RICK SCOTT GOVERNOR
Florida Department of Transportation 605 Suwannee Street
Tallahassee, FL 32399-0450
JIM BOXOLD SECRETARY
AMENDMENT NO. 3 AGENCY TERM CONTRACT FOR APPROVED PRODUCTS LIST TRAFFIC EQUIPMENT
BID NO. ITB-DOT-15/16-9005-GH
THIS AMENDMENT, to be effective on the last date of signature, between VENDOR and the State of Florida, Department of Transportation (“Department”), modifies the Contract between the parties dated September 28, 2015.
WHEREAS, the Department has determined it necessary to amend the agreement to add APL
Traffic equipment items as awarded per ITB-DOT-16/17-9011-GH.
NOW, THEREFORE, in addition to any other rights set forth in the Contract, the Parties agree as follows:
• Items awarded from ITB-DOT-16/17-9011-GH have been added as additional pages to the price sheet of this contract. Awarded Vendors not already listed on the original contract will be added to this contract.
This Amendment sets forth the entire understanding between the parties with regard to the subject matter hereof. All other terms and conditions of the Contract shall remain in full force and effect.
State of Florida Vendor Signature Department of Transportation
Company:
By: By:
Name: Name:
Title: Title:
Date: Date:
www.dot.state.fl.us
Florida Department of Transportation
RICK SCOTT GOVERNOR
605 Suwannee Street Tallahassee, FL 32399-0450
JIM BOXOLD SECRETARY
www.dot.state.fl.us
AMENDMENT NO. 2 AGENCY TERM CONTRACT FOR APPROVED PRODUCTS LIST TRAFFIC EQUIPMENT
BID NO. ITB-DOT-15/16-9005-GH
THIS AMENDMENT, to be effective on the last date of signature, between VENDOR and the State of Florida, Department of Transportation (“Department”), modifies the Contract between the parties dated September 28, 2015.
WHEREAS, the Department has determined it necessary to amend the agreement to remove Special Condition #7, In-State Preference Form, the PRIDE provision #40, of the PUR1000 Form and the MFMP P.O. Terms and Conditions, Section 7(D),
NOW, THEREFORE, in addition to any other rights set forth in the Contract, the Parties agree as follows:
1) Special Condition #7, In-State Preference Form, is not applicable to purchases made from this contract with Federal-aid funds, 2) The PRIDE provision #40, of PUR1000 Form, and MFMP P.O. Terms and Conditions, Section 7(D), are not applicable to purchases made from this contract with Federal-aid funds.
This Amendment sets forth the entire understanding between the parties with regard to the subject matter hereof. All other terms and conditions of the Contract shall remain in full force and effect. State of Florida Vendor Signature Department of Transportation Company:_____________________________ By: By: Name: Name: Title: Title: Date: Date:
Florida Department of Transportation RICK SCOTT GOVERNOR
605 Suwannee Street Tallahassee, FL 32399-0450
JIM BOXOLD SECRETARY
www.dot.state.fl.us
AMENDMENT NO. 1 AGENCY TERM CONTRACT FOR APPROVED PRODUCTS LIST TRAFFIC EQUIPMENT
BID NO. ITB-DOT-15/16-9005-GH
THIS AMENDMENT, to be effective on the last date of signature, between VENDOR and the State of Florida, Department of Transportation (“Department”), modifies the Contract between the parties dated September 28, 2015.
WHEREAS, the Department has determined it necessary to amend the agreement, due to an error committed on the part of the Department, to remove Item # 1281 (APL# 747-001-003) LS300 Sierra Wireless Modem from the contract.
NOW, THEREFORE, in addition to any other rights set forth in the Contract, the Parties agree as follows:
That FDOT issued a bid for the LS300 Sierra Wireless Modem (ITB-DOT-14/15-9002-GH) back on August 18, 2014 and awarded said item to ADOL Business Consulting Services on September 12, 2014 for a period of three years.
This Amendment sets forth the entire understanding between the parties with regard to the subject matter hereof. All other terms and conditions of the Contract shall remain in full force and effect. Respectfully, FDOT Procurement Office
Vendor Signature Company: By: Name: Title: Date:
State of Florida Department of Transportation
FDOT APL Traffic Equipment
Agency Term Contract
BID #: ITB-DOT-15/16-9005-GH
EFFECTIVE DATES: September 28, 2015 to September 27, 2018
Vendor Listing Enclosed below:
Vendor
MFMP Contract #
Vendor
MFMP Contract #
Imtech d/b/a Activu Corp CR6826 K&K Systems, Inc. CR6855 Advanced Protection Technologies, Inc. CR6828 Ledstar, Inc. CR6856
American Signal Co. CR6829 Intelicom d/b/a Litesys, Inc. CR6857
ASCO Power Technologies CR6831 MG Squared, Inc. CR6858
Blackhawk Enterprises, Inc. CR6837 North America Traffic CR6859
CohuHD Costar, LLC CR6838 Peek Traffic CR6860
Commodity Plus Lighting Solutions, LLC CR6839 Rainbow Distributors USA, Inc. CR6861
Comtrol Corporation CR6840 Rhythm Engineering, LLC CR6862
Control Technologies of Central Florida, Inc. CR6841 Roadsafe Traffic Systems,
Inc. CR6864
CoreTec Communications CR6842 RTC Manufacturing, Inc. CR6885
Daktronics CR6843 Safety Zone Specialists, Inc. CR6868
Earnest Prod. d/b/a Southern Manufacturing CR6844 Sky Bracket CR6869
Econolite Control Products, Inc. CR6845 Temple, Inc. CR6870
EtherWAN Systems, Inc. CR6846 Tessco, Inc. CR6871
GovComm, Inc. CR6847 Trafcon Industries CR6873
Horizon Signal Technologies, Inc. CR6848 TrafficCast International, Inc. CR6874
Information Display Company CR6849 Trafficware Group, Inc. CR6875
Intelligent Transportation Services, Inc. CR6850 Transportation Control
Systems CR6876
Iteris, Inc. CR6851 Universal Signs & Accessories CR6877
Jace Chandler & Associates, Inc. CR6852 Ver-Mac, Inc. CR6878
Jupiter Systems, Inc. CR6854 Wanco, Inc. CR6879
Diamond Traffic Products (High Leah Electronics, Inc.)
CR8291 Wavetronix, LLC CR6880
Express Supply CR8290 Meter Treater CR8292
Item # APL Certification # Manufacturer Product Category Model/Product/Component DescriptionQTY. /
Unit
Vendor Stated
Delivery time
FDOT
Contract PriceVendor
1 660-005-004 3M BONDO LOOP SEALANT ASPHALT PAVEMENT Bondo P-606 5 Gal. 30-45 days $249.00 Rainbow Distr.
2 660-005-022 3M BONDO LOOP SEALANT ASPHALT PAVEMENT 575 1-Part Sealant 5 Gal. 30-45 days $295.00 Rainbow Distr.
3 745-001-002 3M BONDO LOOP SEALANT Bondo P-606 (for Traffic Monitoring Sites) 5 Gal. 30-45 days $249.00 Rainbow Distr.
4 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Visualization System 1 Ea.
4a 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu System Suite 1 Ea. 30 days $23,000.00 Activu Corp
4b 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu System Suite Fully Redundant 1 Ea. 30 days $32,200.00 Activu Corp
4c 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Additional Activu System Suite (same site) 1 Ea. 30 days $11,500.00 Activu Corp
4d 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Additional Activu System Suite W/ Record and Playback 1 Ea. 30 days $16,100.00 Activu Corp
4e 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Record/Playback 1 Ea. 30 days $9,200.00 Activu Corp
4f 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Record/Playback Fully Redundant 1 Ea. 30 days $12,880.00 Activu Corp
4g 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Collaboration 1 Ea. 30 days $9,200.00 Activu Corp
4h 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Collaboration Fully Redundant 1 Ea. 30 days $12,880.00 Activu Corp
4i 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Display Server (1-10) 1 Ea. 30 days $1,380.00 Activu Corp
4j 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Display Server (11-30) 1 Ea. 30 days $1,150.00 Activu Corp
4k 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Display Server (31-60) 1 Ea. 30 days $920.00 Activu Corp
4l 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Display Server (61-100) 1 Ea. 30 days $690.00 Activu Corp
4m 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Display Server (100+) 1 Ea. 30 days $460.00 Activu Corp
4n 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Redundant Display Server (1-10) 1 Ea. 30 days $690.00 Activu Corp
4o 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Redundant Display Server (11-30) 1 Ea. 30 days $575.00 Activu Corp
4p 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Redundant Display Server (31-60) 1 Ea. 30 days $460.00 Activu Corp
4q 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Redundant Display Server (61-100) 1 Ea. 30 days $345.00 Activu Corp
4r 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Redundant Display Server (100+) 1 Ea. 30 days $230.00 Activu Corp
4s 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Additional Network Display Server (1-10) 1 Ea. 30 days $690.00 Activu Corp
4t 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Additional Network Display Server (11-30) 1 Ea. 30 days $575.00 Activu Corp
4u 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Additional Network Display Server (31-60) 1 Ea. 30 days $460.00 Activu Corp
4v 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Additional Network Display Server (61-100) 1 Ea. 30 days $345.00 Activu Corp
4w 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Additional Network Display Server (100+) 1 Ea. 30 days $230.00 Activu Corp
4x 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Record/Playback Server 1 Ea. 30 days $1,380.00 Activu Corp
4y 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Additional Gateway Server 1 Ea. 30 days $1,380.00 Activu Corp
4z 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Additional Multiplexer Server 1 Ea. 30 days $1,380.00 Activu Corp
4aa 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Decoder Server (1-10) 1 Ea. 30 days $1,380.00 Activu Corp
4ab 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Decoder Server (11-30) 1 Ea. 30 days $1,150.00 Activu Corp
4ac 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Agent Win or Unix (1-10) 1 Ea. 30 days $322.00 Activu Corp
4ad 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Agent Win or Unix (11-30) 1 Ea. 30 days $276.00 Activu Corp
4ae 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Agent Win or Unix (31-60) 1 Ea. 30 days $230.00 Activu Corp
4af 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Agent Win or Unix (61-100) 1 Ea. 30 days $184.00 Activu Corp
4ag 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Agent Win or Unix (100+) 1 Ea. 30 days $138.00 Activu Corp
4ah 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Access Point (1-10) 1 Ea. 30 days $1,380.00 Activu Corp
4ai 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Access Point (11-30) 1 Ea. 30 days $1,150.00 Activu Corp
4aj 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Access Point (31-60) 1 Ea. 30 days $920.00 Activu Corp
4ak 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Access Point (61-100) 1 Ea. 30 days $690.00 Activu Corp
4al 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Access Point (100+) 1 Ea. 30 days $460.00 Activu Corp
4am 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Analysis Point (1-10) 1 Ea. 30 days $2,300.00 Activu Corp
4an 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Analysis Point (11-30) 1 Ea. 30 days $1,840.00 Activu Corp
4ao 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Analysis Point (31-60) 1 Ea. 30 days $1,380.00 Activu Corp
4ap 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Analysis Point (61-100) 1 Ea. 30 days $920.00 Activu Corp
4aq 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Analysis Point (100+) 1 Ea. 30 days $460.00 Activu Corp
4ar 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Remote User Control Software 1 Ea. 30 days $2,299.87 Activu Corp
4as 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Mobility Content Server 1 Ea. 30 days $11,500.00 Activu Corp
4at 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Mobility Access Server 1 Ea. 30 days $2,300.00 Activu Corp
4au 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Activu Monitoring Server 1 Ea. 30 days $1,380.00 Activu Corp
4av 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Operator Guide (1st 3 Inclusive) 1 Ea. 30 days $41.40 Activu Corp
4aw 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Administrator Guide (1st 3 Inclusive) 1 Ea. 30 days $41.40 Activu Corp
4ax 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Installation Guide 1 Ea. 30 days $13.80 Activu Corp
4ay 682-003-002 ACTIVU CORP VIDEO DISPLAY CONTROL SYSTEM Scripting/Developer's Reference (1st 3 Inclusive) 1 Ea. 30 days $41.40 Activu Corp
5 102-048-001 ADDCO PORTABLE CHANGEABLE MESSAGE SIGN DH1000-ALS (Current QPL # S102-1203) 1 Ea.
6 102-048-002 ADDCO PORTABLE CHANGEABLE MESSAGE SIGN DH1000-SLD (Current QPL # S102-1201) 1 Ea.
7 102-059-001 ADDCO TRUCK MOUNTED CHANGEABLE MESSAGE
SIGN
Model Brick Vehicle Mount Sign 1 Ea.
8 620-002-001 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (120V OR
120/240V POWER)
TE(XX)XCS10XA 1 Ea. 8-10 days $451.50 See Advance Protection
Tech Ordering Instr.
9 620-002-002 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
TE(XX)XCS104XA 1 Ea. 8-10 days $451.50 See Advance Protection
Tech Ordering Instr.
10 620-002-004 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
TE(XX)XDS104XA 1 Ea. 8-10 days $591.50 See Advance Protection
Tech Ordering Instr.
11 620-002-005 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SPDee S Series - S50A(xxxx)1PN 1 Ea. 8-10 days $129.50 See Advance Protection
Tech Ordering Instr.
12 620-002-005 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SPDee S Series - S50A(xxxx)2PN 1 Ea. 8-10 days $144.90 See Advance Protection
Tech Ordering Instr.
13 620-002-005 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SPDee S Series - S50A(xxxx)3PY 1 Ea. 8-10 days $161.00 See Advance Protection
Tech Ordering Instr.
14 620-002-009 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (120V OR
120/240V POWER)
G-Series 1 Ea. 8-10 days $345.00 See Advance Protection
Tech Ordering Instr.
15 620-004-001 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
D60401-012S 1 Ea. 8-10 days $75.60 See Advance Protection
Tech Ordering Instr.
16 620-004-001 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
D60401-048S 1 Ea. 8-10 days $75.60 See Advance Protection
Tech Ordering Instr.
17 620-004-001 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
D60401-012B 1 Ea. 8-10 days $75.60 See Advance Protection
Tech Ordering Instr.
18 620-004-001 ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
D60401-005B 1 Ea. 8-10 days $75.60 See Advance Protection
Tech Ordering Instr.
19 660-015-027 ALDIS (GRIDSMART) VEHICLE DETECTOR- VIDEO MODEL GridSmart™ Spectra 360, Single camera system,
includes GS-3-CPU, GS-3-CAM, GS-3-TS1, CAMBRAC2, SP-
1004-FL-120, GS-3-EPM, 250' 5710R, LM-SAR-TRAF-CAM,
LM-SADDLE
1 Ea. 30 days $13,350.00 TCS
20 660-015-027 ALDIS (GRIDSMART) VEHICLE DETECTOR- VIDEO MODEL GridSmart™ Spectra 360, Two Camera System,
includes GS-3-CP2, GS-3-CAM (x2), GS-3-TS1, CAMBRAC2
(x2), SP-1004-FL-120 (x2), GS-3-EPM (x2), 1000' 5710R, LM-
SAR-TRAF-CAM (x2), LM-SADDLE (x2), GS-3-RBA
1 Ea. 30 days $17,200.00 TCS
21 102-044-022 ALLMAND BROTHERS TRAILER MOUNTED ARROW BOARD 2200/SE ALT Series (15 LED Lamps) (Current QPL #S102-
0925)
1 Ea.
22 102-044-024 ALLMAND BROTHERS TRAILER MOUNTED ARROW BOARD 2200/SE APF Series (25 LED Lamps) (Current QPL #S102-
1015)
1 Ea.
23 102-048-005 AMERICAN SIGNAL CO PORTABLE CHANGEABLE MESSAGE SIGN CMS-T331 1 Ea. 30 days $11,990.00 American Signal Co.
24 102-048-011 AMERICAN SIGNAL CO PORTABLE CHANGEABLE MESSAGE SIGN CMS-T331.1D 1 Ea. 30 days $11,990.00 American Signal Co.
25 635-001-011 ARMORCAST PRODUCTS PULL BOX AND COVER A6001946TAX Series (13x24x12) W/COVER AND
HARDWARE
1 Ea.
26 635-001-011 ARMORCAST PRODUCTS PULL BOX AND COVER A6001946TAX Series (13x24x18) W/COVER AND
HARDWARE
1 Ea.
27 635-001-020 ARMORCAST PRODUCTS PULL BOX AND COVER A6001946TAPCX12 (13x24x12) W/COVER AND HARDWARE 1 Ea.
28 635-001-027 ARMORCAST PRODUCTS PULL BOX AND COVER A6001640TAPCX Series (17x30x12) W/COVER AND
HARDWARE
1 Ea.
29 635-001-027 ARMORCAST PRODUCTS PULL BOX AND COVER A6001640TAPCX Series (17x30x18) W/COVER AND
HARDWARE
1 Ea.
30 635-001-027 ARMORCAST PRODUCTS PULL BOX AND COVER A6001640TAPCX Series (17x30x22) W/COVER AND
HARDWARE
1 Ea.
31 635-001-027 ARMORCAST PRODUCTS PULL BOX AND COVER A6001640TAPCX Series (17x30x24) W/COVER AND
HARDWARE
1 Ea.
32 635-001-029 ARMORCAST PRODUCTS PULL BOX AND COVER A6001430TAPCX (30x48x36) W/COVER AND HARDWARE 1 Ea.
33 635-001-030 ARMORCAST PRODUCTS PULL BOX AND COVER A6001974TAPCX (24x36x18) W/COVER AND HARDWARE 1 Ea.
34 635-001-030 ARMORCAST PRODUCTS PULL BOX AND COVER A6001974TAPCX (24x36x24) W/COVER AND HARDWARE 1 Ea.
35 635-001-030 ARMORCAST PRODUCTS PULL BOX AND COVER A6001974TAPCX (24x36x30) W/COVER AND HARDWARE 1 Ea.
36 635-001-030 ARMORCAST PRODUCTS PULL BOX AND COVER A6001974TAPCX (24x36x36) W/COVER AND HARDWARE 1 Ea.
37 635-001-030 ARMORCAST PRODUCTS PULL BOX AND COVER A6001974TAPCX (24x36x42) W/COVER AND HARDWARE 1 Ea.
38 635-001-055 ARMORCAST PRODUCTS PULL BOX AND COVER Model A6001460TAPCX48 30” x 60” x 24” W/COVER AND
HARDWARE
1 Ea.
39 635-001-055 ARMORCAST PRODUCTS PULL BOX AND COVER Model A6001460TAPCX48 30” x 60” x 30” W/COVER AND
HARDWARE
1 Ea.
40 635-001-055 ARMORCAST PRODUCTS PULL BOX AND COVER Model A6001460TAPCX48 30” x 60” x 36” W/COVER AND
HARDWARE
1 Ea.
41 635-001-055 ARMORCAST PRODUCTS PULL BOX AND COVER Model A6001460TAPCX48 30” x 60” x 48” W/COVER AND
HARDWARE
1 Ea.
42 682-002-007 AXIS COMMUNICATIONS CAMERA - DOME Q6044-E 1 Ea.
43 682-002-007 AXIS COMMUNICATIONS CAMERA - DOME Q6045-E 1 Ea. 30 days $2,985.00 Intelligent Transp.
Srvcs.
44 682-003-003 BARCO VIDEO DISPLAY CONTROL SYSTEM Transform-N 1 Ea.
45 660-005-030 BASF LOOP SEALANT Gold Label 5 Gal.
46 682-001-004 BOSCH SECURITY SYSTEMS CAMERA – EXTERNAL POSITIONER MIC-ITS720P-W30X4 1 Ea.
47 682-001-004 BOSCH SECURITY SYSTEMS CAMERA – EXTERNAL POSITIONER MIC-ITS1080P-W30X4 1 Ea.
48 682-002-004 BOSCH SECURITY SYSTEMS CAMERA - DOME VG5-ITS720P-30X4 1 Ea.
49 682-002-004 BOSCH SECURITY SYSTEMS CAMERA - DOME VG5-ITS1080P-30X4 1 Ea.
50 744-003-003 BP SOLAR TRAFFIC MONITORING SITE SOLAR POWER
UNIT - SOLAR PANEL
BP380S 1 Ea.
58a 650-001-013 BROWN TRAFFIC
PRODUCTS
12" POLYCARBONATE VEHICLE SIGNAL 2-section housing, empty 1 Ea. 30 days $97.00 Temple
58b 650-001-013 BROWN TRAFFIC
PRODUCTS
12" POLYCARBONATE VEHICLE SIGNAL 3-section housing, empty 1 Ea. 30 days $118.00 Temple
58c 650-001-013 BROWN TRAFFIC
PRODUCTS
12" POLYCARBONATE VEHICLE SIGNAL 4-section housing, straight, empty 1 Ea. 30 days $157.00 Temple
58d 650-001-013 BROWN TRAFFIC
PRODUCTS
12" POLYCARBONATE VEHICLE SIGNAL 5-section housing, straight, empty 1 Ea. 30 days $195.00 Temple
58e 650-001-013 BROWN TRAFFIC
PRODUCTS
12" POLYCARBONATE VEHICLE SIGNAL 5-section Housing, cluster, empty 1 Ea. 30 days $205.00 Temple
59a 650-002-011 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL 2-section housing, empty 1 Ea. 30 days $114.00 Temple
59b 650-002-011 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL 3-section housing, empty 1 Ea. 30 days $144.00 Temple
59c 650-002-011 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL 4-section housing, straight, empty 1 Ea. 30 days $192.00 Temple
59d 650-002-011 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL 5-section housing, straight, empty 1 Ea. 30 days $240.00 Temple
59e 650-002-011 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL 5-section Housing, cluster, empty 1 Ea. 30 days $250.00 Temple
51 650-001-012 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL TA10 HOUSING W/12" GLASS LENS 1 Ea.
52 650-001-012 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL TA10 HOUSING W/12" POLY LENS 1 Ea.
53 650-001-012 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL TA11 HOUSING W/12" GLASS LENS 1 Ea.
54 650-001-012 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL TA11 HOUSING W/12" POLY LENS 1 Ea.
55 650-001-012 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL TA12 HOUSING W/12" GLASS LENS 1 Ea.
56 650-001-012 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL TA12 HOUSING W/12" POLY LENS 1 Ea.
57 650-001-013 BROWN TRAFFIC
PRODUCTS
12" POLYCARBONATE VEHICLE SIGNAL HOUSING W/12" GLASS LENS 1 Ea.
58 650-001-013 BROWN TRAFFIC
PRODUCTS
12" POLYCARBONATE VEHICLE SIGNAL HOUSING W/12" POLY LENS 1 Ea. 30 days $61.00 Temple
59 650-002-011 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL HOUSING W/ALZAK SWING REFLECTOR, GLASS LENS 1 Ea. 30 days $70.00 Temple
60 650-002-011 BROWN TRAFFIC
PRODUCTS
12" DIE CAST VEHICLE SIGNAL HOUSING W/ALZAK SWING REFLECTOR, POLY LENS 1 Ea.
61 650-021-018 BROWN TRAFFIC
PRODUCTS
BACKPLATE (STANDARD) ALUMINUM, 3-SECTION 1 Ea. 30 days $49.00 Rainbow Distr.
62 650-021-018 BROWN TRAFFIC
PRODUCTS
BACKPLATE (STANDARD) ALUMINUM, 4-SECTION 1 Ea. 30 days $96.00 Rainbow Distr.
63 650-021-018 BROWN TRAFFIC
PRODUCTS
BACKPLATE (STANDARD) ALUMINUM, 5-SECTION (CLUSTER) 1 Ea. 30 days $128.00 Rainbow Distr.
64 653-002-007 BROWN TRAFFIC
PRODUCTS
12" PEDESTRIAN SIGNAL HOUSING (ALUM) BLK with Alzak Reflector (Glass) 1 Ea.
65 653-002-007 BROWN TRAFFIC
PRODUCTS
12" PEDESTRIAN SIGNAL HOUSING (ALUM) BLK with Alzak Reflector (Poly) 1 Ea.
66 653-003-002 BROWN TRAFFIC
PRODUCTS
12" X 12" POLY PED SIGNAL 12" BLK. POLY W/ALZAK REF.GLASS LENS #KB642 1 Ea.
67 653-003-005 BROWN TRAFFIC
PRODUCTS
12" X 12" POLY PED SIGNAL BLK with Alzak Reflector (Glass) 1 Ea.
68 653-003-005 BROWN TRAFFIC
PRODUCTS
12" X 12" POLY PED SIGNAL BLK with Alzak Reflector (Poly) 1 Ea.
69 653-004-004 BROWN TRAFFIC
PRODUCTS
POLYCARBONATE PEDESTRIAN SIGNAL
BRACKET
UKS1452AB 1 Ea.
70 653-021-001 BROWN TRAFFIC
PRODUCTS
16" X 18" ALL LED PEDESTRIAN SIGNAL MODEL PED2001XXBB 1 Ea.
71 653-024-002 BROWN TRAFFIC
PRODUCTS
16" X 18" DIE CAST PEDESTRIAN SIGNAL
HOUSING
SG7SZ20COFFF 1 Ea. 30 days $98.00 Rainbow Distr.
72 653-025-001 BROWN TRAFFIC
PRODUCTS
16" X 18" POLYCARBONATE PEDESTRIAN
SIGNAL HOUSING
FL7SZ1C01BBF/3BBB 1 Ea. 30 days $65.00 Temple
73 659-001-021 BROWN TRAFFIC
PRODUCTS
VEHICLE SIGNAL BRACKET 2-Way Bottom 1 Ea.
74 676-018-009 BROWN TRAFFIC
PRODUCTS
LOAD BAY PANEL TF4008 1 Ea.
75 676-023-003 BROWN TRAFFIC
PRODUCTS
WIRED CABINET ASSEMBLY TS-2 SIZE 6 MODEL EL712FL 1 Ea.
76 676-025-002 BROWN TRAFFIC
PRODUCTS
LOAD BAY PANEL TS2 MODEL AAD14126P001 1 Ea.
77 676-026-002 BROWN TRAFFIC
PRODUCTS
CABINET POWER SUPPLY (TS2) CPS102 1 Ea. 30 days $370.00 Temple
78 676-026-003 BROWN TRAFFIC
PRODUCTS
CABINET POWER SUPPLY (TS2) CPS105 1 Ea.
79 676-027-002 BROWN TRAFFIC
PRODUCTS
BUS INTERFACE UNIT (TS2) BIU100 1 Ea.
80 676-027-003 BROWN TRAFFIC
PRODUCTS
BUS INTERFACE UNIT (TS2) BIU200 1 Ea. 42 days $346.00 Temple
81 676-028-001 BROWN TRAFFIC
PRODUCTS
DETECTOR RACK (TS2) CDR100 1 Ea.
82 102-046-008 C&C SIGNAL TYPE A WARNING LIGHT LOW INTENSITY BL3V.2A LED (Current QPL # S102-2915) 1 Ea.
83 102-046-011 C&C SIGNAL TYPE A WARNING LIGHT LOW INTENSITY BL1V.2A Ultra - D LED; D - Cell Battery (Current QPL # S102-
2919)
1 Ea.
84 102-046-012 C&C SIGNAL TYPE A WARNING LIGHT LOW INTENSITY BLU36.2A Ultra - 3/6 LED Lantern Battery (Current QPL #
S102-2918)
1 Ea.
85 102-047-010 C&C SIGNAL TYPE C WARNING LIGHT STEADY BURN BL3V.2C LED (Current QPL # S102-3120) 1 Ea.
86 102-047-013 C&C SIGNAL TYPE C WARNING LIGHT STEADY BURN BL1V.2C Ultra - D LED; D-Cell Battery (Current QPL # S102-
3123)
1 Ea.
87 102-047-014 C&C SIGNAL TYPE C WARNING LIGHT STEADY BURN BLU35.2C Ultra - 3/6 LED Lantern Battery (Current QPL #
S102-3123)
1 Ea.
88 102-049-007 C&C SIGNAL TYPE B WARNING LIGHT HIGH INTENSITY BLU6.BL1 Ultra - 3/6 Volt LED Lantern Battery, B-Light
(Current QPL # S102-3008)
1 Ea.
89 102-049-008 C&C SIGNAL TYPE B WARNING LIGHT HIGH INTENSITY BL1V.BL1 Ultra - Series B - Light; D-Cell LED (Current QPL #
S102-3008)
1 Ea.
90 641-008-001 CAMERA LOWERING
SYSTEMS
CAMERA LOWERING DEVICE MODEL CDP6-16HDA Series ("A", "B", or "M" type
composite cable configuration can be used). Lowering
Device System only, including lowering device, lowering
tool, up to 100' or lowering cable, up to 100' of composite
cable, and assembly hardware.
1 Ea. 5 weeks $5,385.00 Intelligent Transp.
Srvcs.
91 641-008-001 CAMERA LOWERING
SYSTEMS
CAMERA LOWERING DEVICE/CONCRETE
POLE BUNDLE
MODEL CDP6-16HDA Series and Concrete Pole Bundle
including, including lowering device, lowering tool,
concrete pole in accordance with FDOT standard index
18113 (H=50), appropriate length of lowering cable,
assembly hardware, and up to 100' of composite cable.
1 Ea. 6 weeks $10,425.00 Intelligent Transp.
Srvcs.
92 641-008-001 CAMERA LOWERING
SYSTEMS
CAMERA LOWERING DEVICE/STEEL POLE
BUNDLE
MODEL CDP6-16HDA Series and Steel Pole Bundle
including, including lowering device, lowering tool,
concrete pole in accordance with FDOT standard index
18111 (H=50), appropriate length of lowering cable,
assembly hardware, and up to 100' of composite cable.
1 Ea. 12 Weeks $14,292.00 Intelligent Transp.
Srvcs.
93 665-003-012 CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL DCC 200 1 Ea. 30 Days $41.00 Control Tech
94 665-003-013 CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL 4 EVR C 1 Ea. 30 Days $70.40 Control Tech
95 665-003-014 CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL DCC 700 1 Ea. 30 Days $54.50 Control Tech
96 665-004-006 CAMPBELL COMPANY AUDIBLE/TACTILE PEDESTRIAN DETECTOR MODEL AGPS 1 Ea. 30 Days $411.00 Control Tech
97 654-001-004 CARMANAH
TECHNOLOGIES
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
R920 1 Ea. 42 days $2,557.00 Temple
97a 654-001-004 CARMANAH
TECHNOLOGIES
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
R920 Solar wireless RRFB, back to back light bar 1 Ea. 42 days $3,010.00 Temple
98 654-001-005 CARMANAH
TECHNOLOGIES
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
SC315-SOLAR (formerly SB435HP Gen 3) 1 Ea. 42 days $3,458.00 Temple
98a 654-001-005 CARMANAH
TECHNOLOGIES
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
SC 315-Solar wireless RRFB, back to back light bar 1 Ea. 42 days $3,911.00 Temple
99 654-001-006 CARMANAH
TECHNOLOGIES
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
SC315-AC 1 Ea. 42 days $2,378.00 Temple
99a 654-001-006 CARMANAH
TECHNOLOGIES
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
SC 315 AC wireless RRFB, back to back light bar 1 Ea. 42 days $2,831.00 Temple
100 700-026-002 CARMANAH
TECHNOLOGIES
SIGN BEACON R820
101 700-026-003 CARMANAH
TECHNOLOGIES
SIGN BEACON R247E Yellow 1 Ea. 42 days $1,854.00 Temple
102 700-026-004 CARMANAH
TECHNOLOGIES
SIGN BEACON R247E Red 1 Ea. 42 days $1,854.00 Temple
103 700-026-006 CARMANAH
TECHNOLOGIES
SIGN BEACON (SCHOOL ZONE) R829 SCHOOL ZONE CALENDAR 1 Ea. 42 days $3,314.00 Temple
103a 700-026-006 CARMANAH
TECHNOLOGIES
SIGN BEACON (SCHOOL ZONE) R829 Solar flashing school zone dual bcn, 20w solar engine 1 Ea. 42 days $3,735.00 Temple
104 660-005-014 CHEMQUE LOOP SEALANT ASPHALT PAVEMENT MODEL Q-SEAL 290 5 Gal.
105 660-005-015 CHEMQUE LOOP SEALANT ASPHALT PAVEMENT MODEL Q-SEAL 295 TWO PART 5 Gal.
106 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
DLA-12D3 (12VDC) 1 Ea. 30 days $60.00 Intelligent Transp.
Srvcs.
107 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
DS220S-24DC (24VAC) 1 Ea. 30 days $65.00 Intelligent Transp.
Srvcs.
108 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
DS230S-48DC (48VDC) 1 Ea. 30 days $65.00 Intelligent Transp.
Srvcs.
109 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
DLA-06D3 (2-wire 422/485) 1 Ea. 30 days $60.00 Intelligent Transp.
Srvcs.
110 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
DLA2-06D3 (4-wire 422/485) 1 Ea. 30 days $80.00 Intelligent Transp.
Srvcs.
111 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
MJ8-Cat5E (Ethernet) 1 Ea. 30 days $60.00 Intelligent Transp.
Srvcs.
112 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
MJ8-POE-B (Ethernet) 1 Ea. 30 days $60.00 Intelligent Transp.
Srvcs.
113 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
DINBNC-HD (Video) 1 Ea. 30 days $60.00 Intelligent Transp.
Srvcs.
114 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP Series (SP560) 1 Ea. 56 days $3,319.00 Temple
115 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP Series (250LE) 1 Ea. 56 days $4,236.00 Temple
115a 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP 1250LE, battery cable w/ 4 ea Andersen connectors 1 56 days $4,277.00 Temple
116 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP Series (1250LX) 1 Ea. 56 days $5,555.00 Temple
117 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP Series (2000LX) 1 Ea. 56 days $6,582.00 Temple
118 682-001-001 COHU CAMERA - EXTERNAL POSITIONER 3960 SERIES, 24VAC, 3964-5201/PEDD 1 Ea. 30 days $3,677.00 CohuHD and ITS119 682-001-001 COHU CAMERA - EXTERNAL POSITIONER 3960 SERIES, 115VAC, 3965-5201/PEDD 1 Ea. 30 days $3,677.00 CohuHD and ITS120 682-002-001 COHU CAMERA - DOME 3920 Series, 24VAC, 3924-5200/PEND 1 Ea. 30 days $3,081.00 CohuHD and ITS121 682-002-001 COHU CAMERA - DOME 3920 Series, 115VAC, 3925-5200/PEND 1 Ea. 30 days $3,081.00 CohuHD and ITS122 682-002-008 COHU CAMERA - DOME Helios 3120HD Series, Model 3124-1000 Dome Camera 1 Ea. 30 days $3,055.00 CohuHD and ITS
123 700-018-002 COMMODITY PLUS
LIGHTING SOLUTIONS
INTERNALLY ILLUMINATED SIGN RETROFIT
KIT
Illuminated Sign LED Retrofit Kit: 4 FT 1 Ea. 15 days $245.00 Commodity Plus
123a 700-018-002 COMMODITY PLUS
LIGHTING SOLUTIONS
INTERNALLY ILLUMINATED SIGN RETROFIT
KIT
Illuminated Sign LED Retrofit Kit: 6 FT 1 Ea. 15 days $350.00 Commodity Plus
124 684-002-006 COMMUNICATION
NETWORKS
MANAGED FIELD ETHERNET SWITCH CNGE2FE16MS 1 Ea. 30 days $1,190.00 Rainbow Distr.
125 684-002-006 COMMUNICATION
NETWORKS
MANAGED FIELD ETHERNET SWITCH CNGE8FX4TX4MS 1 Ea. 30 days $1,190.00 Rainbow Distr.
126 684-002-006 COMMUNICATION
NETWORKS
MANAGED FIELD ETHERNET SWITCH CNGE3FE7MS2 1 Ea. 30 days $1,190.00 Rainbow Distr.
127 684-002-006 COMMUNICATION
NETWORKS
MANAGED FIELD ETHERNET SWITCH CNGE8MS 1 Ea. 30 days $1,345.00 Blackhawk
128 684-002-006 COMMUNICATION
NETWORKS
MANAGED FIELD ETHERNET SWITCH CNGE12MS 1 Ea. 30 days $1,595.00 Blackhawk
129 684-002-006 COMMUNICATION
NETWORKS
MANAGED FIELD ETHERNET SWITCH CNGE24MS 1 Ea. 30 days $3,125.00 Blackhawk
130 746-001-006 COMPONENT PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
CPI-BAS-1P 1 Ea. 30 days $120.00 Rainbow Distr.
131 746-001-007 COMPONENT PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
CPI-AP-15-40 4" ID pole 1 Ea. 30 days $380.00 Rainbow Distr.
132 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series 1 Ea.
133 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 1-Port DB9, P/N 99435-0 1 Ea. 30 days $135.85 Comtrol
134 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS VDC 1 Port, P/N 99440-4 1 Ea. 30 days $174.85 Comtrol
135 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 2-Port 1E, P/N 99480-0 1 Ea. 30 days $272.35 Comtrol
136 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 2-Port 2E, P/N 99481-7 1 Ea. 30 days $363.35 Comtrol
137 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 4-Port DB9, P/N 99445-9 1 Ea. 30 days $343.85 Comtrol
138 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 4-Port RJ45, P/N 99446-6 1 Ea. 30 days $363.35 Comtrol
139 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 8-Port DB9, P/N 99448-0 1 Ea. 30 days $558.35 Comtrol
140 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 8-Port RJ45, P/N 99449-7 1 Ea. 30 days $590.85 Comtrol
141 684-001-002 COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 1-Port DB9, P/N 99435-0 1 Ea. 30 days $135.85 Comtrol
142 684-001-003 COMTROL DEVICE SERVER DeviceMaster PRO Series, PRO 8 port, P/N 99443-5 1 Ea. 30 days $642.85 Comtrol
143 684-002-004 COMTROL MANAGED FIELD ETHERNET SWITCH RocketLinx ES8500-XTE 1 Ea.
143a 684-002-004 COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx ES8510-XT IND: PN/ 32061-6 1 Ea. 30 days $749.00 Comtrol
143b 684-002-004 COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx ES8509 XT IND: PN/ 32065-4 1 Ea. 30 days $1,044.45 Comtrol
143c 684-002-004 COMTROL MANAGED FIELD ETHERNET SWITCH RocketlinX ES8510-XTE IND: PN/32062-3 1 Ea. 30 days $404.45 Comtrol
143d 684-002-004 COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx ES8508 XT IND: PN/32010-4 1 Ea. 30 days $466.95 Comtrol
143e 684-002-004 COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx 8508F-S-XT IND: PN/32011-1 1 Ea. 30 days $714.45 Comtrol
143f 684-002-004 COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx 8508F-M-XT IND: PM/ 32012-8 1 Ea. 30 days $604.45 Comtrol
144 684-002-004 COMTROL MANAGED FIELD ETHERNET SWITCH RocketLinx ES7510-XT 1 Ea. 30 days $824.45 Comtrol
145 684-002-008 COMTROL MANAGED FIELD ETHERNET SWITCH Model: RocketLinx ES9528-XT 1 Ea. 30 days $659.45 Comtrol
146 676-002-003 CONTROL SPECIALISTS WIRED CABINET ASSEMBLY TYPE IV TYPE IV WIRED 1 Ea.
147 676-003-001 CONTROL SPECIALISTS WIRED CABINET ASSEMBLY TYPE V TYPE V WIRED 1 Ea.
148 676-009-001 CONTROL SPECIALISTS WIRED CABINET ASSEMBLY TYPE III TYPE III WIRED 1 Ea.
149 676-009-002 CONTROL SPECIALISTS WIRED CABINET ASSEMBLY TYPE III TYPE III 1 Ea.
150 676-009-004 CONTROL SPECIALISTS WIRED CABINET ASSEMBLY TYPE III TYPE III 1 Ea.
151 676-011-007 CONTROL SPECIALISTS WIRED CABINET ASSEMBLY TYPE I MODEL CS100-FC 1 Ea.
152 700-026-007 CONTROL SPECIALISTS SIGN BEACON (SCHOOL ZONE) MODEL CS100-FC-CLOCK 1 Ea.
153 676-002-007 CONTROL SPECIALISTS WIRED CABINET ASSEMBLY TYPE IV TYPE IV 1 Ea.
154 676-003-002 CONTROL TECHNOLOGIES WIRED CABINET ASSEMBLY TYPE V TYPE V 1 Ea.
155 676-009-005 CONTROL TECHNOLOGIES WIRED CABINET ASSEMBLY TYPE III TYPE III 1 Ea.
156 676-011-004 CONTROL TECHNOLOGIES WIRED CABINET ASSEMBLY TYPE I CT-FL1 1 Ea. 60 days $995.00 Control Tech
157 676-016-001 CONTROL TECHNOLOGIES WIRED SPECIAL CABINET ASSEMBLY DC4T 1 Ea.
158 676-016-003 CONTROL TECHNOLOGIES WIRED SPECIAL CABINET ASSEMBLY BC4T 8 POSITION 1 Ea.
159 676-016-004 CONTROL TECHNOLOGIES WIRED SPECIAL CABINET ASSEMBLY BC4T 12 POSITION 1 Ea.
160 676-036-001 CONTROL TECHNOLOGIES 170 CONTROLLER CABINET 552-AT 1 Ea. 90 days $12,900.00 Control Tech
161 676-036-002 CONTROL TECHNOLOGIES 170 CONTROLLER CABINET 662A 1 Ea.
162 676-036-003 CONTROL TECHNOLOGIES 170 CONTROLLER CABINET 660 AT 1 Ea. 90 days $13,800.00 Control Tech
163 676-040-001 CONTROL TECHNOLOGIES 170 WIRED CABINET TYPE 552 MD 552X 1 Ea. 90 days $13,500.00 Control Tech
164 676-041-001 CONTROL TECHNOLOGIES 170 WIRED CABINET TYPE 662 MD 660X 1 Ea. 90 days $14,945.00 Control Tech
165 676-043-001 CONTROL TECHNOLOGIES 170 TO NEMA ADAPTER ANTARES 1000000A 1 Ea.
166 620-002-006 COOPER CROUSE SURGE PROTECTIVE DEVICE (POWER
ENTRY)
MODEL ZoneDefender PRO 1 Ea.
167 620-003-001 COOPER CROUSE SURGE PROTECTIVE DEVICE (POINT OF
USE)
RackPro Series 1 Ea.
168 676-004-043 COOPER CROUSE SURGE PROTECTIVE DEVICE MODEL 41003TC 1 Ea.
169 676-024-003 COOPER CROUSE 170 UNWIRED CABINET TYPE 332/334 91319 SERIES 1 Ea.
170 676-029-002 COOPER CROUSE 170 UNWIRED CABINET TYPE 336 91293 SERIES (336S) 1 Ea.
171 676-030-001 COOPER CROUSE SPECIAL PROJECTS UNWIRED CABINET 91335 SERIES 1 Ea.
172 676-030-002 COOPER CROUSE SPECIAL PROJECTS UNWIRED CABINET 91366 SERIES 1 Ea.
173 676-030-003 COOPER CROUSE SPECIAL PROJECTS UNWIRED CABINET 91345 SERIES 1 Ea.
174 676-030-004 COOPER CROUSE SPECIAL PROJECTS UNWIRED CABINET 91378 SERIES 1 Ea.
175 684-003-005 CORETEC COMM VIDEO DECODER Model: VCX-6400-D-H 1 Ea.
176 684-004-005 CORETEC COMM VIDEO DECODER Model: VCX-6400-E-H 1 Ea.
177 684-004-007 CORETEC COMM VIDEO DECODER Model: VCX-7401 1 Ea. 14 days $1,517.25 Core Tec
178 653-001-001 COST CAST PEDESTRIAN SIGNAL BRACKET 1915 1 Ea. 40-45 days $95.00 Rainbow Distr.
179 653-006-003 COST CAST POLE END 1918 POLE PLATES 1 Ea. 40-45 days $136.00 Rainbow Distr.
180 659-001-007 COST CAST VEHICLE SIGNAL BRACKET 1902,1902B 1 Ea. 40-45 days $88.00 Rainbow Distr.
181 659-001-008 COST CAST VEHICLE SIGNAL BRACKET 1903,1903B 1 Ea. 40-45 days $215.00 Rainbow Distr.
182 659-001-009 COST CAST VEHICLE SIGNAL BRACKET PN1904,1904B 1 Ea. 40-45 days $245.00 Rainbow Distr.
183 659-001-018 COST CAST VEHICLE SIGNAL BRACKET 1902B-C 1 Ea. 40-45 days $49.00 Rainbow Distr.
184 659-001-019 COST CAST VEHICLE SIGNAL BRACKET 1902XL-C 1 Ea. 40-45 days $122.00 Rainbow Distr.
185 659-001-020 COST CAST VEHICLE SIGNAL BRACKET 1902BXL-C 1 Ea. 40-45 days $61.00 Rainbow Distr.
186 659-001-026 COST CAST VEHICLE SIGNAL BRACKET 1903B 1 Ea. 40-45 days $246.00 Rainbow Distr.
187 659-001-027 COST CAST VEHICLE SIGNAL BRACKET 1902B 1 Ea. 40-45 days $86.00 Rainbow Distr.
188 659-001-032 COST CAST VEHICLE SIGNAL BRACKET 1917 1 Ea. 40-45 days $49.00 Rainbow Distr.
189 659-001-047 COST CAST VEHICLE SIGNAL BRACKET 1916A 1 Ea. 40-45 days $120.00 Rainbow Distr.
190 659-003-004 COST CAST SIGNAL HEAD SPACER 19812 1 Ea. 40-45 days $65.00 Rainbow Distr.
191 659-003-005 COST CAST SIGNAL HEAD SPACER 1908 1 Ea. 40-45 days $72.00 Rainbow Distr.
192 659-003-006 COST CAST SIGNAL HEAD SPACER 1912 1 Ea. 40-45 days $74.00 Rainbow Distr.
193 659-004-002 COST CAST DISCONNECT HANGER 1901T 1 Ea. 40-45 days $264.00 Rainbow Distr.
194 659-004-005 COST CAST DISCONNECT HANGER 1901T 1 Ea. 40-45 days $275.00 Rainbow Distr.
195 659-004-024 COST CAST DISCONNECT HANGER 1900T 1 Ea. 40-45 days $150.00 Rainbow Distr.
196 659-004-025 COST CAST DISCONNECT HANGER 1900T 1 Ea. 40-45 days $160.00 Rainbow Distr.
197 659-005-003 COST CAST ADJUSTABLE HANGER P.N. 1906 1 Ea. 40-45 days $102.00 Rainbow Distr.
198 659-005-007 COST CAST ADJUSTABLE HANGER 1906FLA 1 Ea. 40-45 days $68.00 Rainbow Distr.
199 659-006-001 COST CAST WIRE ENTRANCE FITTING 1976T 1 Ea. 40-45 days $54.00 Rainbow Distr.
200 659-009-002 COST CAST SLIP FITTER 1910 1 Ea. 40-45 days $24.00 Rainbow Distr.
201 659-009-003 COST CAST SLIP FITTER 1910 1 Ea. 40-45 days $40.00 Rainbow Distr.
202 659-010-002 COST CAST SPANWIRE CLAMP 1909 1 Ea. 40-45 days $35.00 Rainbow Distr.
203 659-011-007 COST CAST SIGN BRACKET 7580 1 Ea.
204 659-011-008 COST CAST SIGN BRACKET 1920-20 1 Ea. 40-45 days $36.00 Rainbow Distr.
205 659-011-009 COST CAST SIGN BRACKET 1920-10D 1 Ea. 40-45 days $43.00 Rainbow Distr.
206 659-011-010 COST CAST SIGN BRACKET 1920-20D 1 Ea. 40-45 days $84.00 Rainbow Distr.
207 659-011-016 COST CAST SIGN BRACKET 7945 1 Ea.
208 659-011-017 COST CAST SIGN BRACKET 1921-20 1 Ea. 40-45 days $46.00 Rainbow Distr.
209 659-011-023 COST CAST SIGN BRACKET 1922 1 Ea. 40-45 days $105.00 Rainbow Distr.
210 659-011-026 COST CAST SIGN BRACKET 1923 1 Ea. 40-45 days $84.00 Rainbow Distr.
211 659-011-029 COST CAST SIGN BRACKET 1922A 1 Ea. 40-45 days $104.00 Rainbow Distr.
212 659-011-030 COST CAST SIGN BRACKET 1916A 1 Ea. 40-45 days $64.00 Rainbow Distr.
213 659-012-001 COST CAST CLAMP 1999 1 Ea. 40-45 days $14.00 Rainbow Distr.
214 659-013-001 COST CAST TRI-STUD TO NIPPLE ADAPTER 1914 1 Ea. 40-45 days $23.00 Rainbow Distr.
215 659-014-001 COST CAST BALANCER 92 1 Ea.
216 659-014-002 COST CAST BALANCER 1911 1 Ea. 40-45 days $24.00 Rainbow Distr.
217 659-014-004 COST CAST BALANCER 1911 1 Ea. 40-45 days $16.00 Rainbow Distr.
218 659-015-001 COST CAST EXTENSION BAR 1906-E 1 Ea. 40-45 days $48.00 Rainbow Distr.
219 659-020-001 COST CAST TETHER CLAMP 1905B 1 Ea. 40-45 days $20.00 Rainbow Distr.
220 659-026-002 COST CAST MAST ARM CLAMP 1919A 1 Ea. 40-45 days $48.00 Rainbow Distr.
221 659-030-001 COST CAST CLEVIS ADAPTOR 1930 1 Ea. 40-45 days $19.00 Rainbow Distr.
222 659-031-007 COST CAST MAST ARM SIGNAL MOUNTING PN 1927 (can be used with existing 1916A) 1 Ea. 40-45 days $94.00 Rainbow Distr.
223 659-036-001 COST CAST SPAN WIRE SIGN MOUNTING PN 1919A (includes PN 1931, which can be used with other
approved assemblies)
1 Ea. 40-45 days $29.00 Rainbow Distr.
224 676-035-001 DAKTRONICS ITS FIELD CABINET (P4400) P4400 1 Ea.
225 676-035-007 DAKTRONICS ITS FIELD CABINET TYPE 334 MODEL Daktronics 334TC 1 Ea.
226 676-035-008 DAKTRONICS ITS FIELD CABINET TYPE 336S Daktronics 336S 1 Ea.
227 700-020-002 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-27x125-66-A (Monochrome Amber 66mm pitch),
includes ground mount control equipment cabinet
1 Ea. 120 days $73,720.00 Daktronics
228 700-020-002 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-27x125-66-A Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea. 120 days $4,385.00 Daktronics
229 700-020-002 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-27x125-66-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea. 120 days $685.00 Daktronics
230 700-020-002 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-27x125-66-A Option - inclusion of sun shields for
control equipment cabinet
1 Ea. 120 days $630.00 Daktronics
231 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full-Color) 54x210-34-RGB, includes ground
mount control equipment cabinet
1 Ea. 120 days $80,630.00 Daktronics
231a 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full Color) 54x180-34-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $73,895.00 Daktronics
231b 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x180-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $8,820.00 Daktronics
231c 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x180-34-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
231d 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x180-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
232 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x210-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea. 120 days $8,820.00 Daktronics
233 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x210-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea. 120 days $685.00 Daktronics
234 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x210-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea. 120 days $855.00 Daktronics
235 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full-Color) 54x255-34-RGB, includes ground
mount control equipment cabinet
1 Ea. 120 days $90,300.00 Daktronics
236 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x255-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea. 120 days $11,695.00 Daktronics
237 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x255-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea. 120 days $685.00 Daktronics
238 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-54x255-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea. 120 days $855.00 Daktronics
239 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full-Color) 96x384-20-RGB, includes ground
mount control equipment cabinet
1 Ea. 120 days $108,455.00 Daktronics
239a 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full Color) 96x288-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $87,250.00 Daktronics
239b 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x288-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $11,695.00 Daktronics
239c 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x288-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
239d 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x288-20-RGB Option - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
240 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x384-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea. 120 days $18,235.00 Daktronics
240a 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full Color) 96x336-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $97,650.00 Daktronics
240b 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x336-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $11,695.00 Daktronics
240c 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x336-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
240d 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x336-20-RGB Option - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
241 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x384-20-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea. 120 days $685.00 Daktronics
242 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x384-20-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea. 120 days $985.00 Daktronics
242a 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full Color) 96x400-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $111,725.00 Daktronics
242b 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x400-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $18,235.00 Daktronics
242c 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x400-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
242d 700-020-005 DAKTRONICS DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x400-20-RGB Option - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $985.00 Daktronics
243 700-023-001 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-18x75-46-A 1 Ea.
244 700-023-001 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-18x90-46-A 1 Ea.
245 700-023-001 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-18x105-46-A 1 Ea.
246 700-023-001 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27x90-46-A 1 Ea.
247 700-023-001 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27x105-46-A 1 Ea.
248 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320 Series RGB (Full-Color) VF-2320-32x48-20-RGB,
includes ground mount control equipment cabinet
1 Ea.
249 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-32x48-20-RGB Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
250 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-32x48-20-RGB Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
251 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-32x48-20-RGB Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
252 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320 Series RGB (Full-Color) VF-2320-48x32-20-RGB,
includes ground mount control equipment cabinet
1 Ea.
253 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-48x32-20-RGB Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
254 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-48x32-20-RGB Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
255 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-48x32-20-RGB Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
256 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320 Series RGB (Full-Color) VF-2320-80x48-20-RGB,
includes ground mount control equipment cabinet
1 Ea.
257 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-80x48-20-RGB Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
258 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-80x48-20-RGB Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
259 700-023-002 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-80x48-20-RGB Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
260 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-36x150-34-RGB,
includes ground mount control equipment cabinet
1 Ea. 120 days $52,600.00 Daktronics
261 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X150-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea. 120 days $4,385.00 Daktronics
262 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X150-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea. 120 days $685.00 Daktronics
263 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X150-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea. 120 days $630.00 Daktronics
264 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-54x255-34-RGB,
includes ground mount control equipment cabinet
1 Ea. 120 days $81,350.00 Daktronics
265 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X255-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea. 120 days $11,695.00 Daktronics
266 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X255-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea. 120 days $685.00 Daktronics
267 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X255-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea. 120 days $855.00 Daktronics
268 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-54x225-34-RGB,
includes ground mount control equipment cabinet
1 Ea.
269 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X225-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea.
270 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X225-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea.
271 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X225-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea.
272 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-54x210-34-RGB,
includes ground mount control equipment cabinet
1 Ea. 120 days $71,310.00 Daktronics
273 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X210-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea. 120 days $8,820.00 Daktronics
274 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X210-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea. 120 days $685.00 Daktronics
275 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X210-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea. 120 days $855.00 Daktronics
276 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-54x180-34-RGB,
includes ground mount control equipment cabinet
1 Ea. 120 days $66,625.00 Daktronics
277 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X180-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea. 120 days $8,820.00 Daktronics
278 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X180-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea. 120 days $685.00 Daktronics
279 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X180-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea. 120 days $855.00 Daktronics
280 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-36x180-34-RGB,
includes ground mount control equipment cabinet
1 Ea. 120 days $58,580.00 Daktronics
281 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X180-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1 Ea. 120 days $7,290.00 Daktronics
282 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X180-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea. 120 days $685.00 Daktronics
283 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X180-34-RGB Option - inclusion of sun shields
for control equipment cabinet
1 Ea. 120 days $855.00 Daktronics
283a 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 64x240-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $70,605.00 Daktronics
283b 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x240-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $8,820.00 Daktronics
283c 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x240-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
283d 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x240-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
283e 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 64x288-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $80,180.00 Daktronics
283f 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x288-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $8,820.00 Daktronics
283g 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x288-20-RGB Option - inclusion of generator lug
and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
283h 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x288-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
283i 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 80x192-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $67,445.00 Daktronics
283j 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x192-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $8,820.00 Daktronics
283k 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x192-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
283l 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x192-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
283m 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 80x240-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $76,125.00 Daktronics
283n 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x240-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $11,695.00 Daktronics
283o 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x240-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
283p 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x240-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
283q 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 80x304-20-RGB, includes ground
mount control equipment cabinet
1Ea. 120 days $90,080.00 Daktronics
283r 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x304-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $11,695.00 Daktronics
283s 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x304-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
283t 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x304-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
283u 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 96x288-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $92,445.00 Daktronics
283v 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x288-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $11,695.00 Daktronics
283w 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x288-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
283x 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x288-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $855.00 Daktronics
283y 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 96x400-20-RGB, includes ground
mount control equipment cabinet
1Ea. 120 days $118,530.00 Daktronics
283z 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x400-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $18,235.00 Daktronics
283aa 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x400-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
283bb 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x400-20-RGB - inclusion of sun shields for
control equipment cabinet
1Ea. 120 days $985.00 Daktronics
284 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-27x90-34-RGB,
includes ground mount control equipment cabinet
1 Ea.
285 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27X90-34-RGB Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
286 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27X90-34-RGB Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
287 700-023-003 DAKTRONICS DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27X90-34-RGB Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
288 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED Model: VM-1020-7x35-66-A (Amber), includes ground
mount control equipment cabinet
1 Ea. 120 days $15,445.00 Daktronics
289 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-66-A Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea. 120 days $2,285.00 Daktronics
290 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-66-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea. 120 days $685.00 Daktronics
291 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-66-A Option - inclusion of sun shields for
control equipment cabinet
1 Ea. 120 days $630.00 Daktronics
291a 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020 Series (Full Color) 24x128-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $22,745.00 Daktronics
291b 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x128-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $4,385.00 Daktronics
291c 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x128-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
291d 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x128-20-RGB-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $630.00 Daktronics
291e 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020 Series (Full Color) 24x144-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $23,365.00 Daktronics
291f 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x144-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $4,385.00 Daktronics
291g 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x144-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
291h 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x144-20-RGB-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $630.00 Daktronics
291i 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020 Series (Full Color) 24x320-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $38,845.00 Daktronics
291j 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x320-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $4,385.00 Daktronics
291k 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x320-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
291l 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x320-20-RGB-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $630.00 Daktronics
291m 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020 Series (Full Color) 24x352-20-RGB, includes
ground mount control equipment cabinet
1Ea. 120 days $41,020.00 Daktronics
291n 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x352-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea. 120 days $4,385.00 Daktronics
291o 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x352-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea. 120 days $685.00 Daktronics
291p 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-24x352-20-RGB-20-RGB - inclusion of sun shields
for control equipment cabinet
1Ea. 120 days $630.00 Daktronics
292 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED Model: VM-1020-7x50-66-A (Amber), includes ground
mount control equipment cabinet
1 Ea.
293 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-66-A Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
294 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-66-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
295 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-66-A Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
296 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED Model: VM-1020-7x35-46-A (Amber), includes ground
mount control equipment cabinet
1 Ea.
297 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-46-A Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
298 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-46-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
299 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-46-A Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
300 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED Model: VM-1020-7x50-46-A (Amber), includes ground
mount control equipment cabinet
1 Ea.
301 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-46-A Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
302 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-46-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
303 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-46-A Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
304 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED Model: VM-1020-7x35-66-RG (Tri-Color), includes ground
mount control equipment cabinet
1 Ea.
305 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-66-RG Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
306 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-66-RG Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
307 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-66-RG Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
308 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED Model: VM-1020-7x50-66-RG (Tri-Color), includes ground
mount control equipment cabinet
1 Ea.
309 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-66-RG Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
310 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-66-RG Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
311 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-66-RG Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
312 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED Model: VM-1020-7x35-46-RG (Tri-Color), includes ground
mount control equipment cabinet
1 Ea.
313 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-46-RG Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
314 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-46-RG Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
315 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x35-46-RG Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
316 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED Model: VM-1020-7x50-46-RG (Tri-Color), includes ground
mount control equipment cabinet
1 Ea.
317 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-46-RG Option - inclusion of UPS for 2 hour
back-up to DMS
1 Ea.
318 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-46-RG Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
319 700-024-001 DAKTRONICS DYNAMIC MESSAGE SIGN - EMBEDDED VM-1020-7x50-46-RG Option - inclusion of sun shields for
control equipment cabinet
1 Ea.
320 678-005-008 DELTROL CONTROLS TRANSFER RELAY MODEL 295 SERIES (10 AMP) 1 Ea.
321 678-005-008 DELTROL CONTROLS TRANSFER RELAY MODEL 295 SERIES (20 AMP) 1 Ea. 30 days $23.25 Control Tech
322 660-006-007 DETECTOR SYSTEMS,
INC./INTERSECTION
DEVELOPMENT CORP
VEH. LOOP DET. 4-CH. AUTO SHELF MT. SERIES 3DLD MODEL R49B 1 Ea.
323 660-006-008 DETECTOR SYSTEMS,
INC./INTERSECTION
DEVELOPMENT CORP
VEH. LOOP DET. 4-CH. AUTO SHELF MT. SERIES 3DLD MODEL R49T W/TIMING 1 Ea.
324 660-009-003 DETECTOR SYSTEMS,
INC./INTERSECTION
DEVELOPMENT CORP
VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL 224D 1 Ea.
325 650-010-026 DIALIGHT 12" LED RED SIGNAL 433-1210-003F 1 Ea.
326 650-010-031 DIALIGHT 12" LED RED SIGNAL 433-1210-003XF 1 Ea.
327 650-010-033 DIALIGHT 12" LED RED SIGNAL 433-1210-003XLF 1 Ea. 30 days $25.00 Temple
328 650-010-038 DIALIGHT 12" LED RED SIGNAL 433-1210-003XLF15 1 Ea. 30 days $39.00 Temple
329 650-011-017 DIALIGHT 12" LED RED ARROW SIGNAL 432-1314-001 1 Ea.
330 650-011-020 DIALIGHT 12" LED RED ARROW SIGNAL MODEL 432-1314-001XF 1 Ea.
331 650-011-022 DIALIGHT 12" LED RED ARROW SIGNAL 432-1314-001XODF 1 Ea. 30 days $28.00 Temple
332 650-011-027 DIALIGHT 12" LED RED ARROW SIGNAL MODEL 432-1314-001XOF15 1 Ea. 30 days $41.00 Temple
333 650-012-007 DIALIGHT 12" LED YELLOW SIGNAL 431-3230-001 1 Ea.
334 650-012-009 DIALIGHT 12" LED YELLOW SIGNAL 433-3230-805 1 Ea.
335 650-012-014 DIALIGHT 12" LED YELLOW SIGNAL 433-3230-805F 1 Ea.
336 650-012-017 DIALIGHT 12" LED YELLOW SIGNAL 433-3230-901XLF 1 Ea. 30 days $28.00 Temple
337 650-012-023 DIALIGHT 12" LED YELLOW SIGNAL 433-3230-901XLF15 1 Ea. 30 days $42.00 Temple
338 650-013-006 DIALIGHT 12" LED GREEN SIGNAL 433-2220-001 GREEN 1 Ea.
339 650-013-015 DIALIGHT 12" LED GREEN SIGNAL 433-2220-001F 1 Ea.
340 650-013-019 DIALIGHT 12" LED GREEN SIGNAL 433-2220-001XF 1 Ea.
341 650-013-021 DIALIGHT 12" LED GREEN SIGNAL 433-2220-001XLF 1 Ea. 30 days $25.00 Temple
342 650-013-026 DIALIGHT 12" LED GREEN SIGNAL 433-2220-001XLF15 1 Ea. 30 days $41.00 Temple
343 650-014-004 DIALIGHT 12" LED YELLOW ARROW SIGNAL MODEL 430-3334-001 1 Ea.
344 650-014-008 DIALIGHT 12" LED YELLOW ARROW SIGNAL 431-3334-001 1 Ea.
345 650-014-011 DIALIGHT 12" LED YELLOW ARROW SIGNAL MODEL 431-3334-001XF 1 Ea.
346 650-014-013 DIALIGHT 12" LED YELLOW ARROW SIGNAL MODEL 431-3334-001XODF 1 Ea.
347 650-014-014 DIALIGHT 12" LED YELLOW ARROW SIGNAL 431-3334-901XODF 1 Ea. 30 days $26.00 Temple
348 650-014-019 DIALIGHT 12" LED YELLOW ARROW SIGNAL MODEL 431-3334-901XOF15 1 Ea. 30 days $45.00 Temple
349 650-015-004 DIALIGHT 12" LED GREEN ARROW SIGNAL 432-2324-001 1 Ea.
350 650-015-012 DIALIGHT 12" LED GREEN ARROW SIGNAL MODEL 432-2324-001XF 1 Ea.
351 650-015-014 DIALIGHT 12" LED GREEN ARROW SIGNAL 432-2324-001XODF 1 Ea. 30 days $30.00 Temple
352 650-015-019 DIALIGHT 12" LED GREEN ARROW SIGNAL MODEL 432-2324-001XOF15 1 Ea. 30 days $44.00 Temple
353 650-018-002 DIALIGHT PROGRAMMABLE VISIBILITY RED LED LAMP
FOR OPTICALLY PROGRAMMABLE SIGNAL
P46-3R33-003 1 Ea. 30 days $41.00 Temple
354 650-019-002 DIALIGHT PROGRAMMABLE VISIBILITY YELLOW LED
LAMP FOR OPTICALLY PROGRAMMABLE
SIGNAL
P46-3Y33-003 1 Ea. 30 days $41.00 Temple
355 650-020-002 DIALIGHT PROGRAMMABLE VISIBILITY GREEN LED
LAMP FOR OPTICALLY PROGRAMMABLE
SIGNAL
P46-3G33-003 1 Ea. 30 days $55.00 Temple
356 653-015-002 DIALIGHT 12" LED ORANGE HAND MODULE 430-5770-001 1 Ea.
357 653-016-005 DIALIGHT 12" LED HAND AND PERSON MODULE 430-6772-001 1 Ea.
358 653-016-006 DIALIGHT 12" LED HAND AND PERSON MODULE 430-6772-001XF 1 Ea. 30 days $67.00 Temple
359 653-017-002 DIALIGHT 16" X 18" LED HAND AND PERSON
MODULE
430-6472-001 1 Ea.
360 653-017-004 DIALIGHT 16" X 18" LED HAND AND PERSON
MODULE
430-6473-001 1 Ea.
361 653-017-014 DIALIGHT 16" X 18" LED HAND & PERSON MODULE 430-6450-001XF 1 Ea. 30 days $88.00 Temple
362 653-017-015 DIALIGHT 16" X 18" LED HAND & PERSON MODULE 430-6472-001XF 1 Ea. 30 days $94.00 Temple
363 653-022-005 DIALIGHT COUNTDOWN PEDESTRIAN SIGNAL 430-6479-001F 1 Ea.
364 653-022-006 DIALIGHT COUNTDOWN PEDESTRIAN SIGNAL 430-7773-001F 1 Ea.
365 653-022-010 DIALIGHT COUNTDOWN PEDESTRIAN SIGNAL 430-6479-001XF 1 Ea.
366 653-022-011 DIALIGHT COUNTDOWN PEDESTRIAN SIGNAL 430-7773-001XF 1 Ea. 30 days $76.00 Temple
367 653-022-014 DIALIGHT COUNTDOWN PEDESTRIAN SIGNAL MODEL 430-6479-805XF (16" MODULE) 9" X 3 ¼" DIGITS
with CLASS 3 MESSAGE SIZE 11" X 7"
1 Ea. 30 days $103.00 Temple
368 653-023-001 DIALIGHT 12" LED WALKING PERSON MODULE 430-7771-001 1 Ea.
369 743-001-003 DIAMOND TRAFFIC
PRODUCTS
TRAFFIC MONITORING SITE VEHICLE
SPEED/CLASSIFICATION UNIT
Model: Phoenix II-3U 1 Ea.
370 102-046-010 DICKE TOOL TYPE A WARNING LIGHT LOW INTENSITY TW1/S TrafiLite 1 Ea. 14 days $15.30 Safety Zone
371 102-046-014 DICKE TOOL TYPE A WARNING LIGHT LOW INTENSITY LED D-Cell Barricade Light 1 Ea. 14 days $15.30 Safety Zone
372 102-047-012 DICKE TOOL TYPE C WARNING LIGHT STEADY BURN TW2/S TrafiLite 1 Ea. 14 days $18.30 Safety Zone
373 102-047-016 DICKE TOOL TYPE C WARNING LIGHT STEADY BURN LED D-Cell Barricade Light #AC4D-C 1 Ea. 14 days $16.20 Safety Zone
374 102-049-006 DICKE TOOL TYPE B WARNING LIGHT HIGH INTENSITY Trafi-B-Lite 1 Ea. 14 days $49.20 Safety Zone
375 684-001-001 DIGI INTERNATIONAL DEVICE SERVER Portserver TS Hcc Mei 1 Ea. 30 days $619.00 Control Tech
375a 684-001-001 DIGI INTERNATIONAL DEVICE SERVER Portserver TS 2 Hcc MEI 1 Ea. 10 Days $479.00 Control Tech
375b 684-001-001 DIGI INTERNATIONAL DEVICE SERVER Portserver TS 1 Hcc MEI 1 Ea. 10 Days $400.00 Control Tech
375c 684-001-001 DIGI INTERNATIONAL DEVICE SERVER 12VDC Ext Temp No plug power sup 1 Ea. 10 Days $75.00 Control Tech
376 660-027-003 DIGIWEST VEHICLE DETECTION SYSTEM - AVI BlueMAC (Portable-solar/cellular) 1 Ea.
377 660-027-003 DIGIWEST VEHICLE DETECTION SYSTEM - AVI BlueMAC (Permanent-AC/Ethernet) 1 Ea.
378 745-001-004 DURANT PERFORMANCE
COATINGS
LOOP SEALANT ASPHALT PAVEMENT STAT-A-FLEX ASPHALT (Fast Set Time) for Traffic Monitoring
Sites
5 Gal. 30 days $210.00 Rainbow Distr.
379 745-001-004 DURANT PERFORMANCE
COATINGS
LOOP SEALANT CONCRETE PAVEMENT STAT-A-FLEX Concrete (Fast Set Time) for Traffic Monitoring
Sites
5 Gal. 30 days $210.00 Rainbow Distr.
380 660-005-024 DURANT PERFORMANCE
COATINGS
LOOP SEALANT ASPHALT PAVEMENT STAT-A-FLEX ASPHALT (FAST SET TIME) 5 Gal. 30 days $210.00 Rainbow Distr.
381 660-005-024 DURANT PERFORMANCE
COATINGS
LOOP SEALANT CONCRETE PAVEMENT STAT-A-FLEX CONCRETE (FAST SET TIME) 5 Gal. 30 days $210.00 Rainbow Distr.
382 660-003-043 EBERLE DESIGN VEH. LOOP DET. 1-CH. AUTO SHELF MT. LMD301 SERIES 1 Ea. 30 days $102.50 Control Tech
383 660-003-044 EBERLE DESIGN VEH. LOOP DET. 1-CH. AUTO SHELF MT. LMD301t SERIES 1 Ea. 30 days $125.00 Control Tech
384 660-008-025 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. LM222 1 Ea. 30 days $65.00 Control Tech
385 660-008-032 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. LMD 602T 1 Ea. 30 days $91.50 Control Tech
386 660-008-033 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. LM602 SERIES 1 Ea. 30 days $65.00 Control Tech
387 660-008-034 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. LMD222 SERIES 1 Ea. 30 days $65.00 Control Tech
388 660-008-035 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. LM602 SERIES 1 Ea. 30 days $65.00 Control Tech
389 660-009-011 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. LMD604 SERIES 1 Ea. 30 days $169.00 Control Tech
390 660-009-012 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. LMD604t SERIES 1 Ea. 30 days $192.00 Control Tech
391 660-009-013 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. LMD224 SERIES 1 Ea. 30 days $169.00 Control Tech
392 660-016-003 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE A
(NO TIMINGS)
LM622 SERIES 1 Ea. 30 days $65.00 Control Tech
393 660-016-004 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE A
(NO TIMINGS)
LMD622 SERIES 1 Ea. 30 days $65.00 Control Tech
394 660-017-007 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
ORACLE 2E 1 Ea. 30 days $147.50 Control Tech
395 660-017-008 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
LMD 622T 1 Ea. 30 days $91.50 Control Tech
396 660-022-005 EBERLE DESIGN VEH. DETECTOR- LOOP 4CH TS2 TYPE D
(WITH TIMINGS)
LMD624t SERIES 1 Ea. 30 days $169.00 Control Tech
397 660-023-002 EBERLE DESIGN VEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO
TIMINGS)
LMD624 SERIES 1 Ea. 30 days $192.00 Control Tech
398 678-003-010 EBERLE DESIGN CONFLICT MONITOR TYPE 12 SSM-12LE 1 Ea. 30 days $531.00 Control Tech
399 678-004-004 EBERLE DESIGN LOAD SWITCH 510 1 Ea. 30 days $19.00 Control Tech
400 678-006-005 EBERLE DESIGN FLASHER TYPE 1 810S 1 Ea.
401 678-007-003 EBERLE DESIGN FLASHER TYPE 3 810 1 Ea. 30 days $19.25 Control Tech
402 678-012-002 EBERLE DESIGN CONFLICT MONITOR TYPE 18 SSM-18LE 1 Ea. 30 days $1,630.00 Control Tech
403 678-016-005 EBERLE DESIGN MALFUNCTION MANAGEMENT UNIT TYPE
16
MMU-16LE (SMART MONITOR) SERIES 1 Ea. 30 days $553.00 Control Tech
404 678-016-006 EBERLE DESIGN MALFUNCTION MANAGEMENT UNIT TYPE
16
MMU-16E 1 Ea. 30 days $452.00 Control Tech
405 678-016-008 EBERLE DESIGN MALFUNCTION MANAGEMENT UNIT TYPE
16
MMU2-16LEip 1 Ea. 30 days $665.50 Control Tech
406 678-017-003 EBERLE DESIGN CABINET POWER SUPPLY (TS2) PS200 1 Ea. 30 days $252.00 Control Tech
407 678-018-003 EBERLE DESIGN BUS INTERFACE UNIT (TS2) BIU-700 1 Ea. 30 days $194.00 Control Tech
408 678-021-001 EBERLE DESIGN CABINET POWER SUPPLY (170) 206L 1 Ea. 30 days $155.00 Control Tech
409 678-022-001 EBERLE DESIGN CONFLICT MONITOR FOR 170
CONTROLLERS
D210 1 Ea.
410 678-022-002 EBERLE DESIGN CONFLICT MONITOR FOR 170
CONTROLLERS
210ECL 1 Ea. 30 days $441.00 Control Tech
411 678-023-001 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070
CONTROLLERS
2010ECL SERIES 1 Ea. 30 days $441.00 Control Tech
412 678-023-002 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070
CONTROLLERS
2018KCL SERIES 1 Ea. 30 days $486.00 Control Tech
413 678-023-003 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070
CONTROLLERS
2018ECL SERIES 1 Ea. 30 days $508.50 Control Tech
414 741-002-007 E-BOND EPOXIES TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
G-78 Bonding Agent (for Traffic Monitoring Sites Only) 1 Gal.
(90 cu.
In.)
415 741-002-007 E-BOND EPOXIES TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
G-78 Bonding Agent (for Traffic Monitoring Sites Only) 2 Gal
(180
cu. In)
416 650-002-006 ECONOLITE 12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 4 weeks $8.00 Econolite
417 650-008-001 ECONOLITE 12" POLYCARBONATE 3 SECTION VEHICLE
SIGNAL HOUSING
TP31F2APEON WITH TUNNEL VISORS 1 Ea. 4 weeks $110.00 Econolite
418 650-021-004 ECONOLITE BACKPLATE (STANDARD) 1 SECTION 1 Ea.
419 650-021-004 ECONOLITE BACKPLATE (STANDARD) 2 SECTION 1 Ea.
420 650-021-004 ECONOLITE BACKPLATE (STANDARD) 3 SECTION 1 Ea.
421 650-021-004 ECONOLITE BACKPLATE (STANDARD) 4 SECTION 1 Ea.
422 650-021-004 ECONOLITE BACKPLATE (STANDARD) 5 SECTION (In-Line) 1 Ea.
423 650-021-004 ECONOLITE BACKPLATE (STANDARD) 5 SECTION (Cluster) 1 Ea.
424 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE) E1694P41-14-T2 (1 SECTION) 1 Ea. 5 weeks $60.00 Econolite
425 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE) E1694P42-14-T2 (2 SECTION) 1 Ea. 5 weeks $63.00 Econolite
426 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE) E1694P43-14-T2 (3 SECTION) 1 Ea. 5 weeks $50.00 Econolite
427 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE) E1694P44-14-T2 (4 SECTION) 1 Ea. 5 weeks $80.00 Econolite
428 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE) E1694P45-14-T2 (5 SECTION) 1 Ea. 5 weeks $70.00 Econolite
429 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE) E1612G6-14-T2 (5 SECTION DH) 1 Ea. 5 weeks $150.00 Econolite
430 660-015-021 ECONOLITE VEHICLE DETECTOR- VIDEO AUTOSCOPE RACKVISION TERRA (Bid functional system
that includes a single RackVision card/processor, a single
AIS camera, and up to 100’ of camera cable)
1 Ea. 4 weeks $3,800.00 Econolite
431 660-015-022 ECONOLITE VEHICLE DETECTOR- VIDEO AUTOSCOPE SOLO TERRA 1 Ea.
432 660-015-028 ECONOLITE VEHICLE DETECTOR- VIDEO AUTOSCOPE ENCORE 1 Ea. 4 weeks $7,130.00 Econolite
433 660-015-029 ECONOLITE VEHICLE DETECTOR- VIDEO AUTOSCOPE RACKVISION PRO2 1 Ea. 4 weeks $4,280.00 Econolite
434 671-016-007 ECONOLITE NEMA TS2 TYPE 1 CONTROLLER UNIT ASC/3-1000 1 Ea. 4 weeks $2,500.00 Econolite
435 671-017-005 ECONOLITE NEMA TS2 TYPE 2 CONTROLLER UNIT ASC/3-2100 1 Ea. 4 weeks $2,650.00 Econolite
436 671-017-010 ECONOLITE NEMA TS2 TYPE 2 CONTROLLER UNIT COBALT 2100 1 Ea. 4 weeks $2,800.00 Econolite
437 671-019-003 ECONOLITE 2070 UNIT (FULL UNIT FOR 170 CABINET) SAFETRAN ATC 2070c 1 Ea. 4 weeks $2,800.00 Econolite
438 671-020-004 ECONOLITE 2070LCN UNIT (LITE UNIT FOR TS1
CABINET)
ATC2070NL 1 Ea.
438a 671-024-002 ECONOLITE NEMA-170 CONTROLLER UNIT Safetran ASC3RM 1 Ea. 4 weeks $2,750.00 Econolite
438b 671-024-003 ECONOLITE NEMA-170 CONTROLLER UNIT Safetran Cobalt-Rack Mount 1 Ea. 4 weeks $2,850.00 Econolite
439 671-028-002 ECONOLITE 2070LC UNIT (LITE UNIT FOR ITS & TS2
CABINETS)
MODEL 2070E 1 Ea. 4 weeks $2,800.00 Econolite
440 676-002-011 ECONOLITE WIRED CABINET ASSEMBLY TYPE IV M 1 Ea. 8 weeks $11,000.00 Econolite
441 676-003-009 ECONOLITE WIRED CABINET ASSEMBLY TYPE V P-44 1 Ea. 8 weeks $12,100.00 Econolite
442 676-023-001 ECONOLITE WIRED CABINET ASSEMBLY TS-2 SIZE 6 TS2-1-55-12 SIZE 6 TS2 CABINET 1 Ea. 8 weeks $15,200.00 Econolite
443 676-023-005 ECONOLITE WIRED CABINET ASSEMBLY TS-2 SIZE 6 5381 1 Ea. 8 weeks $13,600.00 Econolite
444 676-035-009 ECONOLITE ITS FIELD CABINET TYPE 336S STCABS #1284 1 Ea. 8 weeks $3,000.00 Econolite
445 678-004-001 ECONOLITE LOAD SWITCH 31095 G1 1 Ea. 4 weeks $28.00 Econolite
446 678-005-002 ECONOLITE TRANSFER RELAY 136 4992 1 Ea. 4 weeks $45.00 Econolite
447 678-006-001 ECONOLITE FLASHER TYPE 1 31065 G1 1 Ea. 4 weeks $43.00 Econolite
448 678-017-001 ECONOLITE CABINET POWER SUPPLY (TS2) PS-2412 CABINET POWER SUPPLY TS2 1 Ea.
449 678-017-004 ECONOLITE CABINET POWER SUPPLY (TS2) PS-200E 1 Ea. 4 weeks $275.00 Econolite
450 678-018-001 ECONOLITE BUS INTERFACE UNIT (TS2) BIU-64 1 Ea. 4 weeks $185.00 Econolite
451 680-001-003 ECONOLITE CONTROLLER - ROADSIDE MASTER ASC/2M-1000 ZONE MASTER 1 Ea. $3,700.00 Econolite
452 685-002-002 ECONOLITE UNINTERRUPTIBLE POWER SUPPLY DBL “M” LED SERIES 1 Ea. 12 weeks $4,700.00 Econolite
453 685-003-001 ECONOLITE UNINTERRUPTIBLE POWER SUPPLY (REAL-
TIME ACTIVE POWER CONDITIONER)
DBL “M” SERIES 1 Ea. 10 weeks $2,000.00 Econolite
454 741-002-006 ELECTRONIC CONTROL
MEASUREMENT
TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
ECM P6G Asphalt 1 Can.
(6-8kg)
455 742-001-006 ELECTRONIC CONTROL
MEASUREMENT
TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
ECM P6G Asphalt 1 Can.
(6-8kg)
456 676-011-008 ELECTROTECHNICS WIRED CABINET ASSEMBLY TYPE I 24 HOUR CAUTION SYSTEM 1 Ea. 30 days $2,125.00 Rainbow Distr.
457 678-008-019 ELECTROTECHNICS TIME SWITCH, TYPE 1 NTC-17E, 861500 1 RELAY 1 Ea. 30 days $368.00 Rainbow Distr.
458 678-009-004 ELECTROTECHNICS TIME SWITCH, TYPE 2 NTC-17E, 861503 2 RELAY 1 Ea. 30 days $368.00 Rainbow Distr.
459 678-011-007 ELECTROTECHNICS TIME SWITCH, TYPE 3 NTC-17E, 861506 4 RELAY 1 Ea. 30 days $416.00 Rainbow Distr.
460 678-020-001 ELECTROTECHNICS GPS TIME SWITCH MODEL TimeSync1-GPS 1 Ea. 30 days $512.00 Rainbow Distr.
461 700-026-008 ELECTROTECHNICS SIGN BEACON (SCHOOL ZONE) SCHOOLMASTER 1 Ea. 30 days $2,350.00 Rainbow Distr.
462 620-002-007 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
PowerSure 400 series 1 Ea. 8-10 days $3,075.00 See ASCO Ordering
Instructions
463 620-004-003 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
CX06 Series Video SPD 1 Ea. 8-10 days $95.00 See ASCO Ordering
Instructions
464 620-004-003 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
CAT6 POE Series (POE) 1 Ea. 8-10 days $147.00 See ASCO Ordering
Instructions
465 676-004-001 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE SHA 4803 1 Ea. 8-10 days $39.00 See ASCO Ordering
Instructions
466 676-004-002 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE SRA 6 LC 1 Ea. 8-10 days $17.00 See ASCO Ordering
Instructions
467 676-004-006 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE SPA-100 (AC) 1 Ea. 8-10 days $31.00 See ASCO Ordering
Instructions
468 676-004-007 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE SRA64C-008D 1 Ea. 8-10 days $34.00 See ASCO Ordering
Instructions
469 676-004-008 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE SRA 16C-1 1 Ea. 8-10 days $21.00 See ASCO Ordering
Instructions
470 676-004-009 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE SHP 300-10 1 Ea. 8-10 days $75.00 See ASCO Ordering
Instructions
471 676-004-010 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE PC642 1 Ea. 8-10 days $84.00 See ASCO Ordering
Instructions
472 676-004-021 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE SRA6LCA 1 Ea. 8-10 days $19.00 See ASCO Ordering
Instructions
473 676-004-022 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE SHA-1210 1 Ea. 8-10 days $142.00 See ASCO Ordering
Instructions
474 676-004-023 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE ACP-340 1 Ea. 8-10 days $137.00 See ASCO Ordering
Instructions
475 676-004-044 EMERSON NETWORK
POWER
SURGE PROTECTIVE DEVICE Model: SHA-1230FS-T 1 Ea. 8-10 days $329.00 See ASCO Ordering
Instructions
476 102-046-001 EMPCO LITE TYPE A WARNING LIGHT LOW INTENSITY 400 (Current QPL # S102-2900, Last QPL recert 4/11/2008) 1 Ea. 14 days $15.30 Safety Zone
477 102-046-002 EMPCO LITE TYPE A WARNING LIGHT LOW INTENSITY 100 (Current QPL # S102-2901, Last QPL recert 4/11/2008) 1 Ea.
478 102-046-005 EMPCO LITE TYPE A WARNING LIGHT LOW INTENSITY 499 (Current QPL # S102-2911, Last QPL recert 1/13/2009) 1 Ea.
479 102-046-006 EMPCO LITE TYPE A WARNING LIGHT LOW INTENSITY Y2K (Current QPL # S102-2913) 1 Ea. 14 days $15.80 Safety Zone
480 102-046-013 EMPCO LITE TYPE A WARNING LIGHT LOW INTENSITY Model 2006 Also Model 2006 Plus, with or without Solar
Assist (Current QPL # S102-2920)
1 Ea. 14 days $22.39 Safety Zone
481 102-046-07 EMPCO LITE TYPE A WARNING LIGHT LOW INTENSITY 499L3 (Current QPL # S102-2914) 1 Ea.
482 102-047-001 EMPCO LITE TYPE C WARNING LIGHT STEADY BURN 400C (Current QPL # S102-3100) 1 Ea. 14 days $15.30 Safety Zone
483 102-047-003 EMPCO LITE TYPE C WARNING LIGHT STEADY BURN 400 LED (Current QPL # S102-3106) 1 Ea. 14 days $19.95 Safety Zone
484 102-047-004 EMPCO LITE TYPE C WARNING LIGHT STEADY BURN 100 LED (Current QPL # S102-3107) 1 Ea.
485 102-047-007 EMPCO LITE TYPE C WARNING LIGHT STEADY BURN 499 (Current QPL # S102-3116) 1 Ea.
486 102-047-008 EMPCO LITE TYPE C WARNING LIGHT STEADY BURN Y2K (Current QPL # S102-3118) 1 Ea. 14 days $15.85 Safety Zone
487 102-047-009 EMPCO LITE TYPE C WARNING LIGHT STEADY BURN 499L3 (Current QPL # S102-3119) 1 Ea.
488 102-047-015 EMPCO LITE TYPE C WARNING LIGHT STEADY BURN MODEL - Empco-Lite Model 2006 (Current QPL # S102-
3125)
1 Ea. 14 days $19.75 Safety Zone
489 102-049-002 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY 1102 (Current QPL # S102-3003, Last QPL recert 11/3/2009) 1 Ea.
490 102-049-003 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY 212 (Current QPL # S102-3004) 1 Ea. 14 days $61.10 Safety Zone
491 102-049-004 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY 1102 APL/LED (Current QPL # S102-3005) 1 Ea.
492 102-049-005 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY 1102 AP/LED (Current QPL # S102-3006) 1 Ea.
493 102-049-009 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY Model - 212-6 (Current QPL # S102-3010) 1 Ea. 1 4 days $61.10 Safety Zone
494 102-049-010 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY Model - 212-6LW (Current QPL # S102-3011) 1 Ea. 14 days $61.10 Safety Zone
495 102-049-011 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY Model 212-3 (Current QPL # S102-3012) 1 Ea.
496 102-049-012 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY Model 212-3DH (Current QPL # S102-3013) 1 Ea.
497 102-049-013 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY Model 212-3LW (Current QPL # S102-3014) 1 Ea. 14 days $61.10 Safety Zone
498 102-049-014 EMPCO LITE TYPE B WARNING LIGHT HIGH INTENSITY Model 212-3S (Current QPL # S102-3015) 1 Ea. 14 days $79.20 Safety Zone
499 102-054-001 EMPCO LITE TYPE D 360 WARNING LIGHT LOW
INTENSITY
499L3 (Current QPL # S102-3200) 1 Ea.
500 102-054-002 EMPCO LITE TYPE D 360 WARNING LIGHT LOW
INTENSITY
600D (Current QPL # S102-3201) 1 Ea.
501 676-035-002 ENCLOSE
MANUFACTURING
ITS FIELD CABINET (P44), UNWIRED
ENCLOSURE
P44 1 Ea.
502 676-035-004 ENCLOSE
MANUFACTURING
ITS FIELD CABINET TYPE 334, UNWIRED
ENCLOSURE
334 1 Ea.
503 676-035-010 ENCLOSE
MANUFACTURING
ITS FIELD CABINET TYPE 336S, UNWIRED
ENCLOSURE
336S 1 Ea.
504 653-005-001 ENGINEERED CASTINGS BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
2054-T 1 Ea.
505 653-005-003 ENGINEERED CASTINGS BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
2055-T 1 Ea.
506 653-005-004 ENGINEERED CASTINGS BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
2056-T 1 Ea.
507 653-005-005 ENGINEERED CASTINGS BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
2057-TLP 1 Ea.
508 653-005-006 ENGINEERED CASTINGS BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
2059 1 Ea.
509 653-006-001 ENGINEERED CASTINGS POLE END 2052 1 Ea.
510 653-006-002 ENGINEERED CASTINGS POLE END FLAT PN 2053 1 Ea.
511 653-006-009 ENGINEERED CASTINGS POLE END 2053 F 1 Ea.
512 653-006-010 ENGINEERED CASTINGS POLE END 2053 C 1 Ea.
513 659-001-001 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2042 1 Ea.
514 659-001-002 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2021 1 Ea.
515 659-001-003 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2022 1 Ea.
516 659-001-004 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2031 1 Ea.
517 659-001-005 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2032 1 Ea.
518 659-001-006 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2041 1 Ea.
519 659-001-010 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET P.N. 370-371 HORIZONTAL MT. 1 Ea.
520 659-001-014 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2 WAY BOTTOM 25" CENTER PN 2021-XL 1 Ea.
521 659-001-015 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2022-XL 1 Ea.
522 659-001-016 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2 WAY EXTENDER PN 2022SXL 1 Ea.
523 659-001-017 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET BOTTOM COMBINE 3-WAY W/5 SECT.CLST. PN 2033T 1 Ea.
524 659-001-028 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 3075 1 Ea.
525 659-001-039 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET P.N. 2020 XL 1 Ea.
526 659-001-040 ENGINEERED CASTINGS VEHICLE SIGNAL BRACKET 2023 1 Ea.
527 659-002-001 ENGINEERED CASTINGS STABILIZER CLAMP PN 2078 1 Ea.
528 659-003-001 ENGINEERED CASTINGS SIGNAL HEAD SPACER 3008 1 Ea.
529 659-003-002 ENGINEERED CASTINGS SIGNAL HEAD SPACER 3012 1 Ea.
530 659-003-003 ENGINEERED CASTINGS SIGNAL HEAD SPACER PN 3008 12 1 Ea.
531 659-004-001 ENGINEERED CASTINGS DISCONNECT HANGER 2150 1 Ea.
532 659-004-006 ENGINEERED CASTINGS DISCONNECT HANGER 1150-12-T 1 Ea.
533 659-004-007 ENGINEERED CASTINGS DISCONNECT HANGER 1150-18-T 1 Ea.
534 659-004-010 ENGINEERED CASTINGS DISCONNECT HANGER 1155-18T 1 Ea.
535 659-004-011 ENGINEERED CASTINGS DISCONNECT HANGER 1155-12T 1 Ea.
536 659-004-012 ENGINEERED CASTINGS DISCONNECT HANGER 12 CIRCUIT 3 1/2 X 3 1/2 HUB PN 1130-12T 1 Ea.
537 659-004-013 ENGINEERED CASTINGS DISCONNECT HANGER 18 CIRCUIT 3 1/2 X 3 1/2 HUB PN 1130-18T 1 Ea.
538 659-004-014 ENGINEERED CASTINGS DISCONNECT HANGER 12 CIRCUIT 1 1/2 ON TOP PN 1135-12T 1 Ea.
539 659-004-015 ENGINEERED CASTINGS DISCONNECT HANGER 18 CIRCUIT 1 1/2 ON TOP PN 1135-18T 1 Ea.
540 659-004-021 ENGINEERED CASTINGS DISCONNECT HANGER PN 1120-18T, TRI-STUD HUB 1 Ea.
541 659-004-022 ENGINEERED CASTINGS DISCONNECT HANGER PN 1120-12T, TRI-STUD HUB 1 Ea.
542 659-005-001 ENGINEERED CASTINGS ADJUSTABLE HANGER 2075T 1 Ea.
543 659-005-002 ENGINEERED CASTINGS ADJUSTABLE HANGER 2075N 1 Ea.
544 659-006-002 ENGINEERED CASTINGS WIRE ENTRANCE FITTING P.N. 2083N ADJUSTABLE HANGER 1 Ea.
545 659-006-003 ENGINEERED CASTINGS WIRE ENTRANCE FITTING P.N. 2083T 1 Ea.
546 659-006-004 ENGINEERED CASTINGS WIRE ENTRANCE FITTING P.N. 2085T ADJUSTABLE HANGER 1 Ea.
547 659-006-005 ENGINEERED CASTINGS WIRE ENTRANCE FITTING P.N. 2087T 1 Ea.
548 659-006-006 ENGINEERED CASTINGS WIRE ENTRANCE FITTING P.N. 2084T 1 Ea.
549 659-006-007 ENGINEERED CASTINGS WIRE ENTRANCE FITTING P.N. 2084N 1 Ea.
550 659-008-001 ENGINEERED CASTINGS PLUMBIZER P.N. 3082 1 Ea.
551 659-008-002 ENGINEERED CASTINGS PLUMBIZER 2086 1 Ea.
552 659-009-001 ENGINEERED CASTINGS SLIP FITTER 3004T 1 Ea.
553 659-009-004 ENGINEERED CASTINGS SLIP FITTER 2" PIPE ADAPTER PN 3002 1 Ea.
554 659-009-005 ENGINEERED CASTINGS SLIP FITTER 3" PIPE ADAPTER PN 3003 1 Ea.
555 659-009-006 ENGINEERED CASTINGS SLIP FITTER 4" PIPE ADAPTER PN 3004 1 Ea.
556 659-009-007 ENGINEERED CASTINGS SLIP FITTER 4" SLIP FITTER PN 3004-F 1 Ea.
557 659-010-001 ENGINEERED CASTINGS SPANWIRE CLAMP 2079 1 Ea.
558 659-011-001 ENGINEERED CASTINGS SIGN BRACKET 2093,2093-XL,2094,2094-XL 1 Ea.
559 659-011-002 ENGINEERED CASTINGS SIGN BRACKET P.N. 2091 ADJUSTABLE HANGER 1 Ea.
560 659-011-002 ENGINEERED CASTINGS SIGN BRACKET P.N. 2092 ADJUSTABLE HANGER 1 Ea.
561 659-011-003 ENGINEERED CASTINGS SIGN BRACKET 2093-SWXL 1 Ea.
562 659-011-013 ENGINEERED CASTINGS SIGN BRACKET 3075-SB 1 Ea.
563 659-011-018 ENGINEERED CASTINGS SIGN BRACKET P.N. 2097-10 1 Ea.
564 659-011-019 ENGINEERED CASTINGS SIGN BRACKET P.N. 2097-20 1 Ea.
565 659-011-024 ENGINEERED CASTINGS SIGN BRACKET P.N. 3097-SB-10 1 Ea.
566 659-011-025 ENGINEERED CASTINGS SIGN BRACKET P.N. 3097-SB-20 1 Ea.
567 659-013-002 ENGINEERED CASTINGS TRI-STUD TO NIPPLE ADAPTER 2051 1 Ea.
568 659-014-003 ENGINEERED CASTINGS BALANCER 1157-BT 1 Ea.
569 659-015-002 ENGINEERED CASTINGS EXTENSION BAR 2076 1 Ea.
570 659-016-001 ENGINEERED CASTINGS SPANWIRE CLAMP ADAPTER 1 1/2" PIPE W/ OR W/OUT S/S BUSHING PN 1156 1 Ea.
571 659-016-002 ENGINEERED CASTINGS SPANWIRE CLAMP ADAPTER 1156-T 1 Ea.
572 659-016-004 ENGINEERED CASTINGS SPANWIRE CLAMP ADAPTER 1156-C 1 Ea.
573 659-017-001 ENGINEERED CASTINGS UNIVERSAL 65 1 Ea.
574 659-018-001 ENGINEERED CASTINGS ADAPTOR HUB PLATE 2152-N 1 Ea.
575 659-018-002 ENGINEERED CASTINGS ADAPTOR HUB PLATE 2152-T 1 Ea.
576 659-018-004 ENGINEERED CASTINGS ADAPTOR HUB PLATE PN 2132-N 1 Ea.
577 659-018-005 ENGINEERED CASTINGS ADAPTOR HUB PLATE PN 2132-T 1 Ea.
578 659-022-001 ENGINEERED CASTINGS SERRATED SPACER RING 3025 1 Ea.
579 665-003-005 ENGINEERED CASTINGS PEDESTRIAN DETECTOR PN 2060-P-B 1 Ea.
580 676-005-002 ENGINEERED CASTINGS CONTROLLER CABINET UNWIRED TYPE I 13 X 7-3/4 X 5 1/2 LESS LOCK PN 2012 1 Ea.
581 700-015-027 ENGINEERED CASTINGS INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
QSN SERIES 1 Ea.
582 744-004-001 ERICO TRAFFIC MONITORING SITE SOLAR POWER
UNIT - LIGHTNING ROD
LPC227 1/2" x 36" Copper Air Terminal 1 Ea.
583 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73222-ABB 1 Ea. 30 days $1,469.00 EtherWAN Systems
584 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73320-A0B 1 Ea. 30 days $989.00 EtherWAN Systems
585 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73322-ABB 1 Ea. 30 days $1,517.00 EtherWAN Systems
586 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73402-0BB 1 Ea. 30 days $1,205.00 EtherWAN Systems
587 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73400-00B 1 Ea. 30 days $725.00 EtherWAN Systems
588 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73300-00B 1 Ea. 30 days $695.00 EtherWAN Systems
589 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73302-0BB 1 Ea. 30 days $1,157.00 EtherWAN Systems
590 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73240-A0B 1 Ea. 30 days $1,349.00 EtherWAN Systems
590a 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH Model EX73202-0AB = 8 10/100 + 2 1000LX 10KM SM
SC/Combo Ports
1 30 days $1,000.00 EtherWAN Systems
590b 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73202-0BB = 8 10/100 + 2 1000LX 20KM SM SC/Combo
Ports
1 30 days $1,100.00 EtherWAN Systems
590c 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73302-0BB = 8 10/100 + 2 100FX 20KM SM SC + 2
1000LX 20KM SM SC/Combo Ports
1 30 days $1,157.00 EtherWAN Systems
591 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX73000 Series, EX73242-ABB 1 Ea. 30 days $1,829.00 EtherWAN Systems
592 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX70900 Series 1 Ea.
592a 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX70962-0AB = 6 - 10/100/1000T + 2 1000 10KM SM SC
Fiber Ports
1 30 days $1,200.00 EtherWAN Systems
592b 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX70962-0BB = 6 - 10/100/1000T + 2 1000 20KM SM SC
Fiber Ports
1 30 days $1,300.00 EtherWAN Systems
592c 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX70971-0VB = 6 - 10/100/1000TX + 2- 1000 SFP Ports 1 30 days $1,100.00 EtherWAN Systems
592d 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX70962-0VB = 6 - 10/100/1000TX + 2- 1000 SFP Ports 1 30 days $1,000.00 EtherWAN Systems
592e 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX70971-0VB = 7 - 10/100/1000TX + 1-1000SFP Ports 1 30 days $950.00 EtherWAN Systems
592f 684-002-002 ETHERWAN SYSTEMS MANAGED FIELD ETHERNET SWITCH EX70980-00B = 8-Port 10/100/1000BASE-TX Managed
Hardened Ethernet Switch
1 30 days $900.00 EtherWAN Systems
593 663-001-008 EVIEWS SAFETY SYSTEMS PREEMPTION SYSTEM IntelliCorr/IntelliTran 1 Ea.
594 678-020-002 EVIEWS SAFETY SYSTEMS GPS TIME SWITCH TS800 1 Ea.
595 650-010-034 EXCELLENCE OPTO 12" LED RED SIGNAL MODEL TRV-R12SG-D2T 1 Ea.
596 650-011-023 EXCELLENCE OPTO 12" LED RED ARROW SIGNAL MODEL TRA-R12DG-IN 1 Ea.
597 650-012-018 EXCELLENCE OPTO 12” LED YELLOW SIGNAL MODEL TRV-Y12SG-D1T 1 Ea.
598 650-013-022 EXCELLENCE OPTO 12" LED GREEN SIGNAL MODEL TRV-G12SG-D2T 1 Ea.
599 650-014-015 EXCELLENCE OPTO 12" LED YELLOW ARROW SIGNAL MODEL TRA-Y12DG-IN2 1 Ea.
600 650-015-015 EXCELLENCE OPTO 12" LED GREEN ARROW SIGNAL MODEL TRA-G12DG-IN 1 Ea.
601 653-017-016 EXCELLENCE OPTO 16" X 18" LED HAND & PERSON MODULE TRP-C45DG-W2 1 Ea.
602 653-022-013 EXCELLENCE OPTO COUNTDOWN PEDESTRIAN SIGNAL MODEL TRP-C45D3154C10 1 Ea.
603 660-015-023 FLIR VEHICLE DETECTOR- VIDEO VIP3D.1s System (Bid functional system that includes a
single camera, video detection board, and up to 100’ of
camera cable)
1 Ea. 30 days $2,925.00 Control Tech
603a 660-015-023 CONTROL TECHNOLOGIES VEHICLE DETECTOR PIM module 1 Ea. 30 days $395.00 Control Tech
604 660-015-024 FLIR VEHICLE DETECTOR- VIDEO VIP3D.2s System (Bid functional system that includes 2
cameras, video detection board, and up to 200’ of camera
cable)
1 Ea. 30 days $5,850.00 Control Tech
604a 660-015-024 CONTROL TECHNOLOGIES VEHICLE DETECTOR PIM module 1 Ea. 30 days $395.00 Control Tech
605 660-015-024 FLIR VEHICLE DETECTOR- VIDEO VIP3D.1s Video Detection Board 1 Ea. 30 days $2,000.00 Control Tech
606 660-015-024 FLIR VEHICLE DETECTOR- VIDEO VIP3D2s Video Detection Board 1 Ea. 30 days $3,500.00 Control Tech
607 660-015-024 FLIR VEHICLE DETECTOR- VIDEO FC-Series Thermal Camera for detection system 1 Ea. 30 days $1,979.00 Control Tech
608 660-015-034 FLIR VEHICLE DETECTOR- VIDEO Traficam2 (Bid functional system that includes a single
camera, processor, and up to 100’ of camera cable)
1 Ea. 30 days $1,900.00 Control Tech
609 682-004-001 FLIR CAMERA - THERMAL/VISIBLE HYBRID D Series, Model D-618 1 Ea. 30 days $22,185.00 Control Tech
610 660-005-029 FREEDOM ROC
INDUSTRIES
LOOP SEALANT ASPHALT PAVEMENT MODEL TA-500 (One Part, 90 Minute Tack Free Time)
611 684-002-005 GARRETCOM MANAGED FIELD ETHERNET SWITCH Model: 6KL 1 Ea. 30 days $1,850.00 Blackhawk
612 684-002-005 GARRETCOM MANAGED FIELD ETHERNET SWITCH MODEL 6KL AC, (8) 10/100 RJ45 and (2) GigE SFP with SFP-
LX10 installed, P/N= 6KL-AC+6KL4-RJ45+6KL-2GSFP+(2)SFP-
LX10
1 Ea. 14-30 days $141.43 Tesco
613 684-002-005 GARRETCOM MANAGED FIELD ETHERNET SWITCH MODEL 6KL AC, (4) 10/100 RJ45 and (2) GigE SFP with SFP-
LX10 installed, P/N= 6KL-AC+6KL-2GSFP+(2)SFP-LX10
1 Ea. 14-30 days $270.90 Tesco
614 684-002-005 GARRETCOM MANAGED FIELD ETHERNET SWITCH MODEL 6KL AC, (6) 10/100 RJ45, (2) 100Mb LC/SM and (2)
Gig E SFP slots (must add Gig E SFP), P/N= 6KL-AC+6KL4-
2SLC2RJ+6KL-2GSFP
1 Ea. 30 days $1,340.00 Blackhawk
615 684-002-005 GARRETCOM MANAGED FIELD ETHERNET SWITCH MODEL 6KL AC, (6) 10/100 RJ45 and (2) 100Mb LC/SM,
P/N= 6KL-AC+6KL4-2SLC2RJ
1 Ea. 30 days $1,150.00 Blackhawk
616 684-002-005 GARRETCOM MANAGED FIELD ETHERNET SWITCH MODEL 6KL AC, (4) 10/100 RJ45 and (4) 100Mb LC/SM,
P/N= 6KL-AC+6KL4-4SLC
1 Ea. 30 days $1,295.00 Blackhawk
617 684-002-005 GARRETCOM MANAGED FIELD ETHERNET SWITCH MODEL 6KL AC, (4) 10/100 RJ45, (4) 100Mb LC/SM and (2)
GigE SFP with SFP-LX10 installed, P/N= 6KL-AC+6KL4-
4SLC+6KL-2GSFP+(2)SFP-LX10
1 Ea. 30 days $1,850.00 Blackhawk
618 650-010-019 GE LIGHTING SOLUTIONS 12" LED RED SIGNAL DR6-RTFB-20A-40
619 650-010-037 GE LIGHTING SOLUTIONS 12" LED RED SIGNAL DR6-RTFB-VLA-013 1 Ea. 30 days $30.00 TCS
620 650-011-013 GE LIGHTING SOLUTIONS 12" LED RED ARROW SIGNAL DR6-RTAAN-21A
621 650-011-021 GE LIGHTING SOLUTIONS 12" LED RED ARROW SIGNAL DR6-RTAAN-17A-FL 1 Ea. 30 days $33.00 TCS
622 650-012-005 GE LIGHTING SOLUTIONS 12" LED YELLOW SIGNAL MODEL DR6-YTFB-20A-40-FL
623 650-012-022 GE LIGHTING SOLUTIONS 12" LED YELLOW SIGNAL MODEL DR6-YTFB-VLA-013 1 Ea. 30 days $30.00 TCS
624 650-013-025 GE LIGHTING SOLUTIONS 12" LED GREEN SIGNAL DR6-GTFB-VLA-013 1 Ea. 30 days $30.00 TCS
625 650-014-005 GE LIGHTING SOLUTIONS 12" LED YELLOW ARROW SIGNAL DR6-YTAAN-21A
626 650-014-012 GE LIGHTING SOLUTIONS 12" LED YELLOW ARROW SIGNAL DR6-YTAAN-17A-FL 1 Ea. 30 days $33.00 TCS
627 650-015-006 GE LIGHTING SOLUTIONS 12" LED GREEN ARROW SIGNAL DR6-GTAAN-21A FULL
628 650-015-013 GE LIGHTING SOLUTIONS 12" LED GREEN ARROW SIGNAL DR6-GTAAN-17A-FL 1 Ea. 30 days $33.00 TCS
629 650-018-001 GE LIGHTING SOLUTIONS PROGRAMMABLE VISIBILITY RED LED LAMP
FOR OPTICALLY PROGRAMMABLE SIGNAL
DR3-RCFB-01A 1 Ea. 30 days $66.00 TCS
630 650-019-001 GE LIGHTING SOLUTIONS PROGRAMMABLE VISIBILITY YELLOW LED
LAMP FOR OPTICALLY PROGRAMMABLE
SIGNAL
DR3-YCFB-01A 1 Ea. 30 days $70.00 TCS
631 650-020-001 GE LIGHTING SOLUTIONS PROGRAMMABLE VISIBILITY GREEN LED
LAMP FOR OPTICALLY PROGRAMMABLE
SIGNAL
DR3-GCFB-01A 1 Ea. 30 days $73.00 TCS
632 653-015-004 GE LIGHTING SOLUTIONS 12" LED ORANGE HAND MODULE PS6-PFH1-26A
633 653-017-006 GE LIGHTING SOLUTIONS 16" X 18" LED HAND & PERSON MODULE MODEL PS7-CFL1-01A OVERLAY/FILLED/FILLED
634 653-017-013 GE LIGHTING SOLUTIONS 16" X 18" LED HAND & PERSON MODULE PS7-CFL1-01A
635 653-022-012 GE LIGHTING SOLUTIONS COUNTDOWN PEDESTRIAN SIGNAL PS7-CFF1-26A
636 653-022-017 GE LIGHTING SOLUTIONS COUNTDOWN PEDESTRIAN SIGNAL PS7-CFF1-27A 1 Ea. 30 days $118.00 TCS
637 653-023-002 GE LIGHTING SOLUTIONS 12" LED WALKING PERSON MODULE PS6-WFM3-26A
638 660-008-036 GLOBAL TRAFFIC
TECHNOLOGIES
VEH. LOOP DET. 2-CH. AUTO RACK MT. 900 SERIES
639 660-009-014 GLOBAL TRAFFIC
TECHNOLOGIES
VEH. LOOP DET. 4-CH. AUTO RACK MT. 900 SERIES
640 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 75' cable, 75-0301-
3114-0
1 Ea. 30 days $178.80 TCS
641 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 150' cable, 75-0301-
3115-7
1 Ea. 30 days $208.00 TCS
642 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 250' cable, 75-0301-
3116-5
1 Ea. 30 days $247.00 TCS
643 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 500' cable, 75-0301-
3117-3
1 Ea. 30 days $344.50 TCS
644 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 1000' cable, 75-0301-
3118-1
1 Ea. 30 days $539.50 TCS
645 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 75' cable, 75-0301-
3119-9
1 Ea. 30 days $331.00 TCS
646 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 150' cable, 75-0301-
3120-7
1 Ea. 30 days $360.30 TCS
647 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 250' cable, 75-0301-
3121-5
1 Ea. 30 days $399.30 TCS
648 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 500' cable, 75-0301-
3122-3
1 Ea. 30 days $496.80 TCS
649 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 1000' cable, 75-0301-
3123-1
1 Ea. 30 days $691.80 TCS
650 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 75' cable, 75-0301-
3124-9
1 Ea. 30 days $482.40 TCS
651 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 150' cable, 75-0301-
3125-6
1 Ea. 30 days $511.70 TCS
652 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 250' cable, 75-0301-
3126-4
1 Ea. 30 days $550.70 TCS
653 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 500' cable, 75-0301-
3127-2
1 Ea. 30 days $648.20 TCS
654 660-025-001 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 500' cable, 75-0301-
3128-0
1 Ea. 30 days $843.20 TCS
655 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 75' cable, 75-0301-
3129-8
1 Ea. 30 days $204.85 TCS
656 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 150' cable, 75-0301-
2203-2
1 Ea. 30 days $234.10 TCS
657 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 175' cable, 75-0301-
3130-6
1 Ea. 30 days $243.85 TCS
658 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 500' cable, 75-0301-
3131-4
1 Ea. 30 days $370.60 TCS
659 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 1000' cable, 75-0301-
3132-2
1 Ea. 30 days $565.60 TCS
660 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 75' cable, 75-0301-
3133-0
1 Ea. 30 days $382.00 TCS
661 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 150' cable, 75-0301-
2204-0
1 Ea. 30 days $411.30 TCS
662 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 175' cable, 75-0301-
3134-8
1 Ea. 30 days $421.00 TCS
663 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 500' cable, 75-0301-
3135-5
1 Ea. 30 days $547.80 TCS
664 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 1000' cable, 75-0301-
3136-3
1 Ea. 30 days $742.80 TCS
665 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 75' cable, 75-0301-
3137-1
1 Ea. 30 days $585.48 TCS
666 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 150' cable, 75-0301-
2205-7
1 Ea. 30 days $616.25 TCS
667 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 175' cable, 75-0301-
3138-9
1 Ea. 30 days $626.75 TCS
668 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 500' cable, 75-0301-
3139-7
1 Ea. 30 days $723.40 TCS
669 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 1000' cable, 75-0301-
3140-5
1 Ea. 30 days $918.40 TCS
670 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Model 702, Installation Kit, 78-8114-5717-1 1 Ea. 30 days $114.00 TCS
671 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Model 702, Carrier, Single, 78-8114-5707-2 1 Ea. 30 days $65.00 TCS
672 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Model 702, Carrier Package, 25 Units, 78-8118-6123-2 1 Ea. 30 days $177.45 TCS
673 660-025-002 GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE Model 702, Carrier Package, 50 Units, 78-8118-6124-0 1 Ea. 30 days $354.90 TCS
674 663-001-001 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM 1012 1 Ea.
675 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 138, Detector cable, 500' spool, 78-8009-
6556-4
1 Ea. 30 days $205.00 TCS
676 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 138, Detector cable, 1000' spool,78-8009-
6557-2
1 Ea. 30 days $410.00 TCS
677 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 138, Detector cable, 2500' spool, 78-
8009-6393-2
1 Ea. 30 days $1,025.00 TCS
678 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 575, Confirmation light kit, 78-8060-1634-
7
1 Ea. 30 days $81.90 TCS
679 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 711, Detector, 1ch., 1 direction, 78-8095-
3852-9
1 Ea. 30 days $425.60 TCS
680 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 721, Detector, 1ch., 2 directions, 78-8095-
3853-7
1 Ea. 30 days $483.90 TCS
681 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 722, Detector, 2ch., 2 directions, 78-8095-
3854-5
1 Ea. 30 days $675.10 TCS
682 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 708, Span wire clamp, 78-8009-5667-0 1 Ea. 30 days $18.90 TCS
683 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 755, 4ch. Adapter card, 78-8114-5920-1 1 Ea. 30 days $52.50 TCS
684 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 760, Card rack w/P1 harness, 78-8114-
5300-6
1 Ea. 30 days $168.00 TCS
685 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 760-P1, Harness assembly, 78-8118-6560-
5
1 Ea. 30 days $68.25 TCS
686 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 762, Phase selector, 2ch., 76-1000-1056-
0
1 Ea. 30 days $1,758.75 TCS
687 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 764, Multimode phase selector, 76-1000-
1054-0
1 Ea. 30 days $2,751.00 TCS
688 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 768, Multimode AIP, 76-1000-1059-0 1 Ea. 30 days $300.00 TCS
689 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 770, Gate opener card rack w/cable, 75-
0301-4462-2
1 Ea. 30 days $315.00 TCS
690 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 794H, LED Emitter, High priority, 76-1000-
1039-0
1 Ea. 30 days $995.00 TCS
691 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 794L, LED Emitter, Low priority, 76-1000-
1040-0
1 Ea. 30 days $995.00 TCS
692 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 794R, LED Emitter, Range control, 76-
1000-1041-0
1 Ea. 30 days $995.00 TCS
693 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 794T, LED Emitter, Low priority transit,
76-1000-1047-0
1 Ea. 30 days $995.00 TCS
694 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model RC790, Remote coding unit, 76-1000-
1043-0
1 Ea. 30 days $300.00 TCS
695 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 793B, Emitter switch, on/off "L" bracket,
78-8113-4960-0
1 Ea. 30 days $75.00 TCS
696 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 793R, Emitter switch, range control box,
78-8118-6441-8
1 Ea. 30 days $330.00 TCS
697 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 793S, Emitter switch, on/off box, 78-
8113-4965-9
1 Ea. 30 days $140.00 TCS
698 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 792H, Emitter, High priority, 78-8113-
4540-0
1 Ea. 30 days $995.00 TCS
699 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 992HF, Emitter, High priority, filter, 78-
8113-4603-6
1 Ea. 30 days $995.00 TCS
700 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 792R, Emitter, Range control, 78-8113-
4600-2
1 Ea. 30 days $995.00 TCS
701 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 792L, Emitter, Low priority, 78-8113-
4550-9
1 Ea. 30 days $995.00 TCS
702 663-001-002 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 700, Model 792T, Emitter, Low priority, filter, 78-
8113-4560-8
1 Ea. 30 days $995.00 TCS
703 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Opticom GPS, Model 1010, GPS Radio, Mast mount, 78-
8118-6978-9
1 Ea. 30 days $2,680.00 TCS
703a 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Opticom GPS, Model 1010, GPS Radio, Mast mount, (PART
NUMBER REVISED TO 3100 MAST ARM MOUNT (73-1000-
1189-00) REVIEWED W/ 764 8-18-2014)
1 Ea. 30 days $2,680.00 TCS
704 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Opticom GPS, Installation cable, 500' spool, 78-8125-0421-
1
1 Ea. 30 days $350.00 TCS
705 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Opticom GPS, Installation cable, 1000' spool, 78-8125-0422-
9
1 Ea. 30 days $700.00 TCS
706 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Opticom GPS, Installation cable, 2500' spool, 78-8125-0423-
7
1 Ea. 30 days $1,750.00 TCS
707 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Opticom GPS, Model 1012, Radio Unit, Cabinet mount, 76-
1000-1027-0
1 Ea. 30 days $2,680.00 TCS
707a 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Opticom GPS, Model 1012, Radio Unit, Cabinet Mount,
(PART NUMBER REVISED TO 3101 CABINET MOUNT (73-
100-1198-00) REVIEWED W/ 764 8/18-2014)
1 Ea. 30 days $2,680.00 TCS
708 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM GPS Vehicle Kit, High priority, 76-1000-1155-0 1 Ea. 30 days $3,000.00 TCS
709 663-001-003 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM GPS Vehicle Kit, Transit, 76-1000-1156-0 1 Ea. 30 days $3,000.00 TCS
710 663-001-004 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 400, Model 462 Phase Selector (2ch.), 76-1000-1057-
0
1 Ea.
711 663-001-004 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 400, Model 464 Phase Selector (4ch.), 76-1000-1055-
0
1 Ea.
712 663-001-004 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 400, Model 494H LED Emitter, 76-1000-1042-0 1 Ea.
713 663-001-004 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 400, Model 494H Emitter, 78-8118-6605-8 1 Ea.
714 663-001-004 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM Series 400, Model 494HF. 78-8113-4604-4 1 Ea.
715 663-001-005 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM 762 IR Phase Selector 1 Ea. 30 days $1,758.75 TCS
716 663-001-006 GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM 764 GPS & IR Phase Selector 1 Ea. 30 days $2,751.00 TCS
717 682-001-003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC-ICPO-1IZDE 1 Ea. 30 days $3,087.00 GovComm717a 682‐001‐003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC‐ICPO‐1IZD(E) / 1.3 MP 30X 1 Ea. 30 days $3,087.00 GovComm718 682-001-003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC-ICPO-FIZDE 1 Ea. 30 days $3,267.00 GovComm718a 682‐001‐003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC‐ICPO‐FIZD(E) / 2 MP 30X 1 Ea. 30 days $3,267.00 GovComm719 682-001-003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC-ICPO-3IZDE 1 Ea. 30 days $3,997.00 GovComm719a 682‐001‐003 GOVCOMM CAMERA - EXTERNAL POSITIONER ICPO‐3I2D(E) 20X / 3 MP 20X 1 Ea. 30 days $3,187.00 GovComm720 682-001-003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC-ICPO-312DE 1 Ea. 30 days $4,297.00 GovComm720a 682‐001‐003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC‐ICPO‐3IZD(E) / 3 MP 30X 1 Ea. 30 days $3,567.00 GovComm721 682-002-009 GOVCOMM CAMERA - DOME GC-IMPO-312DE 1 Ea. 30 days $3,697.00 GovComm721a 682‐002‐009 GOVCOMM CAMERA - DOME GC‐IMPO‐1IZD(E) / 1.3 MP 30X 1 Ea. 30 days $2,757.00 GovComm
721a 682‐002‐009 GOVCOMM CAMERA - DOME GC‐IMPO‐3I2D(E) / 3 MP 20X 1 Ea. 30 days $3,037.00 GovComm722 682-002-009 GOVCOMM CAMERA - DOME GC-IMPO-FIZDE 1 Ea. 30 days $2,937.00 GovComm722a 682‐002‐009 GOVCOMM CAMERA - DOME GC‐IMPO‐FIZD(E) / 2 MP 30X 1 Ea. 30 days $2,937.00 GovComm723 682-002-009 GOVCOMM CAMERA - DOME GC-IMPO-FIZ6DE 1 Ea. 30 days $3,597.00 GovComm723a 682‐002‐009 GOVCOMM CAMERA - DOME GC‐IMPO‐FIZD(E) / 3 MP 30X 1 Ea. 30 days $3,367.00 GovComm724 682-002-009 GOVCOMM CAMERA - DOME GC-IMPO-31ZDE 1 Ea. 30 days $3,797.00 GovComm724a 682‐002‐009 GOVCOMM CAMERA - DOME GC‐IMPO‐FIZ6D(E) / 2 MP 36X 1 Ea. 30 days $3,597.00 GovComm725 682-002-009 GOVCOMM CAMERA - DOME GC-IMPO-31Z6DE 1 Ea. 30 days $4,997.00 GovComm725a 682‐002‐009 GOVCOMM CAMERA - DOME GC‐IMPO‐3IZ6D(E) / 3 MP 36X 1 Ea. 30 days $3,972.00 GovComm726 676-004-012 HESCO RLS SURGE PROTECTIVE DEVICE HE 300-15 1 Ea. 25 days $43.10 Rainbow Distr
727 676-004-028 HESCO RLS SURGE PROTECTIVE DEVICE HE1700 1 Ea. 25 days $45.65 Rainbow Distr
728 676-004-029 HESCO RLS SURGE PROTECTIVE DEVICE HE642C 1 Ea. 25 days $32.50 Rainbow Distr
729 676-004-033 HESCO RLS SURGE PROTECTIVE DEVICE HE1800 1 Ea. 25 days $56.25 Rainbow Distr
730 676-004-034 HESCO RLS SURGE PROTECTIVE DEVICE VLP SERIES 1 Ea. 25 days $10.00 Rainbow Distr
731 102-055-001 HORIZON SIGNAL
TECHNOLOGIES
PORTABLE TRAFFIC SIGNAL (FOR WORK
ZONE USE ONLY)
MODEL SQ3TS 1 Ea. 14-28 days $49,500.00 Horizon Signal Tech.
732 102-055-002 HORIZON SIGNAL
TECHNOLOGIES
PORTABLE TRAFFIC SIGNAL (FOR WORK
ZONE USE ONLY)
MODEL SQ2 1 Ea. 14-28 days $30,750.00 Horizon Signal Tech.
733 660-020-003 IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM -
MICROWAVE
G4 Model K4 1 Ea. 30 days $3,995.00 Blackhawk
734 741-001-001 IMAGE SENSING SYSTEMS TRAFFIC MONITORING SITE VEHICLE
SENSOR - MICROWAVE RADAR VEHICLE
SENSOR
RTMS 1 Ea. 30 days $3,995.00 Blackhawk
735 684-003-001 IMPATH NETWORKS VIDEO DECODER i1000D 1 Ea. 30 days $4,015.00 Blackhawk
736 684-003-006 IMPATH NETWORKS VIDEO DECODER Model: i5110-D 1 Ea. 30 days $1,075.00 Blackhawk
737 684-004-001 IMPATH NETWORKS VIDEO ENCODER Model i4110 1 Ea. 30 days $1,995.00 Blackhawk
738 684-004-001 IMPATH NETWORKS VIDEO ENCODER Model i4022 1 Ea.
739 684-004-001 IMPATH NETWORKS VIDEO ENCODER Model i4021 1 Ea.
740 684-004-001 IMPATH NETWORKS VIDEO ENCODER Model i1410 1 Ea.
741 684-004-001 IMPATH NETWORKS VIDEO ENCODER Model i1422 1 Ea.
742 684-004-004 IMPATH NETWORKS VIDEO ENCODER i5110ET 1 Ea. 30 days $1,995.00 Blackhawk
743 700-019-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC SPEED FEEDBACK SIGN VSC-1520F SERIES 1 Ea.
743a 700-019-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC SPEED FEEDBACK SIGN VSC‐1520F/ SC‐15 SERIES ‐15" digit ‐ DeviceController ™
Onsite; AC Power
1 Ea. 45 days $3,124.00 Information Display Co.
743b 700-019-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC SPEED FEEDBACK SIGN VSC-1520F/SC-15 SERIES - Slow Down message;
TrafficAnalyzer & SchedulePro™ AC Power, 15" LED digits
1 Ea. 45 days $3,724.00 Information Display Co.
743c 700-019-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC SPEED FEEDBACK SIGN VSC-1520F /SC-15 SERIES - Slow Down message;
TrafficAnalyzer & Schedule Pro™ Solar Power, 15" LED
digits
1 Ea. 45 days $4,829.00 Information Display Co.
744 700-019-002 INFORMATION DISPLAY
COMPANY
ELECTRONIC SPEED FEEDBACK SIGN VSC-1820F SERIES 1 Ea.
744a 700-019-002 INFORMATION DISPLAY
COMPANY
ELECTRONIC SPEED FEEDBACK SIGN VSC‐1820F / SC‐18 SERIES ‐ DeviceController™ Onsite; AC
Power, 18" LED digits
1 Ea. 45 days $4,833.00 Information Display Co.
744b 700-019-002 INFORMATION DISPLAY
COMPANY
ELECTRONIC SPEED FEEDBACK SIGN VSC‐1820F / SC‐18 SERIES ‐ DeviceController™ Onsite;
TrafficAnalyzer & SchedulePro™ Solar Power, 18" LED
digits
1 Ea. 45 days $5,799.00 Information Display Co.
745 700-022-003 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck - Model SDA Series - Slow Down Alert Sign 1 Ea.
745a 700-022-003 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model SDA Series - SlowDown Alert Sign; AC
Power
1 Ea. 45 days $4,499.00 Information Display Co.
745b 700-022-003 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model SDA Series - SlowDown Alert Sign;
TrafficAnalyzer, Solar Power
1 Ea. 45 days $5,199.00 Information Display Co.
746 700-022-004 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series, Advisory Speed Limit Sign,
Solar power, 15" LED digits
1 Ea.
746a 700-022-004 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series - Advisory Speed Limit Sign,
Solar power, 15" LED digits, No Radar
1 Ea. 45 days $4,499.00 Information Display Co.
748a 700-022-004 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series - Advisory Speed Limit Sign,
Solar power, 18" LED digits, No Radar
1 Ea. 45 days $4,999.00 Information Display Co.
746b 700-022-004 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series - Advisory Speed Limit Sign,
Solar power, 15" LED digits- Violation Alert
1 Ea. 45 days $5,699.00 Information Display Co.
747 700-022-004 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series, Advisory Speed Limit Sign,
Solar power, SlowDown, 15" LED digits
1 Ea. 45 days $5,499.00 Information Display Co.
748 700-022-004 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series, Advisory Speed Limit Sign,
Solar power, 18" LED digits
1 Ea.
748b 700-022-004 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series - Advisory Speed Limit Sign,
Solar power, 18" LED digits; TrafficAnalyzer, Violation Alert
1 Ea. 45 days $5,999.00 Information Display Co.
749 700-022-004 INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series, Advisory Speed Limit Sign,
Solar power, ViolationAlert, 18" LED digits
1 Ea. 45 days $5,699.00 Information Display Co.
750 700-026-001 INFORMATION DISPLAY
COMPANY
SIGN BEACON (VEHICLE ACTIVATED
BEACON)
FlashAlert Series 1 Ea.
750a 700-026-001 INFORMATION DISPLAY
COMPANY
SIGN BEACON (VEHICLE ACTIVATED
BEACON)
FlashAlert series; Solar Power; Single Beacon, Static sign not
included.
1 Ea. 45 days $3,954.00 Information Display Co.
750b 700-026-001 INFORMATION DISPLAY
COMPANY
SIGN BEACON (VEHICLE ACTIVATED
BEACON)
FlashAlert series; Solar Power; Single Beacon,
TrafficAnalyzer; Static sign not included.
1 Ea. 45 days $4,279.00 Information Display Co.
751 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 15" LED digits, Ethernet
interface, sign panel up to 48" x 72" (legend to be specified
at time order is placed), mounting hardware
1 Ea.
751a 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 15" LED digits, Ethernet
interface, sign panel up to 30"x42" (legend to be specified
at time order is placed), mounting hardware
1 Ea. 45 days $4,179.00 Information Display Co.
751b 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 15" LED digits, Ethernet
interface, sign panel up to 36"x48" (legend to be specified
at time order is placed), mounting hardware
1 Ea. 45 days $4,429.00 Information Display Co.
752 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 18" LED digits, Ethernet
interface, sign panel up to 48" x 72" (legend to be specified
at time order is placed), mounting hardware
1 Ea.
752a 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 18" LED digits, Ethernet
interface, sign panel up to 36"x48" (legend to be specified
at time order is placed), mounting hardware
1 Ea. 45 days $4,699.00 Information Display Co.
752b 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 18" LED digits, Ethernet
interface, sign panel up to 48"x60" (legend to be specified
at time order is placed), mounting hardware
1 Ea. 45 days $4,999.00 Information Display Co.
752c 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 18" LED digits, Ethernet
interface, sign panel up to 48" x 72" (legend to be specified
at time order is placed), mounting hardware
1 Ea. 45 days $5,199.00 Information Display Co.
753 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 15" LED digits, Ethernet
interface, mounting hardware, no static sign panel
1 Ea. 45 days $3,999.00 Information Display Co.
754 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series, Guide Sign with 18" LED digits, Ethernet
interface, mounting hardware, no static sign panel
1 Ea. 45 days $4,379.00 Information Display Co.
755 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series option, solar power system 1 Ea. 45 days $1,039.00 Information Display Co.
756 700-029-001 INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN GS Series option, cellular modem 1 Ea. 45 days $779.00 Information Display Co.
757 671-019-002 INTELIGHT 2070 UNIT (FULL UNIT FOR 170 CABINET) MODEL 2070-LDX 1 Ea. 60 days $2,650.00 Control Tech
758 741-002-004 INTERNATIONAL ROAD
DYNAMICS
TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
AS475 ASPHALT 1 Gal.
(90 cu.
In.)
30 DAYS $185.00 TCS
759 742-003-002 INTERNATIONAL ROAD
DYNAMICS
TRAFFIC MONITORING SITE WEIGH-IN-
MOTION - ELECTRONICS UNIT
Model 1068 iSINC/DC (4 KLK + 2 LPL) 12-volt DC 1 Ea.
760 742-003-003 INTERNATIONAL ROAD
DYNAMICS
TRAFFIC MONITORING SITE WEIGH-IN-
MOTION - ELECTRONICS UNIT
Model 1068 iSINC/DC (2 KLK + 2 LPL) 12-volt DC 1 Ea.
761 742-003-004 INTERNATIONAL ROAD
DYNAMICS
TRAFFIC MONITORING SITE WEIGH-IN-
MOTION - ELECTRONICS UNIT
Model 1068 iSINC/DC (2 KLK + 4 LPL) 12-volt DC 1 Ea.
762 102-046-009 INTERPLEX SOLAR TYPE A WARNING LIGHT LOW INTENSITY Maverick M1121A 1 Ea.
763 102-047-011 INTERPLEX SOLAR TYPE C WARNING LIGHT STEADY BURN Maverick M1121C 1 Ea.
764 744-001-003 INTERSTATE BATTERY
SYSTEM INTERNATIONAL,
INC.
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - BATTERY
DCM0100L 1 Ea.
765 660-015-011 ITERIS VEHICLE DETECTOR- VIDEO VANTAGE EDGE2-2N +/-EXT MODULES, includes EDGE2-2N-
PAK, CAM-RZ4C (x2), PELCO0175 (x2), SURGPAN, 500'
ISOCBL
1 Ea. 30 days $7,272.00 Iteris
765a 660-015-011 ITERIS VEHICLE DETECTOR- VIDEO 2 Camera System - Vantage Edge2 Remote / TS2 - includes
Edge2-2N PAK, EdgeConnect, TS2 IM, CAM-RZ4C (x2),
PELCO0175 (x2), SURGEPAN, 500' ISOCBL
1 30 days $10,509.05 Iteris
765b 660-015-011 ITERIS VEHICLE DETECTOR- VIDEO 3 Camera System - Vantage Edge2-2N - Edge2-1N - includes
Edge2-2N PAK, Edge2-1N PAK, CAM-RZ4C (x3), PELCO0175
(x3), SURGEPAN, 750' ISOCBL
1 30 days $11,165.55 Iteris
765c 660-015-011 ITERIS VEHICLE DETECTOR- VIDEO 3 Camera System - Vantage Edge2-2N - Edge2-1N - includes
Edge2-2N PAK, Edge2-1N PAK, EdgeConnect, TS2 IM, CAM-
RZ4C (x3), PELCO0175 (x3), SURGEPAN, 750' ISOCBL
1 30 days $14,402.60 Iteris
766 660-015-012 ITERIS VEHICLE DETECTOR- VIDEO VANTAGE EDGE2-1N +/-EXT MODULES, includes EDGE2-1N-
PAK, CAM-RZ4C, PELCO0175, SURGPAN, 250' ISOCBL
1 Ea. 30 days $3,903.65 Iteris
767 660-015-020 ITERIS VEHICLE DETECTOR- VIDEO VANTAGE EDGE 2-4N WITH VANTAGE ACCESS, includes
EDGE2-4N-PAK, EDGE2-TS2IO-PAK, CAM-RZ4C (x4),
PELCO0175 (x4), SURGEPAN, 1000' ISOCBL
1 Ea. 30 days $15,639.85 Iteris
767a 660-015-020 ITERIS VEHICLE DETECTOR- VIDEO Vantage Edge2-4N includes Edge2-4N PAK, EDGECONNECT,
EDGE2-TS2IO PAK, CAM-RZ4C (x4), PELCO0175 (x4),
SURGEPAN, 1000' ISOCBL
1 30 days $17,861.85 Iteris
767b 660-015-020 ITERIS VEHICLE DETECTOR- VIDEO Vantage VRACK TS2 Detector Rack - includes - VRACK3-TS2-
PS
1 30 days $555.50 Iteris
767c 660-015-020 ITERIS VEHICLE DETECTOR- VIDEO Vantage VRACK TS1 Detector Rack - includes - VRACK3-TS1-
PS
1 30 days $555.50 Iteris
767d 660-015-020 ITERIS VEHICLE DETECTOR- VIDEO Vantage Edge - TS2 BIU Input / Output Module - TS2IO PAK 1 30 days $1,015.05 Iteris
768 660-015-026 ITERIS VEHICLE DETECTOR- VIDEO VersiCam-SM with ICC Module, includes VCSM-PAK,
CAMBRKT4, VC-SURGE, 200' VCABLE
1 Ea. 30 days $2,528.28 Iteris
769a 660-015-031 ITERIS VEHICLE DETECTOR- VIDEO Vantage Vector 2 Sensor System - includes VEC-Edge2-2N-
PAK, VECTOR (x2), SURGEPAN, 500' ISOCBL
1 30 days $13,059.30 Iteris
769b 660-015-031 ITERIS VEHICLE DETECTOR- VIDEO Vantage Vector 2 Sensor System - Remote / TS2 - includes
VEC-Edge2-2N-PAK, EDGECONNECT, TS2IO PAK, VECTOR
(x2), SURGEPAN, 500' ISOCBL
1 30 days $16,296.35 Iteris
769 660-015-031 ITERIS VEHICLE DETECTOR- VIDEO Vantage Vector (Bid functional system that includes a single
video/radar sensor, Vector Processor, and up to 100’ of
camera cable)
1 Ea. 30 days $6,741.75 Iteris
770 660-015-032 ITERIS VEHICLE DETECTOR- VIDEO VersiCam Wireless (Bid functional system that includes a
single camera, ICC-2W, antennas, and cabling)
1 Ea. 30 days $6,201.40 Iteris
771 660-015-033 ITERIS VEHICLE DETECTOR- VIDEO Vantage SmartSpan (Bid functional system that includes a
single camera, Vantage SmatSpan Processor, and up to 100’
of camera cable)
1 Ea. 30 days $3,918.80 Iteris
771a 660-015-033 ITERIS VEHICLE DETECTOR- VIDEO Vantage SmartSpan - 4 Camera System Remote / TS2 -
includes SPAN-EDGE2-1N-PAK (x4), SMARTSPAN-SS-PAK
(x4), EDGECONNECT, TS2 IM, SURGEPAN, 1000' ISOCBL
1 30 days $18,548.65 Iteris
771b 660-015-033 ITERIS VEHICLE DETECTOR- VIDEO Vantage EdgeConnect - includes - EDGECONNECT 1 30 days $2,222.00 Iteris
772 660-027-002 ITERIS VEHICLE DETECTOR - AVI Vantage Velocity
772a 660-027-002 ITERIS VEHICLE DETECTOR - AVI Vantage Velocity Host Server - Dell Server including
Windows OS to operate Velocity host software and 3 year
hardware warranty
1 30 days $1,131.20 Iteris
773 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8040 1 Ea.
774 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8012 1 Ea.
775 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8020+ 1 Ea.
776 682-003-001 JUPITER SYSTEMS VIDEO DISPLAY CONTROL SYSTEM Fusion Catalyst System 1 Ea. 45 days $51,000.00 Jupiter Sys.
776a 682-003-004 JUPITER SYSTEMS VIDEO DISPLAY CONTROL SYSTEM Canvas 1 Ea. 45 days $35,500.00 Jupiter Sys.
777 102-044-029 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD KKAB5015 (Current QPL #S102-0927) 1 Ea. 30 days $3,417.40 K&K Sys.
778 102-044-030 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD KKAB5025 1 Ea. 30 days $3,744.07 K&K Sys.
779 102-044-032 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD Model - KKAB3060-15TM (Current QPL # S102-1122) 1 Ea. 30 days $1,272.84 K&K Sys.
780 102-044-033 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD Model - KKAB3060-25TM (Current QPL # S102-1123) 1 Ea. 30 days $1,530.99 K&K Sys.
781 102-044-034 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD Model - KKAB4896-25TM (Current QPL # S102-1124) 1 Ea. 30 days $1,777.78 K&K Sys.
782 102-050-003 K&K SYSTEMS PORTABLE REGULTORY SIGN Model KKWS30-4 (Current QPL # S102-1302) 1 Ea. 30 days $3,518.52 K&K Sys.
783 102-052-003 K&K SYSTEMS PORTABLE RADAR SPEED DISPLAY UNIT Model 2000R-18" (Current QPL # S102-1906) 1 Ea. 30 days $5,755.91 K&K Sys.
784 102-052-012 K&K SYSTEMS PORTABLE RADAR SPEED DISPLAY UNIT 2000R-18" 1 Ea. 30 days $5,755.91 K&K Sys.
785 742-004-003 KISTLER INSTRUMENT TRAFFIC MONITORING SITE WEIGH-IN-
MOTION - QUARTZ ELEMENT
PIEZOELECTRIC WEIGHT SENSOR
9195F421 1 Ea.
786 742-004-004 KISTLER INSTRUMENT TRAFFIC MONITORING SITE WEIGH-IN-
MOTION - QUARTZ ELEMENT
PIEZOELECTRIC WEIGHT SENSOR
9195F511 1 Ea.
787 742-004-005 KISTLER INSTRUMENT TRAFFIC MONITORING SITE WEIGH-IN-
MOTION - QUARTZ ELEMENT
PIEZOELECTRIC WEIGHT SENSOR
9195F411 1 Ea.
788 742-004-006 KISTLER INSTRUMENT TRAFFIC MONITORING SITE WEIGH-IN-
MOTION - QUARTZ ELEMENT
PIEZOELECTRIC WEIGHT SENSOR
9195F521 1 Ea.
789a 700-020-003 LEDSTAR DYNAMIC MESSAGE SIGN - WALK-IN VMS-105-27x125 (Monochrome Amber 66mm pitch) 1 Ea. 20 weeks $74,500.00 Ledstar
789b 700-020-003 LEDSTAR DYNAMIC MESSAGE SIGN - WALK IN VMS-105-27X125 (Monochrome Amber 66mm pitch + 2
Hour UPS)
1Ea. 20 weeks $78,000.00 Ledstar
790a 700-020-004 LEDSTAR DYNAMIC MESSAGE SIGN - WALK-IN VMS-133 Series (Full Color 33 and 20mm pitch) 1 Ea. 20 weeks $79,500.00 Ledstar
790b 700-020-004 LEDSTAR DYNAMIC MESSAGE SIGN - WALK IN VMS-133-54X210C-33 (Full Color 33mm pitch + 2 Hour
UPS)
1Ea. 20 weeks $83,000.00 Ledstar
790c 700-020-004 LEDSTAR DYNAMIC MESSAGE SIGN - WALK IN VMS-133-54X250C-33 (Full Color 33mm pitch) 1Ea. 20 weeks $84,500.00 Ledstar
790d 700-020-004 LEDSTAR DYNAMIC MESSAGE SIGN - WALK IN VMS-133-54X250C-33 (Full Color 33mm pitch + 2 Hour
UPS)
1Ea. 20 weeks $91,500.00 Ledstar
790e 700-020-004 LEDSTAR DYNAMIC MESSAGE SIGN - WALK IN VMS-133-96x400C-20 (Full Color 20mm pitch) 1Ea. 20 weeks $109,500.00 Ledstar
790f 700-020-004 LEDSTAR DYNAMIC MESSAGE SIGN - WALK IN VMS-133-96x400C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea. 20 weeks $116,500.00 Ledstar
791 700-020-004 LEDSTAR DYNAMIC MESSAGE SIGN - WALK-IN VMS133C-54x210 (Full-Color): OBSOLETE Ledstar
792 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS Model: VMS-136 Series (Full Color) Ledstar
792a 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x140C-33 (Full Color 33mm pitch) 1Ea. 20 weeks $49,500.00 Ledstar
792b 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x140C-33 (Full Color 33mm pitch + 2 Hour UPS) 1Ea. 20 weeks $53,000.00 Ledstar
792c 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x150C-33 (Full Color 33mm pitch) 1Ea. 20 weeks $52,000.00 Ledstar
792d 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x150C-33 (Full Color 33mm pitch + 2 Hour UPS) 1Ea. 20 weeks $55,500.00 Ledstar
792e 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x200C-33 (Full Color 33mm pitch) 1Ea. 20 weeks $56,500.00 Ledstar
792f 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x200C-33 (Full Color 33mm pitch + 2 Hour UPS) 1Ea. 20 weeks $60,000.00 Ledstar
792g 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-24x352C-20 (Full Color 20mm pitch) 1Ea. 20 weeks $51,000.00 Ledstar
792h 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-24x352C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea. 20 weeks $54,500.00 Ledstar
792i 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-16x304C-20 (Full Color 20mm pitch) 1Ea. 20 weeks $32,250.00 Ledstar
792j 700-023-004 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-16x304C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea. 20 weeks $35,750.00 Ledstar
793a 700-023-005 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS Model: VMS-136 Series (Amber) (Model Tested: VMS-136-
27x80-46-X)
1 Ea. 20 weeks $40,500.00 Ledstar
793b 700-023-005 LEDSTAR DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-27x80A-46 (Monochrome Amber 46mm pitch + 2
Hour UPS)
1Ea. 20 weeks $44,000.00 Ledstar
794 700-024-003 LEDSTAR DYNAMIC MESSAGE SIGN - EMBEDDED VMS-136 Series (Monochrome Amber 66mm pitch) (Full Ledstar794a 700-024-003 LEDSTAR DYNAMIC MESSAGE SIGN - EMBEDDED VMS-136-7x45-33C (Full color 33mm pitch) 1Ea. 20 weeks $13,000.00 Ledstar
794b 700-024-003 LEDSTAR DYNAMIC MESSAGE SIGN - EMBEDDED VMS-136-7x45-33C (Full color 33mm pitch + 2 Hour UPS) 1Ea. 20 weeks $15,000.00 Ledstar
794c 700-024-003 LEDSTAR DYNAMIC MESSAGE SIGN - EMBEDDED VMS-136-24x144C-20 (Full Color 20mm pitch) 1Ea. 20 weeks $24,000.00 Ledstar
794d 700-024-003 LEDSTAR DYNAMIC MESSAGE SIGN - EMBEDDED VMS-136-24x144C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea. 20 weeks $26,000.00 Ledstar
794e 700-024-003 LEDSTAR DYNAMIC MESSAGE SIGN - EMBEDDED VMS-136-16x96C-20 (Full Color 20mm pitch) 1Ea. 20 weeks $11,100.00 Ledstar
794f 700-024-003 LEDSTAR DYNAMIC MESSAGE SIGN - EMBEDDED VMS-136-16x96C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea. 20 weeks $13,100.00 Ledstar
795 653-016-004 LEOTEK 12" LED HAND AND PERSON MODULE TP12H-HM 1 Ea. 30 days $84.50 Control Tech
796 653-017-012 LEOTEK 16" X 18" LED HAND & PERSON MODULE TSL-PED-DP-16-FS 1 Ea. 30 days $82.50 Control Tech
797 653-022-009 LEOTEK COUNTDOWN PEDESTRIAN SIGNAL TSL-PED-16-CIL-9-FL
798 653-022-016 LEOTEK COUNTDOWN PEDESTRIAN SIGNAL TSL-PED-16-CIL-P1 1 Ea. 30 days $96.50 Control Tech
799 650-010-018 LEOTEK ELECTRONICS 12" LED RED SIGNAL TSL-EV12R-HP3-A1 1 Ea.
800 650-010-029 LEOTEK ELECTRONICS 12" LED RED SIGNAL TSL-12R-LX-IL1-A1 1 Ea.
801 650-010-032 LEOTEK ELECTRONICS 12" LED RED SIGNAL TSL-12R-LX-IL3-A1 1 Ea.
802 650-010-036 LEOTEK ELECTRONICS 12" LED RED SIGNAL Model TSL-12R-LX-IL6-A1-P2 1 Ea. 30 days $25.00 Control Tech
803 650-011-014 LEOTEK ELECTRONICS 12" LED RED ARROW SIGNAL TSL-12RA-MF-A1 1 Ea. 30 days $39.00 RainbowDistr
804 650-011-024 LEOTEK ELECTRONICS 12" LED RED ARROW SIGNAL TSL-12RA-LD-A1 1 Ea.
805 650-011-026 LEOTEK ELECTRONICS 12" LED RED ARROW SIGNAL Model TSL-12RA-IL6-A1 1 Ea. 30 days $27.00 Control Tech
806 650-012-008 LEOTEK ELECTRONICS 12" LED YELLOW SIGNAL TSL-EV12Y-HP5-A1 1 Ea.
807 650-012-012 LEOTEK ELECTRONICS 12" LED YELLOW SIGNAL TSL-12Y-LX-IL2-A1 1 Ea.
808 650-012-015 LEOTEK ELECTRONICS 12" LED YELLOW SIGNAL TSL-12Y-LX-IL3-A1 1 Ea.
809 650-012-019 LEOTEK ELECTRONICS 12” LED YELLOW SIGNAL TSL-12Y-LX-IL3-A1-C 1 Ea.
810 650-012-021 LEOTEK ELECTRONICS 12" LED YELLOW SIGNAL Model TSL-12Y-LX-IL6-A1-P2 1 Ea. 30 days $27.25 Control Tech
811 650-013-010 LEOTEK ELECTRONICS 12" LED GREEN SIGNAL TSL-EV12G-HP3-A1 1 Ea.
812 650-013-017 LEOTEK ELECTRONICS 12" LED GREEN SIGNAL TSL-12G-LX-IL1-A1 1 Ea.
813 650-013-020 LEOTEK ELECTRONICS 12" LED GREEN SIGNAL TSL-12G-LX-IL3-A1 1 Ea.
814 650-013-024 LEOTEK ELECTRONICS 12" LED GREEN SIGNAL Model TSL-12G-LX-IL6-A1-P2 1 Ea. 30 days $27.25 Control Tech
815 650-014-009 LEOTEK ELECTRONICS 12" LED YELLOW ARROW SIGNAL TSL-12YA-MF-A1 1 Ea.
816 650-014-016 LEOTEK ELECTRONICS 12" LED YELLOW ARROW SIGNAL TSL-12YA-LD-A1 1 Ea.
817 650-014-018 LEOTEK ELECTRONICS 12" LED YELLOW ARROW SIGNAL Model TSL-12YA-IL6-A1 1 Ea. 30 days $28.50 Control Tech
818 650-015-007 LEOTEK ELECTRONICS 12" LED GREEN ARROW SIGNAL TSL-12GA-MF-A1 1 Ea.
819 650-015-016 LEOTEK ELECTRONICS 12" LED GREEN ARROW SIGNAL TSL-12GA-LD-A1 1 Ea.
820 650-015-018 LEOTEK ELECTRONICS 12" LED GREEN ARROW SIGNAL Model TSL-12GA-IL6-A1 1 Ea. 30 days $28.50 Control Tech
821 102-059-002 LITESYS TRUCK MOUNTED CHANGEABLE MESSAGE
SIGN
LiteReader VCMS 1020A 1 Ea. 30 days $9,295.00 LITESYS
822 102-059-003 LITESYS TRUCK MOUNTED CHANGEABLE MESSAGE
SIGN
LiteReader VCMS 1020F 1 Ea. 30 days $10,895.00 LITESYS
823 102-059-004 LITESYS TRUCK MOUNTED CHANGEABLE MESSAGE
SIGN
LiteReader VCMS 1030F 1 Ea. 30 days $12,695.00 LITESYS
824 102-053-001 M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO Solar Max (Current QPL # S102-0400, old QPL # WK1R1) 1 Ea. 45 days $43,500.00 JaceChandler & Assoc.
825 635-001-056 MARTIN ENTERPRISES PULL BOX AND COVER Model PC3048 (12” depth) W/COVER AND HARDWARE 1 Ea.
826 635-001-056 MARTIN ENTERPRISES PULL BOX AND COVER Model PC3048 (18” depth) W/COVER AND HARDWARE 1 Ea.
827 635-001-057 MARTIN ENTERPRISES PULL BOX AND COVER Model PC1730 (12” depth) W/COVER AND HARDWARE 1 Ea.
828 635-001-057 MARTIN ENTERPRISES PULL BOX AND COVER Model PC1730 (18” depth) W/COVER AND HARDWARE 1 Ea.
829 635-001-058 MARTIN ENTERPRISES PULL BOX AND COVER Model PC2436 (12” depth) W/COVER AND HARDWARE 1 Ea.
830 635-001-058 MARTIN ENTERPRISES PULL BOX AND COVER Model PC2436 (18” depth) W/COVER AND HARDWARE 1 Ea.
831 635-001-058 MARTIN ENTERPRISES PULL BOX AND COVER Model PC2436 (24” depth) W/COVER AND HARDWARE 1 Ea.
832 635-001-059 MARTIN ENTERPRISES PULL BOX AND COVER Model PC1324 (12” depth) W/COVER AND HARDWARE 1 Ea.
833 635-001-059 MARTIN ENTERPRISES PULL BOX AND COVER Model PC1324 (18” depth) W/COVER AND HARDWARE 1 Ea.
834 653-003-004 MCCAIN TRAFFIC SUPPLY 12" X 12" POLY PED SIGNAL MPS TP013PT3 1 Ea.
835 653-009-003 MCCAIN TRAFFIC SUPPLY INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
SERIES 1000 1 Ea.
836 653-019-001 MCCAIN TRAFFIC SUPPLY 16" X 18" DIE CAST ALUMINUM
PEDESTRIAN SIGNAL
8000 1 Ea. 30 days $94.00 TCS
837 653-020-001 MCCAIN TRAFFIC SUPPLY 16" X 18" POLYCARBONATE PEDESTRIAN
SIGNAL
8000 1 Ea. 30 days $54.00 TCS
838 671-012-001 MCCAIN TRAFFIC SUPPLY 170E CONTROLLER UNIT 170E 1 Ea. 30 days $1,966.00 TCS
839 671-012-003 MCCAIN TRAFFIC SUPPLY 170E CONTROLLER UNIT 170E-HC11 1 Ea. 30 days $1,993.00 TCS
840 671-016-011 MCCAIN TRAFFIC SUPPLY NEMA TS2 TYPE 1 CONTROLLER UNIT XATC eX Type 1 1 Ea. 30 days $2,200.00 TCS
841 671-017-009 MCCAIN TRAFFIC SUPPLY NEMA TS2 TYPE 2 CONTROLLER UNIT XATC eX Type 2 1 Ea. 30 days $2,560.00 TCS
842 671-018-005 MCCAIN TRAFFIC SUPPLY 2070L UNIT (LITE UNIT FOR 170 CABINET) 2070E 1 Ea. 30 days $2,333.00 TCS
843 676-033-001 MCCAIN TRAFFIC SUPPLY 170 UNWIRED CABINET TYPE 552 552 ENCLOSURE 1 Ea. 120 days $9,462.00 TCS
844 676-037-001 MCCAIN TRAFFIC SUPPLY 170 WIRED CABINET TYPE 332 332 170 CABINET 1 Ea. 120 days $8,000.00 TCS
845 676-038-001 MCCAIN TRAFFIC SUPPLY 170 WIRED CABINET TYPE 334 334C 170 CABINET 1 Ea.
846 676-039-001 MCCAIN TRAFFIC SUPPLY 170 WIRED CABINET TYPE 336 336 170 CABINET 1 Ea. 120 days $6,500.00 TCS
847 676-042-001 MCCAIN TRAFFIC SUPPLY 170/2070 WIRED CABINET TYPE 333 333JP 1 Ea. 120 days $8,937.00 TCS
848 650-001-008 MCCAIN TRAFFIC SUPPLY 12" POLYCARBONATE VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 30 days $49.00 TCS
849 650-002-007 MCCAIN TRAFFIC SUPPLY 12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 30 days $53.00 TCS
850 650-005-002 MCCAIN TRAFFIC SUPPLY 12" DIE CAST OPTICALLY PROGRAMMABLE
SIGNAL HEAD
HPSTS-30-3 1 Ea. 90 days $1,820.00 TCS
851 650-008-002 MCCAIN TRAFFIC SUPPLY 12" POLYCARBONATE 3 SECTION VEHICLE
SIGNAL HOUSING
M71645 1 Ea. 30 days $125.00 TCS
852 650-021-005 MCCAIN TRAFFIC SUPPLY BACKPLATE (STANDARD) 3 SECTION LOUVERED BLK ALUM. BACKPLATE 1 Ea.
853 650-021-006 MCCAIN TRAFFIC SUPPLY BACKPLATE (STANDARD) 5 SECTION LOUVERED BLK ALUM. BACKPLATE 1 Ea.
854 650-022-002 MCCAIN TRAFFIC SUPPLY BACKPLATE (RETROREFLECTIVE) M44287 - 1 SECTION 1 Ea. 30 days $38.00 TCS
855 650-022-002 MCCAIN TRAFFIC SUPPLY BACKPLATE (RETROREFLECTIVE) M44288 - 2 SECTION 1 Ea. 30 days $50.00 TCS
856 650-022-002 MCCAIN TRAFFIC SUPPLY BACKPLATE (RETROREFLECTIVE) M66677 - 3 SECTION 1 Ea. 30 days $56.00 TCS
857 650-022-002 MCCAIN TRAFFIC SUPPLY BACKPLATE (RETROREFLECTIVE) M44289 - 4 SECTION 1 Ea. 30 days $62.00 TCS
858 650-022-002 MCCAIN TRAFFIC SUPPLY BACKPLATE (RETROREFLECTIVE) M66679 - 5 SECTION (In-line) 1 Ea. 30 days $85.00 TCS
859 650-022-002 MCCAIN TRAFFIC SUPPLY BACKPLATE (RETROREFLECTIVE) M66678 - 5 SECTION (Cluster) 1 Ea. 30 days $107.00 TCS
860 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL 1 Ea. 30 days $355.00 TCS
860a 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 100' PIEZOBL-1 1 Ea. 30 days $355.00 TCS
860b 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 150' PIEZOBL-2 1 Ea. 30 days $390.00 TCS
860c 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 200' PIEZOBL-3 1 Ea. 30 days $420.00 TCS
860d 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 250' PIEZOBL-4 1 Ea. 30 days $450.00 TCS
860e 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 300' PIEZOBL-5 1 Ea. 30 days $480.00 TCS
860f 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 350' PIEZOBL-6 1 Ea. 30 days $510.00 TCS
860g 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 400' PIEZOBL-7 1 Ea. 30 days $540.00 TCS
860h 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 450' PIEZOBL-8 1 Ea. 30 days $570.00 TCS
860i 741-003-001 MEASUREMENT
SPECIALTIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL- 500' PIEZOBL-9 1 Ea. 30 days $600.00 TCS
861 620-002-008 METER-TREATER SURGE PROTECTIVE DEVICE (POWER
ENTRY)
RCHW Series 1 Ea.
862 620-004-004 METER-TREATER SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
CLT-CCV-2-M-5 Video SPD 1 Ea.
863 620-004-005 METER-TREATER SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SLT/IM-04S-232-TS (12VDC) 1 Ea.
864 620-004-005 METER-TREATER SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SLT/IM-04S-CL1-TS (24VAC) 1 Ea.
865 620-004-005 METER-TREATER SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SLT/IM-04S-CL2-TS (48VDC) 1 Ea.
866 620-004-005 METER-TREATER SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SLT/IM-04S-TR0-TS (T1) 1 Ea.
867 620-004-005 METER-TREATER SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SLT/IM-04S-422-TS-5 (RS422/RS485) 1 Ea.
868 641-008-002 MG-SQUARED CAMERA LOWERING DEVICE MODEL CLDMG2 - Lowering Device System only, including
lowering device, lowering tool, up to 100' or lowering cable,
up to 100' of composite cable, and assembly hardware.
1 Ea. 30-45 days $6,242.00 MG-Squared
869 641-008-002 MG-SQUARED CAMERA LOWERING DEVICE/CONCRETE
POLE BUNDLE
MODEL CLDMG2 Series and Concrete Pole Bundle
including, including lowering device, lowering tool,
concrete pole in accordance with FDOT standard index
18113 (H=50), appropriate length of lowering cable,
assembly hardware, and up to 100' of composite cable.
1 Ea. 45-90 days $16,995.00 MG-Squared
870 641-008-002 MG-SQUARED CAMERA LOWERING DEVICE/STEEL POLE
BUNDLE
MODEL CLDMG2 Series and Steel Pole Bundle including,
including lowering device, lowering tool, concrete pole in
accordance with FDOT standard index 18111 (H=50),
appropriate length of lowering cable, assembly hardware,
and up to 100' of composite cable.
1 Ea. 60-90 days $15,442.00 MG-Squared
871 641-008-002 MG-SQUARED CAMERA LOWERING DEVICE MODEL CLDMG2-EXT including lowering device, lowering
winch and cabinet, exterior conduit, lowering cable for up
to 50' mounting height, assembly hardware, and up to 100'
of composite cable.
1 Ea. 30-45 days $9,275.00 MG-Squared
872 744-002-005 MORNINGSTAR
CORPORATION
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - VOLTAGE REGULATOR
SS-10-12 1 Ea. 4 weeks $65.00 Intelligent Transp.
Srvcs.
873 744-002-006 MORNINGSTAR
CORPORATION
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - VOLTAGE REGULATOR
SS-6-12 1 Ea. 2-4 week $54.00 Tesco
874 744-002-007 MORNINGSTAR
CORPORATION
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - VOLTAGE REGULATOR
SS-20L-12V 1 Ea. 2-4 week $92.00 Tesco
875 684-002-011 MOXA MANAGED FIELD ETHERNET SWITCH EDS Series, EDS-510x-3GTXSFP-CT-T 1 Ea. 2-4 weeks $1,125.80 Tesco
876 684-002-011 MOXA MANAGED FIELD ETHERNET SWITCH EDS Series, EDS-G5xxE-4GSFP-CT-T 1 Ea. 2-4 weeks $1,619.80 Tesco
877 660-018-002 MS SEDCO VEHICLE DETECTION SYSTEM -
MICROWAVE
TC-26B 1 Ea. 30 days $521.00 Temple
878 660-018-005 MS SEDCO VEHICLE DETECTION SYSTEM -
MICROWAVE
TC-CK1-SBE 1 Ea. 30 days $5,598.00 Temple
879 676-035-011 MULTILINK ITS FIELD CABINET TYPE 336S TP-030-238-50 1 Ea.
880 685-002-003 MULTILINK UNINTERRUPTIBLE POWER SUPPLY EP 2200-T 1 Ea.
881 102-044-012 NATIONAL SIGNAL TRAILER MOUNTED ARROW BOARD 1923-25 (Current QPL # S102-1116) 1 Ea. 30 days $3,100.00 JaceChandler & Assoc.
882 102-044-013 NATIONAL SIGNAL TRAILER MOUNTED ARROW BOARD 1923-15 (Current QPL # S102-1117) 1 Ea. 30 days $3,000.00 JaceChandler & Assoc.
883 102-044-021 NATIONAL SIGNAL TRAILER MOUNTED ARROW BOARD Sun-Up LED (25 Led Lamps) (Current QPL # S102-1012) 1 Ea. 30 days $5,100.00 JaceChandler & Assoc.
884 102-048-003 NATIONAL SIGNAL PORTABLE CHANGEABLE MESSAGE SIGN Sunray 340 (Current QPL # S102-1205) 1 Ea.
885 102-048-013 NATIONAL SIGNAL PORTABLE CHANGEABLE MESSAGE SIGN Vu Pointe (Current QPL # S102-1221) 1 Ea.
886 635-001-034 NEW BASIS PULL BOX AND COVER MODEL PCA1730 SERIES POLYMER CONCRETE (17x30x12)
W/COVER AND HARDWARE
1 Ea.
887 635-001-034 NEW BASIS PULL BOX AND COVER MODEL PCA1730 SERIES POLYMER CONCRETE (17x30x18)
W/COVER AND HARDWARE
1 Ea.
888 635-001-034 NEW BASIS PULL BOX AND COVER MODEL PCA1730 SERIES POLYMER CONCRETE (17x30x22)
W/COVER AND HARDWARE
1 Ea.
889 635-001-034 NEW BASIS PULL BOX AND COVER MODEL PCA1730 SERIES POLYMER CONCRETE (17x30x24)
W/COVER AND HARDWARE
1 Ea.
890 635-001-035 NEW BASIS PULL BOX AND COVER MODEL PCA2436 SERIES POLYMER CONCRETE (24x36x18)
W/COVER AND HARDWARE
1 Ea.
891 635-001-035 NEW BASIS PULL BOX AND COVER MODEL PCA2436 SERIES POLYMER CONCRETE (24x36x24)
W/COVER AND HARDWARE
1 Ea.
892 635-001-035 NEW BASIS PULL BOX AND COVER MODEL PCA2436 SERIES POLYMER CONCRETE (24x36x36)
W/COVER AND HARDWARE
1 Ea.
893 635-001-035 NEW BASIS PULL BOX AND COVER MODEL PCA2436 SERIES POLYMER CONCRETE (24x36x48)
W/COVER AND HARDWARE
1 Ea.
894 635-001-036 NEW BASIS PULL BOX AND COVER MODEL PCA1324 SERIES POLYMER CONCRETE (13x24x12)
W/COVER AND HARDWARE
1 Ea.
895 635-001-036 NEW BASIS PULL BOX AND COVER MODEL PCA1324 SERIES POLYMER CONCRETE (13x24x18)
W/COVER AND HARDWARE
1 Ea.
896 635-001-036 NEW BASIS PULL BOX AND COVER MODEL PCA1324 SERIES POLYMER CONCRETE (13x24x24)
W/COVER AND HARDWARE
1 Ea.
897 684-005-001 NITEK MEDIA CONVERTER EL1500C 1 Ea. 4 weeks $550.00 Intelligent Transp.
Srvcs.
898 102-055-003 NORTH AMERICA TRAFFIC,
INC.
PORTABLE TRAFFIC SIGNAL (FOR WORK
ZONE USE ONLY)
Model PTL2.4x 1 Ea. 30 days $25,060.00 N. America Traffic
899 635-001-001 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER 38 SERIES (13x24x12) W/COVER AND HARDWARE 1 Ea.
900 635-001-005 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER 100 SERIES UTILITY BOX (24x36x36) W/COVER AND
HARDWARE
1 Ea.
901 635-001-006 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER 66 SERIES (17x30x12) W/COVER AND HARDWARE 1 Ea.
902 635-001-007 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER 200 SERIES UTILITY BOX (30x48x36) W/COVER AND
HARDWARE
1 Ea.
903 635-001-016 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER 1624 SERIES (16x24x24) W/COVER AND HARDWARE 1 Ea.
904 635-001-018 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S1324 SERIES (13x24x12) W/COVER AND HARDWARE 1 Ea.
905 635-001-018 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S1324 SERIES (13x24x18) W/COVER AND HARDWARE 1 Ea.
906 635-001-021 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S1730 SERIES (17x30x12) W/COVER AND HARDWARE 1 Ea.
907 635-001-021 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S1730 SERIES (17x30x18) W/COVER AND HARDWARE 1 Ea.
908 635-001-022 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S1324 SERIES (13x24x12) W/COVER AND HARDWARE 1 Ea.
909 635-001-022 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S1324 SERIES (13x24x18) W/COVER AND HARDWARE 1 Ea.
910 635-001-033 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S2436B Series (24x36x18) W/COVER AND HARDWARE 1 Ea.
911 635-001-033 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S2436B Series (24x36x24) W/COVER AND HARDWARE 1 Ea.
912 635-001-033 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S2436B Series (24x36x36) W/COVER AND HARDWARE 1 Ea.
913 635-001-066 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S3660HCB0A Series (36x60x24) W/COVER AND HARDWARE 1 Ea.
914 635-001-066 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S3660HCB0A Series (36x60x36) W/COVER AND HARDWARE 1 Ea.
915 635-001-068 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S3048HCB0A Series (30x48x18) W/COVER AND HARDWARE 1 Ea.
916 635-001-068 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S3048HCB0A Series (30x48x24) W/COVER AND HARDWARE 1 Ea.
917 635-001-068 OLDCASTLE ENCLOSURE
SOLUTIONS
PULL BOX AND COVER S3048HCB0A Series (30x48x36) W/COVER AND HARDWARE 1 Ea.
918 684-002-013 OTN SYSTEMS MANAGED FIELD ETHERNET SWITCH ETS-3GC7F-X 1 Ea. 60 days $863.00 Temple
918a 650-001-006 OTN SYSTEMS MANAGED FIELD ETHERNET SWITCH Optical GigE SFP 1310nm SM module, LX up to 10 km, part
# V30813-S20-A2
1 Ea. 60 days $108.00 Temple
919 650-001-006 PEEK TRAFFIC 12" POLYCARBONATE VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 60 days $47.99 Peek
920 650-002-005 PEEK TRAFFIC 12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor, BLACK ALZAK SWING
REFLECTOR, GLASS
1 Ea. 60 days $112.00 Peek
921 650-002-009 PEEK TRAFFIC 12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 60 days $61.50 Peek
922 650-007-001 PEEK TRAFFIC 8" POLYCARBONATE VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 60 days $90.00 Peek
923 650-021-007 PEEK TRAFFIC BACKPLATE (STANDARD) 1 SECTION 1 Ea. 60 days $37.50 Peek
924 650-021-007 PEEK TRAFFIC BACKPLATE (STANDARD) 2 SECTION 1 Ea. 60 days $42.50 Peek
925 650-021-007 PEEK TRAFFIC BACKPLATE (STANDARD) 3 SECTION 1 Ea. 60 days $42.50 Peek
926 650-021-007 PEEK TRAFFIC BACKPLATE (STANDARD) 4 SECTION 1 Ea. 60 days $55.50 Peek
927 650-021-007 PEEK TRAFFIC BACKPLATE (STANDARD) 5 SECTION (In-Line) 1 Ea. 60 days $57.50 Peek
928 650-021-007 PEEK TRAFFIC BACKPLATE (STANDARD) 5 SECTION (Cluster) 1 Ea. 60 days $105.00 Peek
929 653-002-001 PEEK TRAFFIC 12" PEDESTRIAN SIGNAL HOUSING
(ALUMINUM)
7037FL 1 Ea.
930 653-002-002 PEEK TRAFFIC 12" PEDESTRIAN SIGNAL HOUSING
(ALUMINUM)
7037FL 1 Ea.
931 653-002-006 PEEK TRAFFIC 12" PEDESTRIAN SIGNAL HOUSING
(ALUMINUM)
12" BLK. D.C. W/ALZAK REF.GLASS LENS 1 Ea.
932 653-007-001 PEEK TRAFFIC 12" X 12" PEDESTRIAN SIGNAL DIE CAST 4037 1 Ea.
933 653-007-002 PEEK TRAFFIC 12" X 12" PEDESTRIAN SIGNAL DIE CAST 4090 1 Ea.
934 653-009-001 PEEK TRAFFIC INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
4094 D.C. 1 Ea.
935 653-009-002 PEEK TRAFFIC INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
7090 D.C. 1 Ea. 60 days $93.50 Peek
936 653-009-007 PEEK TRAFFIC INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
MODEL PED-100 1 Ea.
937 653-009-008 PEEK TRAFFIC INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
8090 FB 1 Ea. 60 days $93.50 Peek
938 653-017-008 PEEK TRAFFIC 16" X 18" LED HAND & PERSON MODULE MODEL LEDP-HMM-002 (IDC) 1 Ea. 60 days $120.00 Peek
939 660-001-001 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MOD 823 UPGRADED 1 Ea.
940 660-001-002 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. 823 UPGRADED TO C OF C 1 Ea.
941 660-001-013 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 821-2 RELAY OUTPUT 1 Ea.
942 660-001-016 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 821-2T RELAY OUTPUT W/DELAY-EXTENSION 1 Ea.
943 660-001-017 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. SERIES 3DLD MODEL R23B 1 Ea.
944 660-001-018 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. SERIES 3DLD MODEL R23T W/TIMING 1 Ea.
945 660-001-019 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 921-2 RELAY OUTPUT 1 Ea.
946 660-001-020 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 921-2T RELAY OUTPUT W/DELAY-EXTENSION 1 Ea.
947 660-001-021 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 921-2SS S.S. OUTPUT 1 Ea.
948 660-001-022 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 921-2TSS S.S. OUTPUT W/DELAY-EXTENSION 1 Ea.
949 660-001-023 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 536B/MS GP5 SS TYPE 5 1 Ea.
950 660-001-024 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 536B/MS GP5 RELAY TYPE 5 1 Ea.
951 660-001-026 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL 536T/MS GP5 RELAY TYPE 6 1 Ea.
952 660-002-001 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 3803 1 Ea.
953 660-002-002 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 3800 1 Ea.
954 660-003-001 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 810 1 Ea.
955 660-003-002 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 810 1 Ea.
956 660-003-003 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 813 1 Ea.
957 660-003-004 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 813 1 Ea.
958 660-003-005 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 813-1 1 Ea.
959 660-003-006 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 813-1 1 Ea.
960 660-003-007 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 813-SS 1 Ea.
961 660-003-008 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 813-SS 1 Ea.
962 660-003-011 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 810-SS 1 Ea.
963 660-003-012 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 810-SS 1 Ea.
964 660-003-019 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 3803 W/DELAY EXT RELAY: AUTO TUNE ONLY 1 Ea.
965 660-003-020 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 3800 W/RELAY OUTPUT: AUTO TUNE ONLY 1 Ea.
966 660-003-021 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 910-SS 1 Ea.
967 660-003-022 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 913 1 Ea.
968 660-003-023 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 913-SS 1 Ea.
969 660-003-024 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 910 1 Ea.
970 660-003-025 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 913 1 Ea.
971 660-003-026 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. 913-SS 1 Ea.
972 660-003-027 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 535B/MS TYPE 1 1 Ea.
973 660-003-028 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 535T/MS TYPE 2 1 Ea.
974 660-003-029 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 535B/MS GP5 SS TYPE1 1 Ea.
975 660-003-030 PEEK TRAFFIC VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 535T/MS GP5 SS TYPE2 1 Ea.
976 660-006-002 PEEK TRAFFIC VEH. LOOP DET. 4-CH. AUTO SHELF MT. MOD.840 UPGRADED 12/20/85 1 Ea.
977 660-006-003 PEEK TRAFFIC VEH. LOOP DET. 4-CH. AUTO SHELF MT. 840 UPGRADED TO C OF C 12/20/85 1 Ea.
978 660-006-009 PEEK TRAFFIC VEH. LOOP DET. 4-CH. AUTO SHELF MT. 940-SS 1 Ea.
979 660-006-011 PEEK TRAFFIC VEH. LOOP DET. 4-CH. AUTO SHELF MT. MODEL 537B/MS GP5 RELAY TYPE 7 1 Ea.
980 660-008-007 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 222C 1 Ea.
981 660-008-008 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 222D 1 Ea.
982 660-008-009 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 262C W/TIMERS 1 Ea.
983 660-008-020 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 222N GP6 (SARASOTA PEEK/TRAFFIC INC.) 1 Ea.
984 660-008-021 PEEK TRAFFIC VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 222T GP62 (SARASOTA PEEK/TRAFFIC INC.) 1 Ea.
985 660-015-018 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO UniTrakTM 1 Ea.
986 660-015-019 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO UniTrakTM 1 Ea.
987 660-015-030 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO VideoTrak IQ, 1 Camera system, includes 90-180-05, 82-
1773, CAMMTG-OVERARM, VIDSURGPNL, CX06MI, 250'
Cable, Mouse, Monitor, Cabinet rack, power supply
1 Ea. 45 days $3,990.00 Peek
988 660-015-030 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO VideoTrak IQ, 2 Camera system, includes 90-180-06, 82-
1773 (x2), CAMMTG-OVERARM (x2), VIDSURGPNL, CX06MI
(x2), 500' Cable, Mouse, Monitor, Cabinet rack, power
supply
1 Ea. 45 days $6,200.00 Peek
989 660-015-030 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO VideoTrak IQ, 3 Camera system, includes 90-180-08, 82-
1773 (x3), CAMMTG-OVERARM (x3), VIDSURGPNL, CX06MI
(x3), 750' Cable, Mouse, Monitor, Cabinet rack, power
supply
1 Ea. 45 days $8,000.00 Peek
990 660-015-030 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO VideoTrak IQ, 4 Camera system, includes 90-180-08, 82-
1773 (x4), CAMMTG-OVERARM (x4), VIDSURGPNL, CX06MI
(x4), 1000' Cable, Mouse, Monitor, Cabinet rack, power
supply
1 Ea. 45 days $9,900.00 Peek
991 671-004-026 PEEK TRAFFIC CONTROLLER - TYPE D4-4 3000E 1 Ea.
992 671-007-017 PEEK TRAFFIC CONTROLLER - TYPE D8 3000E 1 Ea.
993 671-012-002 PEEK TRAFFIC 170E CONTROLLER UNIT MODEL 170E (IDC) 1 Ea.
994 671-016-001 PEEK TRAFFIC NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL 3000 TS2-1 (PEEK) 1 Ea.
995 671-016-004 PEEK TRAFFIC NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL 3000E Note: Re-evaluated new firmware 3.7.3 build
420 with Flashing Yellow Arrow Operation
1 Ea.
996 671-016-009 PEEK TRAFFIC NEMA TS2 TYPE 1 CONTROLLER UNIT Model ATC-1000 1 Ea. 30 days $1,794.00 Peek
997 671-017-001 PEEK TRAFFIC NEMA TS2 TYPE 2 CONTROLLER UNIT MODEL 3000 TS2-2 (PEEK) 1 Ea.
998 671-017-007 PEEK TRAFFIC NEMA TS2 TYPE 2 CONTROLLER UNIT Model ATC-1000 1 Ea. 30 days $1,996.00 Peek
999 676-001-001 PEEK TRAFFIC WIRED CABINET ASSEMBLY TYPE II TYPE II CAB 1 Ea.
1000 676-002-001 PEEK TRAFFIC WIRED CABINET ASSEMBLY TYPE IV TYPE IV CAB 1 Ea.
1001 676-003-003 PEEK TRAFFIC WIRED CABINET ASSEMBLY TYPE V TYPE V 1 Ea. 90 days $7,000.00 Peek
1002 676-003-008 PEEK TRAFFIC WIRED CABINET ASSEMBLY TYPE V TYPE V 1 Ea. 90 days $7,000.00 Peek
1003 676-003-011 PEEK TRAFFIC WIRED CABINET ASSEMBLY TYPE V 8030-100480 TYPE V 1 Ea.
1004 676-004-005 PEEK TRAFFIC SURGE PROTECTIVE DEVICE V150HE150 1 Ea.
1005 676-004-018 PEEK TRAFFIC SURGE PROTECTIVE DEVICE V150HE150 1 Ea.
1006 676-009-007 PEEK TRAFFIC WIRED CABINET ASSEMBLY TYPE III TYPE III WIRED 1 Ea.
1007 676-009-009 PEEK TRAFFIC WIRED CABINET ASSEMBLY TYPE III TYPE III WIRED 1 Ea.
1008 676-018-004 PEEK TRAFFIC LOAD BAY PANEL DRAWING # TX-8631 4 POS LOADSWITCH 1 Ea.
1009 676-018-005 PEEK TRAFFIC LOAD BAY PANEL DRAWING # TX-8634 8 POS LOADSWITCH 1 Ea.
1010 676-018-006 PEEK TRAFFIC LOAD BAY PANEL DRAWING # TX-8635 12 POS LOADSWITCH 1 Ea. 90 days $1,650.00 Peek
1011 676-018-007 PEEK TRAFFIC LOAD BAY PANEL DRAWING # TX-8637 16 POS LOADSWITCH 1 Ea. 90 days $1,750.00 Peek
1012 676-023-002 PEEK TRAFFIC WIRED CABINET ASSEMBLY TS-2 SIZE 6 CWD-1241 1 Ea.
1013 676-025-001 PEEK TRAFFIC LOAD BAY PANEL TS2 8600 SERIES 1 Ea.
1014 676-026-001 PEEK TRAFFIC CABINET POWER SUPPLY (TS2) PS100 1 Ea. 60 days $644.00 Peek
1015 676-027-001 PEEK TRAFFIC BUS INTERFACE UNIT (TS2) BIU100 1 Ea.
1016 678-003-001 PEEK TRAFFIC CONFLICT MONITOR TYPE 12 1200 1 Ea.
1017 678-003-014 PEEK TRAFFIC CONFLICT MONITOR TYPE 12 12EL 1 Ea.
1018 678-003-017 PEEK TRAFFIC CONFLICT MONITOR TYPE 12 12ELL 1 Ea.
1019 678-003-018 PEEK TRAFFIC CONFLICT MONITOR TYPE 12 12ELR 1 Ea.
1020 678-003-020 PEEK TRAFFIC CONFLICT MONITOR TYPE 12 12ELRA 1 Ea.
1021 678-003-021 PEEK TRAFFIC CONFLICT MONITOR TYPE 12 12ELRB 1 Ea.
1022 678-016-003 PEEK TRAFFIC MALFUNCTION MANAGEMENT UNIT TYPE
16
TS2-MMU "DOUBLE DIAMOND" 1 Ea. 30 days $499.00 Peek
1023 678-018-004 PEEK TRAFFIC BUS INTERFACE UNIT (TS2) BIU 2012 Model 82-1933-01 1 Ea. 30 days $199.00 Peek
1024 678-019-001 PEEK TRAFFIC MALFUNCTION MANAGEMENT UNIT TYPE
12
TS1-CMU "DOUBLE DIAMOND" 1 Ea. 30 days $570.00 Peek
1025 680-001-001 PEEK TRAFFIC CONTROLLER - ROADSIDE MASTER 3000 1 Ea.
1026 680-001-004 PEEK TRAFFIC CONTROLLER - ROADSIDE MASTER MDM 100 1 Ea.
1027 680-001-005 PEEK TRAFFIC CONTROLLER - ROADSIDE MASTER 3800 EL 1 Ea.
1028 743-001-001 PEEK TRAFFIC TRAFFIC MONITORING SITE VEHICLE
SPEE/CLASSIFICATION UNIT
ADR-3000 TRAFICOMP III 1 Ea.
1029 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) 3 SECTION PLASTIC
1029a 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) BK1003-E-PNC, Backplate w/ hdwr kit, VF, 12" 3-sect 1 Ea. 30 days $55.00 Temple
1029b 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) BK1003-F-PNC, Backplate w/ hdwr kit, VF, 12" 3-sect 1 Ea. 30 days $55.00 Temple
1029c 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) BK1003-N-PNC, Backplate w/ hdwr kit, VF, 12" 3-sect 1 Ea. 30 days $55.00 Temple
1029d 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) BK1003-C-PNC, Backplate w/ hdwr kit, VF, 12" 3-sect 1 Ea. 30 days $55.00 Temple
1029e 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) BK5003-E-PNC, Backplate w/ hdwr kit, Louvered, 12" 3-sect 1 Ea. 30 days $98.00 Temple
1029f 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) BK5003-F-PNC, Backplate w/ hdwr kit, Louvered, 12" 3-sect 1 Ea. 30 days $98.00 Temple
1029g 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) BK5003-N-PNC, Backplate w/ hdwr kit, Louvered, 12" 3-sect 1 Ea. 30 days $98.00 Temple
1029h 650-021-009 PELCO PRODUCTS BACKPLATE (STANDARD) BK5003-C-PNC, Backplate w/ hdwr kit, Louvered, 12" 3-sect 1 Ea. 30 days $98.00 Temple
1030 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) 5 SECTION PLASTIC
1030a 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-1007-E-PNC, Backplate w/ hdwr kit, VF, 12" 5-sec 1 Ea. 30 days $117.00 Temple
1030b 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-1007-F-PNC, Backplate w/ hdwr kit, VF, 12" 5-sec 1 Ea. 30 days $117.00 Temple
1030c 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-1007-N-PNC, Backplate w/ hdwr kit, VF, 12" 5-sec 1 Ea. 30 days $117.00 Temple
1030d 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-1007-C-PNC, Backplate w/ hdwr kit, VF, 12" 5-sec 1 Ea. 30 days $117.00 Temple
1030e 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-1021-E-PNC, Backplate w/ hdwr kit, VF12" 5-sect cluster 1 Ea. 30 days $131.00 Temple
1030f 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-1021-F-PNC, Backplate w/ hdwr kit, VF12" 5-sect cluster 1 Ea. 30 days $131.00 Temple
1030g 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-1021-N-PNC, Backplate w/ hdwr kit, VF12" 5-sect cluster 1 Ea. 30 days $131.00 Temple
1030h 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-1021-C-PNC, Backplate w/ hdwr kit, VF12" 5-sect cluster 1 Ea. 30 days $131.00 Temple
1030i 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-5007-E-PNC, Backplate w/ hdwr kit, VF, 5-sect 1 Ea. 30 days $154.00 Temple
1030j 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-5007-E-PNC, Backplate w/ hdwr kit, VF, 5-sect 1 Ea. 30 days $154.00 Temple
1030k 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-5007-N-PNC, Backplate w/ hdwr kit, VF, 5-sect 1 Ea. 30 days $154.00 Temple
1030l 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-5007-C-PNC, Backplate w/ hdwr kit, VF, 5-sect 1 Ea. 30 days $154.00 Temple
1030m 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-5021-E-PNC, Backplate w/ hdwr kit, Louvered, 5-sec
cluster
1 Ea. 30 days $146.00 Temple
1030n 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-5021-F-PNC, Backplate w/ hdwr kit, Louvered, 5-sec
cluster
1 Ea. 30 days $146.00 Temple
1030o 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-5021-N-PNC, Backplate w/ hdwr kit, Louvered, 5-sec
cluster
1 Ea. 30 days $146.00 Temple
1030p 650-021-010 PELCO PRODUCTS BACKPLATE (STANDARD) BK-5021-C-PNC, Backplate w/ hdwr kit, Louvered, 5-sec
cluster
1 Ea. 30 days $146.00 Temple
1031 650-023-001 PELCO PRODUCTS VISOR SM-1028 1 Ea.
1032 650-024-001 PELCO PRODUCTS LOUVER GL-1010-07 Programmable louver 1 Ea. 30 days $139.67 TCS
1033 653-001-003 PELCO PRODUCTS PEDESTRIAN SIGNAL BRACKET SAND CAST SP-1012-FL 1 Ea. 30 days $32.79 TCS
1034 653-001-004 PELCO PRODUCTS PEDESTRIAN SIGNAL BRACKET SAND CAST SP-1011-FL 1 Ea. 30 days $30.26 TCS
1035 653-006-004 PELCO PRODUCTS POLE END SE-0111-SS FLAT POLE FLANGE 1 Ea. 30 days $14.41 TCS
1036 653-006-005 PELCO PRODUCTS POLE END SE-0381 1 Ea. 30 days $14.61 TCS
1037 659-001-029 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1028-FL 1 Ea.
1038 659-001-030 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1026-FL 1 Ea. 30 days $51.98 TCS
1039 659-001-031 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1027-FL 1 Ea. 30 days $23.91 TCS
1040 659-001-034 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1016-FL 1 Ea. 30 days $40.68 TCS
1041 659-001-035 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1018-FL 1 Ea. 30 days $43.54 TCS
1042 659-001-036 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1015-FL 1 Ea. 30 days $82.98 TCS
1043 659-001-037 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1017-FL 1 Ea. 30 days $91.46 TCS
1044 659-001-044 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-2016-FL 1 Ea.
1045 659-001-045 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1084-FL
1045a 659-001-045 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1084-FL (SP-1084-FL-1-62-PNC 1S1W 62" cable) 1 Ea. 30 days $136.45 TCS
1045b 659-001-045 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1084-FL (SP-1084-FL-3-120-PNC 3S1W 120" cable) 1 Ea. 30 days $181.67 TCS
1045c 659-001-045 PELCO PRODUCTS VEHICLE SIGNAL BRACKET SP-1084-FL (SP-1084-FL-5-120-PNC 5S In -line 1W 120"
cable)
1 Ea. 30 days $193.74 TCS
1046 659-004-018 PELCO PRODUCTS DISCONNECT HANGER SP-1021-FL
1046a 659-004-018 PELCO PRODUCTS DISCONNECT HANGER SP-1021-FL-2-P33 12 CIRCUIT DISCONNECT, NO JONES
PLUG
1 Ea. 30 days $132.48 TCS
1046b 659-004-018 PELCO PRODUCTS DISCONNECT HANGER SP-1021-FL-1-P33 12 CIRCUIT DISCONNECT, WITH JONES
PLUG
1 Ea. 30 days $154.13 TCS
1047 659-004-019 PELCO PRODUCTS DISCONNECT HANGER SP-1022-FL 1 Ea. 30 days $170.33 TCS
1048 659-005-005 PELCO PRODUCTS ADJUSTABLE HANGER SE-5055 1 Ea. 30 days $33.96 TCS
1049 659-005-008 PELCO PRODUCTS ADJUSTABLE HANGER SP-1029-FL 1 Ea. 30 days $55.86 TCS
1050 659-009-008 PELCO PRODUCTS SLIP FITTER SE-3002 1 Ea. 30 days $48.25 TCS
1051 659-009-011 PELCO PRODUCTS SLIP FITTER SP-1033-FL 1 Ea. 30 days $22.67 TCS
1052 659-009-012 PELCO PRODUCTS SLIP FITTER SE-3106-SS 1 Ea. 30 days $34.23 TCS
1053 659-009-013 PELCO PRODUCTS SLIP FITTER SP-1034-FL 1 Ea. 30 days $41.22 TCS
1054 659-010-005 PELCO PRODUCTS SPANWIRE CLAMP SE-0321 1 Ea. 30 days $16.88 TCS
1055 659-010-006 PELCO PRODUCTS SPANWIRE CLAMP SE-0338 1 Ea. 30 days $25.50 Temple
1056 659-010-010 PELCO PRODUCTS SPANWIRE CLAMP SE-3211 1 Ea. 30 days $28.00 TCS
1057 659-011-020 PELCO PRODUCTS SIGN BRACKET SP-1031-FL 1 Ea. 30 days $127.30 TCS
1058 659-011-021 PELCO PRODUCTS SIGN BRACKET SP-1032-FL 1 Ea. 30 days $92.25 TCS
1059 659-011-028 PELCO PRODUCTS SIGN BRACKET SP-1071-FL
1060 659-011-031 PELCO PRODUCTS SIGN BRACKET SP-1072-FL (Free-Swinging Mast Arm Sign Bracket w/Mini-
Brac and Stainless Steel 45" Cable Mount)
1 Ea. 30 days $217.41 TCS
1061 659-011-031 PELCO PRODUCTS SIGN BRACKET SP-1072-FL (Free-Swinging Mast Arm Sign Bracket w/Mini-
Brac and Stainless Steel 84" Cable Mount)
1 Ea. 30 days $247.54 TCS
1062 659-015-003 PELCO PRODUCTS EXTENSION BAR SE-0507-72 1 Ea. 30 days $24.81 TCS
1063 659-016-003 PELCO PRODUCTS SPANWIRE CLAMP ADAPTER SE-0371 1 Ea. 30 days $9.79 TCS
1064 659-020-002 PELCO PRODUCTS TETHER CLAMP SE-0536
1065 659-020-003 PELCO PRODUCTS TETHER CLAMP SE-0544 1 Ea. 30 days $4.93 TCS
1066 659-021-003 PELCO PRODUCTS POLE END SE-0357-SS HUB 1 Ea. 30 days $12.00 Temple
1067 659-021-004 PELCO PRODUCTS POLE END SE-0415-SS HUB 1 Ea. 30 days $11.00 Temple
1068 659-031-008 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1005-FL-62, Astro-Brac Clamp Kit, 62" cable 1 Ea. 30 days $122.00 Temple
1069 659-031-008 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1005-FL-84, Astro-Brac Clamp Kit, 84" cable 1 Ea. 30 days $124.00 Temple
1070 659-031-008 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1005-FL-96, Astro-Brac Clamp Kit, 96" cable 1 Ea. 30 days $128.00 Temple
1071 659-031-008 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1005-FL-120, Astro-Brac Clamp Kit, 120" cable 1 Ea. 30 days $136.00 Temple
1072 659-031-009 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1079-FL-62, Astro-Stellar Clamp Kit, 62" cable 1 Ea. 30 days $72.23 TCS
1073 659-031-009 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1079-FL-84, Astro-Stellar Clamp Kit, 84" cable 1 Ea. 30 days $75.26 TCS
1074 659-031-009 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1079-FL-96, Astro-Stellar Clamp Kit, 96" cable 1 Ea. 30 days $78.25 TCS
1075 659-031-009 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1079-FL-120, Astro-Stellar Clamp Kit, 120" cable 1 Ea. 30 days $86.51 TCS
1076 659-031-010 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1110-FL
1077 659-031-011 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1006-FL
1077a 659-031-011 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1006-FL (SP-1006-1-62-PNC 1S1W 120" CABLE) 1 Ea. 30 days $109.81 TCS
1077b 659-031-011 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1006-FL (SP-1006-3-120-PNC 3S1W 120" CABLE) 1 Ea. 30 days $139.15 TCS
1077c 659-031-011 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1006-FL (SP-1006-4-120-PNC 4S1W 120" CABLE) 1 Ea. 30 days $144.98 TCS
1077d 659-031-011 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1006-FL (SP-1006-5-120-PNC 5S(in-line) 1W 120"
CABLE)
1 Ea. 30 days $153.00 TCS
1078 659-031-012 PELCO PRODUCTS MAST ARM SIGNAL MOUNTING SP-1008-FL 1 Ea. 30 days $251.27 TCS
1079 659-034-002 PELCO PRODUCTS MAST ARM SIGN MOUNTING SP-1074-FL 1 Ea. 30 days $211.00 Temple
1080a 659-034-003 PELCO PRODUCTS MAST ARM SIGN MOUNTING SP-1010-FL-12-120-PNC (12" ARM, 120" CABLE) 1 Ea. 30 days $92.28 TCS
1080b 659-034-003 PELCO PRODUCTS MAST ARM SIGN MOUNTING SP-1010-FL-18-120-PNC (18" ARM, 120" CABLE) 1 Ea. 30 days $100.67 TCS
1080c 659-034-003 PELCO PRODUCTS MAST ARM SIGN MOUNTING SP-1010-FL-24-120-PNC (24" ARM, 120" CABLE) 1 Ea. 30 days $105.35 TCS
1080d 659-034-003 PELCO PRODUCTS MAST ARM SIGN MOUNTING SP-1010-FL-30-120-PNC (30" ARM, 120" CABLE) 1 Ea. 30 days $109.04 TCS
1080e 659-034-003 PELCO PRODUCTS MAST ARM SIGN MOUNTING SP-1010-FL-36-120-PNC (36" ARM, 120" CABLE) 1 Ea. 30 days $113.71 TCS
1080 659-034-003 PELCO PRODUCTS MAST ARM SIGN MOUNTING SP-1010-FL 1 Ea. 30 days $92.28 TCS
1081 659-036-002 PELCO PRODUCTS SPAN WIRE SIGN MOUNTING SP-1050-FL 1 Ea. 30 days $75.49 TCS
1082 659-037-001 PELCO PRODUCTS SPAN WIRE SIGNAL MOUNTING SP-1082-FL 1 Ea. 30 days $63.11 TCS
1083 659-037-002 PELCO PRODUCTS SPAN WIRE SIGNAL MOUNTING SP-1083-FL 1 Ea. 30 days $85.16 TCS
1084 665-002-001 PELCO PRODUCTS PEDESTRIAN DETECTOR SIGN PN SF SERIES (SF-XXXX PART NUMBER TO BE SPECIFIED BY
PURCHASER WHEN ORDER PLACED)
1 Ea. 30 days
1085 665-003-010 PELCO PRODUCTS PEDESTRIAN DETECTOR Model SP-1090-FL 1 Ea. 30 days $40.91 TCS
1086 665-003-015 PELCO PRODUCTS PEDESTRIAN DETECTOR PASSPORT PIEZO PUSH BUTTON ASSEMBLY (SP-1111-FL) 1 Ea. 30 days $77.68 TCS
1087 746-001-002 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PB-5336 1 Ea. 30 days $172.00 TCS
1088 746-001-003 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PB-5337 1 Ea. 30 days $125.00 TCS
1088a 746-001-003 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PB-5337 ALUMINUM BODY W/ PLASTIC DOOR 1 Ea. 30 days $125.00 TCS
1088b 746-001-003 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PB-5334 ALUMINUM BODY W/ ALUMINUM DOOR 1 Ea. 30 days $118.00 TCS
1088c 746-001-003 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PB-5334-NL-GL-PNC ALUMINUM BODY W/ ALUMINUM
DOOR (NO LOGO) AND FACTORY PG-5323 GROUND LUG
1 Ea. 30 days $150.00 TCS
1089 746-001-004 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PB-5323 1 Ea. 30 days $5.00 Temple
1090 746-001-005 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PB-5325 1 Ea. 30 days $54.06 TCS
1091 746-001-008 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5102-6, 6' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
1092 746-001-008 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5102-8, 8' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
1093 746-001-008 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5102-10, 10' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
1094 746-001-008 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5102-12, 12' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
1095 746-001-008 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5102-14, 14' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
1096 746-001-008 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5102-16, 16' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
1097 746-001-008 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5102-20, 20' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
1098 746-001-008 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5102-6, 6' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
1099 746-001-009 PELCO PRODUCTS TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PN: PB-5401 (Pole cap, 4.5 inch OD) 1 Ea. 30 days $12.69 TCS
1100 635-001-053 PENCELL PLASTICS PULL BOX AND COVER MODEL DT1324 (17.25” depth – with concrete ring) 1 Ea.
1101 635-001-053 PENCELL PLASTICS PULL BOX AND COVER MODEL DT1324 (15” depth – without concrete ring) 1 Ea.
1102 635-001-054 PENCELL PLASTICS PULL BOX AND COVER MODEL DT1730 (17.25” depth – with concrete ring) 1 Ea.
1103 635-001-054 PENCELL PLASTICS PULL BOX AND COVER MODEL DT1730 (15” depth – without concrete ring) 1 Ea.
1104 635-001-067 PENCELL PLASTICS PULL BOX AND COVER MODEL DT-2-2436PC (18" depth) W/COVER AND
HARDWARE
1 Ea.
1105 635-001-067 PENCELL PLASTICS PULL BOX AND COVER MODEL DT-2-2436PC (24" depth) W/COVER AND
HARDWARE
1 Ea.
1106 635-001-067 PENCELL PLASTICS PULL BOX AND COVER MODEL DT-2-2436PC (30" depth) W/COVER AND
HARDWARE
1 Ea.
1107 635-001-067 PENCELL PLASTICS PULL BOX AND COVER MODEL DT-2-2436PC (36" depth) W/COVER AND
HARDWARE
1 Ea.
1107b 665-004-005 POLARA ENGINEERING AUDIBLE/TACTILE PEDESTRIAN DETECTOR EZ Comm EN43CN0-x, 9x15 4-wire detector, special voice
message, ped head control unit, & 12' interconnect cable
1 Ea. 42 days $664.00 Temple
1108 665-003-007 POLARA ENGINEERING PEDESTRIAN DETECTOR BULL DOG SERIES 1 Ea. 42 days $94.00 Temple
1109 665-003-008 POLARA ENGINEERING PEDESTRIAN DETECTOR BDLL2-X WITH LPBCU
1110 665-003-009 POLARA ENGINEERING PEDESTRIAN DETECTOR BDLL2-X WITH LPBCU
1111 665-004-004 POLARA ENGINEERING AUDIBLE/TACTILE PEDESTRIAN DETECTOR NAVIGATOR EZ COMMUNICATOR SYSTEM, INCLUDES (8)
ECN23CN1-B, APS W/"C" OPTION COUNTDOWN SIGN, (8)
NAVIGATOR SPECIAL VOICE MESSAGE, (1) NAVIGATOR
CCUEN 2-WIRE CONTROL UNIT, (2) NPA 4X2 POLE SPACER
SETS, (1) NAVIGATOR CONFIGURATOR
1 Ea. 42 day $5,962.00 Temple
1112 665-005-001 POLARA ENGINEERING MID-BLOCK PEDESTRIAN DETECTOR (2) MODEL XAV2-LED-12 PED STATION W/LED, (1) XAVCU2
CONTROL UNIT
1 Ea. 42 days $936.00 Temple
1113 665-005-002 POLARA ENGINEERING MID-BLOCK PEDESTRIAN DETECTOR (2) MODEL XAV2 PED STATION, (1) XAVCU2 CONTROL UNIT
1114 665-005-003 POLARA ENGINEERING MID-BLOCK PEDESTRIAN DETECTOR (2) MODEL X2-LED PED STATION W/LED
1115 665-005-004 POLARA ENGINEERING MID-BLOCK PEDESTRIAN DETECTOR (2) MODEL X2 PED STATION
1116 665-005-005 POLARA ENGINEERING AUDIBLE/TACTILE PEDESTRIAN DETECTOR MODEL XAV2E-LED 1 Ea. 42 days $334.00 Temple
1117 665-003-011 POLARA ENGINEERING PEDESTRIAN DETECTOR LATCHING BULL DOG SYSTEM, INCLUDES (8) BDL3
W/UNIVERSAL POLE MOUNT, (1) PUSH BUTTON CONTROL
UNIT
1 Ea. 42 days $1,020.00 Temple
1118 678-004-009 POWER DISTRIBUTION &
CONTROL
LOAD SWITCH SSS-86-3 1 Ea. 30 days $19.75 Control Tech
1119 678-004-011 POWER DISTRIBUTION &
CONTROL
LOAD SWITCH SSS-87 I/O 1 Ea. 30 days $34.50 Control Tech
1120 678-004-015 POWER DISTRIBUTION &
CONTROL
LOAD SWITCH SSS-87 1 Ea. 30 days $33.75 Control Tech
1121 678-007-007 POWER DISTRIBUTION &
CONTROL
FLASHER TYPE 3 SSF-86-3 1 Ea. 30 days $19.75 Control Tech
1122 678-007-014 POWER DISTRIBUTION &
CONTROL
FLASHER TYPE 3 SSF-87 1 Ea. 30 days $33.75 Control Tech
1123 744-001-004 POWER SONIC TRAFFIC MONITORING SITE SOLAR POWER
UNIT - BATTERY
PS-121000 1 Ea.
1124 744-001-005 POWER SONIC TRAFFIC MONITORING SITE SOLAR POWER
UNIT - BATTERY
PG-12V103FR 1 Ea. 30 days $250.00 TCS
1125 102-050-004 PRECISION SOLAR
CONTROLS
PORTABLE REGULTORY SIGN Solar Assist Sign Trailer (Current QPL # S102-1303, Last QPL
recert 2/19/2009)
1 Ea.
1126 102-044-005 PROTECTION SERVICES TRAILER MOUNTED ARROW BOARD M90 (15 Led Lamps) (Current QPL # S102-0911, Last QPL
recert 2/20/2009)
1 Ea.
1127 102-044-016 PROTECTION SERVICES TRAILER MOUNTED ARROW BOARD M-90B (15 Led Lamps) (Current QPL # S102-0919, Last QPL
recert 2/20/2009)
1 Ea.
1128 102-044-018 PROTECTION SERVICES TRAILER MOUNTED ARROW BOARD M-90D (15 Led Lamps) (Current QPL # S102-0922, Last QPL
recert 4/20/2009)
1 Ea.
1129 102-044-019 PROTECTION SERVICES TRAILER MOUNTED ARROW BOARD M-90C (15 Led Lamps) (Current QPL # S102-0923, Last QPL
recert 4/20/2009)
1 Ea.
1130 102-044-035 PROTECTION SERVICES TRAILER MOUNTED ARROW BOARD M90 E-Z 1 Ea.
1131 102-044-040 PROTECTION SERVICES TRAILER MOUNTED ARROW BOARD M90 E 15 Light (Current QPL # S102-1021) 1 Ea.
1132 102-044-041 PROTECTION SERVICES TRAILER MOUNTED ARROW BOARD M90 E-Z 1 Ea.
1133 102-044-042 PROTECTION SERVICES TRAILER MOUNTED ARROW BOARD M90 E 25 Light (Current QPL # S102-1022) 1 Ea.
1134 102-045-005 PROTECTION SERVICES VEHICLE MOUNTED ARROW BOARD MiniPar36 PFVM-15-PC 1 Ea.
1135 102-045-008 PROTECTION SERVICES VEHICLE MOUNTED ARROW BOARD 4896 1 Ea.
1136 102-049-001 PROTECTION SERVICES TYPE B WARNING LIGHT HIGH INTENSITY 200-1 Led (Current QPL #S102-3002, Last QPL recert
4/20/2009)
1 Ea.
1137 102-050-001 PROTECTION SERVICES PORTABLE REGULTORY SIGN Protect-O-Flash Regulatory Sign 1 Ea.
1138 102-052-007 PROTECTION SERVICES PORTABLE RADAR SPEED DISPLAY UNIT Con-SAM 1 Ea.
1139 635-001-012 QUAZITE PULL BOX AND COVER PG2436BAxx (24x36x18) W/COVER AND HARDWARE 1 Ea. 30 days $300.00 Rainbow Distr
1140 635-001-012 QUAZITE PULL BOX AND COVER PG2436BAxx (24x36x24) W/COVER AND HARDWARE 1 Ea. 30 days $355.00 Rainbow Distr
1141 635-001-012 QUAZITE PULL BOX AND COVER PG2436BAxx (24x36x30) W/COVER AND HARDWARE 1 Ea. 30 days $422.00 Rainbow Distr
1142 635-001-012 QUAZITE PULL BOX AND COVER PG2436BAxx (24x36x36) W/COVER AND HARDWARE 1 Ea. 30 days $462.00 Rainbow Distr
1143 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x12) W/COVER AND HARDWARE 1 Ea. 30 days $182.00 Rainbow Distr
1144 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x18) W/COVER AND HARDWARE 1 Ea. 30 days $200.00 Rainbow Distr
1145 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x22) W/COVER AND HARDWARE 1 Ea. 30 days $275.00 Rainbow Distr
1146 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x24) W/COVER AND HARDWARE 1 Ea. 30 days $272.00 Rainbow Distr
1147 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x28) W/COVER AND HARDWARE 1 Ea. 30 days $289.00 Rainbow Distr
1148 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x30) W/COVER AND HARDWARE 1 Ea. 30 days $280.00 Rainbow Distr
1149 635-001-025 QUAZITE PULL BOX AND COVER PG1324BAxx (13x24x12) W/COVER AND HARDWARE 1 Ea. 30 days $102.00 Rainbow Distr
1150 635-001-025 QUAZITE PULL BOX AND COVER PG1324BAxx (13x24x18) W/COVER AND HARDWARE 1 Ea. 30 days $124.00 Rainbow Distr
1151 635-001-049 QUAZITE PULL BOX AND COVER MODEL A22390014A W/COVER AND HARDWARE 1 Ea.
1152 635-001-049 QUAZITE PULL BOX AND COVER MODEL A22390028A W/COVER AND HARDWARE 1 Ea.
1153 635-001-049 QUAZITE PULL BOX AND COVER MODEL A22390030A W/COVER AND HARDWARE 1 Ea.
1154 635-001-049 QUAZITE PULL BOX AND COVER MODEL A22390036A W/COVER AND HARDWARE 1 Ea.
1155 635-001-050 QUAZITE PULL BOX AND COVER MODEL A24243618A W/COVER AND HARDWARE 1 Ea.
1156 635-001-050 QUAZITE PULL BOX AND COVER MODEL A24243624A W/COVER AND HARDWARE 1 Ea.
1157 635-001-050 QUAZITE PULL BOX AND COVER MODEL A24243630A W/COVER AND HARDWARE 1 Ea.
1158 635-001-050 QUAZITE PULL BOX AND COVER MODEL A24243642A W/COVER AND HARDWARE 1 Ea.
1159 635-001-051 QUAZITE PULL BOX AND COVER MODEL A24132412A W/COVER AND HARDWARE 1 Ea.
1160 635-001-051 QUAZITE PULL BOX AND COVER MODEL A24132418A W/COVER AND HARDWARE 1 Ea.
1161 635-001-052 QUAZITE PULL BOX AND COVER MODEL A24173012A W/COVER AND HARDWARE 1 Ea.
1162 635-001-052 QUAZITE PULL BOX AND COVER MODEL A24173018A W/COVER AND HARDWARE 1 Ea.
1163 635-001-052 QUAZITE PULL BOX AND COVER MODEL A24173022A W/COVER AND HARDWARE 1 Ea.
1164 635-001-060 QUAZITE PULL BOX AND COVER Model PG3060BAxx (30x60x21) W/COVER AND HARDWARE 1 Ea. 30 days $645.00 Rainbow Distr
1165 635-001-060 QUAZITE PULL BOX AND COVER Model PG3060BAxx (30x60x30) W/COVER AND HARDWARE 1 Ea. 30 days $750.00 Rainbow Distr
1166 635-001-060 QUAZITE PULL BOX AND COVER Model PG3060BAxx (30x60x36) W/COVER AND HARDWARE 1 Ea. 30 days $835.00 Rainbow Distr
1167 635-001-061 QUAZITE PULL BOX AND COVER Model PG3048BAxx (30x48x18) W/COVER AND HARDWARE 1 Ea. 30 days $638.00 Rainbow Distr
1168 635-001-061 QUAZITE PULL BOX AND COVER Model PG3048BAxx (30x48x24) W/COVER AND HARDWARE 1 Ea. 30 days $635.00 Rainbow Distr
1169 635-001-061 QUAZITE PULL BOX AND COVER Model PG3048BAxx (30x48x36) W/COVER AND HARDWARE 1 Ea. 30 days $808.00 Rainbow Distr
1170 635-001-062 QUAZITE PULL BOX AND COVER Model PR3943BAxx (36" Round, 18"D) W/COVER AND
HARDWARE
1 Ea. 30 days $506.00 Rainbow Distr
1171 635-001-062 QUAZITE PULL BOX AND COVER Model PR3943BAxx (36" Round, 36"D) W/COVER AND
HARDWARE
1 Ea. 30 days $859.00 Rainbow Distr
1172 635-001-063 QUAZITE PULL BOX AND COVER Model PR3944BAxx (36" Round, 24"D) W/COVER AND
HARDWARE
1 Ea. 30 days $610.00 Rainbow Distr
1173 635-001-063 QUAZITE PULL BOX AND COVER Model PR3944BAxx (36" Round, 48"D) W/COVER AND
HARDWARE
1 Ea. 30 days $813.00 Rainbow Distr
1174 635-001-064 QUAZITE PULL BOX AND COVER Model PR2733BAxx (27" Round, 48"D) W/COVER AND
HARDWARE
1 Ea. 30 days $919.00 Rainbow Distr
1175 635-001-065 QUAZITE PULL BOX AND COVER Model PR2732BAxx (27" Round, 36"D) W/COVER AND
HARDWARE
1 Ea. 30 days $708.00 Rainbow Distr
1176 684-002-009 RED LION CONTROLS MANAGED FIELD ETHERNET SWITCH Sixnet SLX-8MG 1 Ea. 2-4 weeks $1,078.96 Tesco
1177 684-002-009 RED LION CONTROLS MANAGED FIELD ETHERNET SWITCH Sixnet SLX-8MS 1 Ea. 2-4 weeks $515.25 Tesco
1178 684-002-009 RED LION CONTROLS MANAGED FIELD ETHERNET SWITCH Sixnet SLX-10MS
1179 684-002-009 RED LION CONTROLS MANAGED FIELD ETHERNET SWITCH Sixnet SLX-18MS
1180 684-002-010 RED LION CONTROLS MANAGED FIELD ETHERNET SWITCH Sixnet Series EL228-AA-1 1 Ea. 2-4 weeks $1,697.64 Tessco
1181 660-001-032 RENO A&E VEH. LOOP DET. 2-CH. AUTO SHELF MT. S-1200 SERIES 1 Ea. 30 days $225.00 TCS
1182 660-001-033 RENO A&E VEH. LOOP DET. 2-CH. AUTO SHELF MT. S-1201 SERIES 1 Ea. 30 days $306.00 TCS
1183 660-001-034 RENO A&E VEH. LOOP DET. 2-CH. AUTO SHELF MT. T-210 SERIES 1 Ea. 30 days $175.00 TCS
1184 660-003-038 RENO A&E VEH. LOOP DET. 1-CH. AUTO SHELF MT. L-1200 SERIES 1 Ea. 30 days $120.00 TCS
1185 660-003-039 RENO A&E VEH. LOOP DET. 1-CH. AUTO SHELF MT. L-1201 SERIES 1 Ea. 30 days $161.00 TCS
1186 660-003-040 RENO A&E VEH. LOOP DET. 1-CH. AUTO SHELF MT. T-100 SERIES 1 Ea. 30 days $75.00 TCS
1187 660-003-041 RENO A&E VEH. LOOP DET. 1-CH. AUTO SHELF MT. T-110 SERIES 1 Ea. 30 days $100.00 TCS
1188 660-006-016 RENO A&E VEH. LOOP DET. 4-CH. AUTO SHELF MT. T-400 SERIES 1 Ea. 30 days $213.00 TCS
1189 660-006-017 RENO A&E VEH. LOOP DET. 4-CH. AUTO SHELF MT. U-1200 SERIES 1 Ea. 30 days $313.00 TCS
1190 660-008-024 RENO A&E VEH. LOOP DET. 2-CH. AUTO RACK MT. 222 SERIES 1 Ea. 30 days $75.00 TCS
1191 660-008-031 RENO A&E VEH. LOOP DET. 2-CH. AUTO RACK MT. C-1100 SERIES 1 Ea. 30 days $174.00 TCS
1192 660-009-010 RENO A&E VEH. LOOP DET. 4-CH. AUTO RACK MT. E-1100-SS 1 Ea. 30 days $266.00 TCS
1193 660-016-002 RENO A&E VEH. DETECTOR- LOOP 2CH TS2 TYPE A
(NO TIMINGS)
G-200 SERIES 1 Ea. 30 days $75.00 TCS
1194 660-017-003 RENO A&E VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
C-1200 SERIES 1 Ea. 30 days $174.00 TCS
1195 660-017-004 RENO A&E VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
C-1201 SERIES 1 Ea. 30 days $254.00 TCS
1196 660-017-005 RENO A&E VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
GT-200 SERIES 1 Ea. 30 days $113.00 TCS
1197 660-022-001 RENO A&E VEH. DETECTOR- LOOP 4CH TS2 TYPE D
(WITH TIMINGS)
E-1200 SERIES 1 Ea. 30 days $266.00 TCS
1198 660-022-002 RENO A&E VEH. DETECTOR- LOOP 4CH TS2 TYPE D
(WITH TIMINGS)
E/2-1200 SERIES 1 Ea. 30 days $266.00 TCS
1199 660-023-001 RENO A&E VEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO
TIMINGS)
Y-200 SERIES 1 Ea. 30 days $150.00 TCS
1200 678-004-014 RENO A&E LOAD SWITCH LS-200 1 Ea. 30 days $26.00 TCS
1201 678-007-013 RENO A&E FLASHER TYPE 3 FL-200 1 Ea. 30 days $26.00 TCS
1202 678-016-004 RENO A&E MALFUNCTION MANAGEMENT UNIT TYPE
16
MMU-1600 1 Ea. 30 days $813.00 TCS
1203 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA 1 Ea.
1203a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 (eliminates item # 1209) 1 Ea. 30 days $27,000.00 Rhythm Eng.
1203b 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 with Enhanced Camera (cold-
weather system, extended sun-shield)
1 Ea. 30 days $29,500.00 Rhythm Eng.
1203c 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 with FLIR Detection 1 Ea. 30 days $34,500.00 Rhythm Eng.
1204 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA Option, Ped Intercept Module 1 Ea.
1204a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Ped Intercept Module
(eliminates item # 1210)
2 Ea. 30 days $5,000.00 Rhythm Eng.
1205 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA Option, Monitor and Keyboard 1 Ea.
1205a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Monitor and Keyboard
(eliminates item # 1211)
3 Ea. 30 days $700.00 Rhythm Eng.
1206 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA Option, Spare System 1 Ea.
1206a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Spare System
(eliminates item # 1212)
1 Ea. 30 days $12,500.00 Rhythm Eng.
1207 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA Option, Additional InSync Processor 1 Ea.
1207a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Addition InSync
Processor (eliminates item # 1213)
1 Ea. 30 days $4,500.00 Rhythm Eng.
1208 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA Option, Additional Video Camera 1 Ea.
1208a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Additional Video
Camera (eliminates item # 1214)
1 Ea. 30 days $1,750.00 Rhythm Eng.
1208b 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Additional Enhanced
Camera
1 Ea. 30 days $2,350.00 Rhythm Eng.
1209 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - 170/2070 1 Ea.
1210 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - 170/2070 Option, Ped Intercept Module 1 Ea.
1211 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - 170/2070 Option, Monitor and Keyboard 1 Ea.
1212 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - 170/2070 Option, Spare System 1 Ea.
1213 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - 170/2070 Option, Additional InSync Processor 1 Ea.
1214 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - 170/2070 Option, Additional Video Camera 1 Ea.
1215 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA 1 Ea.
1215a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA / 170/2070 (eliminates item # 1221) 1 Ea. 30 days $32,000.00 Rhythm Eng.
1215b 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA / 170/2070 with Enhanced Camera
(cold-weather system, extended sun-shield)
1 Ea. 30 days $34,500.00 Rhythm Eng.
1215c 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA / 170/2070 with FLIR Detection 1 Ea. 30 days $39,500.00 Rhythm Eng.
1216 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA Option, Ped Intercept Module 1 Ea.
1216a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA / 170/2070 Option, Ped Intercept
Module (eliminates item # 1222)
1 Ea. 30 days $5,000.00 Rhythm Eng.
1217 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA Option, Monitor and Keyboard
1217a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA / 170/2070 Option, Monitor and
Keyboard (eliminates item # 1223)
1 Ea. 30 days $700.00 Rhythm Eng.
1218 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA Option, Spare System 1 Ea.
1218a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA / 170/2070 Option, Spare System
(eliminates item # 1224)
1 Ea. 30 days $12,500.00 Rhythm Eng.
1219 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA Option, Additional InSync Processor
1219a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA / 170/2070 Option, Addition InSync
Processor (eliminates item # 1225)
1 Ea. 30 days $4,500.00 Rhythm Eng.
1220 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA Option, Additional Video Camera
1220a 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - NEMA / 170/2070 Option, Additional Video
Camera (eliminates item # 1226)
1 Ea. 30 days $1,750.00 Rhythm Eng.
1220b 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Additional Enhanced
Camera
1 Ea. 30 days $2,350.00 Rhythm Eng.
1220c 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Comprehensive Hardware / Software Extended
Warranty (per intersection, per year, up to 5 years)
1 Ea. 30 days $1,250.00 Rhythm Eng.
1221 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - 170/2070
1222 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - 170/2070 Option, Ped Intercept Module
1223 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - 170/2070 Option, Monitor and Keyboard
1224 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - 170/2070 Option, Spare System
1225 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - 170/2070 Option, Additional InSync
Processor
1226 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion - 170/2070 Option, Additional Video Camera
1227 676-011-009 RTC MANUFACTURING WIRED CABINET ASSEMBLY TYPE I Model 502598LCB24 Series (Solar, 2 Batteries, 17¼ x26 x17) 1 Ea. 42 days $2,383.00 Temple
1228 676-011-010 RTC MANUFACTURING WIRED CABINET ASSEMBLY TYPE I Model 502507-24 (AC, 15x15x12) 1 Ea. 42 days $639.00 Temple
1229 676-011-011 RTC MANUFACTURING WIRED CABINET ASSEMBLY TYPE I Model 502598SW24 Series (Solar, 1 Battery, 18x17x14) 1 Ea. 42 days $1,661.00 Temple
1230 700-026-009 RTC MANUFACTURING SIGN BEACON (SCHOOL ZONE) Model 502598LCB Series (Solar, 2 Batteries with time
switch, 17¼ x 26 x 17)
1 Ea. 42 days $2,667.00 Temple
1231 700-026-010 RTC MANUFACTURING SIGN BEACON (SCHOOL ZONE) Model 502507 (AC with time switch, 15 x 15 x 12) 1 Ea. 42 days $1,374.00 Temple
1232 700-026-011 RTC MANUFACTURING SIGN BEACON (SCHOOL ZONE) Model 502598SW Series (Solar, 1 Battery with time switch,
18 x 17 x 14)
1 Ea. 42 days $2,050.00 Temple
1233 678-008-012 RTC MANUFACTURING TIME SWITCH, TYPE 1 MODEL AP21 1 Ea. 30 days $334.00 Temple
1234 678-008-021 RTC MANUFACTURING TIME SWITCH, TYPE 1 MODEL CPR-2102 PAGER 1 Ea. 30 days $743.00 Temple
1235 678-009-005 RTC MANUFACTURING TIME SWITCH, TYPE 2 MODEL AP-22 1 Ea. 30 days $439.00 Temple
1236 678-011-005 RTC MANUFACTURING TIME SWITCH, TYPE 3 MODEL AP41 1 Ea. 30 days $575.00 RTC Mfg. or See
Ordering Inst.
1237 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C2-C2-T2 (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $1,179.00 TCS
1238 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C5-C5-T2 (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $1,542.00 TCS
1239 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C9-C9-T2 (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $1,833.00 TCS
1240 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C2-C2-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $1,032.00 TCS
1241 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C5-C5-XX(Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $1,396.00 TCS
1242 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-T2-T2-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $1,032.00 TCS
1243 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-T5-T5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea.
1244 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-L2-L2-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $1,032.00 TCS
1245 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-L5-L5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $1,396.00 TCS
1246 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-XX-XX-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea. 30 days $740.00 TCS
1247 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-2SFP (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea.
1248 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-T5-T5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea.
1249 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-T5-T5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea.
1250 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900-HI-D-T5-T5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
1 Ea.
1251 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH 25-10-0100 10km LC optics 1 Ea. 30 days $219.00 TCS
1252 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH 25-10-0101 25km LC optics 1 Ea. 30 days $401.00 TCS
1253 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH 25-10-0109 70km LC optics 1 Ea. 30 days $1,455.00 TCS
1254 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2LC10 (Alternate Power Supply Voltage and
Mounting Options may be specified by purchaser when
order is placed)
1 Ea. 30 days $1,411.00 TCS
1255 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2SC10 (Alternate Power Supply Voltage and
Mounting Options may be specified by purchaser when
order is placed)
1 Ea. 30 days $1,411.00 TCS
1256 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2LC25 (Alternate Power Supply Voltage and
Mounting Options may be specified by purchaser when
order is placed)
1 Ea. 30 days $1,629.00 TCS
1257 684-002-001 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2SC25 (Alternate Power Supply Voltage and
Mounting Options may be specified by purchaser when
order is placed)
1 Ea. 30 days $1,629.00 TCS
1258 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RSG2100P-F-RM-HI-TX01-TX01-xxxx-xxxx-xxxx-xxxxx-xxxx-
xxxx-SS01 (Alternate Power Supply Voltage and Mounting
Options may be specified by purchaser when order is
placed)
1 Ea. 30 days $1,988.00 TCS
1259 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH RSG2100-F-RM-HI-TX01-TX01-xxxx-xxxx-xxxx-xxxxx-xxxx-
xxxx-SS01 (Alternate Power Supply Voltage and Mounting
Options may be specified by purchaser when order is
placed)
1 Ea. 30 days $1,551.00 TCS
1260 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH TX01 Ethernet Module for RSG2100 (Module is an option
that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order)
1 Ea. 30 days $136.00 TCS
1261 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH FX04 Ethernet Module for RSG2100 (Module is an option
that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order. Alternate connector
configurations may be specified by purchaser when order is
placed.)
1 Ea. 30 days $752.00 TCS
1262 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH FX05 Ethernet Module for RSG2100 (Module is an option
that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order. Alternate connector
configurations may be specified by purchaser when order is
placed.)
1 Ea. 30 days $752.00 TCS
1263 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH FX07 Ethernet Module for RSG2100 (Module is an option
that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order. Alternate connector
configurations may be specified by purchaser when order is
placed.)
1 Ea. 30 days $1,141.00 TCS
1264 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH FX09 Ethernet Module for RSG2100 (Module is an option
that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order. Alternate connector
configurations may be specified by purchaser when order is
placed.)
1 Ea. 30 days $1,529.00 TCS
1265 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH CG01 Gigabit Ethernet Module for RSG2100 (Module is an
option that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order)
1 Ea. 30 days $243.00 TCS
1266 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH FG71 Gigabit Ethernet Module for RSG2100 (Module is an
option that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order. SFP optics may be specified by
purchaser when order is placed).
1 Ea. 30 days $874.00 TCS
1267 684-002-003 RUGGEDCOM MANAGED FIELD ETHERNET SWITCH FG72 Gigabit Ethernet Module for RSG2100 (Module is an
option that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order. SFP optics may be specified by
purchaser when order is placed).
1 Ea. 30 days $1,359.00 TCS
1268 660-024-001 SENSYS NETWORKS WIRELESS MAGNETOMETER ASSEMBLY VDS240 1 Ea. 30 days $6,729.00 Temple
1269 660-024-002 SENSYS NETWORKS WIRELESS MAGNETOMETER ASSEMBLY APCC Series 1 Ea. 30 days $8,016.00 Temple
1270 700-024-002 SES AMERICA DYNAMIC MESSAGE SIGN - EMBEDDED M5000 (Monochrome Amber 66mm pitch) (Full Color
33mm pitch)
1271 700-025-001 SES AMERICA DYNAMIC MESSAGE SIGN - RETROFIT KIT M6000 DMS Retrofit Kit (Amber)
1272 744-003-002 SHARP TRAFFIC MONITORING SITE SOLAR POWER
UNIT - SOLAR PANEL
NE-80EJEA (80W)
1273 744-003-002 SHARP TRAFFIC MONITORING SITE SOLAR POWER
UNIT - SOLAR PANEL
ND-123UJF (123W)
1274 744-003-002 SHARP TRAFFIC MONITORING SITE SOLAR POWER
UNIT - SOLAR PANEL
ND-130UJF (130W)
1275 671-016-012 SIEMENS TRAFFIC
SOLUTIONS
NEMA TS2 TYPE 1 CONTROLLER UNIT EPAC M-51
1276 671-017-011 SIEMENS TRAFFIC
SOLUTIONS
NEMA TS2 TYPE 2 CONTROLLER UNIT EPAC M-52 1 Ea. 42 days $2,141.00 Temple
1277 671-018-007 SIEMENS TRAFFIC
SOLUTIONS
2070L UNIT (LITE UNIT FOR 170 CABINET) Model 2070 ATMS (NO VME BUSS), INCLUDES 2070
CHASSIS, 1B ENGINE BOARD W/DATAKEY SLOT, 2A I/O
MODULE, 3B FRONT PANEL, 4A POWER SUPPLY MODULE,
7A MODULE
1277a 671-018-007 SIEMENS TRAFFIC
SOLUTIONS
2070 UNIT FOR 170 CABINETS Model 2070E Series, Comm, Software 1 Ea. 42 days $2,025.00 Temple
1278 671-019-004 SIEMENS TRAFFIC
SOLUTIONS
2070L UNIT (FULL UNIT FOR 170 CABINET) 2070ATMS 1 Ea.
1279 671-020-006 SIEMENS TRAFFIC
SOLUTIONS
2070LCN UNIT (LITE UNIT FOR TS1
CABINET)
MODEL 2070N (NO VME BUSS) 1 Ea.
1280 671-021-002 SIEMENS TRAFFIC
SOLUTIONS
2070LCN UNIT (FULL UNIT FOR TS1
CABINET)
MODEL 2070N W/VME BUSS
1281 747-001-003 SIERRA WIRELESS TRAFFIC MONITORING SITE MODEM LS300 1 Ea.
1282 747-001-004 SIERRA WIRELESS TRAFFIC MONITORING SITE MODEM GX400 1 Ea. 2-4 weeks $500.74 Tessco
1283 659-032-002 SIGNAL SAFE PIVOTAL ADJUSTABLE HANGER ASSEMBLY 8880 1 Ea.
1284 659-031-006 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-46 W/BAND 1 Ea. 30 Days $147.50 Sky Bracket
1285 659-031-006 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-46 W/CABLE 1 Ea. 30 Days $164.50 Sky Bracket
1286 659-031-013 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBxx-HPB-xx
1286a 659-031-013 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-HPB-18 W/BAND 1 Ea. 30 days $233.25 Sky Bracket
1286b 659-031-013 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-HPB-18 W/CABLE 1 Ea. 30 days $256.75 Sky Bracket
1287 659-031-015 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBxx-3M-xx
1287a 659-031-015 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-3M-46 1 Ea. 30 days $183.50 Sky Bracket
1287b 659-031-015 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-3M-46 1 Ea. 30 days $210.75 Sky Bracket
1288 659-031-016 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBxx-3MCB-xx
1288a 659-031-016 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-3MCB-46 1 Ea. 30 days $263.75 Sky Bracket
1288b 659-031-016 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-3MCB-46 1 Ea. 30 days $277.00 Sky Bracket
1289 659-031-017 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBxx-SCB-xx
1289a 659-031-017 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-SCB-46 1 Ea. 30 days $252.00 Sky Bracket
1289b 659-031-017 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-SCB-46 1 Ea. 30 days $264.75 Sky Bracket
1290 659-034-001 SKY BRACKET MAST ARM SIGN MOUNTING SS-SB29-SBK-46TK-23 W/BAND 1 Ea. 30 days $148.50 Sky Bracket
1291 659-034-001 SKY BRACKET MAST ARM SIGN MOUNTING SS-SBC66-SBK-46TK-23 W/CABLE 1 Ea. 30 days $165.75 Sky Bracket
1292 659-035-001 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SB29-RCM W/BAND (rigid) 1 Ea. 30 days $92.00 Sky Bracket
1293 659-035-001 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SBC66-RCM W/CABLE (rigid) 1 Ea. 30 days $112.25 Sky Bracket
1294 659-035-002 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SB29-CM W/BAND (standard) 1 Ea. 30 days $69.25 Sky Bracket
1295 659-035-003 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SB29-ACM-74 W/BAND (adjustable) 1 Ea. 30 days $170.25 Sky Bracket
1296 659-035-003 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SBC66-ACM-74 W/CABLE (adjustable) 1 Ea. 30 days $192.25 Sky Bracket
1297 700-020-001 SKYLINE PRODUCTS DYNAMIC MESSAGE SIGN - WALK-IN "I" Series (Monochrome Amber 66mm pitch) 1 Ea.
1298 102-044-001 SOLAR TECHNOLOGY TRAILER MOUNTED ARROW BOARD AB-2015 (15 Led Lamps) (Current QPL # S102-0900) 1 Ea.
1299 102-044-002 SOLAR TECHNOLOGY TRAILER MOUNTED ARROW BOARD AB-2025 (25 Led Lamps) (Current QPL # S102-1000) 1 Ea.
1300 102-044-008 SOLAR TECHNOLOGY TRAILER MOUNTED ARROW BOARD AB-0515 (15 Led Lamps) (Current QPL # S102-0917) 1 Ea. 30 days $4,045.00 Safety Zone
1301 102-044-009 SOLAR TECHNOLOGY TRAILER MOUNTED ARROW BOARD AB-0525 (25 Led Lamps) (Current QPL # S102-1006) 1 Ea. 30 days $4,375.00 Safety Zone
1302 102-048-004 SOLAR TECHNOLOGY PORTABLE CHANGEABLE MESSAGE SIGN MB-1548 (Current QPL # S102-1207) 1 Ea. 30 days $17,125.10 Safety Zone
1303 102-048-012 SOLAR TECHNOLOGY PORTABLE CHANGEABLE MESSAGE SIGN MB-II-2248 (Current QPL # S102-1220) 1 Ea. 30 days $14,675.55 Safety Zone
1304 102-052-013 SOLAR TECHNOLOGY PORTABLE RADAR SPEED DISPLAY UNIT Silent Advisor RST-1000 (Current QPL # S102-1913) 1 Ea. 30 days $7,550.35 Safety Zone
1305 676-005-001 SOUTHERN
MANUFACTURING
CONTROLLER CABINET UNWIRED TYPE I TYPE 1 UNWIRED 1 Ea. 30 days $295.00 Southern Mfg.
1306 676-006-001 SOUTHERN
MANUFACTURING
CONTROLLER CABINET UNWIRED TYPE II TYPE II UNWIRED 1 Ea. 30 days $395.00 Southern Mfg.
1307 676-007-004 SOUTHERN
MANUFACTURING
CONTROLLER CABINET UNWIRED TYPE IV TYPE IV UNWIRED 1 Ea. 30 days $895.00 Southern Mfg.
ITEM can be purchased on ITB-DOT-1415-9002-GH: ADOL BCS
1308 676-008-009 SOUTHERN
MANUFACTURING
CONTROLLER CABINET UNWIRED TYPE V 59"H X 40"W X 27"D 1 Ea. 30 days $995.00 Southern Mfg.
1309 676-010-001 SOUTHERN
MANUFACTURING
CONTROLLER CABINET UNWIRED SPECIAL BC4T UNWIRED 1 Ea. 30 days $1,395.00 Southern Mfg.
1310 676-014-001 SOUTHERN
MANUFACTURING
CONTROLLER CABINET UNWIRED TYPE VI TYPE VI UNWIRED 1 Ea. 30 days $1,395.00 Southern Mfg.
1311 676-015-001 SOUTHERN
MANUFACTURING
CONTROLLER CABINET UNWIRED TYPE III TYPE III UNWIRED 1 Ea. 30 days $575.00 Southern Mfg.
1312 676-024-001 SOUTHERN
MANUFACTURING
170 UNWIRED CABINET TYPE 332/334 DWG # 332ALUM.PRT 1 Ea. 30 days $1,645.00 Southern Mfg.
1313 676-029-003 SOUTHERN
MANUFACTURING
170 UNWIRED CABINET TYPE 336 MODEL SM‐336 (39” x 24¼” x 20¼”) 1 Ea. 30 days $1,375.00 Southern Mfg.
1314 676-031-001 SOUTHERN
MANUFACTURING
170 UNWIRED CABINET TYPE 336 STRETCH MODEL SM‐336S (46” x 24¼” x 20¼”) 1 Ea. 30 days $1,475.00 Southern Mfg.
1315 676-035-003 SOUTHERN
MANUFACTURING
ITS FIELD CABINET (340) 340-DMS-FL-SS-GEN 1 Ea. 30 days $8,195.00 Southern Mfg.
1315a 676-035-003 SOUTHERN
MANUFACTURING
ITS FIELD CABINET 340 1RU8126MS Remote Power Manager/Enviromental
Monitoring System
1 Ea. 30 days $1,095.00 Southern Mfg.
1316 676-035-005 SOUTHERN
MANUFACTURING
ITS FIELD CABINET TYPE 334 WE3RAL-334-FLDMS-G 1 Ea. 30 days $4,495.00 Southern Mfg.
1316a 676-035-005 SOUTHERN
MANUFACTURING
ITS FIELD CABINET 340 1RU8126MS Remote Power Manager/Enviromental
Monitoring System
1 Ea. 30 days $1,095.00 Southern Mfg.
1317 676-035-012 SOUTHERN
MANUFACTURING
ITS FIELD CABINET TYPE 336S WE3RAL-336S-FLITS 1 Ea. 30 days $3,725.00 Southern Mfg.
1317a 676-035-012 SOUTHERN
MANUFACTURING
ITS FIELD CABINET 340 1RU8126MS Remote Power Manager/Enviromental
Monitoring System
1 Ea. 30 days $1,095.00 Southern Mfg.
1318 685-002-004 SOUTHERN
MANUFACTURING
UNINTERRUPTIBLE POWER SUPPLY SM-UPS-1 1 Ea. 90 days $4,295.00 Southern Mfg.
1319 700-012-010 SOUTHERN
MANUFACTURING
BLANKOUT SIGN MODEL LED BLANKOUT SERIES - Legend to be defined by
purchaser at time of order
1 Ea. 90 days $2,750.00 Southern Mfg.
1320 700-015-019 SOUTHERN
MANUFACTURING
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
FF-1.1.S-SERIES 1 Ea. 30 days $1,595.00 Southern Mfg.
1321 700-015-021 SOUTHERN
MANUFACTURING
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
SSLED SERIES 1 Ea. 30 days $2,795.00 Southern Mfg.
1322 700-015-022 SOUTHERN
MANUFACTURING
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
ThinLine(TM) LED STREET NAME SIGN 1 Ea. 30 days $2,295.00 Southern Mfg.
1323 700-015-023 SOUTHERN
MANUFACTURING
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
Clean Profile Series 1 Ea. 30 days $3,395.00 Southern Mfg.
1324 746-006-001 SOUTHERN
MANUFACTURING
TRAFFIC MONITORING SITE CABINET - TYPE
IV CABINET
Type IV unwired 1 Ea. 30 days $895.00 Southern Mfg.
1325 746-008-001 SOUTHERN
MANUFACTURING
TRAFFIC MONITORING SITE CABINET - TYPE
334 CABINET
Type 332/334 unwired 1 Ea. 30 days $1,645.00 Southern Mfg.
1326 746-009-001 SOUTHERN
MANUFACTURING
TRAFFIC MONITORING SITE CABINET - TYPE
III CABINET
Type III unwired 1 Ea. 30 days $795.00 Southern Mfg.
1327 744-002-004 SPECIALTY CONCEPTS TRAFFIC MONITORING SITE SOLAR POWER
UNIT - VOLTAGE REGULATOR
ASC12-8 1 Ea.
1328 654-002-004 SPOT DEVICES IN-ROADWAY LIGHTS ASSEMBLY Model Road Spot 320 Series 1 Ea.
1329 678-008-022 SPOT DEVICES TIME SWITCH, TYPE 1 Model SC305 1 Ea.
1330 663-001-007 STC ELECTRONICS EMERG. VEH. DETECTOR (PRE-EMPTION) EMTRAC GPS-FHSS 1 Ea.
1331 663-001-007 STC ELECTRONICS PREEMPTION SYSTEM GPS-FHSS 1 Ea.
1332 654-001-001 STOP EXPERTS RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
MODEL Enhancer Series 1 Ea.
1333 654-001-007 STOP EXPERTS RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
Enhancer Kit 1 Ea.
1334 654-001-003 TAPCO RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RRFB-XL Series 1 Ea. 30 days $6,110.00 Univ. Signs & Access.
1335 700-027-001 TAPCO HIGHLIGHTED SIGNS BlinkerSign® LED Sign 2180 Series (24/7 Operation) 1 Ea. 30 days $1,695.00 Univ. Signs & Access.
1336 639-004-001 TECHNOLOGIA ELECTRONICA
DEL RIPOLLESTRANSFER SWITCH - RETROFIT
(AUTOMATIC)
TL-30-SS 1 Ea.
1337 684-003-002 TELESTE VIDEO DECODER Model MPC-D1 1 Ea. 30 days $881.00 Control Tech
1338 684-003-002 TELESTE VIDEO DECODER Model MPC-D2 1 Ea. 30 days $972.00 Control Tech
1339 684-003-002 TELESTE VIDEO DECODER Model MPC-D4 1 Ea. 30 days $1,623.00 Control Tech
1340 684-003-003 TELESTE VIDEO DECODER Model MPX D8 1 Ea. 30 days $2,833.00 Control Tech
1341 684-004-002 TELESTE VIDEO ENCODER Model MPC-E1 1 Ea. 30 days $740.00 Control Tech
1342 684-004-002 TELESTE VIDEO ENCODER Model MPC-E2 1 Ea. 30 days $881.00 Control Tech
1343 684-004-002 TELESTE VIDEO ENCODER Model MPC-E4 1 Ea. 30 days $1,347.00 Control Tech
1344 684-004-002 TELESTE VIDEO ENCODER Model MPX-E8 1 Ea. 30 days $2,553.00 Control Tech
1345 684-004-008 TELESTE VIDEO ENCODER MPH101 1 Ea. 30 days $1,020 Control Tech
1346 684-004-008 TELESTE VIDEO ENCODER MPH111 1 Ea. 30 days $1,020 Control Tech
1347 684-004-008 TELESTE VIDEO ENCODER MPH102 1 Ea. 30 days $1,299 Control Tech
1348 684-004-008 TELESTE VIDEO ENCODER MPH112 1 Ea. 30 days $1,299 Control Tech
1349 684-004-008 TELESTE VIDEO ENCODER MPH241 1 Ea. 30 days $1,812 Control Tech
1350 684-004-008 TELESTE VIDEO ENCODER MPH242 1 Ea. 30 days $2,044 Control Tech
1351 650-021-014 TEMPLE BACKPLATE (STANDARD) BPA500FL Series – 1 SECTION 1 Ea. 30 days $41.00 Temple
1352 650-021-014 TEMPLE BACKPLATE (STANDARD) BPA500FL Series – 2 SECTION 1 Ea. 30 days $48.00 Temple
1353 650-021-014 TEMPLE BACKPLATE (STANDARD) BPA500FL Series – 3 SECTION 1 Ea. 30 days $49.00 Temple
1354 650-021-014 TEMPLE BACKPLATE (STANDARD) BPA500FL Series – 4 SECTION 1 Ea. 30 days $65.00 Temple
1355 650-021-014 TEMPLE BACKPLATE (STANDARD) BPA500FL Series – 5 SECTION (In‐line) 1 Ea. 30 days $80.00 Temple
1356 650-021-014 TEMPLE BACKPLATE (STANDARD) BPA500FL Series – 5 SECTION (Cluster – span) 1 Ea. 30 days $139.00 Temple
1357 650-021-014 TEMPLE BACKPLATE (STANDARD) BPA500FL Series – 5 SECTION (Cluster – mast arm) 1 Ea. 30 days $132.00 Temple
1358 650-022-003 TEMPLE BACKPLATE (RETROREFLECTIVE) BPA(R)500FL Series – 1 SECTION 1 Ea. 30 days $65.00 Temple
1359 650-022-003 TEMPLE BACKPLATE (RETROREFLECTIVE) BPA(R)500FL Series – 2 SECTION 1 Ea. 30 days $73.00 Temple
1360 650-022-003 TEMPLE BACKPLATE (RETROREFLECTIVE) BPA(R)500FL Series – 3 SECTION 1 Ea. 30 days $74.00 Temple
1361 650-022-003 TEMPLE BACKPLATE (RETROREFLECTIVE) BPA(R)500FL Series – 4 SECTION 1 Ea. 30 days $90.00 Temple
1362 650-022-003 TEMPLE BACKPLATE (RETROREFLECTIVE) BPA(R)500FL Series – 5 SECTION (In‐line) 1 Ea. 30 days $105.00 Temple
1363 650-022-003 TEMPLE BACKPLATE (RETROREFLECTIVE) BPA(R)500FL Series – 5 SECTION (Cluster – span) 1 Ea. 30 days $165.00 Temple
1364 650-022-003 TEMPLE BACKPLATE (RETROREFLECTIVE) BPA(R)500FL Series – 5 SECTION (Cluster – mast arm) 1 Ea. 30 days $160.00 Temple
1365 654-002-001 TEMPLE IN-ROADWAY LIGHTS ASSEMBLY 19000-LLC-FL 1 Ea. 56 days $17,690.00 Temple
1366 676-003-012 TEMPLE WIRED CABINET ASSEMBLY TYPE V TF4008TFL0101
1367 676-005-008 TEMPLE CONTROLLER CABINET UNWIRED TYPE I SMTF161412TSD 1 Ea. 30 days $368.00 Temple
1368 676-011-012 TEMPLE WIRED CABINET ASSEMBLY TYPE I TF4001F-FL 1 Ea. 42 days $531.00 Temple
1369 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 TF5116TFL02 1 Ea. 84 days $9,424.00 Temple
1369a 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-
2 EL712FLG alum enclosure w/ generator compartment &
generator transfer switch. Includes 16-channel card rack,
MMU 16LE ip signal monitor, 16 load switches, 1 flasher,
Cabinet power supply, Multilink fiber termination panel
w/ (2) fiber adapters, (4) fiber patch cords , & photo cell,
Less controller
1 Ea. 84 days $9,889.00 Temple
1369b 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-
2 ELS1008FL Single door Size 6 Stretch Cabinet , 67" H,
w/out generator compartment or transfer switch. Includes:
MMU2-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher Multilink fiber termination panel w/
(2) fiber adapters, (4) fiber patch cords, & Photo cell , less
controller
1 Ea. 84 days $9,729.00 Temple
1369c 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2
ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/
generator compartment & transfer switch. Includes:
MMU2-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher, Multilink fiber termination panel
w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell ,
less controller
1 Ea. 84 days $10,165.00 Temple
1369d 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2
ELS1008FL2 Doublele door Size 6 Stretch Cabinet, 67" H,
Front & back doors, w/out generator compartment or
transfer switch. Includes: MMU-16LEip signal monitor, (1)
16-channel card rack, 16 load switches, 1 flasher, Multilink
fiber termination panel w/ (2) fiber adapters, (4) fiber patch
cords, & Photo cell, less controler
1 Ea. 84 days $10,580.00 Temple
1369e 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2
ELS1008FLG2 Size 6 Stretch Cabinet, 67" H, Front & back
doors, w/generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, Multilinlk fiber termination panel w/
(2) fiber adapters, (4) fiber patch cords, & Photo cell. Less
controller
1 Ea. 84 days $10,962.00 Temple
1369f 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2
ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/
generator compartment & transfer switch. Includes:
MMU2-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher, Multilink fiber termination panel
w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell ,
less controller. Painted white inside
1 Ea. 84 days $11,023.00 Temple
1369g 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2
ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/
generator compartment & transfer switch. Includes:
MMU2-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher, Multilink fiber termination panel
w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell ,
less controller. Painted white inside and painted outside
1 Ea. 84 days $12,023.00 Temple
1369h 676-023-006 TEMPLE WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy, Model TF5116FL-2
ELS1008FLG2 Size 6 Stretch Cabinet, 67" H, Front & back
doors, w/generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, Multilinlk fiber termination panel w/
(2) fiber adapters, (4) fiber patch cords, & Photo cell. Less
controller. Painted white inside
1 Ea. 84 days $11,819.00 Temple
1370 676-034-001 TEMPLE HYBRID NEMA TS1 - TS2 WIRED CABINET
ASSEMBLY
TF4116MT 1 Ea. 84 days $9,093.00 Temple
1370a 676-034-001 TEMPLE HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
TF4116MT-2 ELS712FLG Single door Size 6 Cabinet, 56" H,
w/ generator compartment & transfer switch. Includes:
MMU-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher Multilink fiber termination panel w/
(2) fiber adapters, (4) fiber patch cords, & Photo cell. Less
controller
1 Ea. 84 days $9,546.00 Temple
1370b 676-034-001 TEMPLE HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
TF4116MT-2 ELS1008FL Single door Size 6 Stretch Cabinet ,
67" H, w/out generator compartment or transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, 1 flasher Multilink fiber termination
panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo
cell. Less controller
1 Ea. 84 days $9,512.00 Temple
1370c 676-034-001 TEMPLE HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet
, 67" H, w/ generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, 1 flasher, Multilink fiber termination
panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo
cell. Less controller
1 Ea. 84 days $9,904.00 Temple
1370d 676-034-001 TEMPLE HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
TF4116MT-2 ELS1008FL2 Size 6 Stretch Cabinet, Front &
back doors , 67" H, w/out generator compartment or
transfer switch. Includes: MMU-16LEip signal monitor, (1)
16-channel card rack, 16 load switches, 1 flasher Multilink
fiber termination panel w/ (2) fiber adapters, (4) fiber patch
cords, & Photo cell. Less controller
1 Ea. 84 days $10,191.00 Temple
1370e 676-034-001 TEMPLE HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
TF4116MT-2 ELS1008FLG2 Size 6 Stretch Cabinet, Front &
back doors , 67" H, w/ generator compartment and
transfer switch. Includes: MMU-16LEip signal monitor, (1)
16-channel card rack, 16 load switches, 1 flasher Multilink
fiber termination panel w/ (2) fiber adapters, (4) fiber patch
cords, & Photo cell. Less controller
1 Ea. 84 days $10,582.00 Temple
1370f 676-034-001 TEMPLE HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet
, 67" H, w/ generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, 1 flasher, Multilink fiber termination
panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo
cell. Less controller. Painted white inside
1 Ea. 84 days $10,761.00 Temple
1370g 676-034-001 TEMPLE HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet
, 67" H, w/ generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, 1 flasher, Multilink fiber termination
panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo
cell. Less controller. Painted white inside, and painted
outside
1 Ea. 84 days $11,761.00 Temple
1370h 676-034-001 TEMPLE HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
TF4116MT-2 ELS1008FLG2 Size 6 Stretch Cabinet, Front &
back doors , 67" H, w/ generator compartment and
transfer switch. Includes: MMU-16LEip signal monitor, (1)
16-channel card rack, 16 load switches, 1 flasher Multilink
fiber termination panel w/ (2) fiber adapters, (4) fiber patch
cords, & Photo cell. Less controller. Painted white inside
1 Ea. 84 days $11,439.00 Temple
1371 676-035-006 TEMPLE ITS FIELD CABINET TYPE 334 11000ITS-FL 1 Ea. 70 days $3,401.00 Temple
1371a 676-035-006 TEMPLE ITS FIELD CABINET TYPE 334 ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet,
Base mount cabinet w/ Generator compartment, Dual
fans, Power panel, Cable management, Power Surge
Suppresssion, & Drawer, Sun Shields
1 Ea. 70 days $5,132.00 Temple
1371b 676-035-006 TEMPLE ITS FIELD CABINET TYPE 334 ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet,
Base mount cabinet w/ out Generator compartment, Dual
fans, Power panel, Cable management, Power Surge
Suppresssion, & Drawer, No Sun Shields
1 Ea. 70 days $3,038.00 Temple
1371c 676-035-006 TEMPLE ITS FIELD CABINET TYPE 334 ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet,
Base mount cabinet w/ out Generator compartment, Dual
fans, Power panel, Cable management, Power Surge
Suppresssion, & Drawer, w/ Sun Shields
1 Ea. 70 days $4,263.00 Temple
1372 676-035-013 TEMPLE ITS FIELD CABINET TYPE 336S 12000ITS-FL 1 Ea. 70 days $2,875.00 Temple
1372a 676-035-013 TEMPLE ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS Pole mount Cabinet, Generator Compartment,
Dual Fans, Power Panel, Cable Management, Power Surge
Suppression & drawer, Sun Shields
1 Ea. 70 days $3,503.00 Temple
1372b 676-035-013 TEMPLE ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS, Base mount Cabinet with Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer
1 Ea. 70 days $2,845.00 Temple
1372c 676-035-013 TEMPLE ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS Base mount Cabinet with Sun Shield, Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer
1 Ea. 70 days $3,627.00 Temple
1372d 676-035-013 TEMPLE ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS Pole mount Cabinet, w/ out Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer, No Sun Shields
1 Ea. 70 days $2,307.00 Temple
1372e 676-035-013 TEMPLE ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS Pole mount Cabinet, w/out Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer, Sun Shields
1 Ea. 70 days $2,970.00 Temple
1372f 676-035-013 TEMPLE ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS, Base mount Cabinet w/ out Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer. No Sun Shields
1 Ea. 70 days $2,277.00 Temple
1372g 676-035-013 TEMPLE ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS Base mount Cabinet with Sun Shield, w/ out
Generator Compartment, Dual Fans, Power Panel, Cable
Management, Power Surge Suppression & drawer
1 Ea. 70 days $2,940.00 Temple
1373 676-037-002 TEMPLE 170 WIRED CABINET TYPE 332 MODEL TF332FL, INCLUDES (12) MODEL 200 LOAD
SWITCHES, EDI 242J DC ISOLATOR, EDI 2010ECL MONITOR.
CONTROLLER NOT INCLUDED.
1 Ea. 84 days $7,839.00 Temple
1374 676-039-002 TEMPLE 170 WIRED CABINET TYPE 336 MODEL TF336FL 1 Ea. 84 days $7,155.00 Temple
1375 685-002-005 TEMPLE UNINTERRUPTIBLE POWER SUPPLY FXM 500/1100/1500/2000 & CABINET
1375a 685-002-005 TEMPLE UNINTERRUPTIBLE POWER SUPPLY System Auxiliaries, Uninterruptible Power Source / CCTV
Alpha FXM650 w/ SNMP, (2) 85GXL 50 aH batteries, battery
cable kit, rack mount kit
1 Ea. 42 days $1,264.00 Temple
1375b 685-002-005 TEMPLE UNINTERRUPTIBLE POWER SUPPLY System Auxiliaries, Uninterruptible Power Source: Alpha
FXM 1100 UPS w/ SNMP, (4) 195 GXL 100 aH batteries,
battery cable kit, Alpha S6 aluminum enclosure w/
generator compartment, universal automatic transfer
switch, interior lamp, external on-battery LED
1 Ea. 42 days $4,020.00 Temple
1375c 685-002-005 TEMPLE UNINTERRUPTIBLE POWER SUPPLY System Auxiliaries, Uninterruptible Power Source: Alpha
FXM2000 UPS w/ SNMP, (4) 220 GXL 109 aH batteries,
battery cable kit, Alpha S6 aluminum enclosure w/
generator compartment, universal automatic transfer
switch, interior lamp, external on-battery LED
1 Ea. 42 days $4,415.00 Temple
1376 685-002-006 TEMPLE UNINTERRUPTIBLE POWER SUPPLY 17000-UP-FL-W/BATT 1 Ea. 60 days $8,081.00 Temple
1376a 685-002-006 TEMPLE UNINTERRUPTIBLE POWER SUPPLY System Auxiliaries, UPS: # 17000-UP-FL-w/ Batteries Clary
SP1250LX-N UPS w/ SNMP network adapter, 41 aH battery
& cable set, alum enclousre w/ generator plug, LED
confirmation light
1 Ea. 60 days $7,118.00 Temple
1377 685-003-002 TEMPLE UNINTERRUPTIBLE POWER SUPPLY (REAL-
TIME ACTIVE POWER CONDITIONER)
17000-UP-FL-W/O BATT
1378 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A Series
1378a 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 48" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,194.00 Temple
1378b 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 48" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,258.00 Temple
1378c 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 60" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,307.00 Temple
1378d 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 60" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,382.00 Temple
1378e 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 72" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,544.00 Temple
1378f 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 72" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,618.00 Temple
1378g 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 84" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,683.00 Temple
1378h 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 84" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,698.00 Temple
1378i 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 108" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,820.00 Temple
1378j 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 108" Single sided EdgeLit sign (2) SP-1079-FL-
144-PNC, AstroBrac clamp kit
1 Ea. 42 days $1,934.00 Temple
1378k 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 48" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,329.00 Temple
1378l 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 48" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,460.00 Temple
1378m 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 60" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,393.00 Temple
1378n 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 60" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,474.00 Temple
1378o 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 72" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,634.00 Temple
1378p 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 72" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,727.00 Temple
1378q 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 84" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,835.00 Temple
1378r 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 84" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,938.00 Temple
1378s 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 108" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $1,923.00 Temple
1378t 700-015-026 TEMPLE INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 108" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea. 42 days $2,045.00 Temple
1379 685-002-007 TESCO CONTROLS, INC. UNINTERRUPTIBLE POWER SUPPLY Traffic 24-FLBBS 1 Ea. 30 days $7,298.00 Control Tech
1380 741-003-002 THERMOCOAX TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
VB80 Series 1 Ea.
1381 744-004-002 THOMPSON LIGHTNING
PROTECTION
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - LIGHTNING ROD
660 1/2" x 36" Copper Air Terminal 1 Ea.
1382 684-004-006 TKH SECURITY VIDEO ENCODER Model: C-60 E-MC 1 Ea. 30 days $1,393.00
1382a 684-004-006 TKH SECURITY VIDEO ENCODER Siqura C-60 E-MC/SA Video encoder w/ audio, data, & CCs,
stand alone
1 Ea. 30 days $1,393.00 Temple
1383 682-002-006 TKH SECURITY CAMERA - DOME HSD62x Series, HSD620PRH 1 Ea.
1384 682-002-006 TKH SECURITY CAMERA - DOME HSD62x Series, HSD621PRH 1 Ea. 30 days $3,168.00 Temple
1384a 684-002-006 TKH SECURITY CAMERA - DOME PA 02 -US, Power supply 1 Ea. 30 days $75.00 Temple
1384b 684-002-006 TKH SECURITY CAMERA - DOME WM01A, Bracket, Wall mount, short, with gasket 1 Ea. 30 days $74.00 Temple
1384c 684-002-006 TKH SECURITY CAMERA - DOME Siqura PTM01 Bracket, Adapter, 1 1/2Inch NPT 1 Ea. 30 days $41.00 Temple
1385 682-002-006 TKH SECURITY CAMERA - DOME HSD62x Series, HSD622 1 Ea. 30 days $1,950.00 Temple
1385a 684-002-006 TKH SECURITY CAMERA - DOME PA 02 -US, Power supply 1 Ea. 30 days $75.00 Temple
1385b 684-002-006 TKH SECURITY CAMERA - DOME WM01A, Bracket, Wall mount, short, with gasket 1 Ea. 30 days $74.00 Temple
1385c 684-002-006 TKH SECURITY CAMERA - DOME Siqura PTM01 Bracket, Adapter, 1 1/2Inch NPT 1 Ea. 30 days $41.00 Temple
1386 682-002-006 TKH SECURITY CAMERA - DOME HSD62x Series, HSD626 1 Ea. 30 days $2,142.00 Temple
1386a 684-002-006 TKH SECURITY CAMERA - DOME PA 02 -US, Power supply 1 Ea. 30 days $75.00 Temple
1386b 684-002-006 TKH SECURITY CAMERA - DOME WM01A, Bracket, Wall mount, short, with gasket 1 Ea. 30 days $74.00 Temple
1386c 684-002-006 TKH SECURITY CAMERA - DOME Siqura PTM01 Bracket, Adapter, 1 1/2Inch NPT 1 Ea. 30 days $41.00 Temple
1387 682-002-010 TKH SECURITY CAMERA - DOME HSD820H3-E 1 Ea. 30 days $2,283.00 Temple
1387a 684-002-010 TKH SECURITY CAMERA - DOME PA 02 -US, Power supply 1 Ea. 30 days $75.00 Temple
1387b 684-002-010 TKH SECURITY CAMERA - DOME WM01A, Bracket, Wall mount, short, with gasket 1 Ea. 30 days $74.00 Temple
1387c 684-002-010 TKH SECURITY CAMERA - DOME Siqura PTM01 Bracket, Adapter, 1 1/2Inch NPT 1 Ea. 30 days $41.00 Temple
1388 684-002-012 TKH SECURITY MANAGED FIELD ETHERNET SWITCH XSNet C4100SW Series, C4104SW 1 Ea. 30 days $728.00 Temple
1389 684-002-012 TKH SECURITY MANAGED FIELD ETHERNET SWITCH XSNet C4100SW Series, C4108SW 1 Ea. 30 days $913.00 Temple
1390 684-003-007 TKH SECURITY VIDEO DECODER S620D 1 Ea. 30 days $1,393.00 Temple
1391 102-044-003 TRAFCON INDUSTRIES TRAILER MOUNTED ARROW BOARD TC1 Series (15 lamps, 48 by 96 inches) 1 Ea. 45 days $4,884.00 Trafcon
1392 102-044-003 TRAFCON INDUSTRIES TRAILER MOUNTED ARROW BOARD TC1 Series (25 lamps, 48 by 96 inches) 1 Ea. 45 days $5,080.00 Trafcon
1393 102-044-006 TRAFCON INDUSTRIES TRAILER MOUNTED ARROW BOARD TC3-15D Discontinued
1394 102-044-027 TRAFCON INDUSTRIES TRAILER MOUNTED ARROW BOARD TC1-25D Discontinued
1395 102-044-031 TRAFCON INDUSTRIES TRAILER MOUNTED ARROW BOARD TC1-25D Discontinued
1396 102-045-006 TRAFCON INDUSTRIES VEHICLE MOUNTED ARROW BOARD MB4 Series (15 lamps, 36 by 72 inches) 1 Ea. 45 days $1,663.00 Trafcon
1397 102-045-006 TRAFCON INDUSTRIES VEHICLE MOUNTED ARROW BOARD MB4 Series (25 lamps, 36 by 72 inches) 1 Ea. 45 days $2,002.00 Trafcon
1398 102-045-009 TRAFCON INDUSTRIES VEHICLE MOUNTED ARROW BOARD MB5 Series (15 lamps, 48 by 96 inches) 1 Ea. 45 days $1,949.00 Trafcon
1399 102-045-009 TRAFCON INDUSTRIES VEHICLE MOUNTED ARROW BOARD MB5 Series (25 lamps, 48 by 96 inches) 1 Ea. 45 days $2,461.00 Trafcon
1400 102-045-010 TRAFCON INDUSTRIES VEHICLE MOUNTED ARROW BOARD MB3 Series (13 lamps, 30 by 60 inches) 1 Ea. 45 days $1,431.00 Trafcon
1401 102-045-010 TRAFCON INDUSTRIES VEHICLE MOUNTED ARROW BOARD MB3 Series (15 lamps, 30 by 60 inches) 1 Ea. 45 days $1,653.00 Trafcon
1402 102-045-010 TRAFCON INDUSTRIES VEHICLE MOUNTED ARROW BOARD MB3 Series (25 lamps, 30 by 60 inches) 1 Ea. 45 days $1,923.00 Trafcon
1403 654-002-002 TRAFFIC SAFETY CORP IN-ROADWAY LIGHTS ASSEMBLY TS1100 Series Push Button Activation (Model SC-TS1100-
AC2A)
1 Ea.
1404 654-002-003 TRAFFIC SAFETY CORP IN-ROADWAY LIGHTS ASSEMBLY TS1100 Series Push Button and Loop Detector Activation
(Model SC-TS1100-AC3A)
1 Ea.
1405 700-019-004 TRAFFICALM SYSTEMS ELECTRONIC SPEED FEEDBACK SIGN Urban DFB Series 1 Ea.
1406 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD (solar/cellular)
1406a 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD (Solar/Cellular) 1 Ea. 30 days $5,050.00 TrafficCast or TCS
1406b 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD (Solar/Cellular) with 1 year of backend and cell 1 Ea. 30 days $6,070.00 TrafficCast or TCS
1407 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD (AC/Ethernet)
1407a 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD (AC/Ethernet) 1 Ea. 30 days $4,070.00 TrafficCast or TCS
1407b 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD (AC/Ethernet) with 1 year of backend 1 Ea. 30 days $4,730.00 TrafficCast or TCS
1407c 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Ethernet w/ cellular 1 Ea. 30 days $4,540.00 TrafficCast or TCS
1407d 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Ethernet w/ cellular with 1 year of backend and
cell
1 Ea. 30 days $5,560.00 TrafficCast or TCS
1407e 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Server & Software with 25 licenses 1 Ea. 45 days $53,000.00 TrafficCast or TCS
1407f 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Server & Software with 50 licenses 1 Ea. 45 days $88,000.00 TrafficCast or TCS
1407g 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Server & Software with 75 licenses 1 Ea. 45 days $123,000.00 TrafficCast or TCS
1407h 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Server & Software with 100 licenses 1 Ea. 45 days $158,000.00 TrafficCast or TCS
1407i 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Ethernet Cable (75') 1 Ea. 30 days $75.00 TrafficCast or TCS
1407j 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Ethernet Cable (150') 1 Ea. 30 days $110.00 TrafficCast or TCS
1407k 660-027-004 TRAFFICAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD backend after year 1 1 Ea. 30 days $660.00 TrafficCast or TCS
1408 660-003-035 TRAFFICWARE GROUP VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 722-TX / I 1 Ea. 30 days $206.25 TrafficWare
1409 660-008-012 TRAFFICWARE GROUP VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 710-TX / I 1 Ea. 30 days $187.50 TrafficWare
1410 660-015-025 TRAFFICWARE GROUP VEHICLE DETECTOR- VIDEO MODEL VU 2F 1 Ea. 45 days $3,937.50 TrafficWare
1411 660-017-002 TRAFFICWARE GROUP VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
Model 722 TXC 1 Ea. 30 days $187.50 TrafficWare
1412 660-017-009 TRAFFICWARE GROUP VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
MODEL 722L 1 Ea. 30 days $281.25 TrafficWare
1413 660-022-004 TRAFFICWARE GROUP VEH. DETECTOR- LOOP 4CH TS2 TYPE D
(WITH TIMINGS)
MODEL 724L 1 Ea. 30 days $437.50 TrafficWare
1414 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY VDS-POD 1 Ea. 45 days $9,000.00 TrafficWare
1414a 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Valence Pod Sensor 1 Ea. 45 days $480.00 TrafficWare
1414b 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Access Point, (3) Radios 1 Ea. 45 days $3,300.00 TrafficWare
1414c 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Base Station, Standard 1 Ea. 45 days $4,200.00 TrafficWare
1414d 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Epoxy, Joint sealant 1 Ea. 45 days $58.00 TrafficWare
1414e 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Omni Antenna, 900 MHz 1 Ea. 45 days $192.00 TrafficWare
1414f 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Lightning Suppression for Antenna 1 Ea. 45 days $186.00 TrafficWare
1414g 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Mounting Bracket for Omni Antenna 1 Ea. 45 days $36.00 TrafficWare
1414h 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY RF Cable, 6 ft, for Omni Antenna 1 Ea. 45 days $90.00 TrafficWare
1414i 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Antenna, Panel, Directional, 900 MHz 1 Ea. 45 days $204.00 TrafficWare
1414j 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Pipe, 36', Antenna Mount 1 Ea. 45 days $6.00 TrafficWare
1414k 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Mounting Bracket for Antenna Mount, 120" 1 Ea. 45 days $210.00 TrafficWare
1414l 660-024-003 TRAFFICWARE GROUP WIRELESS MAGNETOMETER ASSEMBLY Clamshell 1 Ea. 45 days $11.00 TrafficWare
1415 671-016-005 TRAFFICWARE GROUP NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL 980-A2100 1 Ea. 45 days $2,937.50 TrafficWare
1416 671-016-008 TRAFFICWARE GROUP NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL 980 ATC Type 1 1 Ea. 45 days $3,562.50 TrafficWare
1417 671-016-010 TRAFFICWARE GROUP NEMA TS2 TYPE 1 CONTROLLER UNIT ATC Type 1 1 Ea. 45 days $3,593.75 TrafficWare
1418 671-017-003 TRAFFICWARE GROUP NEMA TS2 TYPE 2 CONTROLLER UNIT MODEL 981-A1100 1 Ea. 45 days $3,312.50 TrafficWare
1419 671-017-006 TRAFFICWARE GROUP NEMA TS2 TYPE 2 CONTROLLER UNIT MODEL 980 ATC Type 2 Note: Evaluated firmware version
76.1a Build 2627 with Flashing Yellow Arrow Operation
1 Ea. 45days $3,687.50 TrafficWare
1420 671-017-008 TRAFFICWARE GROUP NEMA TS2 TYPE 2 CONTROLLER UNIT ATC Type 2 1 Ea. 45 days $4,125.00 TrafficWare
1421 671-018-004 TRAFFICWARE GROUP 2070L UNIT (LITE UNIT FOR 170 CABINET) MODEL 2070 1 Ea. 45 days $4,000.00 TrafficWare
1422 671-020-001 TRAFFICWARE GROUP 2070LCN UNIT (LITE UNIT FOR TS1
CABINET)
MODEL 2070N 1 Ea. 45 days $3,775.00 TrafficWare
1423 671-021-001 TRAFFICWARE GROUP 2070N UNIT (FULL UNIT FOR 170 CABINET) 2070N W/VME BUSS 1 Ea. 45 days $5,250.00 TrafficWare
1424 671-024-001 TRAFFICWARE GROUP NEMA-170 CONTROLLER UNIT MODEL 970 (19" Rack controller with NEMA Software &
170 C1 Connector)
1 Ea. 45 days $2,812.50 TrafficWare
1425 671-028-001 TRAFFICWARE GROUP 2070LC UNIT (LITE UNIT FOR ITS & TS2
CABINETS)
2070LN2 1 Ea. 45 days $4,750.00 TrafficWare
1426 676-003-010 TRAFFICWARE GROUP WIRED CABINET ASSEMBLY TYPE V MODEL P-44 70006-FL 1 Ea. 60 days $7,762.50 TrafficWare
1427 676-004-040 TRAFFICWARE GROUP SURGE PROTECTIVE DEVICE MODEL SRA-6LC LOOP - CUBE 1 Ea. 30 days $67.50 TrafficWare
1428 676-004-041 TRAFFICWARE GROUP SURGE PROTECTIVE DEVICE MODEL SRA-6LCP LOOP - TERMINAL STRIP 1 Ea. 30 days $90.00 TrafficWare
1429 676-023-004 TRAFFICWARE GROUP WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model 70006-TS2/FL 1 Ea. 60 days $15,312.50 TrafficWare
1430 676-032-001 TRAFFICWARE GROUP WIRED CKT ASSM. TS-2 19" RACK MODEL 70006-NITS 1 Ea. 60 days $22,787.50 TrafficWare
1431 678-003-019 TRAFFICWARE GROUP CONFLICT MONITOR TYPE 12 MODEL SERIES 500 1 Ea. 30 days $812.50 TrafficWare
1432 678-008-020 TRAFFICWARE GROUP TIME SWITCH, TYPE 1 MODEL 100 1 Ea. 30 days $375.00 TrafficWare
1433 678-016-002 TRAFFICWARE GROUP MALFUNCTION MANAGEMENT UNIT TYPE
16
Model MMU-516 1 Ea. 30 days $937.50 TrafficWare
1434 678-016-007 TRAFFICWARE GROUP MALFUNCTION MANAGEMENT UNIT TYPE
16
MODEL MMU-516L 1 Ea. 30 days $1,187.50 TrafficWare
1435 678-017-002 TRAFFICWARE GROUP CABINET POWER SUPPLY (TS2) Model 500098-2000 1 Ea. 30 days $437.50 TrafficWare
1436 678-018-002 TRAFFICWARE GROUP BUS INTERFACE UNIT (TS2) Model BUI-130 1 Ea. 30 days $375.00 TrafficWare
1437 660-027-001 TRANSCORE VEH. DETECTOR - AVI Encompass E5 1 Ea.
1438 676-008-014 TRANSPORTATION
CONTOL SYSTEMS
CONTROLLER CABINET UNWIRED TYPE V TCS-5 1 Ea. 60 days $1,519.00 TCS
1439 676-009-006 TRANSPORTATION
CONTOL SYSTEMS
WIRED CABINET ASSEMBLY TYPE III TYPE III W/PEEK LOAD BAY TX8631 9/16/99 1 Ea. 60 days $7,550.00 TCS
1440 676-010-006 TRANSPORTATION
CONTOL SYSTEMS
CONTROLLER CABINET UNWIRED SPECIAL TCS-4T 1 Ea. 60 days $2,217.00 TCS
1441 676-011-002 TRANSPORTATION
CONTOL SYSTEMS
WIRED CABINET ASSEMBLY TYPE I 2266082AT/S 1 Ea. 60 days $425.00 TCS
1442 676-015-008 TRANSPORTATION
CONTOL SYSTEMS
CONT. CAB. UNWIRED TYPE III TCS-3 1 Ea. 60 days $993.00 TCS
1443 676-018-008 TRANSPORTATION
CONTOL SYSTEMS
LOAD BAY PANEL TCSMP4 1 Ea.
1444 676-023-007 TRANSPORTATION
CONTOL SYSTEMS
WIRED CABINET ASSEMBLY TS-2 SIZE 6 TCSMPXX TS2-T1 SERIES 1 Ea. 60 days $10,770.00 TCS
1445 650-016-001 TRANSPORTATION
CONTROL SYSTEMS
12" DIE CAST ALL LED VEHICLE SIGNAL
ASSEMBLY
HSS83ELED 1 Ea. 30 days $263.00 TCS
1446 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5001-C 1 Ea. 30 days $27.00 TCS
1447 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5002-C 1 Ea. 30 days $37.00 TCS
1448 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5003-12128-C 1 Ea.
1449 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5003-C 1 Ea. 30 days $38.00 TCS
1450 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5003-C-TAB 1 Ea.
1451 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5003-F 1 Ea.
1452 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5004-C 1 Ea. 30 days $58.00 TCS
1453 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5005-C 1 Ea. 30 days $65.00 TCS
1454 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5005-F 1 Ea.
1455 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5007-C 1 Ea. 30 days $100.00 TCS
1456 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5007-F 1 Ea.
1457 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5021-C 1 Ea. 30 days $105.00 TCS
1458 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5021-F 1 Ea.
1459 650-021-015 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (STANDARD) BP-5021-N 1 Ea.
1460 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5001B-C 1 Ea. 30 days $44.00 TCS
1461 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5002B-C 1 Ea. 30 days $53.00 TCS
1462 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5003B-C 1 Ea. 30 days $56.00 TCS
1463 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5003B-F 1 Ea.
1464 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5003B-ICC 1 Ea.
1465 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5003B-NAZ 1 Ea.
1466 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5004B-C 1 Ea. 30 days $78.00 TCS
1467 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5005B-C 1 Ea. 30 days $85.00 TCS
1468 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5007B-C 1 Ea. 30 days $136.00 TCS
1469 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5007B-F 1 Ea. 30 days
1470 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5007B-N 1 Ea.
1471 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-50218-C 1 Ea. 30 days $135.00 TCS
1472 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5021B-F 1 Ea.
1473 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5021B-ICC 1 Ea.
1474 650-022-004 TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE) BP-5021B-N 1 Ea.
1475 650-024-002 TRANSPORTATION
CONTROL SYSTEMS
LOUVER TCS-LOUVER 1 Ea. 30 days $100.00 TCS
1476 653-021-003 TRANSPORTATION
CONTROL SYSTEMS
16" X 18" ALL LED PEDESTRIAN SIGNAL 7090LED 1 Ea. 30 days $230.00 TCS
1477 654-001-008 TRANSPORTATION
CONTROL SYSTEMS
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
TCSFLN202-PED-RRFB-SERIES
1477a 654-001-008 TRANSPORTATION
CONTROL SYSTEMS
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
TCSFLN202-PED-RRFB-SERIES (SINGLE, 1 SIDE) 1 Ea. 45 days $2,370.00 TCS
1477b 654-001-008 TRANSPORTATION
CONTROL SYSTEMS
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
TCSFLN202-PED-RRFB-SERIES (DUAL BEACONS, 2 SIDES) 1 Ea. 45 days $2,850.00 TCS
1477c 654-001-008 TRANSPORTATION
CONTROL SYSTEMS
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
TCSFLN202-PED-RRFB-SERIES (15' Pedestal - Base, Pole,
Collar, Anchor Bolts)
1 Ea. 45 days $450.00 TCS
1478 676-002-013 TRANSPORTATION
CONTROL SYSTEMS
WIRED CABINET ASSEMBLY TYPE IV TYPE4ASSY 1 Ea. 60 days $7,550.00 TCS
1479 676-003-006 TRANSPORTATION
CONTROL SYSTEMS
WIRED CABINET ASSEMBLY TYPE V TYPE V 1 Ea. 60 days $7,950.00 TCS
1480 676-005-006 TRANSPORTATION
CONTROL SYSTEMS
CONTROLLER CABINET UNWIRED TYPE I TCS-1 1 Ea. 60 days $272.00 TCS
1481 676-006-005 TRANSPORTATION
CONTROL SYSTEMS
CONTROLLER CABINET UNWIRED TYPE II TCS-2 1 Ea. 60 days $380.00 TCS
1482 676-007-014 TRANSPORTATION
CONTROL SYSTEMS
CONTROLLER CABINET UNWIRED TYPE IV TCS-4 1 Ea. 60 days $1,086.00 TCS
1483 676-034-002 TRANSPORTATION
CONTROL SYSTEMS
HYBRID NEMA TS1 - TS2 WIRED CABINET
ASSEMBLY
B563826B2D2PGSLG 1 Ea. 60 days $10,050.00 TCS
1484 685-002-008 TRANSPORTATION
CONTROL SYSTEMS
UNINTERRUPTIBLE POWER SUPPLY PB2000-ITS/PIGGYBACK SERIES
1484a 685-002-008 TRANSPORTATION
CONTROL SYSTEMS
UNINTERRUPTIBLE POWER SUPPLY PB2000-ITS/PIGGYBACK SERIES (PIGGYBACK CABINET
MOUNT)
1 Ea. 60 days $4,500.00 TCS
1484b 685-002-008 TRANSPORTATION
CONTROL SYSTEMS
UNINTERRUPTIBLE POWER SUPPLY PB2000-ITS/PIGGYBACK SERIES (BASE MOUNT) 1 Ea. 60 days $4,850.00 TCS
1485 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series
1485a 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 24X24 SINGLE MESSAGE 1 Ea. 60 days $2,200.00 TCS
1485b 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 30X30 SINGLE MESSAGE 1 Ea. 60 days $2,450.00 TCS
1485c 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 30X36 SINGLE MESSAGE 1 Ea. 60 days $2,800.00 TCS
1485d 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 36X36 SINGLE MESSAGE 1 Ea. 60 days $3,050.00 TCS
1485e 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 24X24 DUAL MESSAGE 1 Ea. 60 days $2,400.00 TCS
1485f 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 30X30 DUAL MESSAGE 1 Ea. 60 days $2,650.00 TCS
1485g 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 30X36 DUAL MESSAGE 1 Ea. 60 days $3,000.00 TCS
1485h 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 36X36 DUAL MESSAGE 1 Ea. 60 days $3,250.00 TCS
1485i 700-012-012 TRANSPORTATION
CONTROL SYSTEMS
BLANKOUT SIGN TCSLEDBO Series. 24X24 TO 36X36 SIGN, NEW, NON
INVENTORY MUTCD MESSAGE
1 Ea. 90 days $8,900.00 TCS
1486 700-015-020 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
TCSSIGNFLO3, SINGLE SIDED, FLOURESCENT, 3'
1487 700-015-020 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
TCSSIGNFLO4, SINGLE SIDED, FLOURESCENT, 4' 1 Ea. 30 days $1,210.00 TCS
1488 700-015-020 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
TCSSIGNFLO5, SINGLE SIDED, FLOURESCENT, 5' 1 Ea. 30 days $1,390.00 TCS
1489 700-015-020 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
TCSSIGNFLO6, SINGLE SIDED, FLOURESCENT, 6' 1 Ea. 30 days $1,520.00 TCS
1490 700-015-020 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
TCSSIGNFLO7, SINGLE SIDED, FLOURESCENT, 7' 1 Ea. $1,710.00 TCS
1491 700-015-020 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
TCSSIGNFLO8, SINGLE SIDED, FLOURESCENT, 8' 1 Ea. 30 days $1,840.00 TCS
1492 700-015-020 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
TCSSIGNFLO9, SINGLE SIDED, FLOURESCENT, 9' 1 Ea. 30 days $2,360.00 TCS
1493 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-3-12 TCS
1494 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-4-20 1 Ea. 30 days $1,040.00 TCS
1495 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-4-24 1 Ea. 30 days $1,040.00 TCS
1496 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-5-20 1 Ea. 30 days $1,080.00 TCS
1497 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-5-24 1 Ea. 30 days $1,080.00 TCS
1498 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-6-20 1 Ea. 30 days $1,170.00 TCS
1499 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-6-24 1 Ea. 30 days $1,170.00 TCS
1500 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-7-20 1 Ea. 30 days $1,250.00 TCS
1501 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-7-24 1 Ea. 30 days $1,250.00 TCS
1502 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-8-20 1 Ea. 30 days $1,310.00 TCS
1503 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-8-24 1 Ea. 30 days $1,310.00 TCS
1504 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-9-20 1 Ea. 30 days $1,360.00 TCS
1505 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-9-24 1 Ea. 30 days $1,360.00 TCS
1506 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-3-12 TCS
1507 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-4-20 1 Ea. 30 days $1,110.00 TCS
1508 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-4-24 1 Ea. 30 days $1,110.00 TCS
1509 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-5-20 1 Ea. 30 days $1,160.00 TCS
1510 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-5-24 1 Ea. 30 days $1,160.00 TCS
1511 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-6-20 1 Ea. 30 days $1,260.00 TCS
1512 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-6-24 1 Ea. 30 days $1,260.00 TCS
1513 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-7-20 1 Ea. 30 days $1,350.00 TCS
1514 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-7-24 1 Ea. 30 days $1,350.00 TCS
1515 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-8-20 1 Ea. 30 days $1,410.00 TCS
1516 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-8-24 1 Ea. 30 days $1,410.00 TCS
1517 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-9-20 1 Ea. 30 days $1,460.00 TCS
1518 700-015-024 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-9-24 1 Ea. 30 days $1,460.00 TCS
1519 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, SINGLE FACE, 4', TCSSIGNLED-4
1520 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, SINGLE FACE, 5', TCSSIGNLED-5
1521 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, SINGLE FACE, 6', TCSSIGNLED-6
1522 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, SINGLE FACE, 7', TCSSIGNLED-7
1523 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, SINGLE FACE, 8', TCSSIGNLED-8
1524 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, SINGLE FACE, 9', TCSSIGNLED-9
1525 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, DOUBLE FACE, 4', TCSSIGNLED-4
1526 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, DOUBLE FACE, 5', TCSSIGNLED-5
1527 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, DOUBLE FACE, 6', TCSSIGNLED-6
1528 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, DOUBLE FACE, 7', TCSSIGNLED-7
1529 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, DOUBLE FACE, 8', TCSSIGNLED-8
1530 700-015-025 TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TCSSIGNLED SERIES, DOUBLE FACE, 9', TCSSIGNLED-9
1531 700-026-005 TRANSPORTATION
CONTROL SYSTEMS
SIGN BEACON FL1412 1 Ea. 30 days $1,995.00 TCS
1532 700-026-012 TRANSPORTATION
CONTROL SYSTEMS
SIGN BEACON (SCHOOL ZONE) TCSFLN202S 1 Ea. 60 days $2,455.00 TCS
1533 746-006-002 TRANSPORTATION
CONTROL SYSTEMS
TRAFFIC MONITORING SITE CABINET - TYPE
IV CABINET
TCS-4 unwired 1 Ea. 60 days $1,800.00 TCS
1534 746-009-002 TRANSPORTATION
CONTROL SYSTEMS
TRAFFIC MONITORING SITE CABINET - TYPE
III CABINET
TCS-3C unwired 1 Ea. 60 days $1,800.00 TCS
1535 650-010-035 TRASTAR 12" LED RED SIGNAL DuraLight Model JXC-300HFTR 1 Ea.
1536 650-011-025 TRASTAR 12" LED RED ARROW SIGNAL DuraLight Model JXJ300-07TR03 1 Ea.
1537 650-012-020 TRASTAR 12" LED YELLOW SIGNAL DuraLight Model JXC-300HFTY02 1 Ea.
1538 650-013-023 TRASTAR 12" LED GREEN SIGNAL DuraLight Model JXC-300HFTG 1 Ea.
1539 650-014-017 TRASTAR 12" LED YELLOW ARROW SIGNAL DuraLight Model JXJ300-07TY03 1 Ea.
1540 650-015-017 TRASTAR 12" LED GREEN ARROW SIGNAL DuraLight Model JXJ300-07TG03 1 Ea.
1541 653-022-015 TRASTAR COUNTDOWN PEDESTRIAN SIGNAL DuraLight Model JXM-400VIEIL 1 Ea.
1542 102-056-001 UNIPART DORMAN SEQUENTIAL FLASHING WARNING LIGHTS SynchroGUIDE Model BAB6N/AW/P/H/A1 (Lamp complete 1 Ea. 30 days $116.25 RoadSafe1543 102-056-001 UNIPART DORMAN SEQUENTIAL FLASHING WARNING LIGHTS SynchroGUIDE Model BAB6N/AW/P/H/L1 (Lamp without
mounting bolt)
1 Ea. 30 days $116.25 RoadSafe
1544 700-019-003 UNIPART DORMAN ELECTRONIC SPEED FEEDBACK SIGN SFD/12/YS SERIES 1 Ea.
1545 700-019-005 UNIPART DORMAN ELECTRONIC SPEED FEEDBACK SIGN DF15 Series
1545a 700-019-005 UNIPART DORMAN ELECTRONIC SPEED FEEDBACK SIGN DF15 Series - AC Power 1 Ea. 60 days $5,454.00 TCS
1545b 700-019-005 UNIPART DORMAN ELECTRONIC SPEED FEEDBACK SIGN DF15 Series - Solar Power 1 Ea. 60 days $5,905.00 TCS
1546 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES
1546a 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES - 18 X 24 AC Power 1 Ea. 60 days $7,465.00 TCS
1546b 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES - 24 X 30 AC Power 1 Ea. 60 days $7,820.00 TCS
1546c 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES - 18 X 24 Solar Power 1 Ea. 60 days $8,120.00 TCS
1546d 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES - 24 X 30 Solor Power 1 Ea. 60 days $8,615.00 TCS
1547 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES 1 Ea.
1547a 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES - AC Power 24 X 24 1 Ea. 60 days $7,820.00 TCS
1547b 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES - Solor Power 30 X 30 1 Ea. 60 days $10,310.00 TCS
1547c 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES - AC Power 30 x 30 1 Ea. 60 days $9,555.00 TCS
1547d 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES - Solar Power 24 x 24 1 Ea. 60 days $8,575.00 TCS
1548 700-022-002 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE
1548a 700-022-002 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE - AC Power 30 X 30 1 Ea. 60 days $7,820.00 TCS
1548b 700-022-002 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE - Solor Power 30 X
30
1 Ea. 60 days $8,575.00 TCS
1549 684-004-003 VBRICK SYSTEMS VIDEO ENCODER 9170-4200-0003
1550 102-044-023 VER-MAC TRAILER MOUNTED ARROW BOARD VM-95SL
1551 102-044-044 VER-MAC TRAILER MOUNTED ARROW BOARD ST-4815 1 Ea. 30 days $4,483.00 Ver-Mac
1551a 102-044-044 VER-MAC TRAILER MOUNTED ARROW BOARD ST-4815 Option Pintle Hitch 1 Ea. 30 days $25.00 Ver-Mac
1551b 102-044-044 VER-MAC TRAILER MOUNTED ARROW BOARD St-4815 Option Internal Charger / 110 VAC 1 Ea. 30 days $350. 00 Ver-Mac
1552 102-048-006 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN Northern Lights PCMS
1553a 102-048-018 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210 Option Pintle Hitch 1 Ea. 30 days $25.00 Ver-Mac
1553b 102-048-018 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210 Option Internal Charger / 110 VAC 1 Ea. 30 days $350.00 Ver-Mac
1553 102-048-018 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210 1 Ea. 30 days $13,300.00 Ver-Mac
1554a 102-048-019 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210 QS Option Pintle Hitch 1 Ea. 30 days $25.00 Ver-Mac
1554b 102-048-019 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210QS Option Internal Charger/110 VAC 1 Ea. 30 days $350.00 Ver-Mac
1554 102-048-019 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210 QS 1 Ea. 30 days $12,300.00 Ver-Mac
1555 682-002-002 VICON INDUSTRIES CAMERA - DOME SVFT Series, SVFT-PRS23 1 Ea. 30 days $2,355.00 Blackhawk
1556 682-002-002 VICON INDUSTRIES CAMERA - DOME SVFT Series, SVFT-W23 1 Ea. 30 days $1,625.00 Blackhawk
1557 682-002-002 VICON INDUSTRIES CAMERA - DOME SVFT Series, SVFT-PRS35
1558 682-002-002 VICON INDUSTRIES CAMERA - DOME SVFT Series, SVFT-W35
1559 682-002-002 VICON INDUSTRIES CAMERA - DOME SVFT Series, SVFT-PRS36 1 Ea. 30 days $2,535.00 Blackhawk
1560 682-002-002 VICON INDUSTRIES CAMERA - DOME SVFT Series, SVFT-W36 1 Ea. 30 days $1,800.00 Blackhawk
1561 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN220W 1 Ea. 30 days $2,755.00 Blackhawk
1562 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN220W-L 1 Ea. 30 days $2,755.00 Blackhawk
1563 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN220P 1 Ea. 30 days $3,790.00 Blackhawk
1564 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN220P-L 1 Ea. 30 days $3,790.00 Blackhawk
1565 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN130W 1 Ea. 30 days $2,550.00 Blackhawk
1566 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN130P 1 Ea. 30 days $3,575.00 Blackhawk
1567 102-044-020 WANCO TRAILER MOUNTED ARROW BOARD WTSP 110-LSA (15 Led Lamps) (Current QPL # S102-0924) 1 Ea. 45 days $4,091.67 Wanco
1568 102-044-025 WANCO TRAILER MOUNTED ARROW BOARD WTSP 75-LSA C (25 Led Lamps) (Current QPL # S102-1017) 1 Ea. 45 days $4,372.22 Wanco
1569 102-044-026 WANCO TRAILER MOUNTED ARROW BOARD WTSP 110-LSA C (25 Led Lamps) (Current QPL # S102-1018) 1 Ea. 45 days $4,372.22 Wanco
1570 102-044-043 WANCO TRAILER MOUNTED ARROW BOARD WTSP-08 (15 LED Lamps) (Current QPL # S102-1030) 1 Ea. 45 days $4,091.67 Wanco
1571 102-045-002 WANCO VEHICLE MOUNTED ARROW BOARD WFB6-SA (15 Led Lamps) (Current QPL # S102-1101) 1 Ea. 45 days $1,839.90 Wanco
1572 102-045-003 WANCO VEHICLE MOUNTED ARROW BOARD WFB6-SAC (25 Led Lamps) (Current QPL # S102-1111) 1 Ea. 45 days $1,970.08 Wanco
1573 102-045-004 WANCO VEHICLE MOUNTED ARROW BOARD WFB5-SAC (25 Led Lamps) (Current QPL # S102-1112) 1 Ea. 45 days $1,763.59 Wanco
1574 102-0450991 WANCO VEHICLE MOUNTED ARROW BOARD WFB5-SA 1 Ea. 45 days $1,619.94 Wanco
1575 102-048-007 WANCO PORTABLE CHANGEABLE MESSAGE SIGN WTLMB-S-LL-(A) (Current QPL # S1 02-1212) 1 Ea. 45 days $15,760.00 Wanco
1576 102-048-008 WANCO PORTABLE CHANGEABLE MESSAGE SIGN WTLMB-S-LL-(B)M (Current QPL # S102-1214) 1 Ea. 45 days $16,433.33 Wanco
1577 102-048-009 WANCO PORTABLE CHANGEABLE MESSAGE SIGN WTLMB-S-LL-(B) (Current QPL # S102-1215) 1 Ea. 45 days $15,423.33 Wanco
1578 102-048-010 WANCO PORTABLE CHANGEABLE MESSAGE SIGN WTLMB-S-LL-(A)M (Current QPL # S102-1216) 1 Ea. 45 days $16,770.00 Wanco
1579 102-050-002 WANCO PORTABLE REGULTORY SIGN Fold-N-Go (Current QPL # S102-1300) 1 Ea. 45 days $4,203.89 Wanco
1580 102-051-001 WANCO TRAILER MOUNTED INCIDENT
MANAGEMENT SIGN
WVT3-S(A) Mini Message Director (Current QPL # S102-
3401)
1 Ea. 45 days $15,340.00 Wanco
1581 102-052-009 WANCO PORTABLE RADAR SPEED DISPLAY UNIT WSDT-S (Current QPL # S102-1910) 1 Ea. 45 days $7,149.72 Wanco
1582 660-018-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
MODEL SS225 SmartSensor Matrix, 1 approach package,
includes WX-SS-225 SmartSensor, WX-SS-WARR-3, WX-SS-
B03-0004, WX-SS-710, WX-SS-611, WX-SS-704-020
1582a 660-018-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
SS-225 Matrix 1 approach package includes: (1) SS-225 , (1)
SS-Warr-3, (1) SS-611, (1) SS-704-040, (1) SS-710, (1) 102-
0416
1 Ea. 6 weeks $6,800.63 Wavetronix
1582b 660-018-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
SS-225 Matrix 2 Approach Package, includes: (2) SS-225, (2)
SS-WARR-3 (2) SS-611, (2) SS-704-040, (2) SS-710, (1) 102-
0416
1 Ea. 6 weeks $10,851.26 Wavetronix
1582c 660-018-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
SS-225 Matrix 3 Approach Package, includes: (3) SS-225, (3)
SS-WARR-3 (3) SS-611, (3) SS-704-040, (3) SS-710, (1) 102-
0416
1 Ea. 6 weeks $14,579.39 Wavetronix
1582d 660-018-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
SS-225 Matrix 4 Approach Package, includes: (4) SS-225, (4)
SS-WARR-3 (4) SS-611, (4) SS-704-040, (4) SS-710, (1) 102-
0416
1 Ea. 6 weeks $18,952.52 Wavetronix
1583 660-018-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
MODEL SS225 SmartSensor Matrix, 2 approach package,
includes (2) WX-SS-225 SmartSensors, (2) WX-SS-WARR-3,
(2) WX-SS-710, (1) WX-SS-B03-004, (2) WX-SS-704-100, (1)
WX-100-0281, (2) WX-SS-611, (4) WX-CLK-112
1584 660-020-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
SmartSensor HD
1584a 660-020-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
SS-126 ITS or Mid-Block package includes: (1) HD 101-0415,
(1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1) 100-0064, (1)
CLK-201
1 Ea. 6 weeks $5,547.19 Wavetronix
1584b 660-020-004 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
(Retrofit) SS-126-001 ITS or Mid-Block package includes: (1)
HD 101-0416, (1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1)
100-0064, (1) CLK-201
1 Ea. 6 weeks $5,784.69 Wavetronix
1585 660-020-005 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
SS105V ITS Package, includes WX-SS-105V, WX-SS-WARR-3,
WX-SS-708060, WX-SS-611, WX-CLK-201, WX-100-0064
1585a 660-020-005 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
SS-105V ITS package includes: (1) SS-105V, (1) SS-Warr-3,
(1) SS-611, (1) SS-706-060, (1) 100-0064, (1) CLK-201
1 Ea. 6 weeks $3,212.00 Wavetronix
1585b 660-020-006 WAVETRONIX VEHICLE DETECTION SYSTEM -
MICROWAVE
(Retrofit) SS-105V ITS package includes: (1) SS-105V-001,
(1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1) 100-0064, (1)
CLK-201
1 Ea. 6 weeks $3,922.19 Wavetronix
1586 741-001-003 WAVETRONIX TRAFFIC MONITORING SITE VEHICLE
SENSOR - MICROWAVE RADAR VEHICLE
SENSOR
SS105V TMS Package, includes WX-SS-105V, WX-SS-WARR-
3, WX-SS-701-060, WX-SS-611, WX-CLK-201, WX-100-0064,
PG12V103FR, PB-5100-15, PB-5100-15, PB-5335, PB-5325,
PB-5306, SX65U, SOLAR PANEL MOUNT, SFM13.51811
1587 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM SS-200V and SS-200E (SmartSensor Advance)
1587a 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM SS-200V or SS-200E/1 approach package includes: (1) SS-
200V or SS-200E, (1) SS-Warr-3, (1) SS-611, (1) SS-704-060,
(1) SS-710, (1) 102-0416
1 Ea. 6 weeks $7,064.38 Wavetronix
1587b 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM SS-200V or SS-200E 2 approach package includes: (2) SS-
200V or SS-200E, (2) SS-Warr-3, (2) SS-611, (2) SS-704-060,
(2) SS-710, (1) 102-0416
1 Ea. 6 weeks $11,365.01 Wavetronix
1587c 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM SS-200V or SS-200E/3 approach package includes: (3) SS-
200V or SS-200E, (3) SS-Warr-3, (3) SS-611, (3) SS-704-060,
(3) SS-710, (1) 102-0416
1 Ea. 6 Weeks $15,665.64 Wavetronix
1587d 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM SS-200V or SS-200E/4 approach package includes: (4) SS-
200V or SS-200E, (4) SS-Warr-3, (4) SS-611, (4) SS-704-060,
(4) SS-710, (1) 102-0416
1 Ea. 6 Weeks $19,966.27 Wavetronix
1587e 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM SS-705-003 (500' Cable Spool) 1 Ea. 6 weeks $900.00 Wavetronix
1587f 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM Ss-705-001 (1000' Cable Spool) 1 Ea. 6 weeks $1,462.50 Wavetronix
1587g 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM SS-705-002 (5000' Cable Spool) 1 Ea. 6 weeks $7,312.50 Wavetronix
1587h 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM CLK-112 (2 Channel Contact Closure Rack Card) 1 Ea. 6 weeks $307.50 Wavetronix
1587i 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM CLK-114 (4 Channel Contact Closure Rack Card) 1 Ea. 6 weeks $322.50 Wavetronix
1587j 660-026-002 WAVETRONIX DILEMMA ZONE PROTECTION SYSTEM CLK-104 (4 Channel Din Rail Mount Contact Closure) 1 Ea. 6 weeks $343.75 Wavetronix
1588 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER SW720-H.264-SD 60 days $4,069.00 TCS
1588a 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
1 Ea. 60 days $352.00 TCS
1588b 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
1 Ea. 60 days $704.00 TCS
1588c 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
1 Ea. 60 days $1,172.00 TCS
1589 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER SW720-H.264-HD30 1 Ea. 60 days $5,657.00 TCS
1589a 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
1 Ea. 60 days $446.00 TCS
1589b 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
1 Ea. 60 days $891.00 TCS
1589c 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
1 Ea. 60 days $1,485.00 TCS
1590 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER SW720-H.264-SD-ENG 1 Ea. 60 days $4,319.00 TCS
1590a 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
1 Ea. 60 days $352.00 TCS
1590b 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
1 Ea. 60 days $704.00 TCS
1590c 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
1 Ea. 60 days $1,172.00 TCS
1591 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER SW720-H.264-HD30-ENG 1 Ea. 60 days $5,907.00 TCS
1591a 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
1 Ea. 60 days $446.00 TCS
1591b 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
1 Ea. 60 days $891.00 TCS
1591c 682-001-002 WIRELESS TECHNOLOGY CAMERA - EXTERNAL POSITIONER 250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
1 Ea. 60 days $1,485.00 TCS
1592 102-044-007 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD WAAW 15 SB (Current QPL # S102-0915) 1 Ea.
1593 102-044-010 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD Protect-O-Flash (25 Led Lamps) (Current QPL # S102-1008,
Last QPL recert 6/23/2009)
1 Ea.
1594 102-044-011 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD Arrow Master III (25 Led Lamps) (Current QPL # S102-1007) 1 Ea.
1595 102-044-014 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD WAAW 155BWA (Current QPL # S102-0921) 1 Ea.
1596 102-044-015 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD Arrowmaster Led46 (15 Led Lamps) (Current QPL # S102-
0918)
1 Ea.
1597 102-044-017 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD WAAW 155BSTD (Current QPL # S102-0920, Last QPL recert
3/2/2009)
1 Ea.
1598 102-044-036 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD M90 E-Z 25 1 Ea.
1599 102-044-037 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD M90 E 15 Light (Current QPL # S102-1025) 1 Ea.
1600 102-044-037 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD M90 E-Z 15 Light 1 Ea.
1601 102-044-039 WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD M90 E 25 Light (Current QPL # S102-1027) 1 Ea.
1602 102-046-003 WORK AREA PROTECTION TYPE A WARNING LIGHT LOW INTENSITY 800 Auto Dim (Current QPL # S102-2902) 1 Ea.
1603 102-046-004 WORK AREA PROTECTION TYPE A WARNING LIGHT LOW INTENSITY 800 Man Dim (Current QPL # S102-2903) 1 Ea.
1604 102-047-002 WORK AREA PROTECTION TYPE C WARNING LIGHT STEADY BURN 00sb (Current QPL#S102-3101) 1 Ea.
1605 102-048-014 WORK AREA PROTECTION -
PRECISION SOLAR
CONTROLS, INC.
PORTABLE CHANGEABLE MESSAGE SIGN SMC 1000HE (Current QPL # S102-1224) 1 Ea.
1606 102-048-015 WORK AREA PROTECTION -
PRECISION SOLAR
CONTROLS, INC.
PORTABLE CHANGEABLE MESSAGE SIGN SMC 2000FM (Current QPL # S102-1223) 1 Ea.
1607 102-048-016 WORK AREA PROTECTION -
PRECISION SOLAR
CONTROLS, INC.
PORTABLE CHANGEABLE MESSAGE SIGN SMC 1000 HE06 1 Ea.
1608 102-048-017 WORK AREA PROTECTION -
PRECISION SOLAR
CONTROLS, INC.
PORTABLE CHANGEABLE MESSAGE SIGN SMC 2000-FM06 1 Ea.
1609 102-048-021 WORK AREA PROTECTION -
PRECISION SOLAR
CONTROLS, INC.
PORTABLE CHANGEABLE MESSAGE SIGN SMC 1000 ST 1 Ea.
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
42 682-002-007 AXIS COMMUNICATIONS CAMERA - DOME Q6044-E
42-a682-002-007-a
AXIS COMMUNICATIONSCAMERA - DOME Q6054-E $2,530.00 ITS
43-a682-002-007-a
AXIS COMMUNICATIONSCAMERA - DOME Q6055-E $2,798.00 ITS
46 682-001-004 BOSCH SECURITY SYSTEMSCAMERA – EXTERNAL POSITIONER MIC-ITS720P-W30X4 $3,899.99 Express Supply
47 682-001-004 BOSCH SECURITY SYSTEMSCAMERA – EXTERNAL POSITIONER MIC-ITS1080P-W30X4 $4,299.99 Express Supply
48 682-002-004 BOSCH SECURITY SYSTEMS CAMERA - DOME VG5-ITS720P-30X4 $2,749.99 Express Supply49 682-002-004 BOSCH SECURITY SYSTEMS CAMERA - DOME VG5-ITS1080P-30X4 $2,999.99 Express Supply
69 653-004-004 BROWN TRAFFIC PRODUCTSPOLYCARBONATE PEDESTRIAN SIGNAL BRACKET UKS1452AB $28.00 Rainbow Distr.
78 676-026-003 BROWN TRAFFIC PRODUCTS CABINET POWER SUPPLY (TS2) CPS105 $396.00 Temple81 676-028-001 BROWN TRAFFIC PRODUCTS DETECTOR RACK (TS2) CDR100 $353.00 Temple
100 700-026-002 CARMANAH TECHNOLOGIES SIGN BEACON R820 $4,125.00 Temple
103b 700-026-013 CARMANAH TECHNOLOGIES SIGN BEACON
R247-G Series approved with Dialight 12 VDC Red (43312120000XL) or Yellow (433-3230-900XL) LED Module, Eagle signal head housing, 100Ah battery, and Carmanah 80W solar panel $3,262.00 Temple
103c 700-026-014 CARMANAH TECHNOLOGIES SIGN BEACON
R829-G Series approved w/ Dialight 12 VDC Ylw (433-3230-900XL) LED Modules, Eagle housings, 100Ah battery, Carmanah 80W solar panel, RTC AP-22 or Temple FCU 500-071 time switch $3,957.00 Temple
105a 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16PTC-G-E - IE 2000 16 RJ45 10/100 PoE, 2 GE Combo ports, LAN Base, 1588 & NAT $2,749.00
Intelligent Transportation
Services (ITS)
105b 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16PTC-G-L - IE 2000 16 RJ45 10/100 PoE, 2 GE Combo ports, LAN Lite Switch $2,406.00 ITS
105c 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16PTC-G-NX - IE 2000 16 RJ45 10/100 PoE, 2 GE Combo ports, Enhanced LAN Base, 1588 & NAT, Comf. Coat $3,368.00 ITS
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 1 of 14
December 2016
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
105d 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16T67-B - IE 2000 16 10/100 ports IP67 LAN BASE $2,543.00 ITS
105e 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16T67P-G-E - IE 2000 16 10/100 PoE, 2 GE, with IP67 LAN Enhanced, 1588 & NAT $3,231.00 ITS
105f 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16TC-B - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 FE Combo ports with LAN Base Switch $1,850.00 ITS
105g 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16TC-G-E - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 GE Combo ports, LAN Base, 1588 & NAT $2,124.00 ITS
105h 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16TC-G-L - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 GE Combo ports with LAN Lite Switch $1,788.00 ITS
105i 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16TC-G-N - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 GE Combo ports, Enhanced LAN Base, 1588 & NAT $1,788.00 ITS
105j 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16TC-G-X - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 GE Combo ports, LAN Base, 1588 & NAT, Comf. Coat $2,477.00 ITS
105k 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-16TC-L - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 FE Combo ports with LAN Lite Switch $1,685.00 ITS
105l 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-24T67-B - IE 2000 24 10/100 ports IP67 LAN BASE $2,980.00 ITS
105m 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4S-TS-G-B - IE 2000 with 4 FE SFP and 2 GE SFP with LAN Base image Switch $997.00 ITS
105n 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4S-TS-G-L - IE 2000 with 4 FE SFP and 2 GE SFP with LAN Lite image Switch $790.00 ITS
105o 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4T-B - IE 2000 6 FE RJ45 10/100, LAN Base Switch $925.00 ITS
105p 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4T-G-B - IE 2000 4 FE and 2 GE RJ45 ports, LAN Base Switch $991.00 ITS
105q 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4T-G-L - IE 2000 4 FE and 2 GE RJ45 ports, LAN Lite Switch $790.00 ITS
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 2 of 14
December 2016
105r 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4T-L - IE 2000 6 FE RJ45 10/100, LAN Lite Switch $714.00 ITS
105s 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4TS-B - IE 2000 4 RJ45 10/100, 2 FE SFP, LAN Base Switch $925.00 ITS
105t 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4TS-G-B - IE 2000 4 RJ45 10/100, 2 GE SFP, LAN Base Switch $991.00 ITS
105u 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4TS-G-L - IE 2000 4 RJ45 10/100, 2 GE SFP, LAN Lite Switch $790.00 ITS
105v 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-4TS-L - IE 2000 4 RJ45 10/100, 2 FE SFP, LAN Lite Switch $693.00 ITS
105w 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-8T67-B - IE 2000 8 10/100 ports IP67 LAN BASE $1,878.00 ITS
105x 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-8T67P-G-E - IE 2000 8 10/100 PoE, 2 GE, with IP67 LAN Enhanced, 1588 & NAT $2,572.00 ITS
105y 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-8TC-B - IE 2000 8 RJ45 10/100 and 2 FE Combo ports with LAN Base Switch $1,181.00 ITS
105z 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-8TC-G-B - IE 2000 8 RJ45 10/100 and 2 GE Combo ports with LAN Base Switch $1,316.00 ITS
105aa 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-8TC-G-E - IE 2000 8 RJ45 10/100 and 2 GE Combo ports with LAN Base, 1588 & NAT $1,460.00 ITS
105ab 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-8TC-G-L - IE 2000 8 RJ45 10/100 and 2 GE Combo ports with LAN Lite Switch $1,124.00 ITS
105ac 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-8TC-G-N - IE 2000 8 RJ45 10/100 and 2 GE Combo ports with Enhanced LAN Base, 1588 & NAT $1,808.00 ITS
105ad 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000-8TC-L - IE 2000 8 RJ45 10/100 and 2 FE Combo ports with LAN Lite Switch $983.00 ITS
105ae 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000U-16TC-G - IE 2000U 16 x 10/100 RJ45 ,2 FE + 2 GE Combo ports with LAN Base and 1588 Switch $2,226.00 ITS
105af 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000U-16TC-GP - IE 2000U 16 x 10/100 POE ports, 2 GE Combo ports with LAN Base and 1588 Switch $2,821.00 ITS
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 3 of 14
December 2016
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
105ag 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000U-16TC-G-X - IE 2000U 16 x 10/100 RJ45 ,2 FE + 2 GE Combo ports with LAN Base and 1588 and Comf. Coat $2,477.00 ITS
105ah 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000U-4S-G - IE 2000U 4 FE SFP and 2 GE SFP ports with LAN Base Switch $1,053.00 ITS
105ai 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000U-4T-G - IE 2000U 4 x 10/100 RJ45, 2 x 10/100/1000 SFP ports and LAN Base Switch $1,053.00 ITS
105aj 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000U-4TS-G - IE 2000U 4 x 10/100 and 2 x 10/100/1000 RJ45 ports and LAN Base Switch $1,053.00 ITS
105ak 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE-2000U-8TC-G - IE 2000U 8 x 10/100, 2 x GE Combo ports with LAN Base and 1588 Switch $1,547.00 ITS
105al 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE2000-B-E= - IE2000 LAN Base to Enhanced LAN Base Paper License $365.00 ITS
105am 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - IE2000-L-B= - IE2000 LAN Lite Base to LAN Base Paper License Spare $219.00 ITS
105an 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - L-IE2000-B-E= - IE2000 LAN Base to Enhanced LAN Base E-License $365.00 ITS
105ao 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - L-IE2000-L-B= - IE2000 LAN Lite Base to LAN Base E-License spare for upgrade $219.00 ITS
105ap 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - LIC-IE2000-IP-L= - Field upgradable IE2000 LAN Base to IP Lite license $1,406.00 ITS
105at 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - SD-IE-1GB= - 1GB Ruggedized SD memory card $72.00 ITS
105au 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2000 Series - CAB-CONSOLE-M12= - Console Cable 3ft with M12M and DB9F for IE2000IP67 Switch $75.00 ITS
105av 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - STK-RACKMNT-2955= - 19 in. DIN Rail mount kit $97.00 ITS
105aw 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - PWR-IE160W-67-DC= - POE DC Input Power Module for IP67 IE2000 $732.00 ITS
105ax 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - PWR-IE3000-AC= - IE 3000 Power transformer $294.00 ITS
105ay 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - PWR-IE50W-AC= - Expansion Power Module for PWR-IE3000-AC $294.00 ITS
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 4 of 14
December 2016
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
105az 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - PWR-IE50W-AC-IEC= - Expansion Power Module w/ IEC Plug $336.00 ITS
105ba 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - PWR-IE65W-PC-AC= - AC-DC, 65 Watt Power Module for PoE/PoE+ IE3000/2000 $367.00 ITS
105bb 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - PWR-IE65W-PC-DC= - DC-DC, 65 Watt Power Module for PoE/PoE+ IE3000/2000 $398.00 ITS
105bc 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - GLC-FE-100FX-RGD= - 100Base-FX Multi Mode Rugged SFP $200.00 ITS
105bd 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - GLC-FE-100LX-RGD= - 100Mbps Single Mode Rugged SFP $316.00 ITS
105be 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - GLC-LX-SM-RGD= - 1000Mbps Single Mode Rugged SFP $778.00 ITS
105bf 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - GLC-SX-MM-RGD= - 1000Mbps Multi-Mode Rugged SFP $394.00 ITS
105bg 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE2k & 3k Series - GLC-ZX-SM-RGD= - 1000BASE-ZX Single Mode Rugged SFP $3,106.00 ITS
105bh 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IE-3000-4TC - Cisco IE 3000 Switch, 4 10/100 + 2 T/SFP and LAN Base image $1,059.00 ITS
105bi 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IE-3000-4TC-E - Cisco IE 3000 Switch, 4 10/100 + 2 T/SFP and IP Services image $3,128.00 ITS
105bj 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IE-3000-8TC - Cisco IE 3000 Switch, 8 10/100 + 2 T/SFP and LAN Base image $1,406.00 ITS
105bk 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IE-3000-8TC-E - Cisco IE 3000 Switch, 8 10/100 + 2 T/SFP and IP Services image $3,476.00 ITS
105bl 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IEM-3000-4PC= - Cisco IE 3000 Expansion Module, 4 10/100 PoE/PoE+ $1,057.00 ITS
105bm 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IEM-3000-4PC-4TC= - Cisco IE 3000 Expansion Module, 4 10/100 PoE/PoE+ and 4 non-PoE ports $1,480.00 ITS
105bn 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IEM-3000-4SM= - Cisco IE 3000 Expansion Module with 4 100MB SFP ports $1,198.00 ITS
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 5 of 14
December 2016
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
105bo 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IEM-3000-8FM= - Cisco IE 3000 Expansion Module with 8 100 FX ports $1,758.00 ITS
105bp 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IEM-3000-8SM= - Cisco IE 3000 Expansion Module with 8 100MB SFP ports $1,761.00 ITS
105bq 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - IEM-3000-8TM= - Cisco IE 3000 Expansion Module with 8 10/100 TX ports $842.00 ITS
105bs 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - PWR-IE3000-CLP= - IE3000 Power Transformer Spare Connector Clip $18.00 ITS
105bt 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - PWR-IE3000-CNCT= - IE3000 Power Spare Connector $25.00 ITS
105bu 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - CF-IE3000= - IE3000 Compact Flash Spare $75.00 ITS
105bv 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - CF-IE3000-E= - IE 3000 Campact Flash Spare for Layer 3 $75.00 ITS
105bw 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - LPNL-IE3000= - IE3000 Left Panel Spare $21.00 ITS
105bx 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - RPNL-IE3000= - IE3000 Right Panel Spare $21.00 ITS
105by 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - DINCLP-IE3000= - Din-rail clip 4 pack Spare $21.00 ITS
105bz 684-002-014 CISCO SYSTEMSMANAGED FIELD ETHERNET SWITCH
IE3000 Series - BMP-IE3000= - Din-rail clip bumper 4 pack Spare $18.00 ITS
129a 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTERCLFE1EOC - Single-Channel Ethernet over COAX with Pass-through PoE $195.00 Blackhawk
129b 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTERCLRFE1EOCP/M - Miniature CopperLine Single Channel Ethernet over COAX PoE Powered $195.00 Blackhawk
129c 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER
CNFE2004S1A/M - 2TX TO 1 FX Small Size 100Mbps Media Converter (A), SC Connector, AC/DC Power, sm, 1 fiber $600.00 Blackhawk
129d 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTERCNFE2MCM - Small Size 100Mbps Media Converter $320.00 Blackhawk
129e 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER
CNFE2MCPOE - 100Mbps Media Converter, Power Over Ethernet, 48V POE, Power Supply Included $395.00 Blackhawk
129f 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTERCNGE2MCM - Small Size 1000 Mbps Media Converter $490.00 Blackhawk
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 6 of 14
December 2016
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
129g 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER
CNGE2MCPOEM - 1000Mbps Media Converter, Power Over Ethernet, 48V POE Power Supply Included $555.00 Blackhawk
129h 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER
CNMCSFP/M - 10/100/1000Mbps Multi-Rate Media Converter, 100FX/1000FX Selectable, Small Size $490.00 Blackhawk
153 676-002-007 CONTROL SPECIALISTSWIRED CABINET ASSEMBLY TYPE IV TYPE IV $4,000.00
Control Technologies
154 676-003-002 CONTROL TECHNOLOGIESWIRED CABINET ASSEMBLY TYPE V TYPE V $5,000.00
Control Technologies
155 676-009-005 CONTROL TECHNOLOGIESWIRED CABINET ASSEMBLY TYPE III TYPE III $3,000.00
Control Technologies
160a 676-036-001 CONTROL TECHNOLOGIES 170 CONTROLLER CABINET 4100-552T CABINET BASE $595.00Control
Technologies203 659-011-007 COST CAST SIGN BRACKET 7580 $49.00 Rainbow Distr.207 659-011-016 COST CAST SIGN BRACKET 7945 $49.00 Rainbow Distr.215 659-014-001 COST CAST BALANCER 92 $45.00 Rainbow Distr.
369 743-001-003 DIAMOND TRAFFIC PRODUCTS
TRAFFIC MONITORING SITE VEHICLE SPEED/CLASSIFICATION UNIT Model: Phoenix II-3U $2,324.25 Diamond Traffic
405a 678-016-008 EBERLE DESIGNPROGRAM CARD FOR MMU16 SERIES CONFLICT MONITOR MMU16LE-PCM $50.00
Control Technologies
411a 678-023-001 EBERLE DESIGNCONFLICT MONITOR FOR 170/2070 CONTROLLERS 2010ECLip $555.00
Control Technologies
411b 678-023-001 EBERLE DESIGNPROGRAM CARD FOR 2010 CONFLICT MONITORS 210PB $35.00
Control Technologies
412a 678-023-002 EBERLE DESIGNCONFLICT MONITOR FOR 170/2070 CONTROLLERS 2018KCLip $485.00
Control Technologies
413a 678-023-003 EBERLE DESIGNCONFLICT MONITOR FOR 170/2070 CONTROLLERS 2018ECLip SERIES $625.00
Control Technologies
413b 678-023-003 EBERLE DESIGNPROGRAM CARD FOR 2018 SERIES CONFLICT MONITOR 2018PB $45.00
Control Technologies
582 744-004-001 ERICO
TRAFFIC MONITORING SITE SOLAR POWER UNIT - LIGHTNING ROD LPC227 1/2" x 36" Copper Air Terminal $209.00 Rainbow Distr.
603b 660-015-023 FLIR VEHICLE DETECTOR Viewcom Max+ $2,200.00Control
Technologies
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 7 of 14
December 2016
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
603c 660-015-023 FLIR VEHICLE DETECTOR 4 I/O Expansion Card $455.00Control
Technologies
608a 660-015-034 FLIR VEHICLE DETECTOR- VIDEO 4TI Eth Edge $420.00Control
Technologies
608b 660-015-034 FLIR VEHICLE DETECTOR- VIDEO 4/O XP Expansion Card $288.00Control
Technologies631a 650-025-001 GE LIGHTING SOLUTIONS LIGHT RAIL TRANSIT SIGNAL TR6-WCH-01A-51 $243.00 TCS
636a 653-022-018 GE LIGHTING SOLUTIONSCOUNTDOWN PEDESTRIAN SIGNAL PS7-CFF1-VLA $113.00 TCS
718b 682-001-003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC-ICPO-FIZ6D(E) / 2 MP 36X w/ Infrared $3,937.00 GovComm
718c 682-001-003 GOVCOMM CAMERA - EXTERNAL POSITIONER GC-ICPO-FIZ23L / 2 MP 23X w/ Infrared $3,379.00 GovComm724b 682-002-009 GOVCOMM CAMERA - DOME GC-IMPO-FIZ23L / 2 MP 23X $2,658.00 GovComm725b 684-003-008 GOVCOMM VIDEO DECODER GC-CM-8H $5,286.00 GovComm725c 684-003-008 GOVCOMM VIDEO DECODER GC-CM-10H $9,931.00 GovComm725d 684-003-008 GOVCOMM VIDEO DECODER GC-CM-12H $13,691.00 GovComm725e 684-003-008 GOVCOMM VIDEO DECODER GC-CM-16H $19,874.00 GovComm
733a 660-020-006 IMAGE SENSING SYSTEMSVEHICLE DETECTION SYSTEM - MICROWAVE SX-300 (Detector Only) $3,795.00 Blackhawk
733b 660-020-006 IMAGE SENSING SYSTEMSVEHICLE DETECTION SYSTEM - MICROWAVE SX-300 (Detector, cable, and power supply) $3,995.00 Blackhawk
773 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8040 $1,099.99 Express Supply
773a 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8040-V2 $1,099.99 Express Supply
773b 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8040-V2 PLUS $1,399.99 Express Supply
774 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8012 $1,299.99 Express Supply
774a 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8012-24 $1,299.99 Express Supply
774b 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8012-24 PLUS $1,699.99 Express Supply
775 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8020+ $799.99 Express Supply
775a 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8020 $799.99 Express Supply
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 8 of 14
December 2016
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
775b 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8024 $1,699.99 Express Supply
775c 684-002-007 ITS EXPRESSMANAGED FIELD ETHERNET SWITCH ITS-8028 $1,099.99 Express Supply
861 620-002-008 METER-TREATERSURGE PROTECTIVE DEVICE (POWER ENTRY) RCHW Series
See Additional Options Meter Treater
862 620-004-004 METER-TREATERSURGE PROTECTIVE DEVICE (LOW VOLTAGE) CLT-CCV-2-M-5 Video SPD $35.00 Meter Treater
863 620-004-005 METER-TREATERSURGE PROTECTIVE DEVICE (LOW VOLTAGE) SLT/IM-04S-232-TS (12VDC) $39.00 Meter Treater
864 620-004-005 METER-TREATERSURGE PROTECTIVE DEVICE (LOW VOLTAGE) SLT/IM-04S-CL1-TS (24VAC) $39.00 Meter Treater
865 620-004-005 METER-TREATERSURGE PROTECTIVE DEVICE (LOW VOLTAGE) SLT/IM-04S-CL2-TS (48VDC) $39.00 Meter Treater
866 620-004-005 METER-TREATERSURGE PROTECTIVE DEVICE (LOW VOLTAGE) SLT/IM-04S-TR0-TS (T1) $39.00 Meter Treater
867 620-004-005 METER-TREATERSURGE PROTECTIVE DEVICE (LOW VOLTAGE) SLT/IM-04S-422-TS-5 (RS422/RS485) $39.00 Meter Treater
879 676-035-011 MULTILINK ITS FIELD CABINET TYPE 336S TP-030-238-50 $7,400.00 Rainbow Distr.
880 685-002-003 MULTILINKUNINTERRUPTIBLE POWER SUPPLY EP 2200-T $2,600.00 Rainbow Distr.
1100 635-001-053 PENCELL PLASTICS PULL BOX AND COVERMODEL DT1324 (17.25” depth – with concrete ring) $185.00 Rainbow Distr.
1101 635-001-053 PENCELL PLASTICS PULL BOX AND COVERMODEL DT1324 (15” depth – without concrete ring) $149.00 Rainbow Distr.
1102 635-001-054 PENCELL PLASTICS PULL BOX AND COVERMODEL DT1730 (17.25” depth – with concrete ring) $275.00 Rainbow Distr.
1103 635-001-054 PENCELL PLASTICS PULL BOX AND COVERMODEL DT1730 (15” depth – without concrete ring) $210.00 Rainbow Distr.
1104 635-001-067 PENCELL PLASTICS PULL BOX AND COVERMODEL DT-2-2436PC (18" depth) W/COVER AND HARDWARE $399.00 Rainbow Distr.
1105 635-001-067 PENCELL PLASTICS PULL BOX AND COVERMODEL DT-2-2436PC (24" depth) W/COVER AND HARDWARE $410.00 Rainbow Distr.
1106 635-001-067 PENCELL PLASTICS PULL BOX AND COVERMODEL DT-2-2436PC (30" depth) W/COVER AND HARDWARE $498.00 Rainbow Distr.
1107 635-001-067 PENCELL PLASTICS PULL BOX AND COVERMODEL DT-2-2436PC (36" depth) W/COVER AND HARDWARE $498.00 Rainbow Distr.
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 9 of 14
December 2016
Item #
APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
1111a 665-004-004 POLARA ENGINEERINGAUDIBLE/TACTILE PEDESTRIAN DETECTOR EN23CN1-B AUDIBLE PUSH BUTTON $398.00 Temple
1111b 665-004-004 POLARA ENGINEERINGAUDIBLE/TACTILE PEDESTRIAN DETECTOR CCUEN 2-WIRE CONTROL UNIT $2,271.00 Temple
1276a 671-017-012 SIEMENS TRAFFIC SOLUTIONSNEMA TS2 TYPE 1 CONTROLLER UNIT M60 SERIES $3,725.00 Temple
1278 671-019-004 SIEMENS TRAFFIC SOLUTIONS2070L UNIT (FULL UNIT FOR 170 CABINET) 2070ATMS $3,186.00 Temple
1283 659-032-002 SIGNAL SAFEPIVOTAL ADJUSTABLE HANGER ASSEMBLY 8880 $700.00 Rainbow Distr.
1366 676-003-012 TEMPLEWIRED CABINET ASSEMBLY TYPE V TF4008TFL0101 $8,995.00 Temple
1377 678-008-023 TEMPLE TIME SWITCH TYPE 1FCU 500-071 School Beacon Timer Switch and Cellular Modem $2,355.00 Temple
1482a 676-023-008TRANSPORTATION CONTROL SYSTEMS
WIRED CABINET ASSEMBLY TS-2 SIZE 6 ZFDOT-4 $9,400.00
Transportation Control Systems
1564a 682-002-005 VICON INDUSTRIES CAMERA - DOMESurveyor HD SN Series Dome, SN220P-L, Camera only $3,295.00 Blackhawk
1564b 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN230P $3,850.00 Blackhawk
1564c 682-002-005 VICON INDUSTRIES CAMERA - DOMESurveyor HD SN Series Dome, SN230P, Camera only $3,295.00 Blackhawk
659-037-003 659-037-003 Pelco Products Span Wire Signal Mounting SP-1050-FL $73.90
Transportation Control Systems
646-001-001 646-001-001 Pelco Products Transformer Base SP-1116-FL $109.00
Transportation Control Systems
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 10 of 14
December 2016
Item #APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
1564a-a 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN220W-L, Camera only $2,399.00 Blackhawk1564b-a 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN230W $2,765.00 Blackhawk1564c-a 682-002-005 VICON INDUSTRIES CAMERA - DOME Surveyor HD SN Series Dome, SN230W, Camera only $2,399.00 Blackhawk
42-a682-002-007-a AXIS
COMMUNICATIONS CAMERA - DOMEQ6054-E $2,530.00 ITS
43-a682-002-007-a AXIS
COMMUNICATIONS CAMERA - DOMEQ6055-E $2,798.00 ITS
118-a 682-001-005 CohuHD Costar CAMERA - Ext Positioner 4260 HD Series POE / PN: 4261-1000 $3,948.00 ITS
118-b 682-001-005 CohuHD Costar CAMERA - Ext Positioner 4260 HD Series POE (Wiper) / PN: 4261-1100 $4,390.40 ITS
118-c 682-001-005 CohuHD Costar CAMERA - Ext Positioner 4260 HD Series 120 VAC / PN: 4268-1000 $4,277.00 ITS
118-d 682-001-005 CohuHD Costar CAMERA - Ext Positioner 4260 HD Series 120 VAC (Wiper) / PN: 4268-1100 $4,718.00 ITS
122-a 682-002-011 CohuHD Costar CAMERA - DOME 4220 HD Series POE / PN: 4221-1000 $3,040.00 ITS
122-b 682-002-011 CohuHD Costar CAMERA - DOME 4220 HD Series 24 VAC/ PN: 4224-1000 $3,181.00 ITS
861-a 620-002-008-a Meter-Treater, Inc. RCHW Series RCHW050/120-10-0-2 (120V Single Phase, 50kA) $152.50Meter-Treater
861-b 620-002-008-b Meter-Treater, Inc. RCHW Series RCHW100/120-10-0-1 (120V Single Phase, 100kA) $207.50Meter-Treater
861-c 620-002-008-c Meter-Treater, Inc. RCHW Series RCHW200/120-10-0-1 (120V Single Phase, 200kA) $311.25Meter-Treater
81a 676-028-001Brown Traffic Products DETECTOR RACK (TS2) CDR101 8-ch, 4-pos rack w/ harness $235.00 Temple
100a 700-026-002aCARMANAH TECHNOLOGIES SIGN BEACON R820C, Single beacon crosswalk flasher $2,964.00 Temple
103b-a 700-026-013b-aCARMANAH TECHNOLOGIES SIGN BEACON R247-G, 2-beacon $3,862.00 Temple
103c-a 700-026-014c-aCARMANAH TECHNOLOGIES SIGN BEACON R829-G, 1-beacon $3,358.00 Temple
1276b 671-017-012bSIEMENS TRAFFIC SOLUTIONS
NEMA TS2 TYPE 1 CONTROLLER UNIT M62 ATC Lite $3,167.00 Temple
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 11 of 14
December 2016
Item #APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
1276c 671-017-012cSIEMENS TRAFFIC SOLUTIONS
NEMA TS2 TYPE 1 CONTROLLER UNIT
M62 NEMA Linux No comm, any software$3,508.00 Temple
1276d 671-017-012dSIEMENS TRAFFIC SOLUTIONS
NEMA TS2 TYPE 1 CONTROLLER UNIT M60 Series, 16-line display $872.00 Temple
1276e 671-017-012eSIEMENS TRAFFIC SOLUTIONS
NEMA TS2 TYPE 1 CONTROLLER UNIT
MBV17046-001, M52 OS9 to Linux KV2 Upgrade Kit$1,082.00 Temple
1276f 671-017-012fSIEMENS TRAFFIC SOLUTIONS
NEMA TS2 TYPE 1 CONTROLLER UNIT
MBV17084-001, M52 OS9 to FIO/USB and KV2 Upgrade Kit$1,726.00 Temple
1276g 671-017-012gSIEMENS TRAFFIC SOLUTIONS
NEMA TS2 TYPE 1 CONTROLLER UNIT
MBV17085-001, M52 OS9 to M62 NEMA Linux Upgrade$1,921.00 Temple
1377a 678-008-023a Temple Time Switch Type 1FCU 500-071 School Beacon Timer Switch & Cellular Modem, w/ 3-year cell plan $1,965.00 Temple
1377b 678-008-023b Temple Time Switch Type 1FCU 500-071 School Beacon Timer Switch & Cellular Modem, w/ 1-year cell plan $1,545.00 Temple
1377c 678-008-023c Temple Time Switch Type 1FCU 500-071 School Beacon Timer Switch & Cellular Modem, w/ no cell plan $1,295.00 Temple
1377d 678-008-023d Temple Time Switch Type 1 FCU 500-071 School Beacon Timer Switch & Cellular Modem, spare $750.00 Temple1377e 678-008-023e Temple Time Switch Type 1 FCU 500-071 Hi Gain Antenna $284.00 Temple
659-038-001aPelco Products Mast Arm Detector
MountingSP-1113-FL-45-PNC Astro Mini Brac, 3/4" - 14 NPT, 45" S/S cable mnt
$49.00 Temple
659-038-001bPelco Products Mast Arm Detector
MountingSP-1113-FL-62-PNC Astro Mini Brac, 3/4" - 14 NPT, 62" S/S cable mnt
$51.00 Temple
659-038-001cPelco Products Mast Arm Detector
MountingSP-1113-FL-84-PNC Astro Mini Brac, 3/4" - 14 NPT, 84" S/S cable mnt
$54.00 Temple663-001-010 Tomar Electronics Preemption System Strobecom II OSPOC Series663-001-010a Tomar Electronics Preemption System DETOC1, 1-direction, Opticom compatible detector $391.00 Temple663-001-010b Tomar Electronics Preemption System DETOC21, 2-direction 1 channel, Opticom compatible detector $444.00 Temple663-001-010c Tomar Electronics Preemption System DETOC22, 2-direction 2 channel, Opticom compatible detector $629.00 Temple
663-001-010dTomar Electronics Preemption System OSPOC4, Opticom compatible signal processor, 4-ch w/ logging &
ethernet port $2,388.00 Temple
663-001-010eTomar Electronics Preemption System OSPOC2, Opticom compatible signal processor, 2-ch w/ logging &
ethernet port $1,543.00 Temple
663-001-010f Tomar Electronics Preemption System OSPOC84, Opticom compatible, 4-ch w/ no logging, no comm $1,258.00 Temple663-001-010g Tomar Electronics Preemption System OSPOC82, Opticom compatible, 2-ch w/ no logging, no comm $687.00 Temple
663-001-010hTomar Electronics Preemption System OSPOCW4, Opticom compatible, 4-ch w/ logging, & Eth port, Wide
panel $2,388.00 Temple
663-001-010iTomar Electronics Preemption System OSPOCW2, Opticom compatible, 2-ch w/ logging, & Eth port, Wide
panel $1,543.00 Temple
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 12 of 14
December 2016
Item #APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
663-001-010jTomar Electronics Preemption System OSPOCW84, Opticom compatible, 4-ch w/no logging, no comm. ,
Wide panel $1,258.00 Temple
663-001-010kTomar Electronics Preemption System OSPOCW82, Opticom compatible, 2-ch w/no logging, no comm. ,
Wide panel $687.00 Temple663-001-010l Tomar Electronics Preemption System 1881 Card cage and cable harness $166.00 Temple
663-001-010mTomar Electronics Preemption System T792HL, Opticom compatible,self contained, programmable, coded
emitter, SAE J1708 port, 3x7 rect head $673.00 Temple
663-001-010nTomar Electronics Preemption System T792HL-R, Opticom compatible, programmable coded emitter, SAE
J1708 port, separate remote mounted 3x7 rect head, $684.00 Temple
663-001-010oTomar Electronics Preemption System T792HL-B, Opticom compatible, programmable, coded, cordless,
hand-held emitter $1,261.00 Temple663-001-010p Tomar Electronics Preemption System M913-500, Detector cable, 3-conductor shielded - 500' reel $370.00 Temple663-001-010q Tomar Electronics Preemption System M913-1000, Detector cable, 3-conductor shielded - 1000' reel $717.00 Temple663-001-010r Tomar Electronics Preemption System M913-2500, Detector cable, 3-conductor shielded - 2500' reel $1,820.00 Temple663-001-009 Tomar Electronics Preemption System Strobecom II 4000 Series Temple663-001-009a Tomar Electronics Preemption System 4090-1-SD, 1-direction detector $391.00 Temple663-001-009b Tomar Electronics Preemption System 4090-21-SD, 2-direction 1 channel detector $444.00 Temple663-001-009c Tomar Electronics Preemption System 4090-22-SD, 2-direction 2 channel detector $629.00 Temple663-001-009d Tomar Electronics Preemption System 4090-1-ST, 1-direction, self testing detector $410.00 Temple663-001-009e Tomar Electronics Preemption System 4090-21-ST, 2-direction 1 channel, self testing detector $467.00 Temple663-001-009f Tomar Electronics Preemption System 4090-22-ST, 2-direction 2 channel, self testing detector $644.00 Temple
663-001-009gTomar Electronics Preemption System 4140, 4-channel optical signal processor w/ logging and ethernet port
$2,388.00 Temple
663-001-009hTomar Electronics Preemption System 4140-2, 2-channel optical signal processor w/ logging and ethernet
port $1,543.00 Temple
663-001-009iTomar Electronics Preemption System 4140W, 4-channel optical signal processor w/ logging and ethernet
port, wide front pnl $2,388.00 Temple
663-001-009jTomar Electronics Preemption System 4140W-2, 2-channel optical signal processor w/ logging and ethernet
port, wide front pnl $1,547.00 Temple663-001-009k Tomar Electronics Preemption System 4080-4 Optical signal processor, 4-channel $1,258.00 Temple663-001-009l Tomar Electronics Preemption System 4080-2 Optical signal processor, 2-channel $687.00 Temple663-001-009m Tomar Electronics Preemption System 1881 Card cage and cable harness $166.00 Temple
663-001-009nTomar Electronics Preemption System 3065, Strobecom II self contained programmable coded emitter, SAE
J1708 port, 3x7 rect head $615.00 Temple
663-001-009o
Tomar Electronics Preemption System 3065-R, Strobecom II self contained programmable coded emitter, SAE J1708 port, separate remote mounted 3x7 rect head,
$625.00 Temple
663-001-009pTomar Electronics Preemption System 3065-B, Strobecom II programmable, coded, cordless hand-held
emitter $1,152.00 Temple
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 13 of 14
December 2016
Item #APL Certification #
Manufacturer Product Category Model/Product/Component Description PRICE Ea. Vendor
663-001-009q Tomar Electronics Preemption System M913-500, Detector cable, 3-conductor shielded - 500' reel $370.00 Temple663-001-009r Tomar Electronics Preemption System M913-1000, Detector cable, 3-conductor shielded - 1000' reel $717.00 Temple663-001-009s Tomar Electronics Preemption System M913-2500, Detector cable, 3-conductor shielded - 2500' reel $1,820.00 Temple646-001-001a Pelco Products Transformer Base SP-1116-FL-GL-PNC, w/ grounding lug $158.00 Temple646-001-001b Pelco Products Transformer Base SP-1116-FL-NL-PNC, No logo $143.00 Temple646-001-001c Pelco Products Transformer Base SP-1116-FL-NL-GL-PNC, No logo, grounding lug $121.00 TCS
1482-b 676-023-008TRANSPORTATION CONTROL SYSTEMS
WIRED CABINET ASSEMBLY TS-2 SIZE 6 ZFDOT-4 w/ EDI MMU2-LEIP $10,250.00 TCS
659-038-001 Pelco ProductsMast Arm Detector Mounting SP-1113-FL (Astro Mini-Brac) $42.00 TCS
676-035-014Transportation Control Systems
ITS Field Cabinet Type 336S ZFDOTITS $3,500.00 TCS
676-035-014-a 676-035-014
Transportation Control Systems
ITS Field Cabinet Type 336S
ZFDOTITS-1 336S (+SS +GEN) POLE & BASE MOUNT, POWER DISTRIBUTION, WITH SUNSHIELDS & GENERATOR DOOR $3,500.00 TCS
676-035-014-b 676-035-014
Transportation Control Systems
ITS Field Cabinet Type 336S
ZFDOTITS-1 336S (+SS -GEN) POLE & BASE MOUNT, POWER DISTRIBUTION, WITH SUNSHIELDS (NO GENERATOR DOOR) $2,800.00 TCS
676-035-014-c 676-035-014
Transportation Control Systems
ITS Field Cabinet Type 336S
ZFDOTITS-1 336S (-SS +GEN) POLE & BASE MOUNT, POWER DISTRIBUTION, (NO SUNSHEILDS) WITH GENERATOR DOOR $2,700.00 TCS
676-035-014-d 676-035-014
Transportation Control Systems
ITS Field Cabinet Type 336S
ZFDOTITS-1 336S (-SS -GEN) POLE & BASE MOUNT, POWER DISTRIBUTION, (NO SUNSHEILDS, NO GENERATOR DOOR) $2,250.00 TCS
676-035-016Transportation Control Systems ITS field Cabinet Type 336 ZFDOTITS-1 $3,350.00 TCS
676-035-016-a 676-035-016
Transportation Control Systems ITS field Cabinet Type 336
ZFDOTITS-1 336 (+SS +GEN) POLE & BASE MOUNT, POWER DISTRIBUTION, WITH SUNSHIELDS & GENERATOR DOOR $3,350.00 TCS
676-035-016-b 676-035-016
Transportation Control Systems ITS field Cabinet Type 336
ZFDOTITS-1 336 (+SS -GEN) POLE & BASE MOUNT, POWER DISTRIBUTION, WITH SUNSHIELDS (NO GENERATOR DOOR) $2,650.00 TCS
676-035-016-c 676-035-016
Transportation Control Systems ITS field Cabinet Type 336
ZFDOTITS-1 336 (-SS +GEN) POLE & BASE MOUNT, POWER DISTRIBUTION, (NO SUNSHEILDS) WITH GENERATOR DOOR $2,550.00 TCS
676-035-016-d 676-035-016
Transportation Control Systems ITS field Cabinet Type 336
ZFDOTITS-1 336 (-SS -GEN) POLE & BASE MOUNT, POWER DISTRIBUTION, (NO SUNSHEILDS, NO GENERATOR DOOR) $2,250.00 TCS
671-019-005 McCain2070 Unit (Full Unit for 170 Cabinet) 2070LX $2,475.00 TCS
620-004-007 BTU Research
Surge Protection Device (SPD) Low Voltage BTU-POE-ETH $50.00 TCS
ITB-DOT-1617-9011-GH
APL SUPPLEMENTAL BID Page 14 of 14
December 2016
ORDERING INSTRUCTIONS
MFMP Contract #: CR6829
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 58-1765732-001
VENDOR: American Signal Company
ADDRESS: 2755 Bankers Industrial Drive
CITY, STATE, ZIP: Atlanta, GA 30360
TELEPHONE: 770.448.6650
TOLL FREE NO.: FAX NO.: 770.448.8970
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Casey Inoue, National Sales Manager
ADDRESS: 2755 Bankers Industrial Drive
CITY, STATE, ZIP: Atlanta, GA 30360
TELEPHONE: 770.448.6650 ext 128
TOLL FREE NO.: FAX NO.: 770.448.8970
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.amsig.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes x No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6837
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3152989-001
VENDOR: Blackhawk Enterprises Inc.
ADDRESS: 1400 Village Sq. #3-216
CITY, STATE, ZIP: Tallahassee, FL 32312
TELEPHONE: 850-668-5293
TOLL FREE NO.: FAX NO.:
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: James S. LaBatt, President
ADDRESS: 1400 Village Sq. #3-216
CITY, STATE, ZIP: Tallahassee, FL 32312
TELEPHONE: 850-668-5293
TOLL FREE NO.: FAX NO.:
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.blackhawkenterprises.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes No XX
ORDERING INSTRUCTIONS
MFMP Contract #: CR6840
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 41-1598480-003
VENDOR: Comtrol Corporation
ADDRESS: 100 5th Avenue NW
CITY, STATE, ZIP: New Brighton, MN, 55112
TELEPHONE: 763-957-6000
TOLL FREE NO.: 1-800-926-6876 FAX NO.: 763-957-6001
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Katya Lee Traffic and Transportation Account Manager
ADDRESS: 100 5th Avenue NW
CITY, STATE, ZIP: New Brighton, MN, 55112
TELEPHONE: 7639576000
TOLL FREE NO.: 1-800-926-6876 FAX NO.: 763-957-6001
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.comtrol.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6841
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-2038877-001
VENDOR: Control Technologies, Inc.
ADDRESS: 2776 S. Financial Court
CITY, STATE, ZIP: Sanford, FL 32773
TELEPHONE: 407-330-2800
TOLL FREE NO.: 800-865-2745 FAX NO.: 407-330-2804
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Bryan Kaeser, Technical Support Manager
ADDRESS: 2776 S. Financial Court
CITY, STATE, ZIP: Sanford, FL 32773
TELEPHONE: 407-330-2800
TOLL FREE NO.: 800-865-2745 FAX NO.: 407-330-2804
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.cttraffic.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6843
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 46-0306862-002
VENDOR: Daktronics, Inc.
ADDRESS: 117 Prince Drive
CITY, STATE, ZIP: Brookings, SD 57006
TELEPHONE: 605-692-0200
TOLL FREE NO.: 1-800-833-3157 FAX NO.: 605-697-4700
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 120 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Trevor Slaight, Senior Project Manager
ADDRESS: 117 Prince Drive
CITY, STATE, ZIP: Brookings, SD 57006
TELEPHONE: 605-692-0200
TOLL FREE NO.: 1-800-833-3157 FAX NO.: 605-697-4700
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.daktronics.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
-001
CR8291
ORDERING INSTRUCTIONS
MFMP Contract #: CR6844
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3223520-001
VENDOR: Earnest Products, Inc. dba Southern Manufacturing
ADDRESS: 2000 E Lake Mary Blvd
CITY, STATE, ZIP: Sanford, FL 32773
TELEPHONE: 407-894-8851
TOLL FREE NO.: 800-866-5699 FAX NO.: 407-831-1508
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Jeremy Huffman - Product Manager
ADDRESS: 2000 E Lake Mary Blvd
CITY, STATE, ZIP: Sanford, FL 32773
TELEPHONE: 407-894-8851
TOLL FREE NO.: 800-866-5699 FAX NO.: 407-831-1508
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.southernmfg.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6845
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 95-3196532-002
VENDOR: Econolite Control Products
ADDRESS: PO Box 550897
CITY, STATE, ZIP: Jacksonville, FL 32255
TELEPHONE: 904-448-5619
TOLL FREE NO.: FAX NO.: 904-212-1320
E-MAIL: [email protected] and [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Nancy Latona, Inside Sales
ADDRESS: PO Box 550897
CITY, STATE, ZIP: Jacksonville, FL 32255
TELEPHONE: 904-448-5619
TOLL FREE NO.: FAX NO.: 904-212-1320
E-MAIL ADDRESS: [email protected]
www.econolite.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6846
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 33-722304-002
VENDOR: EtherWAN Systems, Inc
ADDRESS: 2301 East Winston Rd.
CITY, STATE, ZIP: Anaheim, CA 92806
TELEPHONE: 714-779-3800 x118
TOLL FREE NO.: FAX NO.: 714-779-3806
E-MAIL: [email protected] // [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Bill Starkey; Manager, Southeast Region
ADDRESS: 3300 Hula Drive
CITY, STATE, ZIP: Mesquite, TX 757150
TELEPHONE: 817-812-3138 Mobile: 214-929-0340
TOLL FREE NO.: FAX NO.: 714-889-3806
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.etherwan.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes XX No
ORDERING INSTRUCTIONS
MFMP Contract #: CR8290
Bid Number: ITB-DOT-15/16-9005-GH Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F205497315-002
VENDOR: Express Supply Inc.,
ADDRESS: 632 Gatlin Av.
CITY, STATE, ZIP: Orlando, Fl. 32806
TELEPHONE: 407-497-8614
TOLL FREE NO.: N/A FAX NO.: N/A
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Mat Merriam V.P. Sales
ADDRESS: 632 Gatlin Av
CITY, STATE, ZIP: Orlando Fl. 32806
TELEPHONE: 407-497-8614 TOLL FREE NO.: N/A FAX NO.: N/A
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.expresssupply.net
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6848
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 232851564-003
VENDOR: Horizon Signal Technologies
ADDRESS: 5 Corporate Blvd
CITY, STATE, ZIP: Reading, PA 19608
TELEPHONE: 404-782-7765
TOLL FREE NO.: 800-852-8796 FAX NO.: 610-743-5188
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 14 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Matt Stubblefield Regional Sales Manager
ADDRESS: 5 Corporate Blvd
CITY, STATE, ZIP: Reading, PA 19608
TELEPHONE: 404-782-7765
TOLL FREE NO.: 800-852-8796 FAX NO.: 610-743-5188
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.horizonsignal.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6849
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 06-1642511-001
VENDOR: Information Display Company
ADDRESS: 10950 SW 5th, Suite 330
CITY, STATE, ZIP: Beaverton, Oregon 97005
TELEPHONE: (401)965-6973
TOLL FREE NO.: (800)421-8325 FAX NO.: (503)626-3417
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 45 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Linda Davey, Eastern Sales Manager
ADDRESS: 10950 SW 5th, Suite 330
CITY, STATE, ZIP: Beaverton, Oregon 97005
TELEPHONE: (401)965-6973
TOLL FREE NO.: (800)421-9325 FAX NO.: (503)626-3417
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.informationdisplay.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6850
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3003934-001
VENDOR: Intelligent Transportation Services, Inc.
ADDRESS: 3250 South Access Road
CITY, STATE, ZIP: Englewood, FL 34224
TELEPHONE: 941-473-8100
TOLL FREE NO.: NA FAX NO.: 941-473-8166
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Tim Malone / President
ADDRESS: 3250 South Access Road
CITY, STATE, ZIP: Englewood, FL 34224
TELEPHONE: 941-473-8100
TOLL FREE NO.: NA FAX NO.: 941-473-8166
E-MAIL: [email protected]
WEB ADDRESS: www.itstraffic.us
Will you accept the State of Florida Purchasing Card (VISA)? Yes No X
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number: ITB-DOT-15/16-9005-GH Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 95-2588496
VENDOR: Iteris, Inc.
ADDRESS: 1700 Carnegie Avenue - Suite 100
CITY, STATE, ZIP: Santa Ana, CA 92705-5551
TELEPHONE: 949-270-9615
TOLL FREE NO.: FAX NO.: 949-270-9441
E-MAIL: [email protected] attn: Marilyn Holden
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Stokes Wallace
ADDRESS: 1501 Arthur Street
CITY, STATE, ZIP: Orlando, FL 32804-2804
TELEPHONE: 407-292-9776 pr 407-383-1845 TOLL FREE NO.: FAX NO.:
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.iteris.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6852
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 26-0794038-001
VENDOR: Jace Chandler & Associates, Inc.
ADDRESS: P.O. Box 59387
CITY, STATE, ZIP: Homewood, Alabama 35259
TELEPHONE: (205) 879-7336
TOLL FREE NO.: FAX NO.: (205) 879-7356
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 - 45 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Jace Chandler, President
ADDRESS: 2906 Crescent Avenue
CITY, STATE, ZIP: Homewood, Alabama 35209
TELEPHONE: (205) 879-7336
TOLL FREE NO.: FAX NO.: (205) 879-7356
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.jcasouth.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6855
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 72-1370925 -003
VENDOR: K & K SYSTEMS, INC.
ADDRESS: 687 PALMETTO RD.
CITY, STATE, ZIP: TUPELO, MS 38801
TELEPHONE: 662-566-2025
TOLL FREE NO.: 888-414-3003 FAX NO.: 662-566-7123
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: TROY G. KEITH
ADDRESS: 687 PALMETTO RD.
CITY, STATE, ZIP: TUPELO, MS 38801
TELEPHONE: 662-566-2025
TOLL FREE NO.: 888-414-3003 FAX NO.: 662-566-7123
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.k-ksystems.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6856
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 98-0383252 - 001
VENDOR: LEDSTAR INC.
ADDRESS: 131 WESTCREEK DR.
CITY, STATE, ZIP: WOODBRIDGE, ONTARIO CANADA L4L 9N6
TELEPHONE: 905-265-7800 EXT. 206
TOLL FREE NO.: FAX NO.:
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 20 WEEKS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: GREG BARTLETT, VP BUSINESS DEVELOPMENT
ADDRESS: 131 WESTCREEK DR.
CITY, STATE, ZIP: WOODRBIDGE, ONTARIO, CANADA L4L 9N6
TELEPHONE: 905-265-7800 EXT. 218
TOLL FREE NO.: FAX NO.:
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: WWW.LEDSTAR.COM
Will you accept the State of Florida Purchasing Card (VISA)? Yes No X
ORDERING INSTRUCTIONS
MFMP Contract #: CR6857
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 81-0489057 -001
VENDOR: Intelicom Inc. dba LiteSys Inc.
ADDRESS: PO Box 239, 150 Pollywog lane
CITY, STATE, ZIP: Belgrade, MT 59714
TELEPHONE: (406)388-9317
TOLL FREE NO.: 800-533-7441 FAX NO.: (406)388-9319
E-MAIL: [email protected] and [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Kendall Kanning, Corporate Sales Representative
ADDRESS: P.O. Box 239, 150 Pollywog Lane
CITY, STATE, ZIP: Belgrade, MT 59714
TELEPHONE: (406)388-9317
TOLL FREE NO.: 800-533-7441 FAX NO.: (406)388-9317
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.litesys.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR8292
Bid Number: ITB-DOT-15/16-9005-GH Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-2837794-002
VENDOR: Meter-Treater, Inc.
ADDRESS: 1349 South Killian Drive
CITY, STATE, ZIP: Lake Park, FL 33403
TELEPHONE: 561-845-2007
TOLL FREE NO.: 800-638-3788 FAX NO.: 561-848-2372
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 10-12 working DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Lindsey Kohn (Marketing Mgr) or Katie Bowen (VP)
ADDRESS: 1349 South Killian Drive
CITY, STATE, ZIP: Lake Park, FL 33403
TELEPHONE: 561-845-2007 TOLL FREE NO.: 800-638-3788 FAX NO.: 561-848-2372
E-MAIL ADDRESS: [email protected] or [email protected]
WEB ADDRESS: www.metertreater.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6859
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 98-0575785-001
VENDOR: North America Traffic, Inc
ADDRESS: 7 Petersburg Circle
CITY, STATE, ZIP: Port Colborne, ON, Canada, L3K 5V5
TELEPHONE: 905-835-0800
TOLL FREE NO.: 1-877-352-4626 FAX NO.: 905-835-0453
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Dave Cornish, VP of Operations
ADDRESS: 7 Petersburg Circle
CITY, STATE, ZIP: Port Colborne, ON, Canada, L3K 5V5
TELEPHONE: 905-835-0800
TOLL FREE NO.: 1-877-352-4626 FAX NO.: 905-835-0453
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.northamericatraffic.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6861
Bid Number: ITB-DOT-15/16-9005-GH Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3337206-001
VENDOR: Rainbow Distributors USA, Inc.
ADDRESS: 204 N Elm Ave
CITY, STATE, ZIP: Sanford, FL 32771
TELEPHONE: 407-330-6363
TOLL FREE NO.: N/A FAX NO.: 407-330-6360
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Kyle Kilger, Vice President
ADDRESS: 204 N Elm Ave
CITY, STATE, ZIP: Sanford, FL 32771
TELEPHONE: 407-330-6363 TOLL FREE NO.: N/A FAX NO.: 407-330-6360
E-MAIL ADDRESS: kyle @rainbowdistributorsusa.com
WEB ADDRESS: www.rainbowdistributorsusa.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 80-0280265
VENDOR: Rhythm Engineering LLC
ADDRESS: 11228 Thompson Ave
CITY, STATE, ZIP: Lenexa, KS 66219
TELEPHONE: 913-227-0603
TOLL FREE NO.: N/A FAX NO.: 913-227-0674
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Jim Clark, Regional Account Director
ADDRESS: 11228 Thompson Ave
CITY, STATE, ZIP: Lenexa, KS 66219
TELEPHONE: 703-300-4147 or 913-227-0603
TOLL FREE NO.: N/A FAX NO.: 913-227-0674
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: http://www.rhythmtraffic.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes No X
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number: ITB-DOT-15/16-9005-GH Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with RTC or Temple Inc.
RTC Manufacturing Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75 2160908
VENDOR: RTC Manufacturing, Inc.
ADDRESS: 1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-860-1217
TOLL FREE NO.: FAX NO.: 817-274-3610
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT OF PURCHASE ORDER.
RTC Manufacturing, Inc Order Information
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75 2160908
VENDOR: RTC Manufacturing, Inc.
ADDRESS: 1016 Enterprise PL
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-860-1217
TOLL FREE NO.: FAX NO.: 817-274-3610
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Ronald Featherston, VP
ADDRESS: 1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-307-7045 TOLL FREE NO.: FAX NO.: 817-274-3610
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.rtc-traffic.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number: ITB-DOT-15/16-9005-GH Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with RTC or Transporation Control Systems
RTC Manufacturing Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75 2160908
VENDOR: RTC Manufacturing, Inc.
ADDRESS: 1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-860-1217
TOLL FREE NO.: FAX NO.: 817-274-3610
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT OF PURCHASE ORDER.
Transporation Control Systems Information
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59 1673144
VENDOR: Transporation Control Systems
ADDRESS: 1030 South 86th St.
CITY, STATE, ZIP: Tampa, FL 33619
TELEPHONE: 813-630-2800
TOLL FREE NO.: 800-886-2735 FAX NO.: 813-630-2801
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Ronald Featherston, VP
ADDRESS: 1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-307-7045 TOLL FREE NO.: FAX NO.: 817-274-3610
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.rtc-traffic.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number: ITB-DOT-15/16-9005-GH Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with RTC or Temple Inc.
RTC Manufacturing Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75 2160908
VENDOR: RTC Manufacturing, Inc.
ADDRESS: 1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-860-1217
TOLL FREE NO.: FAX NO.: 817-274-3610
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT OF PURCHASE ORDER.
Temple Inc. information
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 630573758
VENDOR: Temple, Inc.
ADDRESS: 305 Bank Street
CITY, STATE, ZIP: Decatur, AL 35601
TELEPHONE: 256-353-3820
TOLL FREE NO.: FAX NO.: 256-353-4578
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Ronald Featherston, VP
ADDRESS: 1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-307-7045 TOLL FREE NO.: FAX NO.: 817-274-3610
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.rtc-traffic.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6868
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3122879-002
VENDOR: Safety Zone Specialists, Inc.
ADDRESS: PO Box 90764
CITY, STATE, ZIP: Lakeland, FL 33804-0764
TELEPHONE: 863-984-1385
TOLL FREE NO.: FAX NO.: 863-984-0058
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: David Vespa, President
ADDRESS: PO Box 90764
CITY, STATE, ZIP: Lakeland, FL 33804-0764
TELEPHONE: 863-984-1385
TOLL FREE NO.: FAX NO.: 863-984-0058
E-MAIL ADDRESS: [email protected]
WEB ADDRESS:
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6869
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 362369792-001
VENDOR: SKY BRACKET
ADDRESS: 2135 15th Street
CITY, STATE, ZIP: Rockford, IL 61104
TELEPHONE: 815-229-1600
TOLL FREE NO.: FAX NO.: 815-229-7082
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Mel Wilton
ADDRESS: 2135 15th Street
CITY, STATE, ZIP: Rockford, IL 61104
TELEPHONE: 815-229-1600
TOLL FREE NO.: FAX NO.: 815-229-7082
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.skybracket.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6870
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 630573758-001
VENDOR: Temple, Inc.
ADDRESS: 305 Bank St
CITY, STATE, ZIP: Decatur, AL 35601
TELEPHONE: 256-353-3820
TOLL FREE NO.: 800-633-3221 FAX NO.: 256-353-4578
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Keith Frasier, Florida Sales & Support
ADDRESS: 305 Bank St
CITY, STATE, ZIP: Decatur, AL 35601
TELEPHONE: 256-353-3820
TOLL FREE NO.: 800-633-3221 FAX NO.: 256-353-45478
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.temple-inc.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes x No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6871
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 52-1868893-006
VENDOR: TESSCO Inc.
ADDRESS: 11126 McCormick Road
CITY, STATE, ZIP: Hunt Valley, MD, 21031
TELEPHONE: 775 689 5573
TOLL FREE NO.: 800-472-7373 FAX NO.: 410-527-0005
E-MAIL: [email protected]
DELIVERY: Time of delivery is subject to product selection
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Sergio Martinez, Development Executive
ADDRESS: 11126 McCormick Road
CITY, STATE, ZIP: Hunt Valley, MD, 21031
TELEPHONE: 775 689 5573
TOLL FREE NO.: 800-472-7373 FAX NO.: 410-527-0005
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.tessco.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes x No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6873
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 232289978-002
VENDOR: TRAFCON
ADDRESS: 81 TEXACO ROAD
CITY, STATE, ZIP: MECHANICSBURG PA 17050
TELEPHONE: 717-691-8007
TOLL FREE NO.: FAX NO.: 717-697-0813
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 45 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: MARK MACSKIMMING
ADDRESS: 81 TEXACO ROAD
CITY, STATE, ZIP: MECHANICSBURG PA 17050
TELEPHONE: 717-691-8007
TOLL FREE NO.: FAX NO.: 717-697-0813
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.trafcon.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6874
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with TrafficCast or Transporation Control Systems
TrafficCast International Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 20 5191348-001
VENDOR: TrafficCast International Inc.
ADDRESS: 2801 Coho St. Suite 10
CITY, STATE, ZIP: Madison, WI 53713
TELEPHONE: 678-575-0958
TOLL FREE NO.: FAX NO.: 770-864-1390
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
Transporation Control Systems Information
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59 1673144-001
VENDOR: Transporation Control Systems
ADDRESS: 1030 South 86th St.
CITY, STATE, ZIP: Tampa, FL 33619
TELEPHONE: 813-630-2800
TOLL FREE NO.: 800-886-2735 FAX NO.: 813-630-2801
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Paul Misticawi, VP of Public Sector Sales
ADDRESS: 2801 Coho St. Suite 100
CITY, STATE, ZIP: Madison, WI 53713
TELEPHONE: 678-575-0958
TOLL FREE NO.: FAX NO.: 770-864-1390
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.trafficcast.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes No X
ORDERING INSTRUCTIONS
MFMP Contract #: CR6875
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 74-2019144-001
VENDOR: Trafficware Group, Inc.
ADDRESS: 522 Gillingham
CITY, STATE, ZIP: Sugar Land, TX 77478
TELEPHONE: 281-240-7233
TOLL FREE NO.: 1-800-952-7285 FAX NO.: 281-240-7238
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Greg Freel
ADDRESS: 11817 Loretto Square Dr. S.
CITY, STATE, ZIP: Jacksonville, FL 32223
TELEPHONE: 904-613-9331
TOLL FREE NO.: 1-800-952-7285 FAX NO.: 281-240-7238
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.trafficware.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6877
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-1053866-001
VENDOR: McCain Sales of Florida, Inc. dba Universal Signs & Accessories
ADDRESS: 3001 Orange Avenue
CITY, STATE, ZIP: Fort Pierce, FL 34947
TELEPHONE: 772-461-0665
TOLL FREE NO.: 1-800-432-0331 FAX NO.:772-461-0669
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 45 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Bret R. McCain, Vice President
ADDRESS: 3001 Orange Avenue
CITY, STATE, ZIP: Fort Pierce, FL 34947
TELEPHONE: 772-461-0665
TOLL FREE NO.: 1-800-432-0331 FAX NO.: 772-461-0669
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: http://www.UniversalSignsFL.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number: ITB-DOT-15/16-9005-GH Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 98-0223271
VENDOR: Signalisation Ver-Mac Inc.
ADDRESS: 1781 Bresse
Quebec QC G2G 2V2
418-654-1303
TOLL FREE NO.: 1-888.488.7446 FAX NO.: 418 654-0517
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
Kimberly Jack Inside Sales Coordinator
ADDRESS: 1781 Bresse
Quebec Quebec City G2G 2V2
418 -654-1303 1-888.488.7446
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: www.ver-mac.com
yes
ORDERING INSTRUCTIONS
MFMP Contract #: CR6879
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 84-1051014-002
VENDOR: Wanco, Inc.
ADDRESS: 5870 Tennyson St.
CITY, STATE, ZIP: Arvada, CO, 80003
TELEPHONE: 470-233-9831
TOLL FREE NO.: 800-972-0755 FAX NO.: 303-867-3450
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN 45 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Tim Paulino
ADDRESS: 5870 Tennyson St.
CITY, STATE, ZIP: Arvada, CO 80003
TELEPHONE: 470-233-9831
TOLL FREE NO.: 800-972-0755 FAX NO.: 303-867-3450
E-MAIL: [email protected]
WEB ADDRESS: www.wanco.com
Will you accept the State of Florida Purchasing Card (VISA)? Yes No X
ORDERING INSTRUCTIONS
MFMP Contract #: CR6880
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 82-0525153-001
VENDOR: Wavetronix LLC.
ADDRESS: 78 E. 1700 South, Bldg. B
CITY, STATE, ZIP: Provo, UT 84606
TELEPHONE: 407-366-5144
TOLL FREE NO.: 801-734-7200 FAX NO.: 801-734-7201
E-MAIL: [email protected]
DELIVERY: DELIVERY WILL BE MADE WITHIN (6 weeks) 42 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Florida Sales (Regional Sales Manager) or Michael Kline
ADDRESS: 3000 Dovera Drive Suite 100
CITY, STATE, ZIP: Oviedo, Florida, 32765
TELEPHONE: 407-366-5144
TOLL FREE NO.: 801-734-7200 FAX NO.: 801-734-7201
E-MAIL ADDRESS: [email protected]
WEB ADDRESS: HTTP://WWW.WAVETRONIX.COM
Will you accept the State of Florida Purchasing Card (VISA)? Yes X No
BID SHEET
BID #: ITB-DOT-15/16-9005-GH FOB: Destination
BID TITLE: FDOT APL Traffic Equipment
BID AS SPECIFIED
A BID SHEET (Excel Format) IS ATTACHED SEPARATELY TO THIS BID
ADVERTISEMENT IN THE VENDOR BID SYSTEM.
DOWNLOAD THE BID SHEET AND ELECTRONICALLY ENTER BID AMOUNT(s).
SAVE THE COMPLETED BID SHEET TO A CD-ROM or USB FLASH DRIVE AND
SUBMIT WITH YOUR BID.
INCLUDE A PRINTED HARD COPY OF THE COMPLETED BID SHEET AND A SIGNED
COPY OF THIS BID SHEET WITH YOUR BID.
RENEWAL: see Introduction Section #7. THE UNIT PRICE(s) WILL APPLY TO THE INITIAL TERM AND ANY RENEWAL PERIODS.
MFMP Transaction Fee:
All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the 1% MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14.
NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions.
ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. Bidder: FEIN: . Address: City, State, Zip: . Phone: Fax: E-mail: Authorized Signature: Date: Printed/Typed: Title: .
FORM 375-040-18
PROCUREMENT OFFICE 06/12
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRUG-FREE WORKPLACE PROGRAM CERTIFICATION 287.087 Preference to businesses with drug-free workplace programs. Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall:
(1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
(2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
(3) Give each employee engaged in providing the commodities or contractual services that are under bid
a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on
the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction.
(5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of
this section. Does the individual responding to this solicitation certify that their firm has implemented a drug-free workplace program in accordance with the provision of Section 287.087, Florida Statutes, as stated above? [ ] YES [ ] NO NAME OF BUSINESS: _______________________________________________________________
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
IN-STATE PREFERENCE FORM For Invitation-to-Bid Commodity
375-040-56 PROCUREMENT
OGC – 03/13
Bid Number:
Title:
Pursuant to Section 287.084, Florida Statutes, relating to the Florida-based business preference, effective
July 1, 2012:
In a competitive solicitation in which the lowest bid is submitted by a vendor whose principal place of
business is located outside the state of Florida and that state where the vendor’s principal place of business
is located does not grant a preference in competitive solicitation to vendors having a principal place of
business in that state, the preference to the lowest responsible and responsive vendor having a principal
place of business in this state shall be 5 percent.
Note: The Vendor is required to complete and submit this form with its bid to be considered for this
preference.
Vendor Name:
Vendor FEIN:
The Vendor (does ) (does not ) have a principal place of business located in the state of Florida.
If so, please provide an address:
Note: A vendor whose principal place of business is outside the state of Florida must accompany any
written bid documents with a written opinion of an attorney licensed to practice law in that foreign state, as
to the preferences, if any or none, granted by the law of that state to its own business entities whose
principal places of business is in that foreign state in the letting of any or all public contracts.
Authorized Signature:
Title:
Date:
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-60
Florida Statutes VENDOR CERTIFICATION REGARDING PROCUREMENT
287.135 SCRUTINIZED COMPANIES LISTS 06/11
Respondent Vendor Name: _____________________________________________________
Vendor FEIN: ___________________
Vendor’s Authorized Representative Name and Title: ___________________________________
Address: ______________________________________________________________________
City: _____________________ State: _____________________________ Zip: ______________
Phone Number: ____________________________________
Email Address: _
Section 287.135, Florida Statutes, prohibits agencies from contracting with companies, for goods or services of $1 million or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the section entitled “Respondent Vendor Name” is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.
CERTIFIED BY: __________________________________________________________,
WHO IS AUTHORIZED TO SIGN ON BEHALF OF THE ABOVE REFERENCED COMPANY.
Authorized Signature Print Name and Title:_________________________________________
I N T R O D U C T I O N S E C T I O N
1) INVITATION
The purpose of this Invitation to Bid is to obtain competitive bids to establish a three (3) year contract for the
purchase of Approved Product List (APL) Traffic Equipment by the Department of Transportation, hereafter referred to as the "Department". The contract will become effective on the date the successful bidder(s) is approved for award and will expire three years from that date. After the award, said bidder(s) will be referred to as the "Vendor(s)". All commodities identified in this Invitation to Bid will be subject to the availability of identical commodities as provided by mandatory Department of Management Services' State Contract(s) at such time these commodities become available. In the event of duplication(s) of commodities, the Department of Management Services' mandatory State Contract shall prevail.
2) TIMELINE
Provided below is a list of critical dates and actions. These dates are subject to change. Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid.
ACTION / LOCATION DATE LOCAL TIME
DEADLINE FOR TECHNICAL QUESTIONS - 08-19-2015 5:00 PM (There is no deadline for administrative questions)
BIDS DUE (On or Before) - 09-01-2015 3:00 PM Florida Department of Transportation
Procurement Office Rm. 429
Greg Hill (850) 414-4482
605 Suwannee Street, MS 20
Tallahassee, FL 32399-0450
PUBLIC OPENING - 09-01-2015 3:00 PM
Florida Department of Transportation
Procurement Office Rm. 429
Greg Hill (850) 414-4482
605 Suwannee Street, MS 20
Tallahassee, FL 32399-0450
POSTING OF INTENDED DECISION/AWARD - 09-03-2015 4:00 PM
3) BID OPENING AGENDA The sealed bids will be opened by the Department's Procurement Office personnel at the date, time and location in the Timeline. All bid openings are open to the public and will be conducted according to the following agenda: Opening remarks – Approximate time of 2 minutes by Department Procurement Office personnel. Public input period – To allow a maximum of 15 minutes total for public input related to the bid solicitation.
Bids opened – At conclusion of public input or 15 minutes, whichever occurs first, bids received timely will be opened with bidder’s name read aloud. Bid prices will not be announced at this time. Bid prices will be recorded on the bid tab as determined by the Procurement Office. Adjourn - After all bids received timely have been opened, the meeting will be adjourned.
4) SPECIAL ACCOMMODATIONS
Any person with a qualified disability requiring special accommodations at a pre-bid conference, public meeting, and/or opening shall contact the contact person at the phone number, e-mail address or fax number provided on the title page at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD).
5) CONTRACT USE Use of the contract resulting from this bid will be optional for the Department. The Department reserves the right to solicit separate bids for any unusual or abnormal quantity requirements that may arise during the term of the contract.
6) ESTIMATED PURCHASES The Department anticipates purchasing the estimated quantities, shown on the bid sheet(s), for a one (1) year period of any contract resulting from this bid. The estimated quantities are given only as a guideline for preparing your bid and should not be construed as representing the actual quantities to be purchased under this contract. The Vendor(s) shall supply, at bid prices, the actual quantities ordered regardless of whether the total of such quantities is more or less than anticipated. This bid and the resulting contract will be subject to annual appropriated funding.
7) RENEWAL
Upon mutual agreement, the Department and the Contract Vendor may renew the contract for a period that may not exceed 3 years or the term of the original contract, whichever is longer. The renewal must be in writing and signed by both parties, and is subject to the same terms and conditions set forth in the initial contract and any written amendments signed by the parties. Any renewal shall specify the renewal price, as set forth in the solicitation response except that an agency may negotiate lower pricing. Renewal is contingent upon satisfactory performance evaluations and subject to the availability of funds.
S P E C I A L C O N D I T I O N S
1) MyFloridaMarketPlace BIDDERS MUST BE ACTIVELY REGISTERED IN THE STATE OF FLORIDA’S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE BID OPENING OR THEY MAY BE CONSIDERED NON-RESPONSIVE (see Special Condition 21). All prospective bidders that are not registered should go to https://vendor.myfloridamarketplace.com/ to complete on-line registration, or call 1-866-352-3776 for assisted registration.
All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the 1% MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14.
2) Florida Department of Financial Services (DFS) W-9 INITIATIVE The Florida Department of Financial Services (DFS) requires all vendors that do business with the state to submit an electronic Substitute Form W-9. Vendors must submit their W-9 forms electronically at https://flvendor.myfloridacfo.com to receive payments from the state. Contact the DFS Customer Service
Desk at (850) 413-5519 or [email protected] with any questions.
3) QUESTIONS & ANSWERS In accordance with section 287.057(23), Florida Statutes, respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Any technical questions arising from this Invitation to Bid must be forwarded, in writing, to the procurement agent identified below. Questions must be received no later than the time and date reflected on the Timeline. The Department’s written response to written inquiries submitted timely by bidders will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”), under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting their bid.
WRITTEN TECHNICAL QUESTIONS should be submitted to:
[email protected], or mailed to FDOT Procurement Office, Greg Hill, 605 Suwannee St., MS20, Tallahassee, FL 32399. Questions regarding administrative aspects of the bid process should be directed to the Procurement Agent in writing at the address above, by phone, or via email.
4) ORAL INSTRUCTIONS / CHANGES TO THE INVITATION TO BID (ADDENDA)
No negotiations, decisions, or actions will be initiated or executed by a bidder as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. All Addenda will be acknowledged by signature and subsequent submission of Addenda with bid when so stated in the Addenda.
5) DIVERSITY ACHIEVEMENT
The Department, in accordance with Title VI of the Civil Rights Act of 1964, 42 USC 2000d- 2000d-4,
Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the
Secretary, Part 21, Nondiscrimination in federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that the Department will affirmatively ensure that in any contract/agreement entered into pursuant to this advertisement, minority and disadvantaged business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated on the basis of race, color, national origin, or sex in consideration for an award. The Department encourages the recruitment and utilization of small, minority, women, and service-disabled veteran businesses. The Department, its vendors, suppliers, and consultants should take all necessary and reasonable steps to ensure that small, minority, women, and service-disabled veteran businesses have the opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment.
6) PRICES/DELIVERY
Prices shall be firm, net, delivered prices, F.O.B. destination.
Delivery must be made within thirty (30) calendar days or less upon receipt of a purchase order by the contract vendor at their designated ordering location. If more time is needed, the bidder should state the extra time required and the reasons why, in their bid response. Acceptance will be subject to the Department’s approval.
7) IN-STATE PREFERENCE FOR COMMODITY BIDS(not applicable to Federal-aid funded purchases)
In accordance with Section 287.084, Florida Statutes, when the lowest responsible and responsive bid is submitted by a vendor whose principal place of business is located outside the state of Florida, a 5% price preference shall be awarded to the lowest responsible and responsive vendor whose principal place of business is located in the state of Florida unless the state where the out-of-state vendor is located provides a price preference for businesses having a principal place of business in that state. In that case, the same price preference shall be awarded to the lowest responsible and responsive vendor whose principal place of business is located in the state of Florida responding to this Invitation to Bid (ITB).
All bidders should complete the attached “In-State Preference Form” and submit with their bid response. A vendor whose principal place of business is located outside the state of Florida, must accompany their bid response documents with a written opinion of an attorney licensed to practice law in that foreign state, as to the preferences granted by that state to its own business entities in the letting of public contracts.
For the 5% preference, the Department will apply 5% to the bid price(s) of the lowest out of state vendor whose state does not grant a preference if that vendor has submitted the lowest responsible and responsive bid.
8) INTENDED AWARD
As the best interest of the State may require, the right is reserved to make award(s) by individual item, group of items, all or none, or a combination thereof: on a geographical district basis and / or on a statewide basis with one or more suppliers to reject any and all bids or waive any minor irregularity or technicality in bids received. When it is determined there is competition to the lowest responsible bidder, evaluation of other bids is not required. Bidders are cautioned to make no assumptions, unless their bid has been evaluated as being responsive. All awards made as a result of this bid shall conform to applicable Florida Statute. If the Department is confronted with identical pricing or scoring from multiple vendors, the Department shall determine the order of award in accordance with section 295.187(4), Florida Statutes, and Rule 60A-1.011 Florida Administrative Code.
9) PRE-BID CONFERENCE: A PRE-BID CONFERENCE WILL NOT BE HELD.
10) ALTERNATES
ALTERNATE BRANDS WILL NOT BE CONSIDERED FOR THIS BID. BID AS SPECIFIED.
11) WARRANTY/SUBSTITUTIONS
A warranty is required on all items purchased against defective materials, workmanship, and failure to perform in accordance with required industry performance criteria, for a period of not less than ninety (90) days from the date of acceptance by the purchaser. Any deviation from this criteria must be documented in the bid response or the above statement shall prevail. Delivery of substitute commodities requires prior written approval from the ordering location.
12) REPLACEMENT/RESTOCKING
Replacement of all materials found defective within the warranty period shall be made without cost to the purchaser, including transportation if applicable. All fees associated with restocking cancelled orders shall be the responsibility of the vendor.
13) PRODUCT REQUIREMENTS/SPECIFICATIONS
Items furnished shall be standard products of the manufacturer or their suppliers, shall be new, unused, clean, and free from any defects or features affecting appearance, serviceability, or the safety of the user in normal intended use.
Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful bidder will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s).
14) ACCEPTANCE
All items listed in the specifications, delivered to the Department not meeting specifications or found to be poorly manufactured will not be accepted, but returned to the vendor, at their expense, for replacement. Replacement of all items found defective shall be made without cost to the Department, including transportation, if applicable. As it may be impossible for each facility to inspect all items upon arrival, a reasonable opportunity must be given to these facilities for inspection of the items, and returning those that are defective.
15) REVIEW OF BIDDER'S FACILITIES & QUALIFICATIONS
After the bid due date and prior to contract execution, the Department reserves the right to perform or to have performed, an on-site review of the bidder's facilities and qualifications. This review will serve to verify data and representations submitted by the bidder and may be used to determine whether the bidder has adequate facilities, equipment, qualified and experienced staff, and overall management capabilities to provide the required items. The review may also serve to verify whether the bidder has financial capabilities adequate to meet the contract requirements.
Should the Department determine that the bid package has material misrepresentations or that the size or nature of the bidder's facilities, equipment, management capabilities, or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the bid.
16) PROTEST OF INVITATION TO BID SPECIFICATIONS
Any person who is adversely affected by the contents of this Invitation to Bid must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450:
1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, (the noticeof protest may be Faxed to 850-414-5264), and
2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days ofthe date on which the written notice of protest is filed.
Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure topost the bond or other security required by law within the time allowed for filing a bond shall constitutea waiver of proceedings under Chapter 120, Florida Statutes.
17) UNAUTHORIZED ALIENS
The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract.
18) SCRUTINIZED COMPANIES LISTS
Section 287.135, Florida Statutes, requires that at the time a company submits a bid or proposal for a contract for goods or services of $1 million or more, the company must certify that the company is not on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes.
Bid responses of $1 million or more must include the attached Scrutinized Companies Lists Form to certify the respondent is not on either of those lists.
19) RESERVATIONS
The Department reserves the right to accept or reject any or all bids received and reserves the right to make an award without further discussion of the bids submitted. Therefore, the bidder should make sure that the bid package submitted is complete and accurate and submitted to ensure delivery on or before the bid opening time and date specified in this solicitation. It is understood that the bid will become a part of the Department's official file, without obligation to the Department.
20) ADDITIONAL TERMS & CONDITIONS
No conditions may be applied to any aspect of the ITB by the bidder. Any conditions placed on any aspect of the bid documents by the bidder may result in the bid being rejected as a conditional bid (see
“RESPONSIVENESS OF BIDS”). DO NOT WRITE IN CHANGES ON ANY ITB SHEET. The only recognized changes to the ITB prior to bid opening will be a written Addenda issued by the Department.
21) RESPONSIVENESS OF BIDS
Bids will not be considered if not received by the Department on or before the date and time specified as the due date for submission. All bids must be typed or printed in ink. A responsive bid is an offer to provide the items specified in this Invitation to Bid in accordance with all requirements of this Invitation to Bid. Bids found to be non-responsive will not be considered. Bids may be rejected if found to be irregular or not in conformance with the specifications and instructions herein contained. A bid may be found to be irregular or non-responsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms, modifying the bid specifications, submitting conditional bids or incomplete bids, submitting indefinite or ambiguous bids, or executing forms or the bid sheet with improper and/or undated signatures. Other conditions which may cause rejection of bids include, evidence of collusion among bidders, obvious lack of experience or expertise to provide the required items, and failure to perform or meet financial obligations on previous contracts.
22) REQUIRED DOCUMENTS
The bidder must use the attached Bid Sheet to submit its bid. Submit an electronic copy saved to a CD-ROM or USB flash drive and a printed hard copy. The Bid Sheet must be signed and dated in inkby a representative who is authorized to contractually bind the bidder. All bid sheets and other documentation
submitted in response to this solicitation must be executed and submitted in a sealed envelope. Indicate the
bid number, with the time and date of the bid opening, on the envelope used to return the bid.
23) "DRUG-FREE WORK PLACE" PREFERENCE
Whenever two or more bids which are equal with respect to price, quality, and service are received, the Department shall determine the order of award in accordance with section 295.187(4), Florida Statutes, and Rule 60A-1.011 Florida Administrative Code, which includes a preference for bid responses that certify the business has implemented a drug-free workplace program in accordance with Section 287.087, F.S. The “Drug-Free Workplace Program Certification” must be completed and submitted with the bid response to be eligible for this preference.
24) COPYRIGHTED MATERIAL
Copyrighted material will be accepted as part of a bid only if accompanied by a waiver that will allow the Department to make paper and electronic copies necessary for the use of Department staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.
25) ATTACHMENT TO ITB SUBMITTAL - CONFIDENTIAL MATERIAL
The Bidder must include any materials it asserts to be exempted from public disclosure under Chapter 119, Florida Statutes, in a separate bound document labeled "Attachment to Invitation to Bid, Number ITB-DOT- (bid #) - Confidential Material". The Bidder must identify the specific Statute that authorizes exemption from the Public Records Law. Any claim of confidentiality on materials the Bidder asserts to be exempt from public disclosure and placed elsewhere in the bid will be considered waived by the Bidder upon submission, effective after opening.
26) MAIL OR DELIVER BIDS TO: (DO NOT EMAIL or FAX)
Florida Department of Transportation
605 Suwannee Street, MS 20
Procurement Office Rm. 429
Tallahassee, Florida 32399-0450
Attn: Greg Hill (850) 414-4482
It is the bidder's responsibility to assure that the bid is delivered to the proper place on or before the Bid Due date and time (See Introduction Section 2, Timeline). Bids which for any reason are not so delivered will not be considered.
27) MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL
Bidders may modify submitted bids at any time prior to the bid due date. Requests for modification of a submitted bid shall be in writing and must be signed by an authorized signatory of the bidder. Upon receipt and acceptance of such a request, the entire bid will be returned to the bidder and not considered unless resubmitted by the due date and time. Bidders may also send a change in a sealed envelope to be opened at the same time as the bid. The ITB number, opening date and time should appear on the envelope of the modified bid.
28) POSTING OF INTENDED DECISION/AWARD
28.1 - General:
The Department’s decision will be posted on the Florida Vendor Bid System at www.myflorida.com, (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, on date and time in the Timeline, and will remain posted for a period of seventy-two (72) hours. Any bidder who is adversely affected by the Department's recommended award or
intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450:
1. A written notice of protest within seventy-two (72) hours after posting of the Intended Award, (thenotice of protest may be Faxed to 850-414-5264), and
2. A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes,within ten (10) days of the date on which the written notice of protest is filed. At the time of filing theformal written protest, a bond (a cashier’s check or money order may be accepted) payable to theDepartment must also be submitted in an amount equal to one percent (1%) of the estimated contractamount based on the contract price submitted by the protestor.
Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.
28.2 - Inability to Post:
If the Department is unable to post as defined above, the Department will notify all bidders by electronic notification on the Florida Vendor Bid System (see special condition 28.1, above) or by mail, fax, and/or telephone. The Department will provide notification of any future posting in a timely manner.
28.3 - Request to Withdraw Bid:
Requests for withdrawal will be considered if received by the Department, in writing, within seventy-two (72) hours after the bid opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the bidder. Bidders that do not withdraw as stated above will forfeit their bid bond, if applicable.
29) RECYCLED MATERIAL
The Department encourages the use of products and materials with recycled content and post-consumer recovered materials. If the item(s) specified in the Technical Specification is available with recycled content, we request that you provide product information to help in our search for recycled products. However, this bid request is for the product as specified herein and does not require prices for recycled product. This information should be sent as part of your bid response or may be sent separately.
30) PRICE ADJUSTMENTS
Price(s) shall remain firm for the life of the contract. Price increases will not be allowed.
31) DELIVERY LOCATION(S)
The point of delivery for this contract will be specified by the customer. Bid prices will include delivery.
32) CANCELLATION
All contract obligations shall prevail for at least one hundred and eighty (180) days after the effective date of the contract. For the protection of both parties, this contract may be cancelled in whole or in part after one hundred and eighty (180) days by either party giving thirty (30) days prior written notice to the other contract party. The contract may, also, be cancelled by the Department for nonperformance (default) in accordance with Rule 60A-1.006(3), F.A.C.
33) ORDERING INSTRUCTIONS
Manufacturers are encouraged to bid direct naming dealers who will accept orders and complete deliveries. Bidders must include complete ordering instructions, including FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID), for invoicing dealers, with the bid on a separate sheet.
34) ORDER QUANTITIES
The Department will, at its discretion, place orders with the Vendor(s) for various quantities of the items, as needed, during the contract period. Bidders are encouraged to identify the standard packaging quantity and minimum order quantity acceptable for each item or group of items bid. Excessive minimum order quantities will not be accepted.
35) OPEN PURCHASE ORDERS
The Department may, at its discretion, establish an open (estimated quantity) purchase order with the contract vendor(s) to facilitate the purchasing of materials. The purchase of materials may be placed by; (1) written purchase order, (2) telephone orders by authorized Department personnel, or (3) an itemized order in writing. The Department will supply the contract vendor(s) with a list of personnel authorized to order. Delivery of items on these open purchase orders shall not exceed the contract effective period.
36) INVOICING
Invoices must match units specified on the Purchase Order.
37) FORMS
The Bidder must complete all required items below and submit them as part of the Bid package. Any Bid in which these forms are not used or in which these forms are improperly executed may be considered non-responsive and the bid may be subject to rejection.
Bid Sheet (electronic copy and printed copy) Ordering Instructions Drug-Free Workplace Program Certification (if applicable) In-State Preference Scrutinized Companies Lists (bids of $1 million or more)
38) TERMS AND CONDITIONS
All responses are subject to the terms and conditions of this solicitation, which, in case of conflict, shall have the following order of precedence listed:
Special Conditions Technical Specification Bid Sheet Purchase Order Terms and Conditions Instructions to Respondents (PUR 1001) General Conditions (PUR 1000) Introduction Section
39) ATTACHED FORMS PUR 1000, GENERAL CONTRACT CONDITIONS AND PUR 1001, GENERAL
INSTRUCTIONS TO RESPONDENTS
These are standard forms that the Department is required to include in all formal solicitations. The following paragraphs do not apply to this Invitation to Bid: Paragraph 31, Dispute Resolution - PUR 1000 Paragraph 3, Electronic Submission – PUR 1001 Paragraph 4, Terms and Conditions – PUR 1001 Paragraph 5, Questions – PUR 1001
40) E-VERIFY Vendors/Contractors:
1. shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and
2. shall expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term.
41) INSPECTOR GENERAL The contractor/consultant/vendor agrees to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with s.20.055(5), Florida Statutes.
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
Section 1. Introduction.
A. Composition of Agreement and Priority.The Agency contracts with Vendor to furnish, within the manner and at the location specified,certain services, information and items as specified in the completed Purchase Order, andattachments which are integral parts of this Purchase Order. The Purchase Order Terms andConditions, whether generic or specific, shall take precedence over and supersede anyinconsistent or conflicting provision in the State of Florida, General Contract Conditions,PUR1000. Additionally, the terms of this Purchase Order supersede the terms of any and all prioragreements with respect to this purchase.
B. Initial Term.Unless otherwise specified, this Purchase Order begins on the date of issuance. Services to berendered by the Vendor shall be completed by the date specified on the Purchase Order EndDate.
Section 2. Performance.
A. Performance Standards.The Vendor agrees to perform all tasks and provide deliverables as set forth in the Statement ofWork and contractual documents attached to the Purchase Order. The Agency shall be entitled atall times to be advised, at its request, as to the status of work being done by the Vendor and ofthe details thereof. Coordination shall be maintained by the Vendor with representatives of theAgency, or of other agencies interested in the project on behalf of the Agency.
B. Performance Deficiency.
If the Agency determines that the performance of the Vendor is unsatisfactory, the Agency willnotify the Vendor of the deficiency to be corrected, which correction shall be made within a time-frame specified by the Agency. The Vendor shall, within the time specified in the contractualdocuments after notice from the Agency, provide the Agency with a corrective action plandescribing how the Vendor will address all issues of contract non-performance, unacceptableperformance, and failure to meet the minimum performance levels, deliverable deficiencies, orcontract non-compliance. If the corrective action plan is unacceptable to the Agency, the Vendormay be assessed a non-performance retainage equivalent to 10% of the total invoice amount oras specified in the contractual documents. The retainage will be applied to the invoice for thethen-current billing period. The retainage will be withheld until the Vendor resolves the deficiency.If the deficiency is subsequently resolved, the Vendor may bill the Agency for the retained amountduring the next billing period. If the Vendor is unable to resolve the deficiency, the funds retainedmay be forfeited at the end of the agreement period.
1 | P a g e
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
Section 3. Payment and Fees.
A. Payment Invoicing.The Vendor will be paid upon submission of properly certified invoice(s) to the Agency afterdelivery and acceptance of commodities or services is confirmed in writing by the Agency.Invoices shall contain detail sufficient for a proper pre-audit and post audit thereof and shallcontain the Purchase Order and the Vendor’s Federal Employer Identification Number or SocialSecurity Number.
B. Payment Timeframe.Section 215.422, F.S., provides that agencies have 5 (five) working days to inspect and approvecommodities and services. Items may be tested for compliance with specifications. Itemsdelivered not conforming to specifications may be rejected and returned at Vendor’s expense. Anyincrease in cost will be charged against the Vendor. Interest penalties for late payment are alsoprovided for in Section 215.422, F.S. A Vendor Ombudsman, whose duties include acting as anadvocate for Vendors who may be experiencing problems in obtaining timely payment(s) from anAgency may be contacted at 850-413-5516 or by calling the State Comptroller’s Hotline, 1-800-848-3792.
C. MyFloridaMarketPlace Fees.The State of Florida, through the Department of Management Services, has institutedMyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057, F.S., allpayments shall be assessed a transaction fee of one percent (1%), which the Vendor shall pay tothe State. For payments within the State accounting system (FLAIR or its successor), thetransaction fee shall, when possible, be automatically deducted from payments to the Vendor. Ifautomatic deduction is not possible, the Vendor shall pay the transaction fee pursuant to Rule60A-1.031, Florida Administrative Code. By submission of these reports and correspondingpayments, Vendor certifies their correctness. All such reports and payments shall be subject toaudit by the State or its designee. The Vendor shall receive a credit for any transaction fee paid bythe Vendor for the purchase of any item(s) if such item(s) are returned to the Vendor through nofault, act, or omission of the Vendor. Notwithstanding the foregoing, a transaction fee is non-refundable when an item is rejected or returned, or declined, due to the Vendor’s failure toperform or comply with specifications or requirements of the Purchasing Order. Failure to complywith these requirements shall constitute grounds for declaring the Vendor in default andrecovering re-procurement costs from the Vendor in addition to all outstanding fees. Vendorsdelinquent in paying transaction fees may be excluded from conducting future business with theState.
D. Payment Audit.
Records of costs incurred under terms of this Purchase Order shall be maintained and madeavailable upon request to the Agency at all times during the period of this Purchase Order. Copiesof these documents and records shall be furnished to the Agency upon request. Records of costsincurred shall include the Vendor’s general accounting records and the project records, togetherwith supporting documents and records of the Vendor and all subcontractors performing work onthe project, and all other records of the Vendor and subcontractors considered necessary by theAgency for a proper audit of project costs.
2 | P a g e
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
E. Annual Appropriation.Pursuant to section 287.0582, F.S., if this purchase order binds the State or an executive agencyfor the purchase of services or tangible personal property for a period in excess of one (1) fiscalyear, the State of Florida's performance and obligation to pay under this contract is contingentupon an annual appropriation by the Legislature. Travel expenses are not reimbursable unlessspecifically authorized in writing, and shall be reimbursed only in accordance with section112.061, F.S.
Section 4. Liability.
A. Indemnity.To the extent permitted by Florida law, Vendor agrees to indemnify, defend, and hold the State ofFlorida, its officers, employees and agents harmless from all fines, claims, assessments, suits,judgments, or damages, consequential or otherwise, including court costs and attorney’s fees,arising out of any acts, actions, breaches, neglect or omissions of Vendor, its employees, agents,subcontractors, assignees or delegates related to this Purchase Order, as well as for anydetermination arising out of or related to this Purchase Order, that Vendor or Vendor’s employees,agents, subcontractors, assignees or delegates are not independent contractors in relation to theAgency. This Purchase Order does not constitute a waiver of sovereign immunity or consent bythe Agency or the State of Florida or its subdivisions to suit by third parties.
B. Payment for Claims.The Vendor guarantees the payment of all just claims for materials, supplies, tools, or labor andother just claims against the Vendor or any subcontractor, assignee or delegate in connection withthe Purchase Order.
C. Liability Insurance.The Vendor shall maintain insurance sufficient to adequately protect the Agency from any and allliability and property damage/hazards which may result from the performance of this PurchaseOrder. All insurance shall be with insurers qualified and duly licensed to transact business in theState of Florida. If required by the Agency and prior to commencing any work Vendor shall providea Certification(s) of Insurance evidencing that all appropriate coverage is in full force and showingthe Agency to be an additional insured.
D. Workers’ Compensation.
The Vendor shall maintain Workers’ Compensation insurance as required under the FloridaWorkers’ Compensation Law.
E. Performance Bond.Unless otherwise prohibited by law, the Agency may require the Vendor to furnish, withoutadditional cost to the Agency, a performance bond or irrevocable letter of credit or other form ofsecurity for the satisfactory performance of work hereunder. The Agency shall determine the typeand amount of security.
3 | P a g e
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
Section 5. Compliance with Laws.
A. Conduct of Business.The Vendor shall comply with all laws, rules, codes, ordinances, and licensing requirements thatare applicable to the conduct of its business, including those of federal, state, and local agencieshaving jurisdiction and authority. For example, the Vendor shall comply with Section 247A of theImmigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portabilityand Accountability Act, and all prohibitions against discrimination on the basis of race, religion,sex, creed, national origin, handicap, marital status, or veteran’s status.Pursuant to Section 287.058(1), F.S., the provisions of Section 287.058(1)(a)-(c), and (i), F.S., arehereby incorporated by reference, to the extent applicable.
B. Lobbying.Pursuant to Sections 11.062 and 216.347, F.S., the Vendor may not expend any State funds forthe purpose of lobbying the Legislature, the judicial branch, or an Agency.
C. GratuitiesVendor shall not, in connection with this or any other agreement with the State, directly orindirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration forany State officer or employee’s decision, opinion, recommendation, vote, other exercise ofdiscretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anygratuity for the benefit of, or at the direction or request of, any State officer or employee. Forpurposes of clause (2), “gratuity” means any payment of more than nominal monetary value in theform of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, depositsof money, services, employment, or contracts of any kind. Upon request of the Inspector Generalor any other authorized State official, the Vendor shall provide any type of information theInspector General deems relevant to the Vendor's integrity or responsibility. Such information mayinclude, but shall not be limited to, the Vendor's business or financial records, documents, or filesof any type or form that refer to or relate to the Purchase Order. The Vendor shall retain suchrecords for the longer of (1) three years after the expiration of the Purchase Order or (2) theperiod required by the General Records Schedules maintained by the Florida Department of State(available at: http://dos.myflorida.com/library-archives/records-management/general-records-schedules/). The Vendor agrees to reimburse the State for the reasonable costs of investigationincurred by the Inspector General or other authorized State official for investigations of theVendor's compliance with the terms of this or any other agreement between the Vendor and theState which results in the suspension or debarment of the Vendor. Such costs shall include, butshall not be limited to: salaries of investigators, including overtime; travel and lodging expenses;and expert witness and documentary fees. The Vendor shall not be responsible for any costs ofinvestigations that do not result in the Vendor’s suspension or debarment.
D. Public Records.To the extent required by the Florida Public Records Act, Chapter 119, F.S., Vendor shallmaintain and allow access to public records made or received in conjunction with this PurchaseOrder. This Purchase Order may be unilaterally cancelled by the Agency for Vendor's refusal toallow access to public records.
4 | P a g e
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
E. Communications and Confidentiality.The Vendor agrees that it shall make no statements, press releases, or publicity releasesconcerning this Purchase Order or its subject matter or otherwise disclose or permit to bedisclosed any of the data or other information obtained or furnished in compliance with thisPurchase Order, or any particulars thereof, during the period of the Purchase Order, without firstnotifying the Agency’s Contract Manager or the Agency’s designated contact person and securingprior written consent. Vendor shall maintain confidentiality of all confidential data, files, andrecords related to the services and/or commodities provided pursuant to this Purchase Order andshall comply with all state and federal laws, including, but not limited to Sections 381.004, 384.29,392.65, and 456.057, F.S. Vendor’s confidentiality procedures shall be consistent with the mostrecent version of the Agency’s security policies, protocols, and procedures. The Vendor shall alsocomply with any applicable professional standards with respect to confidentiality of information.
F. Intellectual Property.Unless specifically addressed in the Purchase Order, intellectual property rights to all propertycreated or otherwise developed by Vendor for the Agency will be owned by the State of Floridathrough the Agency at the completion of the Purchase Order. Proceeds to any Agency derivedfrom the sale, licensing, marketing or other authorization related to any such Agency-controlledintellectual property right shall be handled in the manner specified by applicable state statute.
G. Convicted Vendors.In accordance with Sections 287.133 and 287.134, F.S., an entity or affiliate who is on theConvicted Vendor List or the Discriminatory Vendor List may not perform work as a contractor,supplier, sub-contractor, or consultant under a Purchase Order with any Agency.
H. Competitive Advantage.Section 287.057, Florida Statutes, provides, “A person who receives a contract that has not beenprocured pursuant to subsections (1)-(3) to perform a feasibility study of the potentialimplementation of a subsequent contract, who participates in the drafting of a solicitation or whodevelops a program for future implementation, is not eligible to contract with the Agency for anyother contracts dealing with that specific subject matter, and any firm in which such person hasany interest is not eligible to receive such contract. However, this prohibition does not prevent aVendor who responds to a request for information from being eligible to contract with an Agency.”The Agency considers participation through decision, approval, disapproval, recommendation,preparation of any part of a purchase request, influencing the content of any specification orprocurement standard, rendering of advice, investigation, or auditing or any other advisorycapacity to constitute participation in the drafting of a competitive solicitation.
Section 6. Termination.
A. Termination for Convenience.This Purchase Order may be terminated by the Agency in whole or in part at any time in the bestinterest of the Agency. If the Purchase Order is terminated before performance is completed, theVendor shall be paid only for that work satisfactorily performed for which costs can besubstantiated. Such payment, however, may not exceed an amount which is the same percentageof the agreement price as the amount of work satisfactorily completed is a percentage of the totalwork called for by this Purchase Order. All work in progress shall become the property of theAgency and shall be turned over promptly by the Vendor.
5 | P a g e
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
B. Termination for Cause.If the Agency determines that the performance of the Vendor is not satisfactory, the Agency shallhave the option of (a) immediately terminating the Purchase Order, or (b) notifying the Vendor ofthe deficiency with a requirement that the deficiency be corrected within a specified time,otherwise the Purchase Order will be terminated at the end of such time, or (c) take other actiondeemed appropriate by the Agency.
Section 7. Subcontractors and Assignments.
A. Subcontractors.The Vendor shall not subcontract any work under this Purchase Order without the prior writtenconsent of the Agency. The Vendor is fully responsible for satisfactory completion of allsubcontracted work.
B. Assignment.
The Vendor shall not sell, assign or transfer any of its rights, duties or obligations under thePurchase Order without the prior written consent of the Agency. In the event of any assignment,the Vendor remains secondarily liable for performance of the Purchase Order, unless the Agencyexpressly waives such secondary liability. The Agency may assign the Purchase Order with priorwritten notice to Vendor.
Section 7. RESPECT and PRIDE.
C. RESPECT.In accordance with Section 413.036(3), F.S., if a product or service required for the performanceof this Purchase Order is on the procurement list established pursuant to subsection 413.035(2),F.S., the following statement applies:IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE
SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.Additional information about the designated nonprofit Agency and the products it offers is available at http://www.respectofflorida.org.
D. PRIDE. (not applicable to purchases made with Federal-aid funds)In accordance with Section 946.515(6), F.S., if a product or service required for the performance of this Purchase Order is certified by or is available from Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE) and has been approved in accordance with Section 946.515(2), F.S., the following statement applies:IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED
6 | P a g e
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the products it offers is available at http://www.pride-enterprises.org.
Section 8. Miscellaneous.
A. Independent Contractor.
The Vendor and its employees, agents, representatives, and subcontractors are not employees or agents of the Agency and are not entitled to the benefits of State of Florida employees. The Agency shall not be bound by any acts or conduct of the Vendor or its employees, agents, representatives, or subcontractors. Vendor agrees to include this provision in all of its subcontracts under this Purchase Order.
B. Governing Law and Venue. The laws of the State of Florida shall govern this Purchase Order. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to this Purchase Order. Further, the Vendor hereby waives any and all privileges and rights relating to venue it may have under Chapter 47, F.S., and any and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those grounded on convenience. Vendor hereby submits to venue in the county chosen by the Agency.
C. Waiver. The delay or failure by the Agency to exercise or enforce any of its rights under this Purchase Order shall not constitute waiver of such rights.
D. Modification and Severability. The Purchase Order may only be modified by a change order agreed to by the Agency and the Vendor. Should a court determine any provision of this Purchase Order is invalid, the remaining provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Purchase Order did not contain the provision held to be invalid.
E. Time is of the Essence. Time is of the essence with regard to each and every obligation of Vendor. Each such obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach.
F. Background Check. The Agency may require the Vendor and its employees, agents, representatives and subcontractors to provide fingerprints and be subject to such background screen as determined by the Agency and conducted by the Florida Department of Law Enforcement or the Federal Bureau of Investigation. The cost of the background screen(s) shall be borne by the Vendor. The Agency may require the Vendor to exclude the Vendor’s employees, agents, representatives or subcontractors based on the background screening results.
7 | P a g e
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
G. E-Verify.
In accordance with Executive Order 11-116, the Vendor agrees to utilize the U.S. Agency of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the employment eligibility of all new employees hired during the term of the Purchase Order for the services specified in the Purchase Order. Vendor shall also include a requirement in subcontracts that the subcontractor shall utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Purchase Order term.
H. Commodities Logistics. The following provisions shall apply to all Purchase Orders unless otherwise indicated in the contract documents: 1) All purchases are F.O.B. destination, transportation charges prepaid.
2) Each shipment must be shipped to the address indicated on the face of this Purchase Order and marked to the attention of the individual identified, if any. Each shipment must be labeled plainly with the Purchase Order number and must show the gross, tare, and net weight. A complete packing list must accompany each shipment. This paragraph shall also apply to any third party who ships items against this Purchase Order on behalf of the Vendor.
3) No extra charges shall be applied for boxing, crating, packing, or insurance.
4) The following delivery schedule shall apply: 8:00 AM – 4:00 PM, Monday through Friday, excluding legal holidays.
5) If delivery to the specified destination cannot be made on or before the specified date, notify the Agency immediately using the contact information provided in the MyFloridaMarketPlace system.
6) The Agency assumes no liability for merchandise shipped to other than the specified destination.
7) Items received in excess of quantities specified may, at Agency’s option, be returned at the Vendor’s expense. Substitutions are not permitted.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
8 | P a g e
375-040-40PROCUREMENT
05/15Page 1 of 3
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I): CONTRACT (Purchase Order) #
During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “Contractor”) agrees as follows: A. It is understood and agreed that all rights of the Department relating to inspection, review, approval, patents,
copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America.
B. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any
nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of U.S.D.O.T., anything to the contrary in this Agreement not withstanding.
C. Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in
Federally-assisted programs of the U.S. Department of Transportation (hereinafter, “USDOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement.
D. Nondiscrimination: The Contractor, with regard to the work performed during the contract, shall not discriminate on the
basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations.
E. Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the
Contractor, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Contractor of the Contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status.
F. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information.
G. Sanctions for Noncompliance: In the event of the Contractor’s noncompliance with the nondiscrimination provisions of
this contract, the Florida Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to:
a. withholding of payments to the Contractor under the contract until the Contractor complies, and/or b. cancellation, termination or suspension of the contract, in whole or in part.
H. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (C) through (I) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. In the event a Contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the Contractor may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.
I. Compliance with Nondiscrimination Statutes and Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. §
2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
375-040-40PROCUREMENT
05/15Page 2 of 3
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 -- 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
J. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall beadmitted to any share or part of this contract or to any benefit arising there from.
K. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body duringhis tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceedsthereof. For purposes of this provision, public body shall include municipalities and other political subdivisionsof States; and public corporations, boards, and commissions established under the laws of any State.
L. Participation by Disadvantaged Business Enterprises: The Contractor shall agree to abide by the followingstatement from 49 CFR 26.13(b). This statement shall be included in all subsequent agreements betweenthe Contractor and any sub-Contractor or contractor.
The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, nationalorigin, or sex in the performance of this contract. The contractor shall carry out applicable requirementsof 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractorto carry out these requirements is a material breach of this contract, which may result in the terminationof this contract or such other remedy as the recipient deems appropriate.
M. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect toany facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly,United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of thisAgreement.
N. It is understood and agreed that if the Contractor at any time learns that the certification it provided theDepartment in compliance with 49 CFR, Section 26.51, was erroneous when submitted or has becomeerroneous by reason of changed circumstances, the Contractor shall provide immediate written notice to theDepartment. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section29.510, shall be included by the Contractor in all lower tier covered transactions and in all aforementionedfederal regulation.
O. The Department hereby certifies that neither the Contractor nor the Contractor's representative has beenrequired by the Department, directly or indirectly as an express or implied condition in connection withobtaining or carrying out this contract, to
1. employ or retain, or agree to employ or retain, any firm or person, or2. pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration
of any kind;
The Department further acknowledges that this agreement will be furnished to a federal agency, in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil.
P. The Contractor hereby certifies that it has not:
1. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,any firm or person (other than a bona fide employee working solely for me or the above contractor) tosolicit or secure this contract;
2. agreed, as an express or implied condition for obtaining this contract, to employ or retain the services ofany firm or person in connection with carrying out this contract; or
3. paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee workingsolely for me or the above contractor) any fee contribution, donation, or consideration of any kind for, or in
375-040-40PROCUREMENT
05/15Page 3 of 3
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
connection with, procuring or carrying out the contract.
The Contractor further acknowledges that this agreement will be furnished to the State of Florida Department of Transportation and a federal agency in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil.
Q. Federal-aid projects for highway construction shall comply with the Buy America provisions of 23 CFR 635.410, as amended.
R. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of federally
assisted construction contract” in 41 CFR Part 60-1.3 shall comply with the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”
State of Florida
PUR 1000
General Contract Conditions
Contents
1. Definitions.2. Purchase Orders.3. Product Version.4. Price Changes Applicable only to Term Contracts.5. Additional Quantities.6. Packaging.7. Inspection at Contractor’s Site.8. Safety Standards.9. Americans with Disabilities Act.10. Literature.11. Transportation and Delivery.12. Installation.13. Risk of Loss.14. Transaction Fee.15. Invoicing and Payment.16. Taxes.17. Governmental Restrictions.18. Lobbying and Integrity.19. Indemnification.20. Limitation of Liability.21. Suspension of Work.22. Termination for Convenience.23. Termination for Cause.24. Force Majeure, Notice of Delay, and No Damages for Delay.25. Changes.26. Renewal.27. Purchase Order Duration.28. Advertising.29. Assignment.30. Antitrust Assignment31. Dispute Resolution.32. Employees, Subcontractors, and Agents.33. Security and Confidentiality.34. Contractor Employees, Subcontractors, and Other Agents.35. Insurance Requirements.36. Warranty of Authority.37. Warranty of Ability to Perform.38. Notices.39. Leases and Installment Purchases.40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE).41. Products Available from the Blind or Other Handicapped.42. Modification of Terms.43. Cooperative Purchasing.44. Waiver.45. Annual Appropriations.46. Execution in Counterparts.47. Severability.
1. Definitions. The definitions contained in s. 60A-1.001, F.A.C. shall apply to this agreement. The followingadditional terms are also defined:
(a) “Contract” means the legally enforceable agreement that results from a successful solicitation. Theparties to the Contract will be the Customer and Contractor.
(b) “Customer” means the State agency or other entity identified in a contract as the party to receivecommodities or contractual services pursuant to a contract or that orders commodities or contractual servicesvia purchase order or other contractual instrument from the Contractor under the Contract. The “Customer”may also be the “Buyer” as defined in the PUR 1001 if it meets the definition of both terms.
(c) “Product” means any deliverable under the Contract, which may include commodities, services,technology or software.
(d) “Purchase order” means the form or format a Customer uses to make a purchase under the Contract(e.g., a formal written purchase order, electronic purchase order, procurement card, contract or otherauthorized means).
2. Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchaseorder, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. Allpurchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly withthe Contractor, and shall be deemed to incorporate by reference the Contract and solicitation terms andconditions. Any discrepancy between the Contract terms and the terms stated on the Contractor’s order form,confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. Apurchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed toincorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shalldesignate a contract manager and a contract administrator as required by subsections 287.057(15) and (16)of the Florida Statutes.
3. Product Version. Purchase orders shall be deemed to reference a manufacturer’s most recently releasemodel or version of the product at the time of the order, unless the Customer specifically requests in writingan earlier model or version and the contractor is willing to provide such model or version.
4. Price Changes Applicable only to Term Contracts. If this is a term contract for commodities or services,the following provisions apply.
(a) Quantity Discounts. Contractors are urged to offer additional discounts for one time delivery of large singleorders. Customers should seek to negotiate additional price concessions on quantity purchases of anyproducts offered under the Contract. State Customers shall document their files accordingly.
(b) Best Pricing Offer. During the Contract term, if the Customer becomes aware of better pricing offered bythe Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon thesame or similar terms of the Contract, then at the discretion of the Customer the price under the Contractshall be immediately reduced to the lower price.
(c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change inmarket conditions, a Contractor may conduct sales promotions involving price reductions for a specifiedlesser period. A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1)starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared tothen-authorized prices. Promotional prices shall be available to all Customers. Upon approval, theContractor shall provide conspicuous notice of the promotion.
(d) Trade-In. Customers may trade-in equipment when making purchases from the Contract. A trade-in shallbe negotiated between the Customer and the Contractor. Customers are obligated to actively seek currentfair market value when trading equipment, and to keep accurate records of the process. For State agencies,it may be necessary to provide documentation to the Department of Financial Services and to the agencyproperty custodian pursuant to Chapter 273, F.S.
(e) Equitable Adjustment. The Customer may, in its sole discretion, make an equitable adjustment in theContract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility inthe marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due tocauses wholly beyond the Contractor’s control, (2) the volatility affects the marketplace or industry, not justthe particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4)the volatility so affects the Contractor that continued performance of the Contract would result in a substantialloss.
5. Additional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, theCustomer reserves the right to acquire additional quantities up to the amount shown on the solicitation but notto exceed the threshold for Category Two at the prices submitted in the response to the solicitation.
6. Packaging. Tangible product shall be securely and properly packed for shipment, storage, and stockingin appropriate, clearly labeled, shipping containers and according to accepted commercial practice, withoutextra charge for packing materials, cases, or other types of containers. All containers and packaging shallbecome and remain Customer’s property.
7. Inspection at Contractor’s Site. The Customer reserves the right to inspect, at any reasonable time withprior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity withContract requirements and to determine whether they are adequate and suitable for proper and effectiveContract performance.
8. Safety Standards. All manufactured items and fabricated assemblies subject to operation underpressure, operation by connection to an electric source, or operation involving connection to a manufactured,natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate Stateinspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safetystandard organization, where such approvals of listings have been established for the type of device offeredand furnished, for example: the American Society of Mechanical Engineers for pressure vessels; theUnderwriters Laboratories and/or National Electrical Manufacturers’ Association for electrically operatedassemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnishedshall meet all applicable requirements of the Occupational Safety and Health Act and state and federalrequirements relating to clean air and water pollution.
9. Americans with Disabilities Act. Contractors should identify any products that may be used or adaptedfor use by visually, hearing, or other physically impaired individuals.
10. Literature. Upon request, the Contractor shall furnish literature reasonably related to the product offered,for example, user manuals, price schedules, catalogs, descriptive brochures, etc.
11. Transportation and Delivery. Prices shall include all charges for packing, handling, freight, distribution,and inside delivery. Transportation of goods shall be FOB Destination to any point within thirty (30) days afterthe Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notifythe Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause forContract cancellation and Contractor suspension.
12. Installation. Where installation is required, Contractor shall be responsible for placing and installing theproduct in the required locations at no additional charge, unless otherwise designated on the Contract orpurchase order. Contractor’s authorized product and price list shall clearly and separately identify anyadditional installation charges. All materials used in the installation shall be of good quality and shall be freeof defects that would diminish the appearance of the product or render it structurally or operationally unsound.Installation includes the furnishing of any equipment, rigging, and materials required to install or replace theproduct in the proper location. Contractor shall protect the site from damage and shall repair damages orinjury caused during installation by Contractor or its employees or agents. If any alteration, dismantling,excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site
to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order.
13. Risk of Loss. Matters of inspection and acceptance are addressed in s. 215.422, F.S. Until acceptance,risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing,processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customershall: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; reportdamages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill ofLading and damage inspection report. When a Customer rejects a product, Contractor shall remove it fromthe premises within ten days after notification or rejection. Upon rejection notification, the risk of loss ofrejected or non-conforming product shall remain with the Contractor. Rejected product not removed by theContractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have theright to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expensesincurred in storing or effecting removal or disposition of rejected product.
14. Transaction Fee. The State of Florida has instituted MyFloridaMarketPlace, a statewide eProcurementSystem (“System”). Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assesseda Transaction Fee of one percent (1.0%), which the Contractor shall pay to the State, unless exempt pursuantto 60A-1.032, F.A.C.
For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee.
Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor’s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and
recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS
DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE
DEPARTMENT OF MANAGEMENT SERVICES’ VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C.
15. Invoicing and Payment. Invoices shall contain the Contract number, purchase order number ifapplicable, and the appropriate vendor identification number. The State may require any other informationfrom the Contractor that the State deems necessary to verify any purchase order placed under the Contract.
At the State's option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the system. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms – EDI 810, cXML, or web-based invoice entry within the ASN.
Payment shall be made in accordance with sections 215.422 and 287.0585 of the Florida Statutes, which govern time limits for payment of invoices. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State Agencies. The Customer is responsible for all payments under the Contract. A Customer’s failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers.
16. Taxes. The State does not pay Federal excise or sales taxes on direct purchases of tangible personalproperty. The State will not pay for any personal property taxes levied on the Contractor or for any taxes
levied on employees’ wages. Any exceptions to this paragraph shall be explicitly noted by the Customer in the special contract conditions section of the solicitation or in the Contract or purchase order.
17. Governmental Restrictions. If the Contractor believes that any governmental restrictions have beenimposed that require alteration of the material, quality, workmanship or performance of the products offeredunder the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specificrestriction. The Customer reserves the right and the complete discretion to accept any such alteration or tocancel the Contract at no further expense to the Customer.
18. Lobbying and Integrity. Customers shall ensure compliance with Section 11.062, FS and Section216.347, FS.The Contractor shall not, in connection with this or any other agreement with the State, directlyor indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for anyState officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violationof a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at thedirection or request of, any State officer or employee. For purposes of clause (2), “gratuity” means anypayment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging,loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Uponrequest of the Customer’s Inspector General, or other authorized State official, the Contractor shall provideany type of information the Inspector General deems relevant to the Contractor’s integrity or responsibility.Such information may include, but shall not be limited to, the Contractor’s business or financial records,documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain suchrecords for the longer of (1) three years after the expiration of the Contract or (2) the period required by theGeneral Records Schedules maintained by the Florida Department of State (available at:http://dlis.dos.state.fl.us/barm/genschedules/gensched.htm). The Contractor agrees to reimburse the Statefor the reasonable costs of investigation incurred by the Inspector General or other authorized State officialfor investigations of the Contractor’s compliance with the terms of this or any other agreement between theContractor and the State which results in the suspension or debarment of the Contractor. Such costs shallinclude, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses;and expert witness and documentary fees. The Contractor shall not be responsible for any costs ofinvestigations that do not result in the Contractor’s suspension or debarment.
19. Indemnification. The Contractor shall be fully liable for the actions of its agents, employees, partners, orsubcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and theirofficers, agents, and employees, from suits, actions, damages, and costs of every name and description,including attorneys’ fees, arising from or relating to personal injury and damage to real or personal tangibleproperty alleged to be caused in whole or in part by Contractor, its agents, employees, partners, orsubcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss ordamages proximately caused by the negligent act or omission of the State or a Customer.
Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer’s misuse or modification of Contractor’s products or a Customer’s operation or use of Contractor’s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit, or in the Contractor’s opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties.
The Contractor’s obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or Customer giving the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. The Contractor shall not be liable for any
cost, expense, or compromise incurred or made by the State or Customer in any legal action without the Contractor’s prior written consent, which shall not be unreasonably withheld.
20. Limitation of Liability. For all claims against the Contractor under any contract or purchase order, andregardless of the basis on which the claim is made, the Contractor’s liability under a contract or purchaseorder for direct damages shall be limited to the greater of $100,000, the dollar amount of the contract orpurchase order, or two times the charges rendered by the Contractor under the purchase order. Thislimitation shall not apply to claims arising under the Indemnity paragraph contain in this agreement.
Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State.
21. Suspension of Work. The Customer may in its sole discretion suspend any or all activities under theContract or purchase order, at any time, when in the best interests of the State to do so. The Customer shallprovide the Contractor written notice outlining the particulars of suspension. Examples of the reason forsuspension include, but are not limited to, budgetary constraints, declaration of emergency, or other suchcircumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall notaccept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, theCustomer shall either (1) issue a notice authorizing resumption of work, at which time activity shall resume, or(2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to anyadditional compensation.
22. Termination for Convenience. The Customer, by written notice to the Contractor, may terminate theContract in whole or in part when the Customer determines in its sole discretion that it is in the State’s interestto do so. The Contractor shall not furnish any product after it receives the notice of termination, except asnecessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled torecover any cancellation charges or lost profits.
23. Termination for Cause. The Customer may terminate the Contract if the Contractor fails to (1) deliverthe product within the time specified in the Contract or any extension, (2) maintain adequate progress, thusendangering performance of the Contract, (3) honor any term of the Contract, or (4) abide by any statutory,regulatory, or licensing requirement. Rule 60A-1.006(3), F.A.C., governs the procedure and consequences ofdefault. The Contractor shall continue work on any work not terminated. Except for defaults ofsubcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform theContract arises from events completely beyond the control, and without the fault or negligence, of theContractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause ofthe default is completely beyond the control of both the Contractor and the subcontractor, and without thefault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform,unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor tomeet the required delivery schedule. If, after termination, it is determined that the Contractor was not indefault, or that the default was excusable, the rights and obligations of the parties shall be the same as if thetermination had been issued for the convenience of the Customer. The rights and remedies of the Customerin this clause are in addition to any other rights and remedies provided by law or under the Contract.
24. Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor shall not be responsiblefor delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or itsemployees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of publicenemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor’s control, or for any of the
foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the
Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE
THE CONTRACTOR’S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part.
25. Changes. The Customer may unilaterally require, by written order, changes altering, adding to, ordeducting from the Contract specifications, provided that such changes are within the general scope of theContract. The Customer may make an equitable adjustment in the Contract price or delivery date if thechange affects the cost or time of performance. Such equitable adjustments require the written consent ofthe Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, theCustomer may solicit separate bids to satisfy them.
26. Renewal. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in wholeor in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Anyrenewal shall specify the renewal price, as set forth in the solicitation response. The renewal must be inwriting and signed by both parties, and is contingent upon satisfactory performance evaluations and subjectto availability of funds.
27. Purchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must bereceived by the Contractor no later than close of business on the last day of the contract’s term to beconsidered timely. The Contractor is obliged to fill those orders in accordance with the contract’s terms andconditions. Purchase orders received by the contractor after close of business on the last day of the stateterm or agency contract’s term shall be considered void.
Purchase orders for a one-time delivery of commodities or performance of contractual services shall be valid through the performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the single delivery/performance, and shall survive the termination of the Contract.
Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery will occur after expiration of the state term or agency contract. For example, if a state term contract calls for delivery 30 days after receipt of order (ARO), and an order specifies delivery will occur both in excess of 30 days ARO and after expiration of the state term contract, the Contractor will accept the order. However, if the Contractor expressly and in writing notifies the ordering office within ten (10) calendar days of receipt of the purchase order that Contractor will not accept the extended delivery terms beyond the expiration of the state term contract, then the purchase order will either be amended in writing by the ordering entity within ten (10) calendar days of receipt of the contractor’s notice to reflect the state term contract delivery schedule, or it shall be considered withdrawn.
The duration of purchase orders for recurring deliveries of commodities or performance of services shall not
exceed the expiration of the state term or agency contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals.
Timely purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the recurring delivery/performance as provided herein, and shall survive the termination of the Contract.
Ordering offices shall not renew a purchase order issued pursuant to a state term or agency contract if the underlying contract expires prior to the effective date of the renewal.
28. Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate anyinformation concerning the Contract without prior written approval from the Customer, including, but notlimited to mentioning the Contract in a press release or other promotional material, identifying the Customeror the State as a reference, or otherwise linking the Contractor’s name and either a description of theContract or the name of the State or the Customer in any material published, either in print or electronically, toany entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers,or service representative.
29. Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations underthe Contract, or under any purchase order issued pursuant to the Contract, without the prior written consentof the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance ofthe contract, unless the Customer expressly waives such secondary liability. The Customer may assign theContract with prior written notice to Contractor of its intent to do so.
30. Antitrust Assignment. The Contractor and the State of Florida recognize that in actual economicpractice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida.Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as togoods, materials or services purchased in connection with the Contract.
31. Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by theCustomer's designated contract manager, who shall reduce the decision to writing and serve a copy on theContractor. The decision shall be final and conclusive unless within twenty one (21) days from the date ofreceipt, the Contractor files with the Customer a petition for administrative hearing. The Customer’s decisionon the petition shall be final, subject to the Contractor’s right to review pursuant to Chapter 120 of the FloridaStatutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's abilityto pursue any other form of dispute resolution; provided, however, that the parties may employ the alternativedispute resolution procedures outlined in Chapter 120.
Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial.
32. Employees, Subcontractors, and Agents. All Contractor employees, subcontractors, or agentsperforming work under the Contract shall be properly trained technicians who meet or exceed any specifiedtraining qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof ofqualification. All employees, subcontractors, or agents performing work under the Contract must comply withall security and administrative requirements of the Customer and shall comply with all controlling laws andregulations relevant to the services they are providing under the Contract. The State may conduct, and theContractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor,or agent furnished by the Contractor. The State may refuse access to, or require replacement of, anypersonnel for cause, including, but not limited to, technical or training qualifications, quality of work, change insecurity status, or non-compliance with a Customer’s security or other requirements. Such approval shall notrelieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may
reject and bar from any facility for cause any of the Contractor’s employees, subcontractors, or agents.
33. Security and Confidentiality. The Contractor shall comply fully with all security procedures of theUnited States, State of Florida and Customer in performance of the Contract. The Contractor shall notdivulge to third parties any confidential information obtained by the Contractor or its agents, distributors,resellers, subcontractors, officers or employees in the course of performing Contract work, including, but notlimited to, security procedures, business operations information, or commercial proprietary information in thepossession of the State or Customer. The Contractor shall not be required to keep confidential information ormaterial that is publicly available through no fault of the Contractor, material that the Contractor developedindependently without relying on the State’s or Customer’s confidential information, or material that isotherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall takeappropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shallsurvive the Contract.
34. Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take allactions necessary to ensure that Contractor's employees, subcontractors and other agents are notemployees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor'semployees, subcontractors, and other agents receive benefits and necessary insurance (health, workers'compensations, and unemployment) from an employer other than the State of Florida.
35. Insurance Requirements. During the Contract term, the Contractor at its sole expense shall providecommercial insurance of such a type and with such terms and limits as may be reasonably associated with theContract. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor.Upon request, the Contractor shall provide certificate of insurance. The limits of coverage under each policymaintained by the Contractor shall not be interpreted as limiting the Contractor’s liability and obligations underthe Contract. All insurance policies shall be through insurers authorized or eligible to write policies in Florida.
36. Warranty of Authority. Each person signing the Contract warrants that he or she is duly authorized to doso and to bind the respective party to the Contract.
37. Warranty of Ability to Perform. The Contractor warrants that, to the best of its knowledge, there is nopending or threatened action, proceeding, or investigation, or any other legal or financial condition, that wouldin any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. TheContractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintainedpursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or thefederal government. The Contractor shall immediately notify the Customer in writing if its ability to perform iscompromised in any manner during the term of the Contract.
38. Notices. All notices required under the Contract shall be delivered by certified mail, return receiptrequested, by reputable air courier service, or by personal delivery to the agency designee identified in theoriginal solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered tothe person who signs the Contract. Either designated recipient may notify the other, in writing, if someoneelse is designated to receive notice.
39. Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section17.001, F.S.) is required for State agencies to enter into or to extend any lease or installment-purchaseagreement in excess of the Category Two amount established by section 287.017 of the Florida Statutes.
40. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Section 946.515(2), F.S.requires the following statement to be included in the solicitation: "It is expressly understood and agreed thatany articles which are the subject of, or required to carry out, the Contract shall be purchased from thecorporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under thesame procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of theContract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemedto be substituted for the agency insofar as dealings with such corporation are concerned." Additional
information about PRIDE and the products it offers is available at http://www.pridefl.com.
(#40 not applicable to purchases made with Federal-aid funds)
41. Products Available from the Blind or Other Handicapped. Section 413.036(3), F.S. requires thefollowing statement to be included in the solicitation: "It is expressly understood and agreed that any articlesthat are the subject of, or required to carry out, this contract shall be purchased from a nonprofit agency forthe Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in thesame manner and under the same procedures set forth in section 413.036(1) and (2), Florida Statutes; andfor purposes of this contract the person, firm, or other business entity carrying out the provisions of thiscontract shall be deemed to be substituted for the State agency insofar as dealings with such qualifiednonprofit agency are concerned." Additional information about the designated nonprofit agency and theproducts it offers is available at http://www.respectofflorida.org.
42. Modification of Terms. The Contract contains all the terms and conditions agreed upon by the parties,which terms and conditions shall govern all transactions between the Customer and the Contractor. TheContract may only be modified or amended upon mutual written agreement of the Customer and theContractor. No oral agreements or representations shall be valid or binding upon the Customer or theContractor. No alteration or modification of the Contract terms, including substitution of product, shall be validor binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract byaffixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms,product literature, “shrink wrap” terms accompanying or affixed to a product, whether written or electronic) orby incorporating such terms onto the Contractor’s order or fiscal forms or other documents forwarded by theContractor for payment. The Customer's acceptance of product or processing of documentation on formsfurnished by the Contractor for approval or payment shall not constitute acceptance of the proposedmodification to terms and conditions.
43. Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of theContractor, other entities may be permitted to make purchases at the terms and conditions contained herein.Non-Customer purchases are independent of the agreement between Customer and Contractor, andCustomer shall not be a party to any transaction between the Contractor and any other purchaser. Stateagencies wishing to make purchases from this agreement are required to follow the provisions of s.287.042(16)(a), F.S. This statute requires the Department of Management Services to determine that therequestor's use of the contract is cost-effective and in the best interest of the State.
44. Waiver. The delay or failure by the Customer to exercise or enforce any of its rights under this Contractshall not constitute or be deemed a waiver of the Customer’s right thereafter to enforce those rights, nor shallany single or partial exercise of any such right preclude any other or further exercise thereof or the exercise ofany other right.
45. Annual Appropriations. The State’s performance and obligation to pay under this contract arecontingent upon an annual appropriation by the Legislature.
46. Execution in Counterparts. The Contract may be executed in counterparts, each of which shall be anoriginal and all of which shall constitute but one and the same instrument.
47. Severability. If a court deems any provision of the Contract void or unenforceable, that provision shallbe enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all otherprovisions shall remain in full force and effect.
State of Florida PUR 1001
General Instructions to Respondents
Contents 1. Definitions.2. General Instructions.3. Electronic Submission of Responses.4. Terms and Conditions.5. Questions.6. Conflict of Interest.7. Convicted Vendors.8. Discriminatory Vendors.9. Respondent’s Representation and Authorization.10. Manufacturer’s Name and Approved Equivalents.11. Performance Qualifications.12. Public Opening.13. Electronic Posting of Notice of Intended Award.14. Firm Response.15. Clarifications/Revisions.16. Minor Irregularities/Right to Reject.17. Contract Formation.18. Contract Overlap.19. Public Records.20. Protests.21. Limitation on Vendor Contact with Agency During Solicitation Period
1. Definitions. The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. The followingadditional terms are also defined:
(a) "Buyer" means the entity that has released the solicitation. The “Buyer” may also be the “Customer” asdefined in the PUR 1000 if that entity meets the definition of both terms.
(b) "Procurement Officer" means the Buyer's contracting personnel, as identified in the Introductory Materials.(c) "Respondent" means the entity that submits materials to the Buyer in accordance with these Instructions.(d) "Response" means the material submitted by the respondent in answering the solicitation.(e) "Timeline" means the list of critical dates and actions included in the Introductory Materials.
2. General Instructions. Potential respondents to the solicitation are encouraged to carefully review all thematerials contained herein and prepare responses accordingly.
3. Electronic Submission of Responses. Respondents are required to submit responses electronically.For this purpose, all references herein to signatures, signing requirements, or other requiredacknowledgments hereby include electronic signature by means of clicking the "Submit Response" button (orother similar symbol or process) attached to or logically associated with the response created by therespondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submittingits response constitutes:
an electronic signature on the response, generally,
an electronic signature on any form or section specifically calling for a signature, and
an affirmative agreement to any statement contained in the solicitation that requires a definiteconfirmation or acknowledgement.
4. Terms and Conditions. All responses are subject to the terms of the following sections of thissolicitation, which, in case of conflict, shall have the order of precedence listed:
Technical Specifications,
Special Conditions and Instructions,
Instructions to Respondents (PUR 1001),
General Conditions (PUR 1000), and
Introductory Materials. The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent’s response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response.
5. Questions. Respondents shall address all questions regarding this solicitation to the Procurement Officer. Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with the Timeline. All questions submitted shall be published and answered in a manner that all respondents will be able to view. Respondents shall not contact any other employee of the Buyer or the State for information with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site for new or changing information. The Buyer shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of these Instructions.
6. Conflict of Interest. This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates.
7. Convicted Vendors. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list:
submitting a bid on a contract to provide any goods or services to a public entity;
submitting a bid on a contract with a public entity for the construction or repair of a public building or public work;
submitting bids on leases of real property to a public entity;
being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and
transacting business with any public entity in excess of the Category Two threshold amount ($25,000) provided in section 287.017 of the Florida Statutes.
8. Discriminatory Vendors. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134 of the Florida Statutes may not:
submit a bid on a contract to provide any goods or services to a public entity;
submit a bid on a contract with a public entity for the construction or repair of a public building or public work;
submit bids on leases of real property to a public entity;
be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity; or
transact business with any public entity.
9. Respondent’s Representation and Authorization. In submitting a response, each respondent understands, represents, and acknowledges the following (if the respondent cannot so certify to any of following, the respondent shall submit with its response a written explanation of why it cannot do so).
The respondent is not currently under suspension or debarment by the State or any other governmental authority.
To the best of the knowledge of the person signing the response, the respondent, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract.
Respondent currently has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract.
The submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive response.
The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other respondent or potential respondent; neither the prices nor amounts, actual or approximate, have been disclosed to any respondent or potential respondent, and they will not be disclosed before the solicitation opening.
The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as defined in section 287.133(1)(a) of the Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company.
Neither the respondent nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or position involving the administration of federal funds: o Has within the preceding three years been convicted of or had a civil judgment rendered against
them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or
o Has within a three-year period preceding this certification had one or more federal, state, or local government contracts terminated for cause or default.
The product offered by the respondent will conform to the specifications without exception.
The respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions.
If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the Contract that is formed with the State.
The respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the response, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the response.
The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any cost, damage, or expense which may be incurred or be caused by any error in the respondent’s preparation of its bid.
All information provided by, and representations made by, the respondent are material and important and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes.
10. Manufacturer’s Name and Approved Equivalents. Unless otherwise specified, any manufacturers’ names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer’s prior approval, the Contractor may provide any product that meets or exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a
product is acceptable as an equivalent.
11. Performance Qualifications. The Buyer reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent shall at all times during the Contract term remain responsive and responsible. In determining Respondent’s responsibility as a vendor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Respondent’s capability to fully satisfy the requirements of the solicitation and the contract. Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the production, distribution, and servicing of the product bid. If the Buyer determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be disqualified from receiving awards if respondent, or anyone in respondent’s employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements.
12. Public Opening. Responses shall be opened on the date and at the location indicated on the Timeline. Respondents may, but are not required to, attend. The Buyer may choose not to announce prices or release other materials pursuant to s. 119.071(1)(b), Florida Statutes. Any person requiring a special accommodation because of a disability should contact the Procurement Officer at least five (5) workdays prior to the solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida Relay Service at (800) 955-8771 (TDD).
13. Electronic Posting of Notice of Intended Award. Based on the evaluation, on the date indicated on the Timeline the Buyer shall electronically post a notice of intended award at http://fcn.state.fl.us/owa_vbs/owa/vbs_www.main_menu. If the notice of award is delayed, in lieu of posting the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabulations or notices of award by telephone.
14. Firm Response. The Buyer may make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Buyer awards the Contract or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Buyer's sole discretion, be accepted or rejected.
15. Clarifications/Revisions. Before award, the Buyer reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of submissions from all respondents deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response.
16. Minor Irregularities/Right to Reject. The Buyer reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer determines that doing so will serve the State’s best interests. The Buyer may reject any response not submitted in the manner specified by the solicitation documents.
17. Contract Formation. The Buyer shall issue a notice of award, if any, to successful respondent(s), however, no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract. The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or for any work performed before the Contract is effective.
18. Contract Overlap. Respondents shall identify any products covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest.
19. Public Records. Article 1, section 24, Florida Constitution, guarantees every person access to all public records, and Section 119.011, Florida Statutes, provides a broad definition of public record. As such, all responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that its response contains information that is exempt from the public records law shall clearly segregate and mark that information and provide the specific statutory citation for such exemption.
20. Protests. Any protest concerning this solicitation shall be made in accordance with sections 120.57(3) and 287.042(2) of the Florida Statutes and chapter 28-110 of the Florida Administrative Code. Questions to the Procurement Officer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that specifications are written to obtain the best value for the State and that specifications are written to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process. Section 120.57(3)(b), F.S. and Section 28-110.003, Fla. Admin. Code require that a notice of protest of the solicitation documents shall be made within seventy-two hours after the posting of the solicitation. Section 120.57(3)(a), F.S. requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." Section 28-110.005, Fla. Admin. Code requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.”
21. Limitation on Vendor Contact with Agency During Solicitation Period. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.