / Naztec TS2 Type2 Optical Fiber, Install OnlY, In Conduit or Aerial 354 684-34 355 685-106 356 685'::206 357 690-10 358 690-20 359 690-30 360 690-31 361 690-40 362 690-50 363 690-70 . 3:64 690-80 .- 365 690-90 366 690-91 367 690-95 368 690-100 369 700-46-25 370 700-89-1A 371 700-89~ 1 C 372 700-89-10 System Auxnlarv - UPS Svstem AuxiIJary - UPS Siqnal head traffic assemblY remove Siana! pedestrian assembly remove R RD RD R R Pole remove Sienal pedestar remove Mast arm assembly remove Controller assembly remove Detector pedestrian assemblY remove .. .SDanwire-oassembly remove- -R RD RD SY R RL F/I F/I F/I Conduit and cabline remove Interconnect remove Sidewalk removal Sianal eQuioment misc. remove Siqn existina relocate (aeriaO Hanqine arm assembly H1uminated Street Siqn - 6' bV 19" Illuminated Street Siqn - 6' by 24" F/J F 10 F/I F/I F/I F/I 10 F/I F/I F/I FJI 10 Fir F Units Unit Price EA $Cns -tD EA ~cs-S ~ EA $;lq() -(.~ AS $I()t 4:: AS $101 -& AS $ i.DBS .;JS J EA $ \4S2> -a:: EA $Ii)h~ -(j\) EA $ibSb -61: -.. AS $ql&tl -& AS $i?'i.{65"-~ , AS $1C:;R70 - &1 , -R~ LF $ b R EA ~"L'\.f~-to I EA r!:S;:lo -(j7,) EA $.:2 I -6t EA $~)-cO EA $lf.f5D-~ J EA $ L~(SD -G:t> T. . EA $\ 9~~ -{Ju EA $ LitD -&: Eft. $.j n -{J;:, EA .$':-I"7S -:d:3__.. PI $d6D-(5:; LF $ n :]5 SY $ 13 & EA $ rl-6b -0;;' AS $;:);)5 -O'\) AS $11[...,,"- -tJ\:J EA $ i \ Pb _{.iJ EA $II--CJ5-6b R Group 1 - Construction and Maintenance of Traffic Sianals I FJI = Furnished and Installed 10 = Installed Only F = Furnished OnlY No. Pay Item Description Action Units Unit Price 373 700-89-1 E Illuminated Street SiQn - 8' bv 1 g" FJI EA $1L(.0l) -(J:J ) 374 700-89-1 F Illuminated Street Sion ~ 8' by 24" F11 EA $I.~ _"' -Q::) 375 700-89.1 G LED Illuminated Street Sian - 6' by 19' FJI EA $:)~') -(J;::, 376 700-89-1 H LED Illuminated Street Siqn - 6' by 24. FJI EA a7:)6 -dO J 377 700-89-11 LED lIIumimi.ted Street Sion - 8' by 1 g' FJI EA 11-~1 .c.~ -00 J 378 700-89.1 J LED Illuminated Street Sian - 8' bv 24" F/l EA $~"1.(\.t;-OJ I 379 70D-89-02A Fiber optic Blank-out siqn 30"x30" F EA $~"":\l..J) ~ 380 700-89-02B Fiber optic Blank-out siqn 30"x30" FII EA $I.j.ACD -U'J /. 381 700-89-02E Fiber ootic Blank-out sian Dual Mess. 30"x30" F EA $1.{'i It> - {.. J 382 700-S9..Q2F Fiber optic Blank-out sian Dual Mess. 30.)(30" FJI EA $5~-~ -. 383 7DO-90-14 Siqn f1ashinQ beacon (overhead) FJI AS $ ~ (..."Jb - ell) '7 384 715-11-111 Luminaire (Cobra Head) FlI EA $t..I&& 385 715-11-114 Luminaire (Shoe Box) FlI EA $ f~?.. c:.. .()J 386 7 15-99 Luminaire - acorn sMe F EA $ 5.:l t::. -(.,) 387 7 1 5-99 Luminalre - acorn sMe F/I EA $ g(~ -0) SUBTOTAL ll'Z.3lI0~OC Mobilization - 5% of Subtotal 1()6Il~O SO TOTAL Z,rl.<),31o;>C I I \. Group 2. ITS and System Communication I I F/I ::::: Furnished and Installed I 10 = Installed Only I F = Furnished OnlY I I I I I No. Pay Item Description Action Units Unit Price 1 102-1 Maintenance of Traffic F/I EA $ 15""D -DD 2 620-1-1 GroundinQ Electrode F/I LF $ ) So 3 630-1-11 Conduit, Above Ground Fit LF '$ \'0 -30 4 630-1-12 Condua, Underqround F/I LF $ )' -7.5 5 630-1-12A Conduit, Underqround Interconnect F/I LF $ S"-1oD 6 630-1-13 Conduit, Under Pavement F/I LF $ I B -)lJ 7 630-1-14 Conduit, Jacked F/I LF $ z..l-r:D 8 630-1-15 Conduit, Bridqe Mounted F/1 LF $ Z-?J - to 9 630-1-16 Conduit, Inner Duct 1" Fit LF $ 3 _DO 10 630-1-17 Conduit, Directional Bore F/I LF $ \1 -~5. 11 630-1-18 Conduit, Hand Diq F/I LF $ lu -1~ 12 634-6-1 Messenqer Wire 14" F/I LF $ \ -20 13 635-1-11 Pull & Junction Box, Ground Mounted . F/I EA $ ZlG-~ 14 635-1-12 p'ull & Junction Box, Aerial F/I EA $ SbS""-rD 15 635-1-11 A Fiber Optic Junction Box Fir EA $ (Q)"O- to 16 635-1-13 Mounted Junction Box Tvpe 4 FJI EA $ Z 3SS-=- (X) 17 635-1- 33 Mounted Junction Box Type 4 10 EA $ BBS-bD 18 635-1-14 Mounted Junction Box Type 5 FJl EA $ 2S11) - CO 19 635-1-34 . Mounted Junction Box Type 5 10 EA $ 68)" -ct:; 20. 635-1-15 Rber Optic Enclosure WIC F/I EA $ 2-0 S- - OJ 21" 6 35-.1-16 - ..F i6eF-:-Optic-:Enclos.ure TCDC ~F/l -EA .. '$jZD--.OO 22 635-1-17 Fiber Optic Enclosure Rack Mount 24 Port F/J EA $ 3ir- -CO 23 635-1-18 Fiber Optic Enclosure Rack Moun! 48 Port F/I EA $ 425"" -a() 24 639-1-12 Electrical Power Service, Overhead FJI AS $ \10 ~ .ffi 25 639-1-22 Electrical Power Service, Underaround F/I AS $ 94~ -t;b 26 641-1 Guyinq Concrete Strain Pole FJI. AS $ 31.00 -'!b 27 641-111-sb Prestressed Concrete Pofe, 30' Type II F/I EA $\~2~ -ro IGroup 2. ITS and S/stem Communication I I F/I ::: Furnished and Installed I 10 ::: Installed Only . F::: Furnished On Iv I I -c- I No. Pay Item Description Action Units Unrt Price 28 641-111-35 Prestressed Concrete Pole, 35' Tvpe 11 FIr EA $ t 9~ :)-OD ,. 29 641-111-40 Prestressed Concrete Pole, 40' Tvpe 11 FIt EA $2"DI.~-W 30 641-111-45 Prestressed Concrete Pole, 45' Type 11 F/I EA $l.,!OD-CO 31 641-111-50 Prestressed Concrete Pole, 50' Type /I -F/I EA $ Z,ZS~-tD 32 " 643-130 Strain poles wood, 30' FJI EA $ 8l~ -('0 33 643-135 Strain poles wood, 35' F/I EA $ cr 3c,- DC 34 643-140 Strain poles wood, 40' F/I EA $ 9~O ~CU 35 670-1100 Cabinet, Fiber Splice FIl EA $31S"ZD- ro 36 670-110E Cabinet, Master Communications Hub F/I EA $!r,U.IoO- l!; 37 683-104 Radio Modem, Remote Site F/I AS $ 8,lYS:: OC 38 683-204 Radio Modem, Remote Site F EA $ 2.010-CO 39 684-140 Optical Fiber 72 S1rE.nd Hvbrid/Comoosite Loose Tube F/I LF $ 2- -Z~ 40 684-240 Optical Fiber 72 Strand Hvbrid/Composite Loose Tube F LF $ D-ff{ 41 684-14E Optical Fiber 36 Strand Hvbrid/Composite Loose Tube F/I LF $ L-SD 42 684-24E Optical Rber 36 Strand HVbrid/Composite Loose Tube F LF $ \ -Dr:; 43 684-34 Optical Fiber, Install Only, In Conduit or Aerial 10 LF $ o-'Ol 44 684-34A Optical Fiber, Install Onlv, Direct Burial 10 LF $ ~-loS" 45 685-177 Fiber Optic Connector, ST, 8M F/I EA $ 35"-2$" 46 685-178 Fiber Optic Connector, SC, SM F/I EA $ 35 -25 47 685-179 Fiber Optic Jumper, ST to LC, 8M Duplex F/I EA $ 4-1-\1) -48.6 85'::18U -F ib.erOptic_Jumo-er;:SC to~L~SM~Dl1P[ex F/I .EA $ -1+9 -S'D 49 685-183 Rber Optic Jumper, ST, MM Duplex F/I EA $ 3)1-S'D 50 685-184 F iber Optic Jumper, ST, SM Duplex F/I EA $ ~ 2--CD 51 685-185 Fiber Optic Jumper, se, MM Duolex F/I EA $ 4-2--00 52 685-186 Fiber Optic Jumper, se, SM Duplex FJI EA $ L{-b -ID 53 68 5~187 Fib"er Optic Piqtail, MM F/I EA $ 13 -7~C: 54 68 5-18S" Fl ber Optic Piqtail, SM F/I EA $ 11 =l~ . .. Group 2. ITS and S stem Communication I F/I = Furnished and Installed 10 = Installed Only F = Furnished Only No. Pay Item 55 685-190 56 685-190A 57 685-191 58 685-192 59 685-193 60 685-194 61 685-399A 62 685-399B 63 686-101 64 686-201 65 686-30 1 66 686-202A 67 686-202B 68 686-202C 69 686-202D 70 686-202E 71 686-202F 72 686-1 03 Description Fiber Optic Splice-Fusion, GreaterThan 100 Splices Fiber Optic Splice-Fusion, Less Than 100 Splices Fiber Optic Spljce~Mechanical Buffer Tube Fan-Out Splice Tray Buried Splice Enclosure Fiber Testinq (per strand) Fiber Technician (per hour) Camera Assembly Camera Assemblv Camera Assembly Ethernet GBIC LX Full Size Ethernet GBIC ZX Full Size Ethernet GBIC LX Mini Ethernet G81C ZX Mini Flat Screen Monitor 36" Flat Screen Monitor 4211 Ethernet Switch 24 Port 73 686-203 Ethernet Switch 24 Port 74 686-303 Ethernet Switch 24 Port 75 . 6'86"-104- ... Ethernet Switch AS Port" 76 686-204 Ethernet Switch 48 Port 77 686-304 Ethernet Switch 48 Port "78 686-105 Video Encoder MPEG 2 79 686-205 Video Encoder MPEG 2 80 686-305 . Video Encoder MPEG 2 81 686-106 Video Decoder MPEG 2 I I Action Units Unit Price F/I EA $ ~B & FII EA $ 4 r~ - (J::; F/I EA $ 5::\ -(j~) F/I EA $ q~ .Fi\': F/I EA $ itCf -..SD F/I EA $ i.}3..S -0:) F EA $ ib -5c F HR $. '15.{S\) F/l EA $~lIb -~ F EA $2;J85 -~ T 10 EA $ L c.l<Sb - (f\J I F EA $ Rlco-(J\) F EA $.5;:l~()-lN J F EA $ t<f.-/) -f!\) F EA ~() -(J:::J F/I EA. $-?t41.5 -(;;) J F/I EA. g,.~t;lc.; -cO F/I AS $1In.C,D - tp .., F EA $ t::l'iJ< -60 10 EA $ ..0 J;-; - m F/I AS . --~($b..,(j\) , .I F EA QUAc:..-(fu J 10 EA $ I-bo -dtl F/I AS $~ I D'" - u'\::J J F EA LT7'-. ') -1/.1 10 EA $ 140 -{Ju F/I AS $:~q 1:\7, .;:Jsl ~\ J I .- Group 2. ITS and Svstem Communication I F/I = Furnished and Installed 10 = Installed Only F = Furnished Only I I No. Pay Item Description Action Units Unit Price 82 686-206 Video Decoder MP EG 2 F EA $?:S!:k -5C 83 686-306 Video Decoder MPEG 2 10 EA $ Ho -(}:0 84. 690-90 Optical Fiber, Removal LF LF $ IJ -L.-F. 85 711-89A Dynamic Messaqe 5iqn 10 EA $3YlS - iN / SUBTOTAL l4:S llD.n Mobilization - 5% of Subtotal 7 I ) T!,b . 0 I TOTAL I SD 1 D6 . 23 BY CERT'iFIED COp'y MARY ANNE 'MO~SE ':, CLERK OF C1RGUlrCDURL . S HOLE Ou . O~~:CONTRACT FOR TRAFFIC SIGNALS AND RELATED CONSTRUCTION -'PPRT~CES AND SYSTEM COMMICATIONS PRODUCTS {J:FB- 311 0 - 0 5 / GMG} ER '!$ ,.'~'~' THitSAGREEMENT is made and entered into this 5" 20 as: by and between TRAFFIC CONTROL DEVICES, day of INC., ly authorized to conduct business in the State of Florida, whose mailing address is P.O. Box 150418, Altamonte Springs, Florida 32715, hereinafter called the "CONTRACTOR" and SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter called the "COUNTY". WIT N E SSE T H: WHEREAS, the COUNTY desires to retain the services of a competent and qualified contractor to provide traffic signals and related construction appurtenances and system commuinications products for Seminole CountYi and WHEREAS, the COUNTY has requestE;d and received expressions of interest for the retention of services of contractors; and WHEREAS, the CONTRACTOR is competent and qualified to provide traffic signals and related construction appurtenances and system comrnuinications products to the COUNTY and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, the COUNTY and the CONTRACTOR agree as follows: SECTION 1. SERVICES. The COUNTY does hereby retain the CONTRACTOR to furnish services/materials as further described in the Scope of Services attached hereto as Exhibit ~An and made a part hereof. Required services/materials shall be specifically enumerated, described and depicted in the Purchase Orders authorizing performance of the specific task. This Agreement standing alone does not authorize the 1 ,.' (' , I performance of any work or require the COUNTY to place any orders for work. SECTION 2. TERM. This Agreement shall take effect on the date of its execution by the COUNTY and shall run for a period of three (3) years and, at the sole option of COUNTY, may be renewed for two (2) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement shall have no effect upon Purchase Orders issued pursuant to this Agreement and prior to the expiration date. Obliga- tions entered therein by both parties shall remain in effect until delivery and acceptance of the services/materials authorized by the Purchase Order. The first three (3) months of the initial terms shall be considered probationary; during that period the COUNTY may terminate this Agreement at any time, with or without cause, immediately upon written notice to the CONTRACTOR. SECTION 3. AUTHORIZATION FOR SERVICES. Authorization for per- formance of services by the CONTRACTOR under this Agreement shall be in the form of written Purchase Orders issued and executed by the COUNTY and signed by the CONTRACTOR. A sample Purchase Order is attached hereto as Exhibit "B". Each Purchase Order shall describe the services and/or materials required and shall state the dates for commencement and completion of work and establish the amount and method of payment. The Purchase Orders will be issued under and shall incorporate the terms of thi s Agreement. The COUNTY makes no covenant or promise as to the -number_of available Purchase Orders, nor that-_,the CONTRACTOR.will perform any Purchase Order for the COUNTY during the life of this Agreement. The COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by the COUNTY to be in the best interest of the COUNTY to do so. The COUNTY Representative will give both contractors the opportunity to 2 , . perform all available work. delivery of services. SECTION 4. TIME FOR COMPLETION. The services to be rendered by the CONTRACTOR shall be commenced, as specified in such Purchase Orders as may be issued hereunder, and shall be completed wi thin the time Orders will be placed based on cost and specified therein. SECTION 5. COMPENSATION. The COUNTY agrees to compensate the CONTRACTOR for the professional services called for under this Agreement on a "Fixed Fee" basis. When a Purchase Order is issued for a "Fixed Fee Basis, n then the applicable Purchase Order Fixed Fee amount shall include any and all reimbursable expenses. The total annual compensa- tion paid to the CONTRACTOR pursuant to this Agreement, including reimbursable expenses, shall not exceed the annual amount budgeted by the COUNTY for purchase of traffic signals and related construction appurtenances and system communications products. SECTION 6. PAnJENT AND BILLING. (a) The CONTRACTOR shall perform all work and supply all materi- als required by the Purchase Order but, in no event, shall the CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each Purchase Order. (b) For Purchase Orders issued on a "Fixed Fee Basis," the CONTRACTOR may invoice the amount due based on the percentage of total Purchase Order services actually performed and completed; but, in no event, shall the invoice amount. exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) Payments shall be made by the COUNTY to the CONTRACTOR when requested as work progresses for services furnished, but not more than once monthly. Each Purchase Order shall be invoiced separately. CONTRACTOR shall render to COUNTY, at the close of each calendar month, 3 l. (' , r an itemized invoice properly dated, describing any services rendered, the cost of the services, the name and address of the CONTRACTOR, Purchase Order Number, Contract Number and all other information required by this Agreement. The original invoice shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 A duplicate copy of the invoice shall be sent to: Seminole County Traffic Engineering Division 140 Bush Loop Sanford, Florida 32773 (d) Payment shall be made after review and approval by COUNTY within thirty (30) days of receipt of a proper invoice from the CONTRACTOR. SECTION 7. GENERAL TERMS OF PAYMENT AND BILLING. (a) Upon satisfactory completion of work required hereunder and, upon acceptance of the work by the COUNTY, the CONTRACTOR may invoice the COUNTY for the full amount of compensation provided for under the terms of this Agreement herein less any amount already paid by the COUNTY. The COUNTY shall pay the CONTRACTOR within thirty (30) days of receipt of proper invoice. (b) The COUNTY may perform or have performed an audit of the records of the CONTRACTOR after final payment to support final payment .hereunder. This audit would be.~erformed at a time mutually agreeable to the CONTRACTOR and the COUNTY. 'subsequent to the close o"fthe- final fiscal period in which the last work is performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in subsection (b) of this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as provided by 4 , I subsection (a) of this section. (c) The CONTRACTOR agrees to maintain all books, documents, papers, accounting records and other evidences pertaining to work perf9rmed under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at the CONTRACTOR I s office at all reasonable times during the Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event any audit or inspection conducted after final payment, but within the period provided in paragraph (c) of this Section reveals any overpayment by the COUNTY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the COUNTY within thirty (30) days of notice by the COUNTY. SECTION 8. RESPONSIBILITIES OF THE CONTRACTOR. Neither the COUNTY'S review, approval or acceptance of, nor payment for, any of the services or materials required shall be construed to operate as a waiver of any rights under this Agreement nor of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and always remain liable to the COUNTY in accordance with applicable law for any and all damages to the COUNTY caused by the CONTRACTOR's negligent or wrongful performance of any of the services furnished under this Agreemen t . SECTION 9. -TERMJ:NAT:ION;. (a) The COUNTY may, by written notice to the CONTRACTOR terminate this Agreement or any Purchase Order issued hereunder, in whole or in part, at any time, either for the COUNTY'S convenience or because of the failure of the CONTRACTOR to fulfill its Agreement obligations. Upon receipt of such notice, the CONTRACTOR shall immediately discontinue all 5 services affected unless the notice directs otherwise, and deliver to the COUNTY all data, drawings, specifications, reports, estimates, surmnaries, and any and all such other information and materials of whatever type or nature as may have been accumulated by the CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of the COUNTY, the CONTRACTOR shall be paid compensation for services performed to the date of termination. (c) If the termination is due to the failure of the CONTRACTOR to fulfill its Agreement obligations, the COUNTY may take over the work and prosecute the same to completion by other Agreements or otherwise. In such case, the CONTRACTOR shall be liable to the COUNTY for all reason- able additional costs occasioned to the COUNTY thereby. The CONTRACTOR shall not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of the CONTRACTOR; provided, however, that the CONTRACTOR shall be responsible and liable for the actions of its subcontractors, agents, employees and persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of the COUNTY in either it's sovereign or contractual capacity, fires, floods, epidemics, quarantine restric- tions, strikes, freight embargoes, and unusually severe weather; but, in every case, the failure to perform must be beyond the control and without any fault or negligence of the CONTRACTOR. (d) ~f,af.t..er noti-ce .of termination -for _f.ailur.e to fulfill i-ts Agreement obligations, it is determined that the CONTRACTOR had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of the COUNTY. In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of this Section. 6 'I " , , (e) The rights and remedies of the COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. SECTION 10. AGREEMENT AND PURCHASE ORDER IN CONFLICT. Whenever the terms of this Agreement conflict with any Purchase Order issued pursuant to it, the Agreement shall prevail. SECTION 11. EQUAL OPPORTUNITY EMPLOYMENT. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin and will take steps to ensure that applicants are employed, and employees are treated during employment, without regard to race, color, religion, sex, age, disabil- i ty , or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including appren- ticeship. SECTION 12. NO CONTINGENT FEES. The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicitor secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage.,--gift, or other"..consideration contingent upon ....or. 'resulting from award or making of this Agreement. For the breach or violation of this provision, the COUNTY shall have the right to terminate the Agreement at its sole discretion, without liability and to deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 7 SECTION 13. CONFLICT OF INTEREST. (a) The CONTRACTOR agrees that it will not contract for or accept employment for the performance of any work or service with any individ- ual, business, corporation or goverTh~ent unit that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with the COUNTY. (b) The CONTRACTOR agrees that it will neither take any action nor engage in any conduct that would cause any COUNTY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. (c) In the event that CONTRACTOR causes or in any way promotes or encourages a COUNTY officer, employee, or agent to violate Chapter 112, Florida Statutes I the COUNTY shall have the right to terminate this Agreement. SECTION 14. ASSIGNMENT. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by the parties hereto without prior written consent of the other party and in such cases only by a document of equal dignity herewith. SECTION 15. SUBCON'rRACTORS. In the event that the CONTRACTOR, during the course of the work under this Agreement, requires the services of any subcontractors or other professional associates in connection with services covered by this Agreement, the CONTRACTOR IDust first secure the prior express wri:tten.-.approval of" the_COUNTY. If. subcontractors or other professional associates are required in connec- tion with the services covered by this Agreement, CONTRACTOR shall remain fully responsible for the services of subcontractors or other professional associates. 8 SECTION 16. INDEMNIFICATION OF COUNTY. The CONTRACTOR agrees to hold harmless, indemnify the COUNTY, its commissioners, officers, em- ployees, and agents against any and all claims, losses, damages or lawsuits for damages, arising from, allegedly arising from or related to the provision of services hereunder by the CONTRACTOR. SECTION 17. INSURANCE. (a) GENERAL. The CONTR~CTOR shall at the CONTRACTOR's own cost, procure the insurance required under this Section. (1) Prior to commencement of work pursuant to this Agree- ment, the CONTRACTOR shall furnish the COUNTY with a Certificate of Insurance signed by an authorized representative of the insurer evidenc- ing the insurance required by this Section (Workers' Compensa- tion/Employer's Liability, Commercial General Liability, and Business Auto). The COUNTY, its officials, officers, and employees shall be named additional insured under the Commercial General Liability policy. The Certificate of Insurance shall provide that the COUNTY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance is no longer required to be maintained by the CONTRACTOR, the CONTRACTOR shall provide the COUNTY with a renewal or replacement Certificate of Insurance not less than thirty (30) days before expira- tion or replacement of the insurance for which a previous certificate has been provided. (2) The Certificate shall contain a .statement-that it is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. In lieu of the statement on the Certificate, the CONTRACTOR shall, at the option of the COUNTY submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in 9 accordance with the Agreement and that the insurance is in full compli- ance with the requirements of the Agreement. (3) In addition to providing the Certificate of Insurance, if required by the COUNTY, the CONTRACTOR shall, within thirty (30) days after receipt of the request, provide the COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by the COUNTY nor failure to disap- prove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR's full responsibility for performance of any obligation including CONTRACTOR indemnification of COUNTY under this Agreement. (b) INSURANCE COMPANY REQUIREMENTS. Insurance companies provid- ing the insurance under this Agreement must meet the following require- ments: (1) Companies issuing policies other than Workers' Compen- sation must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida. policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by Section 440.57, Florida Statutes. (2) In addition, such companies other than those authorized by Section 440.57, Florida Statutes, shall have and maintain a Best 1 s Rating of _IIA" or better and a _Einarrc:i:-al S:i:-z-eCategory .oL_IIVII" or.batter according to A.M. Best Company. (3) If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insur- ance company shall: 1) lose its Certificate of Authority, 2) no longer comply with Section 440.57, Florida Statutes, or 3) fail to maintain the 10 requisite Best I s Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. until such time as the CONTRACTOR has replaced the unacceptable insurer wi th an insurer acceptable to the COUNTY the CONTRACTOR shall be deemed to be in default of this Agreement. (c) SPECIFICATIONS. without limiting any of the other obliga- tions or liability of the CONTRACTOR, the CONTRACTOR shall, at the CONTRACTOR's sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by the CONTRACTOR and shall be maintained in force until the Agreement completion date. The amounts and types of insurance shall conform to the following minimum requirements. (1) Workers' Compensation/Employer's Liability. (A) The CONTRACTOR's insurance shall cover the CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation Policy, as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. The CONTRACTOR will also be responsible for procuring _proper proof: ~oE__coverage from its _"subcontra-ctors of e:.ll.ery tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both the CONTRACTOR and its subcontractors are outlined in subsection (c) below. In addition to coverage for the Florida Workers' Compensa- tion Act, where appropriate, coverage is to be included for the United 11 , I States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other applicable federal or state law. (B) subject to the restrictions of coverage found in the standard Workers I Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the united States Longshoremen's and Harbor Workers I Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: $100,000.00 $100,000.00 $100,000.00 (Each Accident) (Disease-Policy Limit) (Disease-Each Employee) (2) Commercial General Liability. (A) The CONTRACTOR's insurance shall cover the CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by the CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be as follows: LIMITS General Aggregate $Three (3) Times the Each Occurrence Limit Personal & Advertising Injury Limit $300,000.00 Each Occurrence Limit $300,000.00 12 . I (3) Business Auto Policy. (A) The CONTRACTOR'S insurance shall cover the CONTRACTOR for those sources of liability which would be covered by Part TV of the latest edition of the standard Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements. Coverage shall include owned, non-owned and hired autos. (B) The minimum limits to be maintained by the CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be per accident combined single limit for bodily injury liability and property damage liability. If the coverage is subject to an aggregate, the CONTRACTOR shall maintain separate aggregate limits of coverage applicable to claims arising out of or in connection with the work under this Agreement. The separate aggregate limits to be main- tained by the CONTRACTOR shall be a minimum of three (3) times the per accident limit required and shall apply separately to each policy year or part thereof. (C) The minimum amount of coverage under the Business Auto Policy shall be: LIMITS Each Occurrence Bodily Injury and Property Damage Liability combined $300,000.00 (d) COVERAGE. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply 'onaprimary basis and any other insurance or self-insurance maintained by the COUNTY or the COUNTY'S officials, officers, or employees shall be excess of and not contributing with the insurance provided by or on behalf of the CONTRACTOR. (e) OCCURRENCE BASIS. The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be 13 provided on an occurrence rather than a claims-made basis. (f) OBLIGATIONS. Compliance wi th the foregoing insurance requirements shall not relieve the CONTRACTOR, its employees or agents of liability from any obligation under a Section or any other portions of this Agreement. It shall also be the responsibility of the CONTRACTOR to ensure that all of its subcontractors performing services under this Agreement are in compliance with the insurance requirements of this Agreement as defined above. SECTION 18. ALTERNATJ:VE DISPUTE RESOLUTION. (al In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY protest procedures prior to filing suit or otherwise pursuing legal remedies. COUNTY procedures for proper invoice and payment disputes are set forth in section 55.1, "Prompt Payment Proce- dures," Seminole County Administrative Code. (b) CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in the COUNTY protest procedures set forth in subsection (a) above of which the CONTRACTOR had knowledge and failed to present during the COUNTY protest procedures. (cl In the event that COUNTY protest procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediati.on. -Mediator sel_ection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. +J 14 SECTION 19. REPRESENTATIVES OF THE COUNTY AND THE CONTRACTOR. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Agreement will arise. The COUNTY, upon request by the CONTRACTOR, shall designate in writing and shall advise the CONTRACTOR in writing of one (1) or more of its employees to whom all communications pertaining to the day-to-day conduct of this Agree- ment shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define the COUNTY I S policy and decisions pertinent to the work covered by this Agreement. (b) The CONTRACTOR shall, at all times during the normal work week, designate or appoint one or more representatives of the CONTRACTOR who are authorized to act in behalf of and bind the CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep the COUNTY continually and effectively advised of such designation. SECTION 20. ALL PRIOR AGREEMENTS SUPERSEDED. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be -predicated upon any prior representations _or agreements, whe.ther__oral or written. SECTION 21. MODIFICATIONS, AMENDMENTS OR ALTERATIONS. No modifi- cation, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 15 SECTION 22. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting the CONTRACTOR (including its officers, employees, and agents) the agent, representative, or employee of the COUNTY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. SECTION 23. EMPLOYEE STATUS. Persons employed by the CONTRACTOR in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment com- pensation, civil service or other employee rights or privileges granted to the COUNTY'S officers and employees either by operation of law or by the COUNTY. SECTION 24. SERVICES NOT PROVIDED FOR. No claim for services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the COUNTY. SECTION 25. PUBLIC RECORDS LAW. CONTRACTOR acknowledges COUNTY 'S obligations under Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement -and _that .said -statute contr.ols over the terms- of this Agreement. SECTION 26. COMPLIANCE WITH LAWS AND REGULATIONS. In providing all services pursuant to this Agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to, or regulating the provisions of, such services, including those now in 16 nances, rules, or regulations shall constitute a material breach of this effect and hereafter adopted. Filly violation of said statutes, ordi- Agreement, and shall entitle the COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to the CONTRACTOR. SECTION 27. NOT:ICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified united States mail, with return receipt request- ed, addressed to the party for whom it is intended at the place last specified and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to-wit: FOR COUNTY: Traffic Engineering Division 140 Bush Loop Sanford, Florida 32773 FOR CONTRACTOR: Traffic Control Devices, Inc. P.O. Box 150418 Altamonte Springs, Florida 32715 SECT:ION 28. RIGHTS AT LAW RETAINED. The rights and remedies of the COUNTY, provided for under this Agree...Tflent, are in addition and supplemental to any other rights and remedies provided by law. IN WITNESS WHEREOFr the parties hereto have made and executed this Agreement on the date below written :Eor execution by-tlre-COUNTY. ATTEST: TRAFFIC CONTROL DEVICES, INC. ~().IJ-t ~~ -r ~ry (CORPORATE SEAL) By'~ ;f;J . BREEDING, Vice-President Date: ~,.. ~ ~.tJd 17 WITNESSES: 6!}yP~cWJ (QCrJ A-ft ~~-- Supervisor --- u:::::, Date: For the use and reliance of Seminole County only. As authorized by Section 330.3, Seminole County Administrative Code. Approved as to form and legal sufficiency. Co AC/lpk 4/21/05 ifb-3110 Attachments; Exhibit UA"- Scope of Services and Price Schedule Exhibit "B"- Sample Purchase Order 18 ,\ Exhibit A Scope of Services TRAFFIC SIGNALS & SYSTEMS SECTION I. GENERAL REQUIREMENTS 1. Purpose: This contract is intended to enable Seminole County Traffic Engineering to construct traffic signals in their entirety or individual components of signals, construct and maintain communication networks, maintain street lighting systems, and construct ITS related components. This contract contains 2 project groups as follows: . Group 1- this group shall be for the construction and maintenance of traffic signals. . Group 2- this group shalf be for construction and maintenance of ITS components, and for system communication. 2. Performance Period Because of the public safety implications, the response time is an essential element of the services for tasks included in this contract. The specific performance periods for various categories are listed below. A. Traffic Signals 1) Traffic sigflals with Furnish & Install pay item numbers for signal support shall have 45 days time limit for span-wire type construction and 90 days for mast-arm type construction (if County provides the mast-arms) from the'date of the issuance of the purchase order. If mast-arms are to be provided by the contractor, the completion date shall be based upon the delivery schedule. . 2) Traffic signals with Install Only pay item numbers for signal support shall be completely constructed in 30 days from the date of the issuance of the purchase order. B. Communication Cable 1) -Aerial_or'undergroundcommunication.cabliog -with-:Furnish-&=lnstallpay item number for fiber optic cable shall have 90 days from the date of the issuance of the purchase order. 2) Aerial or underground communication cabling with Instal/Only pay item number shall have 30 days from the date of the issuance of the purchase order. . '. C. Miscellaneous or Emergency Construction 1) Loop sensors shall have a construction period of 21 days from the date of the issuance of the purchase order. 2) Mast-arm foundations shall have a construction period of 14 days from the date of the issuance of the work order. 3) Fiber repair shall have a construction period of 24 hours. 3. Inspection and Acceptance County shall inspect all work upon completion of the work and formally accept the work. It shall be contractor's responsibility to schedule and hold preliminary and final acceptance meetings. Failure of County staff to detect discrepancies and poor workmanship and material shall not relieve the contractor of the responsibility for completion of the task and successful operation as required. The contractor shall warranty all work for a period of three (3) months for workmanship and for period equal to the manufacturers warranty period for material. 4. Require Specifications and Standards All work and material shall be in accordance with the latest applicable Florida Department of Transportation specifications as required by the pay item desiqnation, latest Roadway and Traffic DesiQn Standards. and as modified by Seminole County. SpeCial Seminole County specifications for modified pay items and/or components and material are included with this document. Please refer to the FDOT's Basis of Estimates Manual for additional item descriptions. 5. Project Release Orders and Costs The County wiIJ issue Release Orders to the contractor on an as needed basis. There are no minimums or maximums established. The quantities indicated in this document are intended to provide a uniform base for bidding purposes only. Each individual Release Order under non-emergency conditions shall contain the project plans, breakdown of all the pay items and total costs, and the performance period required. The time on the project begins 3 working days from the date of the Release Order. Under emergency conditions, the requests shall be made verbally by the County's project manager and followed by a fax containing the details. The time for the Release Order begins immediately after the telephone request. ~:6.,,proiectBillinq For projects with a performance period equal to or less than 90 days, the contractor shall issue only one invoice to the County for the total project amount. This invoice shall be issued at the project's .completion and following acceptance of the work by the County. For projects with a performance period greater than 90 days, the contractor shall issue only one invoice to the County for that work completed within the first 90 days and may subsequently issue monthly invoices until the project's completion. The final invoice shall be issued at the project's completion and following acceptance of the work by the County. . ~ ~, I 8. Work Schedules & Maintenance of Traffic Contractor shall schedule work to minimize impact on the peak traffic periods. Peak periods are defined as 7:00 to 9:00 AM and 4:00 to 6:00 PM Monday through Friday. No lane closures shall be permitted during the peak periods. . The contractor shall provide maintenance of traffic in accordance with the latest FOOT Standards 600 series for the project. Failure to comply with this requirement will result in complete shutdown by the County Traffic Engineer with no additional compensation to the contractor. 9. Mobilization The compensation for Mobilization shall be five percent (5%) of the total project amount for each work order. This item will be automatjcally added to each Release Order by the County and does not require a bid price by the contractor. SECTION 2. CONTRACT DESCRIPTIONS GROUP 1. SIGNAL CONSTRUCTION This category of work is intended to provide services to construct traffic signals in their entirety or components of signals as they become necessary. Both emergency and non-emergency conditions are included under the provisions. Emergency conditions included under the terms of this category of work are intended for rapid response to the emergency conditions for existing signals and may include but not limited to the following: . Strain pole and Strain pole foundation and mast-arm foundation . Reconstruction of overhead span . Under pavement conduit repair Construction of loop sensors within the County on an as needed basis is also included in this group. The loop sensors will include both standard signal loops and system sensors. The configuration and spacing of the loops shall confirm to the FOOT standards and as modified for Seminole County. The unit price for loop assemblies shall include all material and labor (including saw-cut) for the lead-in cable for typical intersection loops for distances less than 200' from the cabinet. All in- pavement, underground, and overhead lead-in cables for distances over 200' shall be paid separately on per linear foot basis. All loop assemblies shall be tested upon installation by the. contractor and the results submitted to the County Project Manager at the completion of the project. Work orders issued for construction of loop sensors only shall include at least 5 loop assemblies. GROUP 2. ITS AND SYSTEM COMMUNICATION This category of work is intended to provide services for complete installation and maintenance of communication cabling systems and electronic components of the network on an as needed basis. The services required include but are not limited to the following services: . Installation of aerial, underground, in-conduit communication cables . Splicing and termination of communication cables . Cabling and termination of communication wiring interior .to buildings . Furnish & Install communication and telemetry components for signal operations and.permanentcoum-Iocatians . . Furnish-&-install fiber optic'signs, variable-message signs-and other limited ITS' components applications . Emergency testing, trouble-shooting, and repair of communication lines and termination This group is also intended for the construction and maintenance of the various elements of the County's Advanced Traffic Management System (ATMS) projects. The components shall include the following general categories: ." ,. . Installation, maintenance, and repair of changeable message signs. . Installation, maintenance, and repair of traffic management cameras. . Replacement of controller assemblies at existing pad or new location. . Installation of communication hub sites and termination of fiber optic cables. . Construction, maintenance, and repair of system sensors and permanent count stations. . Miscellaneous installation and repair of systems as necessary. PROJECT SPECIFICATIONS Note: Pay item numbers not provided shall be in accordance with the latest FOOT specification. Please refer to the latest FOOT's Basis of Estimates Manual for item' descriptions. The numbers in the contract were intended to match FOOT's numbers as close as possible, but differences and unique numbers may exist. Specifications for these items shall conform to the latest applicable FDOT specifications as required by the pay item designation, latest Roadway and Traffic Design Standards, and as modified by Seminole County. 102-1 Maintenance of Traffic (MOn This pay item is intended as a lump sum compensation to the contractor for the maintenance of traffic set up in accordance with the latest FDOT and Seminole County requirements for the life of the project. This pay item is not intended to compensation for normal advance warning signs and cones used during construction projects. 102-1 A Police Officer durinq MOT This item shall be used to hire one (1) off-duty police officer, whether Seminole County Sheriff, FHP or local municipality, for traffic control per hour. 102-104-002 Adiust Existinq SiclOal Head (MOn This pay item is intended to compensation for signal head adjustment requirements during the maintenance of traffic for lane shifts. and other conditions. Compensation is for complete work including signal cable and all necessary hardware. ,575-1-1 & 2 Soddinc:UBahiaand St. Auqustine) This pay item is intended for restoration of disturbed work areas back to its original condition. " ... ~ . , 580-332~2 Tree Removal I Trimming This pay item is intended to be used for trimming branches and tree limbs that are interfering with the installation of aerial communication cable.. Payment shall be made based on the contractor clearing a 4 foot radial path for 25 feet horizontally along the proposed cable route. If this item is used for tree removal than multiples of this pay item will be negotiated based on the size of the tree. 630-1-11 Conduit Aboveqround All aboveground conduit shall be rigid 2" galvanized steel. 630-1-12 Conduit Underqround All underground conduit shall be schedule 40,2" buried at 'depth of 36". 630-1-12A Conduit UnderQround/lnterconnect All underground conduit for the purpose of interconnect shall be schedule 40 two inch (2"), buried at a minimum 36". A 14 AWG insulated wire shall be installed inside the conduit for locating purposes. This wire shall be continuous between pull boxes. 632-6-1 Sicmal Cable, LF Signal Cable as needed and intended for a complete installation with 3 spare conductors. 632-7-1 Siqmil Cable, PI A minimum of two 16 conductor cables per intersection with 3 spare wires per cable, one 10 gauge 2 conductor for street lights (Seldon is not an acceptable substitute for 10-2), and one 6 pair 16 AWG overhead loop beldon, and pedestrian feature cabling. This item also includes one (1) 16 AWG, 4 conductor shielded cable for 3M Opticom. Cable shall not be stepped down to fewer conductors in overhead nor shall conductor colors be mismatched. Wiring for mast arm intersections shall have a minimum of 3 spares for each assembly. Wiring shall include provisions for Pedestrian features, street lighting, Opticom, loop beldons, and illuminated street signs. Wiring shall be in accordance with IMSA cable specifications. 632';;;8;..111'or::11 2Cab~eJnter-connect Only fiber optic communication cable shall be used unless other wise specified in plans. Hardwire specifications is a mipimum of 6 pair twisted and must meet REA Specifications. Aerial: P-38 Underground PE-39. 634-4-112, 112A.113, 113ASpan-wireAssembly Centenary and messenger spans shall be 3/8" diameter, EHS. . ' ~. j 634-4-1128 Temporary Span Greater than 200 ft. Diaqonal This item shall consist construction, maintenance, and removal of a temporary span which shall include 2 (up to 3 poles where there is an existing median) wood or concrete strain poles, single span, all necessary hardware and cabling, and up to 4 light weight signal heads, one of which may be a 5-section head. This item shall also include all required power service requirements and guying of the poles. 634-6-1 Messenqer wire Assembly This item is intended for support for Aerial Interconnect, communication cabling and shall be 1/4" diameter, EHS. All required pole hardware and materials needed for the messenger installation shall be included in this pay item. 635-1-11 Pull and Junction Box. Ground Mounted All pull boxes are to be concrete with a non-conductive lid (quasite type or approved equivalent), located a minimum of 5 feet from radius and 10' from edge of pavement. Lids shall be marked Traffic Signal. 635-1-11A Pull and Junction Box, Ground Mounted with Apron All pull boxes are to be concrete with a non-conductive lid (quasite type or approved equivalent), located a minimum of 5 feet from radius and 10 feet from edge of pavement. Lids shall be marked Traffic Signal. A one foot by one by 4 inch concrete apron shall be poured around junction box. 635-1-11 B Fiber Junction Box Box shall be 24"x36"x18" with 6" extension marked Seminole County fiber optic and shall be CDR Systems Corporation product or approved equivalent. A one foot by one foot by 4 inch concrete apron shall be poured around junction box. 635-1-12 Pull and Junction Box Aerial ShaIl1S'x18" NEMA EnclosurePVC. A 25 pair 66m style punch down block shall be installed inside box. 63S:.o1::13CC& '33 .Pad-Mounted-Juncti on Box As per 676, Type 4. base mounted cabinet. Cabinet shall contain 15amp AC breaker, 115 volt receptacle, door switch operated technician service light, thermostat controlled ventilation fan, and one (1) shelf. Cabinet shall be mounted in accordance with F.O.O.T. Standard Specifications for Road and Bridge Construction. Pad shall contain a minimum of four 2" conduits ahd one 1" conduit. All spares conduits shall be stubbed out in the nearest pull box. 635-1-14 & 34 Pad Mounted Junction Box .; ~f " As per 676 Type 5 base mounted cabinet. Cabinet shall contain .15amp AC breaker, 115 volt receptacle, door switch operated technician service light, thermostat controlled ventilation fan, and one (1) shelf. Cabinet shall be mounted in accordance with F.D.O.T. Standard Specifications for Road and Bridge Construction. Pad shall contain a minimum of one 1 II and three 2" conduits. All spare conduits shall be stubbed out in the nearest pull box. 635-1-15 Fiber Optic Enclosure W.I.C. Wall interconnect center. As per Siecor WIC-024. (Box shall be pre-loaded with 24 ST style couplers/adapters with plastic inserts 12 single mode/12 multi modes). 635-1-16 Fiber Optic Enclosure r.C.D.C. Traffic control distribution center as per Siecor TCDC-024-15T 9 (Oave - TCDC-04P) Box shall be pre-loaded with 24 ST style couplers/adapters with plastic inserts 12 single mode/12 multi mode. 635-1-17 Fiber Optic Enclosure Rack Mount 24 Port Rack mounted fiber enclosure. Shall be preloaded with ST or SC adapters as required. Shall have drop down hinged door to protect connectors. 635-1-18 Fiber Ootic Enclosure Rack Mount 48 Port Rack mounted fiber enclosure. Shall be preloaded with ST or SC adapters as required. Shall have drop down hinged door to protect connectors. 639-1-12 & 22 Electrical Services FPC power Service 120v with meter FPL Power Service 120V no meter Mast Arm service shall be mounted on 4" x 4" x 10' concrete pole. 641-111-xx Prestressed Concrete Pole Pole schedule shall have handhole placed 14 feet from the bottom of the pole. A 2 inch knock out shall be placed opposite of the handhole. A 1 Yz inch wire entrance nipple shall be located 2 feet from the top of the pole. A 6 AWG ground wire shall be included for pole grounding. :6434oStraincPoles Girvin!=! ~Wood-- Down guy installation on a wood or concrete pole. 647-A, S, C, D, E, F Desicm Tasks The contractor shall hire a qualified professional engineer in the State of Florida to perform the foundation design for mast-arms under 647~B, in accordance with FOOT standards. All required geotechnical testing shall be performed under 647-C. Item D shall consist of a pre-dig for a Mast Arm base or strain pole where utilities may be a conflict. Item F shall be used for a FOOT qualified CEI to perform slump test and inspections on concrete foundations to satisfy FDOT requirements. All shop drawings and reports must be signed and sealed by. a professional engineer in the State of Florida. 647-G SiQnal Technician (per hour) This is furnish a signal technician (minimum IMSA Level 1 Signals Certified, preferably Level 2 Certified) for various tasks. 648-1A, B. C Foundation This item shall include all required conduits. anchor bolts, steel rebars and concrete foundation for 48" diameter for mast-arms and strain poles. The compensation shall be per foot of depth as stated in the plans. 648- Mast Arms Refer to the latest Seminole County Standard Mast Arm Drawings for all specifications. . IMPORTANT FOR PRICING. All mast arms listed, both fluted and non-fluted and both single and double, assume a short upright (22' to 24' per the latest Standards). Items 648~1 E through 648-1 H are price add-ons for use when a tall upright (32') is requested. Items 715-11-111 through 715-99 are the add-ons for luminaires. For example, if furnish and install 50' non-fluted arm with a tall upright and shoe box luminaire is requested, the following 3 items needed would be 648-11-50NF, 648-1E, and 715-11- 114. 650- Traffic SiQnal Assemblv All disconnects shall be full size (12"W x 6"h x 4 YZ"O) with hinged doors and 18 position terminal strip, no cynch plugs will be accepted. All unused wires shall be terminated on the terminal strip. No wire nuts on unused conductors. All disconnects & hanging hardware shall be Engineered-Castin 9_ or :approv.ed-.eq uivalent. All signals must meet the latest FDOT Specification for vehicular traffic signal assembly in accordance with Section A650 FOOT standard specifications and shall be Engineered Casting or an approved equivalent. The inside face of each door will have 4 lens gasket clamps and. .stainless steel screws for securing the lens to door. Only tunnel visors will be accepted. All signals will have FOOT approved glass lenses. All LED Signals shall be FOOT approved. All LED balls and arrows (items 650-1-111 B through 650-1-111 S) shall be lenses only; no housings. . ;1_. 0;) .. I :_.1 " . 653- Pedestrian Siqnal Head LED These items shall be FOOT approved and meet the latest FOOT Specifications for pedestrian signal assembly Section A653. The items provided shall be lCC Brand or approved equivalent. Only LED international symbol will be accepted. Each head assembly shall include all necessary mounting hardware. All LED Pedestrian Heads shall be one unit with Hand/Man and must be FOOT approved. 660- Loop Sensors & Loop Detectors EDI Oracle, single & dual channel, shelve mount & Rack mount or an approved equivalent. All Type F loops shall be 6 x 40, home run shall be cut from the back of the loop to the window, no loop windows or homeruns shall be cut in radius. 660-70-122.124,126 Permanent Count Stations Assembly This item shall include a complete assembly with pull boxes, conduit, concrete pad for a type 4 cabinet, power service pole (if applicable), etc. Loop layout per FOOT standards, without piezo. 663-70A throuQh 663-701 OPTICOM Vehicle Detectors This pay item number is intended to install a complete OPTICOM emergency pre-emption system. This item shall include 700 series controller Phase selector unit, 4 optical detectors, and required cabling. Items 663-70F through 663-701 are intended to relocate existing single or dual channel, span or mast arm mounted OPTICOM detectors. These pay item numbers shall be used in conjunction with overhead rebuilds/modifications. Mast arm intersections may have to have detectors separated when switching from span to mast arm. Detector not in?luded in this pay item. 664-70A throUClh 664-701 Video Vehicle Detection This item shall consist of a vehicle detection system by processing of video images and provide detector outputs to the signal controller. Under this item the contractor is to provide a system that detects vehicles on a roadway via processing of video images and provides detector outputs to the traffic signal controller. The sY$tem shall consist of four specialty cameras. Each "Smart Camera" shall have motorized zoom lens. The unit shall have the ability to be programmed / setup without the need for a laptop computer. The camera shall have the machine,_processor-built intothe.ccamera-providing' dosed IQQP~cQntrol ot:iris-.candother.-.critical functions. The camera and lens assembly shall be housed in a light-colored environmental NEMA-4 enclosure with a sun shield. The enclosure shall be watertight, and dust proof. The connection between the cameras and the video interface panel shall be coaxial cable suitable for outdoor installation, Beldon 8281 or _ equal. System shall include all necessary camera mounting hardware and other related materials. Econolite Solo or approved equivalent. .'t' , .~. ~~ '_ I '. Item 664-70A is for the video control unit in the cabinet capable of managing 1 to 4 directions. The remaining items are for the video detectors per number of directions and either furnish and install or install only. 664-70J throuQh 664-70K Microwave Vehicle Detection This system will be used for presence/pulse detection. Vehicular counting and other related functions are not required. The system provided under this item shall be completely compatible with all Seminole County control equipment. Microwave .Detectors shall be Microwave Sensors Model TC26B or approved equivalent, item shall include all associated cabling and hardware for a complete working installation. 665-13 Pedestrian Detector (Detector With SiQn Only) TEECO brand or approved equivalent. 670-110A Cabinet. Base Onl'll This pay item is intended as lump sum compensation to the contractor for the installation of FOOT standard controller pad and service slab for a type 5 signal cabinet. The base shall have (6) 2 inch, (1) 3 inch, and (1) 1 inch PVC conduits. All conduits shall be stubbed out in the closest pull box i.e. (no stub outs of spare conduits below grade). 670-110B Cabinet. Install Only This pay item is intended as lump sum compensation to the contractor for the installation of TS 2 type 1 traffic signal controller cabinet on an existing base. 670-110C Cabinet. Base Only This pay item is intended as lump sum compensation to the contractor for the installation of 60 inch x 60 inch x 6 inch pad for a communication hub cabinet. The base shall have (5) 2 inch, (2) 4 inch, and (2) 1 inch PVC conduits, All conduits shall be stubbed out in the closest pull box i.e. (no stub outs of spare conduits below grade). 670-1100 Splice Cabinet 33.;1- "170 Type" cabinet with front and back door. Cabinet to include 19 inch rack, document drawer; AG.service=-panel-with .5urge:prote-ction, Jight,thermostat controlledNentilationJan, door -switch. 670-110E Cabinet. Master Communication Hub Communication Hub with two (2) doors front and two (2) doors rear. Cabinet shall be divided in half with one side environmentally controlled (air conditioned) and the other side non- environmentally for fiber terminations. Both sides shall have 19 inch rack railings for equipment and patch panel mounting. Cabinet shall be compatible with typical F.D.O.T. District 5 equipment BTU loading, as per "Knurr" hub cabinet. - : '. " 670-113A, B, eNema Controller Only All Controllers to be TS-1 / TS-2 compatible with all associated D connector 110. Controller shall have internal (if available) or external multi-mode fiber modem (850nm). Naztec or approved equivalent. 670-113-2348 - Type V Cabinet I Naztec TS2 Type 1 Cabinets shall consist of 1 Naztec TS2 type1 secondary Controller 50099-22100, P-44 Cabinet Assembly 70006-TS2IFL, NaztecTS2 MMU Model 516 w/ serial port, 3 Naztec TS2 BIU Model 130, 16 Nema Load_Switches, 1 Nema flasher, 8 Transfer Relays, Luminaire interface on Power supply, Naztec TS2 Cabinet power supply, 16 Channel Detector rack, 2 Channel Opticom Rack & Field Panel, 16 Loop Detector panel w/ 16 SRA-6LC surge arrestors, set of FLDOT Spec load resistors for back panel, one ball bearing roller drawer. 670-113-234C - Type V Cabinet / Naztec TS2 Type 2 Naztec 981 Series ethernet controller with 850 nm fiber Optic modem. All cabinets shall be Type V minimum of 16 detector channels. Minimum of 15 load switch bays: All spare MMU wires will be terminated to a terminal board on the back panel of the cabinet. All green and yellow terminals Will be loaded including overlaps. All walk terminals will be loaded all cabinets will be surge protected with EDCO surge and lightening protectors. All field terminals to be protected with MOV's. All ped button inputs if used will be protected with dual channel 30V EDCO protection device. Load switch bays will be installed sequentially ie: phase 1, 2, 3, 4 random number will not be accepted. All normal equipment will be included ie: Thermostat, fan, light, door latch, etc. Cabinet shall include pre-empt panel breakout for all available pre- empt inputs. 683-104 & 204 Radio Modem. Remote Site Multiple address system remote data radio with AC power supply. Equipment to include directional Vagi antenna TV 900 (12.1 dbi gain), mounting bracket, sixty (60) feet of Y2" semi- ridgid coax, appropriate "N type" connectors, and coax surge suppressors. Radio to be configured with an asynchronous RS 232 interface (OB-25) capable of bit rates of 19,200 bps. Synthesized 800-960 MHz Transmitter Power output: 5 watts @ 13.6 vdc As per MDS 9710A OSP remote radio transceiver. The cost of aerial conduit (i.e. signal pole -riser) -andu.other:materials iound,7else _whereJn_this ~contra8tshall_noLbeuconside-Fed in this- bid "price. 684- System Fiber Optic Communication Carrier Contractor shall be responsible for providing as-built drawings. All installations shall be tested by either an OTDR or light source and power meter. Results of these tests shall be recorded and furnished to the County upon job completion. '. " " '. 0- .' : ~. '~ . . 72 Strand Single-mode 8.3/125um, loose tube, dry blocked, mini bundle, all dielectric, medium density polyethylene jacket per Siecor HAL TOS" "Gel Free" in accordance with the following specifications: 8.3/125 .5 db/km @ 1310 nm .4 db/km @ 1550 nm 36 Strand Hybrid/Composite Loose Tube with 12 multi-mode 62.5/125 um and 24 single mode 8.3/125um, loose tube, dry blocked, mini bundle, all dielectric, medium density polyethylene jacket per Siecor HAL TOS"" Gel Free" iri accordance with the following specifications: '62.5/125 3.75 db/km @ 850 nm 1.0 db/km @ 1310 nm 8.3/125 .5 db/km @ 1310 nm .4 db/km @ 1550 nm 684-34 Install Only Fiber Optic Cable Install cable furnished by others. Aerial, underground or in building environments. Pay item number does not include messenger, conduit, inner duct. Aerial installation: Cable is to be lashed to 1/4" messenger. For underground installation, the cable shall be pulled into a 2" conduit with pull box spacing between 350 and 400 feet. 684-34A Install Onlv Fiber Optic Cable (Direct Burial) Direct burial of one fiber optic cable and one 14 AWG locate wire at a depth of 36". Installation method shall be trenching or plowing. 685- Fiber Optic Miscellaneous Material Connectors Fiber Optic connector ST MM or SM, 125um fiber o.d., uv cure adhesive or, oven cure epoxy, ceramic ferrule. Fiber Optic connector SC MM or SM 125um fiber a.d., u.v. cure adhesive or oven cure epoxy, ceramic ferrule. ' Coupler/Adapter ST MM & SM 'Ftber:OptiC" couplef/adapter STMMthreaded -or dual flal1g.e _depending on job-:requlrements. _Gomposite_hQusing=wittrcceramic=insert: - Fiber Optic coupler/adapter ST SM threaded, or dual flange depending on job requirements. Composite housing with ceramic insert. Coupler/Adapter SC MM & SM Ouplex, snap in, composite housing with ceramic insert. . .". ...'. .; .-....;' ~." :,". ...',..,' :. . ~ ',-" .:", -. ,.. ' . ~ ~,2. ,;' .. Jumper Duplex ST to ST, 1 meter in length 62.5/125um, uv cure adhesive or over cure epoxy connectors, ceramic ferrule. Duplex ST to ST, 1 meter, 8.3/125um, uv cure adhesive or oven cure epoxy connectors, ceramic ferrule. ouplex, SC to SC, 1 meter, 62.5/125um, uv cure adhesive or oven cure epoxy connectors, ceramic ferrule. Duplex, SC to SC, 1 meter, 8.3/125um, uv cure adhesive or oven cure epoxy connectors ceramiC ferrule. pigtail Fiber Optic pigtail MM 62.5/125um. 1 meter, uv cure adhesive or oven cure epoxy connector ceramic ferrule. ST Connector. . Fiber Optic pigtail SM 8.3/125um, 1 meter, uv cure adhesive or oven cure epoxy connector ceramic ferrule. ST Connector. Fusion Splice All fusion splices shall be less than .2 db in attenuation. Splices shall be heat shrink protected. Mechanical Splice All mechanical splices shall be tuned (re_manipulated/re-cleaved) until splice loss is less than 0.2db Buffer Tube Fan-out 6 fiber fan-out with 900 um fan-out tubing. 25 inches in length Splice Tray Reduced length to fit in Siecor WIC or full length as required by installation. Testing O.T.D.R. testing at one wavelength in one direction. Test results shall be turned over to Seminole County in electronic format (floppy disk / COR). Buried Splice Enclosure Splice enclosure suitable for 72 splices. Large enclosure with the ability to store slack buffer _ arrd1rays.As.per 3M:2: 178 or _approved~eq uivalent- 685-106. 206 System Auxillarv - UPS Traffic Signal Uninterruptible power Source as per CLARY model FP 1000 SR. System shall include 6 batteries and power interface module. This system will be used in conjunotion with LED technology. Additional battery cabinet, if required, will not be included in this pay item. 685-399A Fiber Testinq (per strand) ,~-" , ". " r,'- . ,", ..-.... ..: .. :~ ".11." 33 This item is for fiber testing by qualified fiber technician on a per strand basis. Testing to be complefed on terminated strands. Pay item includes furnishing test results in electronic format. 685-399B Fiber Technician (per hour} This item is for a qualified fiber technician to perform various fiber functions, including, but not limited to, construction, testing, repair and troubleshooting. This item will be paid on a per hour basis. 686-101,201.301 Camera Assembly Dome housing.as per KALATEL CyberDome Day-Nite Camera. High resolution camera with automatic switching between Day (color) Mode and Night (monochrome) Mode. 470 TV lines of resolution. 18x optical zoom. 4x digital zoom. Camera to include RS -232 to Digi-Plex code converter. Fan and Heater not required. Materials included in this pay item number are: mounting bracket, 75 ohm coaXial and power / control cabling. 686-202A. B. C, 0 Ethernet GBle 202A-LX Transceiver 10km range standard full size 2026-ZX Transceiver 40km range standard full size 202C-LX Transceiver 10km range SFP mini 202D-ZX Transceiver 40km range SFP mini 686-202E, F Flat Screen Monitors 36" and 42" Flat Screen LCD monitors shall include built-in HD tuner, audio, video, outputs 686-103.203.303 Ethernet Switch 24 Port Managed 24 Port Gig Ethernet switch. 24 10(100/1000 ports with 4 optical mini GBIC slots. Switch to include 4 "LX" SFP transceivers. As per "Dell 5324" or approved equivalent. 686-104. 204, 304 Ethernet Switch 48 Ports Managed 48 Port Gig Ethernet switch. 48 10(100(1000 ports with 4 optical mini GBIC slots. Switch to include two (2) "LX" and two (2) "ZX" SFP transceivers. Switch to include full layer 3 license and 3 year warranty (48 turn around). As per "Extreme Networks Summit 400" or approved equivalent . '686-l05F205;305 NideoEncoder-:MPEG:2- MPEG 2 hardened encoder without audio channel as per" VBrick 4200 ITS" or approved equivalent. 686-106.206.306 Video Decoder MPEG 2 MPEG 2 decoder as per" VBrick 5200" or approved equivalent .. . . , , '. .. " :: ::; . :'~.," '; :;. . 690- Removal Items All signal items and equipment removed by the contractor are property of Seminole County. This equipment mayor may not be required to be returned to Seminole County depending on its condition. Item 690-30, Remove Concrete Strain Pole shall include cutting pole 18' below grade and disposal in accordance with all local, state, and federal laws. Item 690-31 shall include removal of the foundation for concrete strain poles and mast-arms, disposal of the foundation in accordance with all local, state, and federal laws, and back-fill and return of the disturbed areas to their original grade and condition. All mast arm assembly shall remain property of Seminole County and shall be delivered to County yard. 690-90 Fiber optic cable removal. Pay item is intended for the removal of aerial fiber optic cable and span wire. $90-95 Item is intended for sidewalk removal per square yard. 700-46-25 Relocate ExistinQ Overhead Sign This item is intended for compensation for relocation of overhead sign panels on trusses, mast- arms, span-wire, etc. 700-89-1 A BCD E F G H ! J Illuminated Street I.D's & Han in Arm Assemblv This item is intended for compensation for addition of hanging arms for installation of internally illuminated or regular street signs up to 24"x96". The installation shall include for concrete strain poles and mast-arms. The strain pole mounted arm shall be aluminum and must be adjustable 5 degree in either direction. Illuminated Street 1.0.'s shall be florescent bulb type or LED type, with winged type screw-in door latch. Southern Manufacturing or approved equivalent. 700-89-02A. B, C, D,- E, F, G. H Fiber Optic Blank-out Siqns This item is intended for compensation for BLANK-OUT signs with 2 messages. One way, two message aluminum fiber optic blank out sign. Sign to be painted black. Sign shall be arranged to accommodate astro bracket and/or span wire mounting. As per National Sign & Signal brand. 24nx24" and 30"x30" or an approved equivalent This item is intended for overhead school flasher assembly in accordance with FDOT specifications. 700-90-15 Solar powered Flasher This item is intended for a solar powered, 12" yellow LED school flasher with a minimum 20 watt solar panel and 74ah gel cell battery activated with a Seminole County compatible key switch. Flasher post shall be 4 inches in diameter and 15 foot in length. The battery, solar .. . . .-: ; . ,.' : " ". . . ~, ..;. . I., regulator (Morning Star or equal), and flasher (if needed) shall be housed in an 18"x15"x12" (minimum) aluminum pole mounted cabinet furnished with a #2 lock. Mounting hardware to attach material to flasher pole shall be Pelco Brand or approved equivalent. Solar panel shall be mounted above flasher .head allowing for 360 degree adjustment. Flasher cabinet shall be mounted with clamp type hardware (no banding). 700-90-16 Solar powered Radar Speed Si9!! This item is intended for a solar powered sign assembly. Solar system shall be designed for 24 hour continuous operation. Display and equipment cabinet shall be mounted on a 4 inch diameter, 15 foot long aluminum post. Display and radar shall be housed in the same cabinet. The display shall show posted speed limit with no vehicular activity. The display shall change to show actual speed with vehicular activity. As per sign display from "Temple" or approved equal. This is to install a dynamic message sign, furnished by Seminole County. onto a mast arm assembly. This includes all necessary labor and vehicles (boom truck, lift truck, etc.). The typical sizes of the signs are 5' high by 9' wide and they weigh approximately 250 pounds. 715-11-11'1 Cobra Head Luminaire and Bracket Arm Cobra head 250w high pressure sodium with arm for concrete pole insta!!ation 715-11-114 Luminaire Shoe box Tvpe Shoe Box Type 250w for Mast Arm installation 715-99 Luminaire Decorative Acorn Stvle Luminaire Decorative Acorn Style 250w for Mast Arm installations 12 Section 4 - Price Schedule PROJECT: TERM CONTRACT FOR TRAFFIC SIGNALS AND RELATED CONSTRUCTION APPERTUNANCES AND SYSTEM COMMUNICATION PRODUCTS COUNTY CONTRACT NO. IFB-3110-D5/GMG Name of Bidder: ~~~~.\~ ~~O\ ~ ,a% ,,\~' Mailing Address: ~.D.~~ \'OC)u..\% Street Address: d..\~'d. ~. ~Ult.~~ ~'(\~Q:.. City/State/Zip: ~\~~~ ~{\<\.~~ ,. \=-\-M"'\~ Phone Number: (~t)~ ) <O\n<{ -nnCO FAX Number: (~'U~ ) \!)~a-ffi'\\.D Pursuant to and in compliance with the Invitation for Bid, Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having familiarized himself with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the places where the Work is to be done, hereby proposes and agrees to perform the Work and complete in a workmanlike manner the required services, all in strict conformity Contract Documents, including Addenda Nos. , through I , on file at the Purchasing Division for the amount hereinafter set forth. The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any person, firm or corporation; and he propose.s and agrees, if the bid is accepted, that he/she will execute an Ag~eement with the COUNTY in the form set forth in the Contract Documents; that he/she will furnish the Insurance Certificates. Price Schedule: $ c1jdd<f, 3/{).~ Construction and Maintenance of Traffic Signals $-'5C?l9D{n~ ~ _. COrlstructron:and_Malnterrance of::fIScompon ents~nd-system communication Total for Group I: Total for Group 1/: TOTAL AMOUNT OF SID: ;J'1}30 ~ b ( O<J r10:~, ~ I Numbers 13 . ' 'I\. WIT~ESS WHEREOF, BIDDER has hereunto executed this FORM this 1.O*' day of '"'~~,\ ,20.Q;:L. ~~~~~~~\ ~~\~;\.(\~. (Name of BIDDER) ./ signing FORM) f~ ~ .\b(~r\~(\B: (Printed name of person ;:,Ignlng FORM) ~ \\l. ~~~\(~1I\+ (Title of person signing FORM) Group 1 _ Construction and Maintenance of Trafiic Siqnals F/I = Furnished and installed 10 = Installed Onlv F = Furnished Only No. Pay Item Description 1 102-1 Maintenance of Traffic (MOn 2 1 02-1 a Police Officer during MOT (oer officer per hou r) 3 I 02-104-002 Adiust existina sianal head 4 522-1 5 522-2 6 575-1-1 7 575-1-2 8 580-332-2 9 620-1-1 .10 630-1-11 11 630-H2 12 630-1-13 13 630-1-14 14 630-1-15 15 630-1-17 16 630-1-18 17 632-6-1 18 632-7-1 19 632-8-111 20 632-8-311 21 632-8-112 22 632-8-312 23 634-4"11 2 24- 634"-4-112A 25 634-4-1128 Concrete Sidewalk, 4" Concrete Sidewalk, 6' Sod, Bahia Sod, 51. Auqustine Tree RemovalfTrimminq, per 25' Groundino Electrode Conduit, Above Ground Condun,Undereround Conduit, Under Pavement Conduit, Jacked Conduit, Bridee Mounted Conduit, Directional Bore Conduit, Hand Diq Sianal Cable Sianal Cable Aeriallnterconriect Aerial Interconnect Cable Underoround Interconnect Underqround Interconnect . Span Wire Assemblv, Diaaonal, r< 200') . SpanWire 'Assembly, Diaqonal,(>= 2001 Temp. Span, Each Direction (includino poles) 26 634-4.113 Span Wire AssemblY, Box, (< 400') 27 634-4-113A Span Wire Assemblv, BoX, (>= 4-00') 28 634--5.1 Fibernlass Insulator 29 634-6-1 MessenaerWire W' 30 635-1-11 Pull & Junction Box, Ground Mounted 31 635-1-11 B pull & Junction BoX, Ground Mounted wI Apron Action F/I F F/I F/I F/I F/I F/I F/I' F/I F/I F/l FI1 F/l FI1 Fit F/I F/l F/I F/I 10 Fit 10 F/I -F/I F/I F/I F/I F/I F/I Fit Fit Units U nit Price EA $ \~O oct HR $ Y \) -DD EA $ Ill-DC SY $ q C; .00 SY $ \1-0 J:JJ SY $ 3 -1S- SY $ L\ -K( EA $ \'~O _00 LF $ c:; -50 LF $ 1'0 ..'..0 - lr' LF $ ~-0 LF $ l~-g) LF $ ~~-cD LF $ -z..l - CC LF $ ll-~ LF $ 1.0 ::J 5 LF $ L-t) PI $3~qO-oc LF $ 2- - IS LF $ o-Bl LF $ \ -ro LF $ n-RZ PI $\ \D$" -00 PI $ IIC\<;'" .:00 AS $1\91-CV PI $ i.lblo-oo T PI $ \.ifjS"l) _DD , LF $ \q -1~ LF $ l .1..0 EA $ ~1~ SD EA $ '1l?t> -00 Group 1 _ Construction and Maintenance of Traffic Siqnals F/I = Furnished and Installed JO = Installed Only F = Furnished Onlv No. Pay Item Description Action Units Unit Price 32 635-1-11C Fiber vault junction box F/I EA $1 41c;-00 J 33 635-1-12 Pull & Junction Box, Aerial F/I EA $ lQO _Db 34 639-1-12 Electrical power serv., overhead F/I AS $ ,"'S~ -nO 35 639-1-22 Electrical power serv., underoround F/I AS $cft~-d) 36 639-2-1 Electrical service wire F/I LF $ \ -lD 37 641-1 GuyinQ Concrete Strain Pole F/I AS $ .~\?b -'5D 38 641-13-136 Strain pole cone., 36' Type N IV F/l EA $ J7J~-Of'l I 39 641-13-136A Strain pole cone., 36' Type N IV 10 EA $ \.~oS-~C 40 641-13-1368 Strain pole conc., 36' Type N IV F EA $ ,1, -co 41 641-13-140 Strain pole conc., 40' Type N IV FLI EA $l,ZlJ -DC , 42 641-13-140A Strain Dole conc., 40' Type N IV 10 EA $ \ ,.3Cl'5 -5D 43 641-13-140B Strain pole cone., 40' Type N IV F EA $ ?J'1.tl -~r; 44 641-14-136 Strain pole cone., 36' Type N V F/I EA $ Z ~~-OO 45. 641-14-136A Strain pole conc., 36' Type N V 10 EA $ ) ,36 ~D 46 641-14-1368 Strain Dole cone_, 36' Type N V F EA $ GJoO-cb 47 641-14-140 Strain pole cone., 40' Type N V F/I EA $ 2.~bD-Sc 4B 64H4-140A Strain Dole cone., 40' Type N V .10 EA $}.~O)-~ -,- 49 641.14-1408 Strain pole cone., 40' Type N V F EA $ 9rn -OD 50 . 641-14-144 Strain Dole cone., 44' Type N V F/I EA $ 7..SL~_{)D 51 641-74-144A Strain pole conc., 44' Type N V 10 EA $ \.3fb So 52 641-14-1448 Strain pole conc., 44' TYDe N V F EA $I031-gJ 53 641-14-148 Strain pole cone., 48' Type N V F/I EA $ 2Sb 1-2<:; 54 641-14-148A- Strain pole conc., 48' Typ.e N V 10 EA- $l-~DS- -0) 55 641-14-1488 Strain pole conc., 48' Type N V F EA $l073 ~D; -, 56 641-15-146 Strain pole con c., 46' TYpe N VI F/I EA $z,l(3CO-OO 57 641-14-146A Strain pole cone., 46' Type N VI 10 EA $1 '3DS"-60 58 641-15-1468 Strain pole conc., 46' Type N VI F EA $ \ '2:l~ -l$" 59 641-15-148 Strain pole conc., 48' Type N VI F/I- EA $ 2. &;0- DC 60 541-15-148A Strain pole conc., 48' Type N VI 10 EA $1 ,~O).;$O 61 54 1-15-1488 St rain pole conc., 48' Type N VI F EA $1 '3\1':'; 62 64 1-15-152 Str ain pole conc., 52' type N VI F/I EA $1.. ~(.n _OD Group 1 . Construction and Maintenance of Traffic SiQnafs F/I = Furnished and Installed 10 = Installed Only F:: Furnished Only No. Pay Item Description Action Units Unit Price 63 641-14-152A Strain Dole conc., 52' type N VI 10 EA $ \ 3b$" ~O . 64 641-15-1528 Strain pole conc., 52' type N VI F EA $136n "25 T 65 641-16-146 Strain pole cone., 46' Type N VII F/I EA $3ZDO-CO ,66 641-16-146A Strain pole cone., 46' Type N VII 10 EA $l 3D$" -;0 67 641-16-1468 Strain pole cone., 46' Tvoe N VII . F EA $ \.Ioll-oo 68 641-16-148 Strain pole cone., 48' Type N VI! F/I EA $313D-00 69 641-16-148A Strain pole cone., 48' Tvoe N VII 1/0 EA $ 1.10) .s-O 70 641-16-1488 StraIn pole cone., 48' Tvoe N VI! F EA $LIo43-'1S 71 641-16-152 Strain pole conc.,.52' Type N VII F/I EA $3 ,33Y- DD 72 641-16-152A Strain pole cone., 52' Tvpe N VII 10 EA $/ .710.) -SD , 73 641-16-1528 Strain pole conc., 52' Tvoe N VII F EA $17?/2~D 74 641-16-154 Strain oole cone., 54' Tvoe N VII F/I EA $3317- (0 ~. 75 641-16-154A Strain pole cone., 54' Type N VII ]0 EA $1. ~o5-,c:::o 76 641-16-1548 Strain pole cone., 54' Type N VII F EA $'7b~ -Z~ 77 641-16-156 Strain oole conc., 56' Type N VlI F/I EA $3 y 03-Ob 78 641-16-15SA Strain pole conc., 56' Tvoe N VII 10 EA $1.'\05 -Sn 79 641-16-1568 Strain pole cone., 56' Type N VII F EA $IYtl -~D BO 641-41-112 Strain pole cone., 12' type Nil F/I EA $ 9D5" -tv B1 643-1 . Strain poles awino wood FIl EA $ 3iov -&1) 82 643-130 Strain poles wood, 30' FII EA $ ,?,t); -5D 83 643-135 Strain poles wood, 35' F/I EA $ q~-co 84 643-140 Strain poles wood, 40' FIl EA $ 9W-ctJ 85, 647-8 . Geotechnical Testinq.for foundations. F PI $ -g105.-Db 86 647-C Pre-Excavation (per structure) F EA $ -z,.q::;' :'0(. 87 647 -D Vacuum Excavation I Soft DiQ (per structure) F EA $ l.\9S- .ill 88 647-E Structure Adiustment (per hour) F HR $ !tiS- cD 89 647 -F Foundation Inspection F PI $17P -00 9Q 647-G Siqnal Technician (per hour) F HR $ BD - DO 91 648-1 A 48 " conc. found. for strain Doles, PF F/I LF $ 2.qc> .(j) 92 64 6-1B 48 . conc. found. for mast arms, PF F/l LF $ S'SS" -Go 93 64 6-1C 60 . cone. found. for mast arms, PF F/I LF $ loS"D -DO Group 1 _ Construction and Maintenance of Traffic Siqnals . FII = Furnished and Installed 10 = Installed OnlY F = Fumished Only No. Pay Item Description Action Units Unit Price 94 648-1 D Paint mast arm per assembly FII EA $2,D<10 -oJ 95 648-1 E Mast arm extension for 32' upriqht (Non-Fluted) FIt EA $I,30D -CO 96 648-1 F Mast arm extension for 32' upriaht (Fluted) F/I EA $trG"DO _to 97 648-1 G Mast arm extension for 32' upriaht (Non-Fluted) F EA $t D~D-CO 98 648-1H Mast arm extension for 32' upriaht (Fluted) F EA $ LzCO -00 99 648-11-25NF Mast arm steel sinQle arm (Non-Fluted) F/I EA $~.!30 -2-:) 10 o 648-21-25NF Mast arm steel sinole arm (Non-Fluted) F EA $.~,102>6-25 101 64B-11-30NF Mast arm steel sinole arm (Non-Fluted) F/I EA $s.l SO ill 102 648-21-30NF Mast arm steel sinale arm (Non-Fluted) F EA $3 bS"O _00 103 648-11-35NF Mast arm steel sin ale arm (Non-Fluted) F/I EA $~2:~ -CO 104 648-21-35NF Mast arm steel sinale arm (Non-Fluted) F EA ~:lSl- DC 105 648-11-40N F Ma,st arm steel sinqle arm (Non-Fluted) F/l EA $~~'Zb-OD , 106 648-21-40NF Mast arm steel sinole arm (Non-Fluted) F EA $4.lZD-oo 107 648-11-45NF Mast arm steel sinqle 'arm (Non-Fluted) F/I EA $lo.SS-D -S-D I 1 DB 648-21-45N F Mast arm steel sinqle arm (Non-Fluted) F EA $4/1350- CD 109 648-11-50NF Mast arm steel sinqle arm (Non-Fluted) F/l EA $~.D\S- -cO 110 648-21-5DNF Mast arm steel sinale arm (Non-Fluted) F EA $[0 \bO - t:f;, 111 648-11 -55N F Mast arm steel sinole arm (Non-Fluted) F/I EA $9,41.S"-Db 112 648-21-55NF Mast arm steel sinole arm (Non-Fluted) F EA $1/11)'.:1)" 113 648-11-60NF Mast arm steel sinale arm (Non-Fluted) F/I EA $9 <;C;;D - cO 114 648-21-60NF Mast arm steel sinqle arm (Non-Fluted} F EA $ '7 1t;O -15" 115 6 48-11-65NF Mast arm steel sinole arm (Non-Fluted) F/I EA $1\ '2..\() -w 116 6 48-21 c65NF- Mast arm steel sinqleoarm(Non-FJuted) F EA $ B~1W _CO 117 6 48-11-70NF Mast arm steel single arm (Non-Fluted) F/I EA $1'Z~IS--DO 118 6 48-21-70NF Mast arm steel single arm (Non-Fluted) F EA $q,,~ -CO 119 6 48-11-75NF Mast arm steel sinQle arm (Non-Fluted) F/l EA $H.D-50- DC ~ 120 6 48-21-75NF Mast arm steel sinqle arm (Non-Fluted) F EA $i1 oDD _00 121 6 48-11-80NF Mast arm steel sinqle arm (Non-Fluted) F/I EA $K,Db> to 1 22 64 8-21-80NF Mast arm steel sinqle arm (Non-Fluted) F EA $!\rmO-CO 123 64 8~ 11-85NF Mast arm steel sinqle arm (Non-Fluted) F/I EA $~?;.l.~() -10 124 64 8-21-85NF M ast arm sieel sinole arm (Non-Fluted) F EA $\ {0>10- oD J " Group 1 _ Construction and Maintenance of Traffic Siqnals F/1 = Furnished and Installed 10 = Installed Onlv F = Furnished Onlv No. Pay Item Description Action Units Unit Price 125 648-11.90NF Mast arm steel sinale arm (Non-Fluted) F/l EA $\'r1 ~SD- 00 126 648-21.90NF Mast arm steel sinale arm (Non-Auted) F EA $\~ 'D~-"" 12 7 648-11.25F Mast arm steel sinole arm (Fluted) F/I EA $ 5170 _DC 12 8 648-21-25F Mast arm steel sino Ie arm [Fluted)' F EA $1.{. ,1'65" _ 00 12 9 648-11-30F Mast arm steel sinqle arm (Fluted) F/I EA $ (;1qD _DO 13 o 648-21-30F Mast arm steel sinple arm (Fluted) F EA $lf.U:o _"D 131 648-11-35F Mast arm steel sinole arm (Fluted) F/I EA $ '!; 9:!J5' _lOO . 132 648-21-35F Mast arm steel sinole arm (Fluted) I F EA $4,320 _"7~ 133 648-11-40F Mast arm steel sino Ie arm '(Fluted) F/I EA $ ~,'5SS: ." 134 648-21-40F M'ast arm steel sinole arm (Fluted) F EA 4 9S~ ..- $ I - 135 64B-11-45F Mast arm steel sinole arm (Fluted) F/I EA $ '1 Yo5 _ 00 136 648-21-45F Mast arm steel sinale ~rm (Fluted) F EA $ 5575-'5:0 137 648-11-50F Mast arm steel single arm (Fluted) F/I EA $Cfd1D-bo 138 648-21-5DF Mast arm steel sinole arm (Fluted) F EA $1 D 15' _ 60 139 648-11-55F Mast arm steel sinale arm (Fluted) F/I EA $lD.lc~- .... 140 648-21-55F Mast arm steel sinale arm (Fluted) F EA $ ~ 2.53 _1:>0. 141 648-11-60F Mast arm steel sino!e arm (Fluted) FJl EA $Io.'l>:o - b. 142 64S-21-60F Mast arm steel sinale arm (Fluted) F EA $B 31.3- 1<; 143 64S-11-65F Masl arm steel sinqle arm (Fluted) F/I EA $17..1l/o-DO 144 648-21-65F Mast arm steel sinaie arm (Fluted) F EA $ID~-"o . 145 648-11-70F Mast arm steel sinale arm (Fluted) F/l EA $lLj..l'1~ -.... 146 648-21-70F Mast arm steel sinqle arm (Fluted) F EA $ II I D~ -"" 1476 1t&'1F75F Mastarmcsteel sinqle.arm (Flutedl FJI EA '$ \ f;'-'\lf 0" ." 148 6 48-21-75F Mast arm steel sinole arm (Fluted) F EA $!'VJ5tr ..., 149 6 48-11-80F Mast arm steel sin ale arm (Fluted) F/I EA $1'1.155-"'" 150 6 48-2.1-80F Mast arm steel single arm (Fluted) F EA $13 u-5l> -" 151 6 48-11-85F Mast arm steel sinqle arm (Fluted) F/l EA $ 2.1 3t1D-Og 152 6 48-21-85F Mast arm steel sinqie arm (Fluted) F EA $1'1 \ 00 - aD 15,3 6 48-11-90F Mast arm steel sinale arm (Fluted) F/I E-\ $ '21 &E- oel 154 64 8-21-90F Mast arm steel sinqle arm (Fluted) F EA $ \1, \-r.D- "I> 155 64 8-13-60NF M ast arm steel double arm (Non-Fluted) F/I EA $7 05~_"C> GroUD 1 _ Construction and Maintenance of Traffic Sianals F/I = Furnished and Jnstalled 10 = Installed Onlv F = Furnished Onlv No. Pay Item Description Acti on Units Unit Price 156 646-23-60NF Mast arm steel doubie arrn (Non-Ruted) F EA $SISS-OCl 15 7 648-13-65NF Mast arm steel double arm (Non-Fluted) FII EA $1'1..55 - co 15 8 648-23-65NF Mast arm steel double arm (Non-Fluted) F EA $S'b25"-oO 15 9 648-13-70NF Mast arm steel double arm (Non-Fluted) FIt EA $1t.ftlO - .!l 16 o 648-23-70NF Mast arm steel double arm (Non-Fluted) F EA $~52S" _00 161 648-13-75NF Mast arm steel double arm (Non-Fluted) F/I EA $10510-00 ~ 162 643-23-75NF Mast arm steel double arm (Non-Fluted) F EA $<6D2..'l-~ 163 643-13-80NF Mast arm steel double arm (Non-Fluted) F/I EA $1 O.SCD~-:;,lo 164 64B-23-80NF Mast arm steel double arm (Non-Fluted) F EA $ tpo:::.O _00 165 646-13-85NF Mast arm steel double arm (Non-Fluted) F/I EA $r2.t'B5" _00 166 648-23-85NF Mast arm steel double arm (Non-Fluted) F EA $q 'Z..2>S" .bC> 167 648-13-90NF Mast arm steel double arm (Non-Fluted) F/I EA $12 r'O~-I:>t> 168 648-23-90NF Mast arm steel double arm (Non-Fluted) F EA $ct:L~-"o 169 648-13-95NF Mast arm steel double arm (Non-Fluted) FIt EA $12.2lo$ co 170 648-23-95NF " Mast arm steel double arm (Non-Fluted) F EA $q 0'5'5'-00 171 648-13-100NF Mast arm steel doub"le arm (Non-Fluted) F/I EA $17.. :llf\-oo 172 648-23-100NF Mast arm steel double arm (Non-Fluted) F EA $ 9~s'$" -00 173 648-13-105NF Mast arm steel double arm (Non-Fluted) F/I EA Wi- \'-lO_D~ ~ 174 648-23-105NF Mast arm steel double arm (Non-Fluted) F EA $10.'\ 5<"-00 175 64B-13-110NF Mast arm steel double ann (Non-Fluted) F/I EA $11.\..140-00 176 648-23-11 DNF Mast arm steel double arm (Non-Fluted) F EA $10 qs~-"l) 177 6 4B-13-115NF Mast arm steel double arm (Non-Fluted) Fir EA slY. 5os:.00 _ 1786 4B~23::t15NF- M ast arm stee!double ann (Non"Fluted) cF EA -$it ,~~IJl) 179 6 48-13-120NF Mast arm steel double arm (Non-Fluted) F/l EA $\l\.S-OS:-Oo 180 6 48-23-120NF Mast arm steel double arm (Non-Fluted) F EA $ll1.t,6"-Clo 181 6 4B-13-125NF Mast arm steel double arm (Non-Fluted) F/l EA $\"1 :I<:;:n- SO -, 182 6 4B-23-125 N F Mast ann steel double arm (Non-Fluted) F EA $1~03S-"Cl -J 183 6 4B-13-130NF Mast arm steel double arm (Non-Fluted) F/I EA $11 "150 - '5c 184 64 B-23-130NF M as! arm steel double arm (Non-Fluted) F EA $11tl3S'-&O 185 64 B-13-135NF M as! arm steel double arm (Non-Fluted) F/l EA $ lq 1.lW-oo 186 64 B-23-135NF Ma st arm_steel double arm (Non-Fluted) F EA $15SI()- 00 Group 1 _ Construction and Maintenance of Traffic Siqnals F/I = Furnished and Installed 10 = Installed OnlY F = Furnished Onlv No. Pay Item Description Action Units Unit Price 18 7648-13-140NF Mast ann steel double arm (Non-Fluted) Fir EA $\q4-~_oo i8 B 648-23-i40NF Mast ann steel double arm (Non-Fluted) F EA $\S5l0-o0 18 9 648-13-145NF Mast ann steel double arm (Non-Fluted) F/I EA $2'211...)5:'"_00 i9 o 64B-23-145NF Mast arm steel double arm (Non-Fluted) F EA $ 1l'1 f6:.60 , i9 1 64B-13-150NF Mast arm steel double arm (Non-Fluted) FII EA $Z.1.,It.J~ _DO 19 2 648-23-150NF Mast ann steel double arm (Non-Fluted) F EA $111~~-1>D 193 648-13-155NF Mast arm steel double arm (Non-Fluted) F/I EA $Z.4.:~\5" _Il" 194 648-23-155NF Mast arm steel double arm (No~-Fluted) F EA $ll1.~tjo _00 195 648-13-1 60NF Mast arm steel double arm (Non-Fluted) F/I EA $2.LtI~~-"O 196 648-23-160NF Mast arm steel double arm (Non-Ruted) F EA $l'i l}lD-oo 197 648~ 13-60F Mast arm steel double arm (Fluted) FII EA $ '1'?G.D_'Il:l 198 648-23-60F Mast arm steel double arm (Fluted) F EA $Sqz.~ _D'D 199 648-13-65F Mast arm steel double arm (Fluted) F/I EA $~\~5:C> 200 648-23-65F Mast arm steel double arm (Fluted) F EA $t()l2S _0-0 ~ 201 648-13-70F Mast ann steel double arm (Fluted) F/I EA $ ra :'5("" 00 202 648-Z3-70F Mast ann steel double arm (Fluted) F EA $Lo I~S _0" -. 203 648-13-75F Mast ann steel double arm (Fluted) F/I EA $ \\'1 "00 _ r:$J 204 648-23-75F Mast arm steel double ann (Fluted) F EA $ q ,2.35_00 205 648-13-80F Mast ann steel double arm (Flu1ed) F/I EA $ H '?20 . aD 206 648-23-80F Mast arm steel double arm (Fluied) F EA $ q ),,26_00 2076 48-13-85F Mast arm steel double arm (Fluted) Fir EA $13. 1t."2.0 - .D 208 6 48-23-85F Mast arm steel double arm (Fluied) F EA $ID.lifD-be 2096 48-13-90F- Mast arm steel-double arm (-Fluied) -F/l . EA $13Rizo.. 00 210 6 48-23-90F Mast ann steel double arm (Fluted) F EA $10 IoW-ct> ~ 211 6 48-13-95F Mast arm steel double arm (Fluted) F/I EA $13.910-DO 2126 48~23-95F Mast arm steel double arm (Fluied) F EA $IO:1'5S-cc , 213 6 48-13-100F Mast arm steel double ann (Fluied) F/I EA $13.cilO _01) 214 6 48-23-1 oaF Mast arm steel double arm (Fluied) F EA $ \0:155"_00 215 64 8-13-105F Mast arm steel double arm (Fluted) F/I EA $lfo.NoS'-oo 216 64 8-23-105F M ast arm steel double arm (Fluted) F EA $\2.!oOb _&0 217 64 8-13-11OF M ast arm steel double arm (Fluted) FII EA $\l:.Qo!5-DO Group 1 . Construction and Maintenance of Traffic Sionals FII = Furnished and Installed 10 = Installed Onlv F = Furnished On Iv No. Pay l1em Description Action Units Unit price 21 8 648-23-11 OF Mast arm steel double arm (Fluted) F EA $\'2..-1otD-.... 21 9 648-13-115F Mast arm steel double arm (Fluted) FII EA $ \",~po 22 o 648-23-115F Mast arm steel double arm (Fluted) F EA $ \ L. 'lSS" ..00 22 1 648-13-120F Mast arm steel double arm (Fluted) F/I EA $\ l..o. 4~ ..00 22 2 648-23-120F Mast arm steel double arm (Fluted) F EA $ l '2.. Q'5'5'_oo 22 3 648-13-125F Mast arm steel double arm (Fluted) F/I EA $20.2'2.D-00 224 648-23-125F Mast arm steel double arm (Fluted) F EA $1~,\4o _00 225 648-13-130F Mast arm steel double arm (Fluted) FII EA $2o.:Zl.D-bt> 226 648-23-130F Mast arm steel double arm (Fluted) F EA $\IQ,\40_0D 227 648-13-135F Mast arm steel double arm (Fluted) F/l EA $TL,1..!:itJ- cO 228 648-23-135F Mast arm steel double arm (Fluted) F EA $ \1J8c.lO- ot> . 229 648-13-140F Mast arm steel double arm (Fluted) F/I EA $1'2...~oo 230 648-23-140F Mast arm steel double arm (Fluted) F EA $1'1 16qO- co 231 648-13-145F Mast arm steel double arm (Fluted) F/I EA $ 252.70- 00 232 648-23-145F Mast arm steel double arm (Fluted) F EA $1D!45o_oo 233 648-13-150F Mast arm steel double arm (Fluted) Fit EA $15,1.10- Cf'> 234 648-23-150F Mast arm steel double arm (Fluted) F EA $ 20 lt9:>~"o 235 648-13-155F Mast arm steet double arm (Fluted) Fil EA $1.'1'1'10 - '0 236 648-23-155F Mast arm steel double arm (Fluted) F EA $:2~ '" Q.,C;-_ob J 237 648-13-160F Mast arm steel double arm (Fluted) F/I EA $ d'1 '7'1cr 00 238 648-23-160F Mast arm steel double arm (Fluted) F EA $l2,~tg;_bO . 239 6 48-99A Mast arm install onlv (sinQle arm under 60') VO EA $IPI~ -"" 2J1:CY 6 4.8-,996 Mast arm lnstallonIV:(sinqlearm 60'aodover) 110. .EA___ $ \ ~I (a,O:.. _00 241 6 48-99C Mast arm install onlv (double arm all sizes) 1/0 EA $I~~o- _ObO- . 242 6 48-99 D Mast arm decorative base (sinole arm under 60') Fil EA $1,245-'>0 243 6 48-99E Mast arm decorative base (sinale arm under 60') F EA $ \ 5~5"~oO J 244 6 48-99 F Mast arm dee. base (sinole arm 60' and over) F/l EA $ op20 _of:>. 245 6 48-99G Masi arm dee. base (sinole arm 60' and over) . F EA $ 2.,2..b5'- (>0 246 6 48-99H Mast arm dee. base (double arm aa sizes) F/I EA $3,o2.0.t>C 247 64 8-991 Ma st arm dee. base (double arm an sizes) F EA $2. '2.05-00 24 8 64 8-9 gJ Ma st arm banner attachment type 1 F EA $ tJrz1.00 IQJ- <;;-e! $ \13 01 <JJ- -o;6s V3 01 QJ- Sitbs V3 1/=l ill- 0 fLS \13 1/::1 OJ - (JC$?$ \'3 Ii::! (Q- -SCO)$ V3 II::! OJ- -a:;b$ \'3 1/::l [CD- SOJF'$ V3 IH ~- \-~$c . 'V3:: 01 CJJ - -<2D::: $ V3 ::! S\~ <;3:)2$ V3 1/::l p;;- \'15'$ V3 0\ !>e- E'91$ '13 ::l CD- Gb\$ V'3 1/::1 OJ S,?$ '13 01 ~- <a;: $ \13 01 KJJ- \\ $ V3 01 9::'- (0)$ V'3 :i (fJ- \b$ V3 II::! CtY -cc.fr$ V3 :l se- \OJ $ V3 II:;! p:;- Otr$ \13 ;:! ~- LS;$ V3 I/;:! 00- 9b$ V3 :l [CD- \e\$ V3 If::! OJ- F1J $ V3 ::! ~- eg$ V3 I/::! -0)- 0) tr $ \'3 ::I 00- >,0) $ V3 1/::1 aJ- QGt $ \f3 1/:l IOO-SD~$ \f3 :l aOPd l!Un S~!Un UO!p'lf f:eM G Uo!pes ~ PIS "G~ pEa41EuDlS G~8-~-OS9 6a -f.:eM ~ uOlpes ~ pjS .2~ pB841BuB!S ~~8-~-099 8LG -J\eM8UO!peS8PIS.G~pe841"8uB!S 88~-~-OS9 LL~ -J\eM G uonoes 8 pjS "Z ~ pe8L! I"8UD!S Z8~-~-099 sa ^-eM ~ uOlpes S PIS ,,2~ peeL!llluDIS ~S~-~-OS9 sa AllM v uo!pes ~ PIS ,,2 ~ pEaLllllUD!S 17 ~ ~ - ~ -aS9 va AeM 8 uOlpes ~ PIS .2~ P'8841'8UD!S 8H-~-OS9 8LZ t..'8M z: uO!IOes ~ PIS "G ~ P'88L1I'8UD!S U ~ - ~-OS9 UZ ..03J U8!Jlsapad UMOpjUnoo _AIUO suel ['8UDIS n ~r ~ -.leO:se ~LZ 0:3l uepjsapad UMoPluno:) .; AluO sU811EU6lS 1. L ~ ~ - ~ -099 OLG 031 UE!J~saped uMoPlunoo - AIUO SU81lllu6!S S ~ ~ L- ~ -OS9 692 031 u'8!Jjsapad - AIUO sualltluti!S l::H ~ ~-~-oS9 99G 031 u"8!Jjsapad -=-JiluO sual ['eUD!S 0 ~ ~ ~- ~ -OS9 L9Z: 031 UE!.ljsapad - ^-IUO suallEuD!S dH~-~-OS9 992 tPB84 UO!P8S-S JaG) s03111B1SUl 0 ~ ~ ~- ~-OS9 S9Z -(pEaL! uonoss-Sled) S031UejSUl NH ~-~-OS9 v9G tuo/joas led) s031U'ejSUI V'H ~ ~ - ~ -099 89G MODB 031 uaa:ID .G ~ - AluO sual )llUD!S 1 ~ H - ~ -099 Z9G MOD'e 031 ueaJti ~(; ~ .:j\Juo sualleUO!S :>l H ~ - ~-099 ~9Z MOJJe 031 MonaA ~Z ~ ~ ^IUO suallEl.i5!S n ~ ~ - ~ -099 09e: MOJHl 031 MOII<3A .Z ~ - AIUO suellBuDIS I ~ ~ ~ - ~ -099 6S(; MOJJe 031 paJ .2: ~ - AlUO suellBU5!S H ~ ~ ~ - ~ -059 SSG MOJJe 031 peJ .G ~ -l\luC suel reuo!S 8 ~ ~ ~ - ~ -059 LSG lreq 031 uasJD "G ~ ~ AluO suallBUDis :l ~ ~ ~ - ~ -OS9 9S2: lI'i:lq 031 ueam .Z~ -AluO sU81leuo1s 3~~ ~-~-OS9 SSG Ileq 031 MOllaA .Z~ -l\luo suet !Bun!S m ~ H-OS9 VSZ: lI'eq 031 MOIISA .(;~ - AIUO suajleuoJS ()~~ ~-~-o99 SSZ lI11q 031 pal ~G ~ - "IUO SU81l8uBtS S ~ ~ ~ - ~ -099 ZSz lI11q 031 p<3J .Z~ - AluO suaIIEUD!S V'~ ~ ~- ~-099 ~SZ - f.BM f uonoes ~ PIS .G ~ pB8lj IBuDis ~ ~ ~ - ~-OS9 09G Z ed~ juawljOEU'e JaUuEq w.re IS8V'j )l66-av9 6vG UC !ld!lossa wa~1 ^Eld 'ON AIUC paLls[uJn;:! == ;:! ^IUO pellEjSUI == 01 pallEISUl put! peLlSjUJn.::l == 1I:::l SreU5!S OIg.eJllO eoueuelU!Bl/'J pUB UO!POJ1SUO(). ~ dnoJ8 ,1 " Group 1 _ Construction and Maintenance of Traffic Sian als F/l:::: Furnished and Installed 10 :::: Installed Onlv F :::: Furnished Only . No. Pay Item Description Action Units Unit Price 28 o 650-1-313 SiQnal head 12" std 1 section 3 way 10 EA $1 ac;. -1'iJ 28 1 650-1-314 SiQnal head 12" std 1 section 4 way 10 EA $ 1 ;:)~ -N> 28 2 650-1-331 Sional head 12" std 3 section 1 waY 10 EA $ \ "J..,n -K! 28 3 650-1-332 Signal head 12" std 3 section 2 'wav 10 EA $ \ "1 ~ -I'f) 28 4 650-1-333 Siona! head 12" std 3 section 3 waY 10 EA $\1'5 -to 285 650-2-131 Sianal head 12" std opticallV proqrammed 38 tW F/I EA $\li>",-m 286 650-2-331 8iqnal head 12" std opticallv programmed 38 1 W 10 EA $ \;:::'C::; -m 287 650-3-131 Sianal head 12" std lit. wt. 38, 1W FII EA $Sd.() - ('f;' 288 650-3-132 Sianal head 12" std lit. wt. 3S, 2W F/l EA $"110 off'. 289 650-3-133 Sianal head 12" std lit. wt. 3S, 3W F/l EA $ q.L\ 0::; .r::D 290 650-3-331 SiqnaJ head 12" std lit. \Nt. 3S, 1W 10 EA $ \ '::t., e:; -N": 291 650-3-332 Sianal head 12" std lit. wt. 38, 2W 10 EA $Pr=:. -rf' 292 650-3-333 Siqnal head 12" std lit. \Nt. 3S, 3W 10 EA $\75 -if 2.93 650-8-151 Siqnal head 12" lit. wt. 5S 1 W F/l EA $7~D -S) 294 650-B-351 Sianal head 12" lit. wt. 5S, 1W 10 EA $J7S -cD 295 650-8-152 Sianal head 12" lit. wt. 5S, zW F/l EA $\.O~1J -CO 296 650-B-352 Sional head 12" lit. wt. 5S, 2W 10 EA $)15 -DD 297 650-9-151 Siana! head 12" std. 58 1 W Fir EA $T3D -S'J 298 650-9-351 Siana! head 12' std. 58 1W 10 EA $\75 -ro 299 650-9-152 Siqnal head 12" std. 58 2W F/l EA $i 030 -"'I' 300 6 50-9-352 Siana! head 12" std. 58 2W 10 EA $ liS . .(T; 301 6 53-111 Siqnal ped inc., Jnt. sym. FIr EA $ 3LoS -tf) 302 6 53~311 SiQnaLped ine.,-intsym. [0 EA $qo -0.:- 303 6 53-112 Siqnal ped inc., int. sym. 2W FIr EA $ ( rIf) - IT:' 304 6 53-312 Siqnal oed inc., lnt-svm. 2W 10 EA $I~ -Q: 305 6 59-101 Sianal bacl$ plates 3 sec head FII EA $(<<) -rlJ 306 65 9-101A Signal back plates 3 see head F EA $35 -~ 307 65 9-102A Signal back olates 5 sec head F/I EA $'[00 -m 308 65 9-1028 Sianal back olates 5 sec head F EA $5CJ -rf' 309 65 9-107 Al uminum pedestal F/I EA $75D -m 31 o 65 9-108 St eel pedestal F/l EA $I.\\t:; -rnl GroUP 1 _ Construction and Maintenance of Traffic Siqnals FII := Furnished and Installed 10:= Installed Onlv F:= Fumished Only No. Pay Item Description . Action Units Unit Price 31 1 659-109 Concrete oedestal Tvoe 1\ FII EA sr::,'10 ocr: 31 2 660-1-101 LoaD detector single channel shelt mount F/I EA $It-\S -t';C 31 3 660-1-201 LoaD detector sinale channel shel1 mount F EA $liCS -ri:'. 31 4 660-1-102 Loop detector sinale channel rack mount F/I EA $1'16 -t[ 31 5 660-1-202 LooP detector sinqle channel rack mount F EA $\~6 -rL 31 6 660-1-103 LoaD detector dual channel shelf mount F/l EA $~;.j:S -to 317 660-1-203 LooP detector dual channel shelf mount F EA $~rn -IT; 318 660-1-104 Loop detector dual channel rack mount F/I EA $i95 .r{' 319 660-1-204 LoaD detector dual channel rack mount F EA $ \56 -IT 320 660-2-1 02 LoaD assembly Tvoe B F/l AS $47 fS -cr. 321 660-2-106 LooP assembly Type F F/I AS $(v5D .C[ 322 660-4-4 AWG #14 looP lead-in cable F/I LF $ I -~ 323 660-4-4A 6 pair overhead beldon F/I LF $d .Ct' 324 663-70A Emerqency pre-emption controller F/I EA $3 355-rh 325 663-708 Emeraency pre-emption detector - 1 direction F/I EA $3.LJ90-CD 326 663-70C EmeraencY ore-emotion detector - 2 directions F/l EA $4LJrf'1 -CD 327 663-700 Emerqency ore-emotion detector - 3 directions F/I EA $(070/.6 -tD 328 663-70E Emerqencv pre-emption detector - 4 directions FIt EA $l.UJ.LJO - rr 329 563-70F Emer. ore-emption detector relocate - 1 direction 10 EA $7~ -Cf) 330 663-70G Emer. pre-emption detector relocate - 2 directions 10 EA $I,OlOS -CD 331 663-70H Erner.ore-emption detector relocate - 3 directions 10 EA $1[0'65 -IT: 332 6 63-701 Emer. pre-emption detector relocate - 4 directions 10 EA $;a,lt6 -ct; .333 6 64-7DA- . Video Vehicle Detection_Controller Assembly F/I EA $'-r.I.JJ.jD~rD 334 6 64-70B Video Vehicle Detector - 1 direction F/I EA $l,J.j'j() -fr: 335 6 54-70C Video Vehicle Detector - 2 directions F/I EA $la. 19~-rD 336 6 64-70D Video Vehicle Detector - 3 directions F/I EA $19;.0;;)<; -rf) 337 6 64-70E Video Vehicle Detector - 4 directions F/I EA ~?" 2,;-f; -cD 338 6 64-70 F Video Vehicle Detector - 1 direction 10 EA $Lt?,() -rf 339 66 4-70G Video Vehicle Detector - 2 directions 10 EA $<6'(0() -N' 340 66 4-70H Vi deo Vehicle Detector - 3 directions 10 EA $\ d-,qr) -('{' 341 66 4-701 Vi deo Vehicle Detector - 4 directions 10 EA $I,/dD -tf: Group 1 _ Construction and Maintenance of Traffic Siqnals F/I = Fumished and Installed 10 = Installed Only F = Furnished Only No. Pay !tern Description Action Units Unit Price 34 2 664-70J Microwave Vehicle Detector F/I EA sCJ'( S -fD 34 3 664-70K Microwave Vehicle Detector F EA $.. rss -6V 344 664-70L Microwave Vehiele Detector 10 EA $;l1D -~ 34 5 565-11 Pedestrian detector F/I AS $161 ~ 34 6 665-13 Pedestrian detector (det.w/si~n onlv) F/I AS $101 -~ 34 7 670-4-1 Flashinq beacon controller assembly F/I AS $I.D&S -rJS T 348 670-110A Cabinet, base only F/I EA $ 'IL/SD -~ . 349 670-1108 Cabinet, install only 10 EA $IO"~ -tiC 350 670-110C Cabinet, base only (60' by 60") F/I EA $\656 -(5t . 351 670-113C Nazlec Series 900 TS2 (controller only) F/I AS $~1~(:) -& 352 670-113-2348 TVDe V Cabinet I Naztec TS2 TVDe1 F/I AS $ i?HbS -1"Y:1 353 670-113-234C TVDe V Cabinet I Naztec TS2 Tvoe2 F/I AS $ISX7b-tsD J 354 684-34 Optical Fiber, Install Only, In Conduit or Aerial 10 LF $ D -~t, 355 685-106 System Auxillarv - UPS F/I EA -ty) .; 356 685:206 System Auxillarv - UPS F EA $4S::2 D -6,1) 357 690-10 Siqnal head traffic assembly remove R EA $ d! -6t 358 690-20 Sianal oedestrian assemblv remove R EA $ ~\ -00 359 690-30 Pole remove RD EA $ i!-!50 -(ft, J 360 690-31 Siqnal pedestal remove RD EA $I.RlSD -~ ,I, ' 361 690-40 Mast arm assembly remove R EA $19?F -(.f0 362 6 90-50 controller assembly remove R EA $ ill/) -t>c 363 6 90-70 Detector pedestrian assembly remove R EA $ .j 0 -00 3:64 6 90-80 Span wiraassembly remove 'R' EA $cJ7S .&. - $d6t> 365 6 90-90 Conduit and cablino remove RD PI -(5; 366 6 90-91 Interconnect remove RD LF $ (] -l'-:' 367 6 90-95 Sidewalk removal SY Sy $ l{-3 & 368 6 90-100 Sional eauipment misc, remove R EA $:l0t> -CJ~ 369 7 00-46-25 Siqn existina relocate (aerial) RL AS $ .:1.:1 s -00 3707 00-89-1 A Hanqlnq arm assembly F/I AS $ \If ,.!1 -('f.J 371 70 o-89-1C lIIuminated Street Siqn - 6' by 19" F/I EA $ \ i ~') -[D 372 70 0-89-1 D lIIu minated Street Siqn - 6' bv 24" F/I EA $ 1/,SI5 -6\} Group 1 . Construction and Maintenance of Traffic Sionals FJI :.= Fumished and Installed 10 :: Installed Only F:: Fumished OnlY No. Pay Item Description Action Units Unit Price 373 700-89-1 E Illuminated Street Sion - 8' by 19" FII EA $IL/fll) -(J:J J 374 700-89-1 F Illuminated Street Siqn - 8' by 24" FJI EA $L~5-Q::l , 375 700-89-1G LED iI1uminated Street Sion - 6' b'l1 9" FJI EA ..,'2"..... _(;}::) 376 700-89-1 H LED Illuminated Street Sign - 6' bv 24" FJl EA Ll7~I^ odD J 377 700-89-11 LED Illuminated Street SiQn - 8' bv 19' FJI EA ~~lc,'1~ -(}::, -, 378 70o-89-1J LED Illuminated Street SiQn - 8' by 24" F/I EA $"~~~t:;-OJ J 379 700-89-0ZA Fiber optic Blank-out sian 30"x30~ F EA $'7...-:J..lh -G::> 380 700-89-028 Fiber optic Blank-out sian 30"xSO" Fit EA $E.f.A6l)-U~ /. 381 70D-S9-02E Fiber optic Blank-out siqn Dual Mess. 30")(30" F EA $L\'i II> - O:j J 382 70o-B9-02F Fiber colic Blank-out sian Dual Mess. 30.x:30" F/I EA $:iR"H":. - (j:) J 383 700-90-14 Sian flashina beacon (overhead) F/I AS $ ~J":]b - (;'r\:; -/ 384 715-11-111 Luminaire (Cobra Head) Fit EA $ t-l& .f'fD 385 715-11-114 Luminaire (Shoe Box) FJI EA $ ("':t-... s -():> 386 7 15-99 Luminaire - acorn style F EA $ S1.~-O 387 7 15-99 Lumhiaire - acorn sMe FJI EA $ RC0 -CJ SUBTOTAL II '2.3, 2.ID.or. Mobilization - 5% of Subtotal lOb \4>0 So t TOTAL t 22.9 31o:>C r I I r \. Group 2. ITS and S 'stem Communication I I I F/l :: Furnished and Installed 10 :: Installed Only F :.= Furnished Only I I I N o. Pay Item Description Action Units Unit Price 1 102-1 Maintenance of Traffic Fit EA $ Is-a -ClD 2 620-1-1 Groundinq Electrode Fit LF $ 5 SD 3 630-1-11 Conduit, Above Ground F/I LF '$ \~ -30 4 630-1-12 Conduit, Underqround F/I LF $ ) -25 5 630-1-12A Conduit, Uoderaround Interconnect Fil LF $ S- _IoD 6 630-1-13 Conduit, Under Pavement F/I LF $ \t)-9) 7 630-1-14 Conduit, Jacked F/I LF $ z..l - fi) 8 630-1-15 Conduit, Bridqe Mounted F/I LF $ 2-:' - to 9 630-1-16 Conduit, Inner Duct 1" F/I LF $ 3 _DO 10 630-1-17 Conduit, Directional Bore F/I LF $ \l - ~S 11 630-1-1 B Conduit, Hand Dia F/I LF $ to -'1~ 12 634-6-1 Messenqer Wire 14" F/I LF $ \ - 20. 13 635-1-11 Pull & Junction Box, Ground Mounted F/I EA $ Z16SD 14 635-1-12 P,ull & Junction Box, Aerial F/I EA $ S-bS"'- cD 15 635-1-11 A Fiper Optic Junction Box F/I EA $ fa)" CHU 16 635-1-13 Mounted Junction Box Type 4 F/I EA $l.~S: CO 17 635-1- 33 Mounted Junction Box Tvpe 4 to EA $ t38S-DD 18 635-1-14 Mounted Junction Box Type 5 Fil EA $ 2..>t.J$"". CD 19 635-1-34 Mounted Junction Box Type 5 10 EA $ 88) -CD 20 635-1-15 Rber Optic Enclosure WIC F/l EA $ zoS- -cti 21" 6 35...:1-16..' Fibe(0otic-- Enclosure TGDC -F/I -EA '$ 3-20-00 22 635-1-17 Fiber Ootic Enclosure Rack Mount 24 Port F/! EA $ 3is -CO 23 635-1-18 Fiber Optic Enclosure RaCK Mount 48 Port F/J EA $ 41S" -CO 24 639-1-12 Electrical power Service, Overhead F/I AS $ do~ ffi 25 639-1-22 Electrical Power Service, Underqround F/I AS $ 91~ -[J) 26 641-1 Guvinq Concrete Strain Pole F/I. AS $ 3t.oO -9J 27 641-111-30 Prestressed Concrete Pole, 3D' Type II F/l EA $\~2~ -tJ) I Group 2. ITS and S Jstem Communication I 1 F/l = Furnished and Installed I I 10 :: installed Onlv I F:: Furnished Only I I I I I No . Pay Item Description Action Units Unit Price 28 641-111-35 Prestressed Concrete Pole, 35' Type 11 F/I EA $ \ 9cI :)-OD 29 641-111-40 Prestressed Concrete Pole, 40' Type II FJI EA $ 2. D 7..'(;- to 30 641-111-45 Prestressed Concrete Pole, 45' Type II F/l EA $ 1.100-CC> 31 641-111-50 Prestressed Concrete Pole, 50' Type II 'F/I EA $ Z,ZSS""-to 32 643-130 Strain poles wood, 30' Ff] EA $ 82.~ -fO 33 643-1 35 Strain poles wood, 35' F/I EA $930-CC 34 643-140 Strain poles wood, 40' FJI EA $ i00 ~Cb 35 67(}-11 aD Cabinet, Fiber Splice F/I EA $3 ,$'lb- CO 36 670-110E Cabinet, Master Communications Hub F/I EA SK.4lo0. D: 37 683-104 Radio Modem, Remote Srte F/I AS $ :3 ,IY).. [X; 38 683-204 Radio Modem, Remote Site F EA $ ~D1O_Cb 39 684-14D Optical Fiber 72 Strand Hvbrid/Composite Loose Tube F/I LF $ 2- :Z~ 40 684-24D Optical Fiber 72 Strand Hybrid/Composite Loose Tube F LF $ 0-81 41 684-14E Optical Fiber 36 Strand Hybrid/Composite Loose Tube F/l LF $ l--SD 42 684-24E Optical Fiber 36 Strand Hybrid/Composite Loose Tube F LF $ \ -Or; 43 684-34 Optical Fiber, Install On lv, In Conduit or Aerial 10 LF $ 0-'01- 44 684-34A Optical Fiber, Install On lv, Direct Burial 10 LF $ ~-laS" 45 685-177 Fiber Optic Connector, ST, SM F/I EA $ ~-2S 46 685-178 Fiber Optic Connector, SC, SM F/I EA $ 35 -2--') 47 685-179 Fiber Optic Jumper, ST to LC, SM Duplex F/I EA $ 4-1 -\I) 48 685'::18"0 Fiber Optic_Jumper;:SC to:LC,~SMDuDlex F/I EA $ -lf~ - ro 49 685-183 Fiber Optic Jumper, ST, MM Duplex F/I EA $ 3R-~ 50 685-184 Fiber Optic Jumper, ST, SM Duplex FIt EA $ 1J 2--CO 51 685-185 Fiber Optic Jumper, se, MM Duplex F/I EA $ If'l. .00 52 685-186 Fiber Optic Jumper, SC, 8M Duplex F/I EA $ \.fb -LD 53 B85-t8l Fiber Optic Piqtail, MM FII EA $ j'j -7,C: 54 685-188' Fiber Optic Pjqtail, SM F/I EA $ 11 l\' Group 2. ITS and S stem Communication I I F/I ::: Furnished and Installed 10::: Installed Only F::: Furnished Only I I No . Pay Item Description Action Units Unit Price 55 685-190 Fiber Optic Splice-Fusion, GreaterThan 100 Splices F/I EA $ 38,3:) 56 685-190A Fiber Optic Splice-Fusion, Less Than 100 Splices F/I EA $ 4~ .(J:) 57 685-191 Fiber Optic Spliee"Mechanical Fir EA $ .s~ -00 58 685-192 Buffer Tube Fan-Out F/I EA $ q~ ,-'Sf' 59 685-193 Soliee Tray F/J EA $ ttfi -56 60 685-194 Buried Splice Enclosure F/I EA $ Lt3S-(A) 61 685-399A Fiber TestinQ (per strand) F EA $ I b -Sf' 62 685-3998 Fiber Technician (per hour) F HR $' <1.5 -L~ 63 686-101 Camera Assembly F/l EA $~1I0 -~ 64 686-201 Camera Assemblv F EA $3d,C{S -eN J 65 686-301 Camera Assemblv 10 EA $ L4<SD -~ . 66 686-202A Ethernet GBJC LX Full Size F EA $ Bbb-O'U 67 686-202B Ethernet GBIC LX. Full Size F EA $.5:1.'1. D-O:: ) 68 686-202C Ethernet GBIC LX Mini F EA $ P.I~ -ff:j 69 686-2020 Ethernet GBIC ZX Mini F EA $Sd3f> -f):::) 70 686-202E Flat Screen Monitor 36" F/I EA. ~t.l15 - (,0 , 71 686-202F Flat Screen Monitor 42" F/I EA. ~~-1t:; -to 72 686-1 03 Ethernet Switch 24 Port FJI AS $lInSD - (p , 73 686-203 Ethernet Switch 24 Port F EA $bl.t1R -DV 74 686-303 Ethernet Switch 24 Port iO EA $ ;;)I~ -I'}) 75 6B6::rD4-. Ethernet Switch 48Porr- F/I AS .$d1](5t) -(]V J 76 686-204 Ethernet Switch 48 Port F EA QltC"c:;,-(f\) ,; 77 686-304 Ethernet Switch 48 Port 10 EA $ 4;:)b -0\) 78 686-1 05 Video Encoder MPEG 2 FJI AS $.~ I [)>; -u'\:. j 79 686-205 Video Encoder MPEG 2 F EA <!:...J/'i:;') -i././ , 80 686-305 Vi deo Encoder MPEG 2 10 EA $ I cia -{J0 81 686-106 Vi deo Decoder MPEG 2 F/I AS $:~qS~ ;IS .\ I I Group 2. ITS and S 'stem Communication I I I F/l ::; Furnished and Installed 1 -, 10 ::; Installed Only I F:: Furnished Only I I No. Pay Item Description Action Units .Unit Price 82 686-206 Video Decoder MPEG 2 F EA $35?:k -5c 83 686-306 Video Decoder MPEG 2 10 EA $ H t> -(J~ 84, 690-90 Optical Fiber, Removal LF LF $ () -l", L.. 85 711-S9A Dynamic Messaqe Siqn 10 EA $3~1.~ - iiG J SUBTOTAL lY3 TW~22 Mobilization - 5% of Subtotal 71 )~b.cl TOTAL \C;O QOb,23 ... PURCHASE ORDER PURCHASING AND CONTRACTS DIVISION SEMINOLE COUNlY GOVERNMENT 1101 EAST 1 ST STREET, ROOM 3208 SANFORD, FL 32771-1468 OFFICE (407) 665-7116 FAX (407) 665-7956 03/22/05 Page - 1 Order Number 12501 000 OF ,Shipped From: Branch/Plant Requestor. Ship To: Delive!)': On an ~s needed ba~is Ship prepajd i7c!d frejg~t t.o inyo!~e Division contactfor1h~ qrder is Deana Brpwn at 407.665.1003 Lfn,e R~v D~sc.~p1i~f,I Ordered UOM Unit Price Extendec;i Price . Order No Ty '{8ob';' . 0 Rei~a~e'di-de~ AiB:3006-6orJvP : ":- ...~.-... .~ "': .~. '; . "~ . ......:>"':. . ~.' .,. ~.~.., . .. . .. . EA " ::6000'. ,,:' ", :: ;~...... =-' " . " . ?,'g~~:'o.~ QOOO$7'14" OB 140~99 .53052.0 R:eie~~e' ~;der .for uhlf9nn'shi.Jts and: pants in accordqnce yiith terms and co~ditions of NB-3006~60/JVP ~ . )~E;.r'mGontract for A~I~ticWearfor;:l pe.~oq',en~i.Clg'11/200-5. Ord~rto. be places! on anas needea basis. /' 3,900.00 "'** Total Order ACORD", .. CERTIFICATE OF LIABILITY INSURANCE I DATE(MMlDOIYY) 05/02/2005 PRODUCER THIS CERTIFICATE IS ISSUED AS A MA ITER OF INFORMATION Stahl, Bowles and Assoc., Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE OOES NOT AMEND, EXTEND OR 605 Crescent Executive Court #112 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lake Mary, Florida 32746 INSURERS AFFORDING COVERAGE (407)833-8998 INSURED TRAFFIC CONTROL DEVICES 1 INC. INSURER II; Amerisure Mutual Insurance CO INSURER s: P.O. BOX 150418 INSURER c: ALTAMONTE SPRINGS, FL 32715-0418 INSURER D: "407)869-5300 INSURER E: COVERAGES THE POLlC!ES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO AU THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I~M TYPE OF INSURANCE POUCY NUMBER b'1~rM~~ 7i);fE~=~JWN ~ERAL UABlUTY X COMMERCIAL GENERAL LIABILITY :::: ~ CLAlMSMADE [!] OCCUR A X Blanket Add'l UMlTS EACH OCCURRENCE $1,000,000 $ 50,000 $ 5,000 $1,000,000 $2,000/000 $2,000,000 FIRE DAMAGE (Any one fire) MED EXP (Ally one person) 2028856 05/01/05 05/01/06 PERSONAL &ADV INJURY - ~'LAGGRE~ LIMIT APP nLIES PER: I I POUCY I X I j~ LOC ~TOMOBILE UABIUlY ~ AmAUTO ~ ALL OVINEO AUTOS SCHEDULED AUTOS GENERAL AGGREGA IE PRODUCTS - COMPfOP AGG ...:...- A ~ HIRED AUTOS ~ NON-D'M'-JED AUTOS 2028854 COMBINED SINGLE LIMIT $1,000,000 (Ea accidenQ BODILY INJURY $ (Per person) BODILY INJURY ., 05/01/05 05/01/06 (Per accident) $ PROPERTY DAMAGE $ (per accident) AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC $ AUTO ONLY: AGG $ EACH OCCURRENCE $ AGGREGATE $ S $ $ X I T~~$IfJN-s I IOJlt 05/01/05 05/01/06 E.L EACH ACCIDENT $500 000 E.L OlSEASE - EA EMPLOYEE $500/000 E.L, DISEASE" POLICY LIMIT $500,000 >-- GARAG!: UASIUTY R ANY AUTO EXCESS UASIUTY ~.:rOCCUR D CLAIMS MADE I DEDUCTIBLE I RETENTION $ WORKERS COMPENSAnON AND EMPLOYERS' UABlUTY we 2028857 A OTHER DESCRIPTION OF-OPERAtlONSIL:OCA nONS/\/EHIClES/EXCWSlONS ADDED:BYENElORSEMENTISPEClALPROVl5l0NS Re: IFB-3110-05/GMG - Term Contract for Traffic S~gna1s and Related Construct~on Appurtenances and System. Seminole County is included as an addi..tional insured on a primary basis as respects general liability as per the Blanket Addtiona1 Insured Endt. Thirty days written notice in the event of cancellation. : CERTIFICATE HOLDER I I ADDlllONAL INSURED: INSURER LETTER: CANCELLATION Seminole County Seminole County Services Bldg. 1101 East First Street Sanford, Florida 32771 SHOULD ANY OF THE ABOVE DESCRIBED POUClES BE CANCElLED BEFORE THE EXPIRAtiON DATE THEREOF, THE ISSUING INSURER Will. ENDE1AVOR TO MAIl. .2.Q. DAYS v.RJTTEN NOlle!: TO THE CERTlACATE HOLDER NAMED TO THE LEFT, Bl1T FAILURE TO DO so SHAlL IMPOSE NO OBUGAtlON '~.. KIND UPON THE INSUJ ITS AGENTS OR REPRESENTAllVES. /" - ) /J ~ / . AUTHO= AnVE / .f/ If' ~ I €l ACORD _ TION 1988 t ACORD 25-5 (7/97)