222
Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY www.dot.state.fl.us DATE: August 30, 2013 MEMO NO.: ITB-DOT-09/10-9027-LG-14 TO: All Departments FROM: FDOT Procurement Office SUBJECT: Memo No. ITB-DOT-09/10-9027-LG-13 Cancellation TITLE: FDOT Approved Product List (APL) Traffic Equipment The purpose of this memo is to announce that Memo No. ITB-DOT-09/10-9027-LG-13, issued on July 24, 2013, has been cancelled in its entirety. Contract Special Conditions, Section 12. Commodity Additions and Deletions only applies to commodities originally awarded to a vendor in a competitive solicitation. All originally awarded GE Lighting Solution items can no longer be supplied by Temple, Inc. As a result, pricing and vendor designation are being removed from the contract for the following item numbers: 144, 146, 148, 155X, 156, 165X, 166, 175X, 176, 183, 184, 191, 192, 197, 198, 223, 225, 235, & 251. All originally awarded Dialight items can no longer be supplied by Transportation Control Systems (TCS). As a result, pricing and vendor designation are being removed from the contract for the following item numbers: 143, 145, 147, 153, 164, 173, 180, 182, 186, 187, 190, 194, 196, 222, 224, 226, 227, 229, 230, 231, 232, 247, 248, 249, 250. RuggedCom, Inc. has integrated with Siemens Industrial, Inc. Per PUR1000, Section 29. Assignment, All RuggedCom contract items have been placed under Siemens Industrial, Inc. please see Ordering Instructions for Siemens. MG Squared, Inc. has reduced prices for Items # 858, 859, 860, & 86; and extended their renewal term through August 2015. Econolite Control Products and Southern Mfg. have extended their renewals until August 29, 2015. Control Technologies, C.S. Engineered Castings, Global Traffic Tech., Temple, Inc. and TCS (not all items) have extended their renewal terms until August 30, 2014.

Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT

GOVERNOR 605 Suwannee Street

Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E.

SECRETARY

www.dot.state.fl.us

DATE: August 30, 2013

MEMO NO.: ITB-DOT-09/10-9027-LG-14

TO: All Departments

FROM: FDOT Procurement Office

SUBJECT: Memo No. ITB-DOT-09/10-9027-LG-13 Cancellation

TITLE: FDOT Approved Product List (APL) Traffic Equipment

The purpose of this memo is to announce that Memo No. ITB-DOT-09/10-9027-LG-13,

issued on July 24, 2013, has been cancelled in its entirety. Contract Special Conditions,

Section 12. Commodity Additions and Deletions only applies to commodities originally

awarded to a vendor in a competitive solicitation.

All originally awarded GE Lighting Solution items can no longer be supplied by Temple, Inc.

As a result, pricing and vendor designation are being removed from the contract for the

following item numbers: 144, 146, 148, 155X, 156, 165X, 166, 175X, 176, 183, 184, 191,

192, 197, 198, 223, 225, 235, & 251.

All originally awarded Dialight items can no longer be supplied by Transportation Control

Systems (TCS). As a result, pricing and vendor designation are being removed from the

contract for the following item numbers: 143, 145, 147, 153, 164, 173, 180, 182, 186, 187,

190, 194, 196, 222, 224, 226, 227, 229, 230, 231, 232, 247, 248, 249, 250.

RuggedCom, Inc. has integrated with Siemens Industrial, Inc. Per PUR1000, Section 29.

Assignment, All RuggedCom contract items have been placed under Siemens Industrial, Inc.

– please see Ordering Instructions for Siemens.

MG Squared, Inc. has reduced prices for Items # 858, 859, 860, & 86; and extended their

renewal term through August 2015.

Econolite Control Products and Southern Mfg. have extended their renewals until August 29,

2015. Control Technologies, C.S. Engineered Castings, Global Traffic Tech., Temple, Inc.

and TCS (not all items) have extended their renewal terms until August 30, 2014.

Page 2: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT

GOVERNOR 605 Suwannee Street

Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E.

SECRETARY

www.dot.state.fl.us

DATE: July 24, 2013

MEMO NO.: ITB-DOT-09/10-9027-LG-13

TO: All Departments

FROM: Greg Hill, Procurement Agent

SUBJECT: Manufacturer’s Distributor Updates

TITLE: FDOT Approved Product List (APL) Traffic Equipment

Effective immediately, Agency Term Contract FDOT Approved Product List (APL) Traffic

Equipment (ITB-DOT-09/10-9027-LG) has been modified to make the following updates:

All Dialight Corporation’s APL contract items are to be ordered from Temple, Inc.

(Vendor # 31), (MFMP Contract # C596).

All GE Lighting Solutions’ APL contract items are to be ordered from Transportation

Control Systems (Vendor # 35), (MFMP Contract # C600 & C613). Also, Items # 155Y,

165Y, 175Y, and 680A have been added to the price sheet.

All RuggedCom, Inc. APL items have been placed under Siemens – please see Ordering

Instructions for Siemens.

Any questions in delivery or services that may arise regarding this contract should be directed to the

Contract Administrator Greg Hill at [email protected] or phone: (850) 414-4482.

Page 3: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT

GOVERNOR 605 Suwannee Street

Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E.

SECRETARY

www.dot.state.fl.us

DATE: March 25, 2013

MEMO NO.: ITB-DOT-09/10-9027-LG-12

TO: All Departments

FROM: Greg Hill, Procurement Agent

SUBJECT: Bid Sheet - Item Price and Vendor Source Correction

TITLE: FDOT Approved Product List (APL) Traffic Equipment

Effective immediately, Agency Term Contract FDOT Approved Product List (APL) Traffic

Equipment (ITB-DOT-09/10-9027-LG) has been modified to make the following correction:

ITEM# 809P3 was awarded to Express Supply, Inc., but was incorrectly noted on the contract bid

sheet. The contract has been updated to show this correction.

Any questions in delivery or services that may arise regarding this contract should be directed to the

Contract Administrator Greg Hill at [email protected] or phone: (850) 414-4482.

Page 4: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT GOVERNOR

605 Suwannee Street Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E. SECRETARY

www.dot.state.fl.us

February 28, 2013

MEMORANDUM NO.: ITB-DOT-09/10-9027-LG-11

TO: Department Addressed/ Vendor Addresses

FROM: Greg Hill, Procurement Agent

SUBJECT: BID # ITB-DOT-12/13-9020-GH Supplemental

TITLE: FDOT Approved Product List (APL) Traffic Equipment

Effective immediately, Agency Term Contract FDOT Approved Product List (APL) Traffic Equipment (ITB-DOT-09/10-9027-LG) has been modified to include the vendors listed below, along with their awarded items, from the subject bid.

C562: Blackhawk Enterprise Inc., C565: Comtrol Corp., C2788: Control Specialist, C566: Control Technologies CF, Inc., C571: Daktronics, C572: Econolite Control Products, Inc., C611: Express Supply, Inc., C582: High Leah Electronics d/b/a Diamond Traffic Products, C585: Information Display Co., C610: Intelligent Transportation Services, Inc., C2789: Jace Chandler & Assoc., C2790: K&K Systems, C590: Rainbow Distributors, C605: RTC Manufacturing, C2791: Rhythm Engineering, C2792: Safety Products, Inc., C2793: Sky Bracket, C2794: Stormin’ Protection Products, Inc., C596: Temple Inc., C2795: TPFL, Inc., C2796: Trafcon Industries, C600&C613: Transportation Control Systems, C2797: TraStar, Inc., C598: Wavetronix, LLC The contract document has been updated to reflect this modification. Any questions in delivery or services that may arise regarding this contract should be directed to the Contract Administrator Greg Hill at [email protected] or phone: (850) 414-4482.

Page 5: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT GOVERNOR

605 Suwannee Street Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E. SECRETARY

www.dot.state.fl.us

August 30, 2012

MEMORANDUM NO.: ITB-DOT-09/10-9027-LG-10

TO: Department Addressed/ Vendor Addresses

FROM: Greg Hill, Procurement Agent

SUBJECT: BID NO. ITB-DOT-09/10-9027-LG and ITB-DOT-10/11-9024-LG

TITLE: FDOT Approved Product List (APL) Traffic Equipment

Effective August 30, 2012, the subject contract has been renewed for a period of three (3) years with an expiration date of August 29, 2015. The renewed Vendors are listed below along with their individual contract numbers and elected renewal periods:

C557: American Signal Co. (1YR) C588: MG Squared, Inc. (2YR) C562: Blackhawk Enterprise Inc. (3YR) C590: Rainbow Dist. USA, Inc. (1-3YR) C564: Cohu Inc. (2YR) C591: RuggedCom, Inc. (3YR) C565: Comtrol Corp. (3YR) C592: Siemens (3YR) C566: Control Technologies CF, Inc. (1YR) C593: Signal Safe, Inc. (3YR) C568: Cost Cast Inc. (1YR) C594: Skyline Products, Inc. (3YR) C569: C.S. Engineered Castings, Inc. (1YR) C595: Southern Manufacturing (1YR) C571: Daktronics (3YR) C596: Temple, Inc. (1YR) C572: Econolite Control Products, Inc. (1YR) C598: Wavetronix, LLC (3YR) C573 & C616: EmersonNetwork, Inc. (3YR) C600 & C613: Trans. Control Sys.(1YR) C579 & C581: Global Traffic Tech., LLC (1YR) C601: WZ Equipment, Inc. (1YR) C582: High Leah Electronics, Inc. (2YR) C602: Work Area Protection Corp. (2YR) C583: Horizon Signal Tech., Inc. (3YR) C603: Ver-Mac, Inc. (3YR) C584: Ledstar, Inc. (2YR) C610: Intelligent Trans. Srvs., Inc. (3YR) C585: Information Display Co. (3YR) C611: Express Supply, Inc. (2YR) C587: Intelicom, Inc. (3YR) C612: Iteris (3YR) The contract Price Sheet has been updated to reflect renewal changes. Any questions in delivery or services that may arise regarding this contract should be directed to the Contract Administrator Greg Hill at [email protected] or phone: (850) 414-4482.

Page 6: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

www.dot.state.fl.us

Florida Department of Transportation

CHARLIE CRIST GOVERNOR

605 Suwannee Street

Tallahassee, FL 32399-0450

STEPHANIE KOPELOUSOS INTERIM SECRETARY

Procurement Office, Mail Station 20

March 8, 2012 MEMORANDUM NO.: ITB-DOT-0910-9027-LG-9 TO: Department Addressed Vendor Addresses FROM: Gaylia Boerner DOT Contract Coordinator SUBJECT: DOT Contract ITB-DOT-09/10-9027-LG FDOT Approved Product List Traffic Equipment The correct contract number for TPFL, Inc. is C597. Any questions in delivery or service that may arise regarding this contract should be directed to me at (850) 414-4381.

Page 7: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation

RICK SCOTT

GOVERNOR 605 Suwannee Street

Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E.

SECRETARY

www.dot.state.fl.us

January 3, 2012 MEMORANDUM NO.: ITB-DOT-0910-9027-LG-8 TO: Department Addressed Vendor Addresses FROM: Gaylia Boerner DOT Contract Coordinator SUBJECT: DOT Contract ITB-DOT-09/10-9027-LG FDOT Approved Product List Traffic Equipment C573 Emerson Network Power Surge Protection, Inc. Roy Bustillo has a new E-mail address. The corrected ordering instruction page is attached to this memorandum. Any questions in delivery or service that may arise regarding this contract should be directed to me at (850) 414-4381.

Page 8: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation

RICK SCOTT

GOVERNOR 605 Suwannee Street

Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E.

SECRETARY

www.dot.state.fl.us

December 19, 2011 MEMORANDUM NO.: ITB-DOT-0910-9027-LG-7 TO: Department Addressed Vendor Addresses FROM: Gaylia Boerner DOT Contract Coordinator SUBJECT: DOT Contract ITB-DOT-09/10-9027-LG FDOT Approved Product List Traffic Equipment

C557 America Signal Co.; C562 Blackhawk Enterprise Inc.; C564 Cohu Inc.; C565 Control Corp.; C566 Control Technologies of Central Florida, Inc.; C567 Cooper Crouse-Hinds MTL; C568 Cost Cast Inc.; C569 C.S. Engineered Castings, Inc.; C571 Daktronics; C572 Econolite control Products, Inc.; C573 Emerson Network Power Surge Protection, Inc.; C616 Emerson Network Power Surge Protection, Inc.; C575 Excellence Opto, Inc.; C579 Global Traffic Technologies, LLC; C580 Excellence Opto Inc.; C581 Global Traffic Technologies, LLC; C582 High Leah Electronics, Inc.; C583 Horizon Signal Technologies, Inc.; C584 Ledstar,Inc.; C585 Information Display Co.; C586 International Road Dynamics Corp.; C587 Intelicom, Inc.; C588 MG Squared, Inc.; C589 Oldcastle Precast Inc.; C590 Rainbow Distributors USA, Inc.; C591 RuggedCom, Inc.; C592 Siemensmd; C593 Signal Safe, Inc.; C594 Skyline Products, Inc.; C595 Southern Manufacturing; C596 Temple, Inc.; C697 TPFL, Inc.; C598 Wavetronix, LLC; C599 VBrick Systems, Inc.; C600 Transportation Control Systems; C601 WZ Equipment, Inc.; C602 Work Area Protection Corp.; C603 Ver-Mac, Inc.; C604 Utilicom Supply Associates, LLC; C605 RTC Manufacturing, Inc.; C606 Protection services, Inc.; C607 International road Dynamics, Inc.; C609 Intuitive control Systems, LLC; C610 Intelligent Transportation Services, Inc.; C611 Express Supply, Inc.; C612 Iteris; C613 Transportation Control Systems

Our MFMP system has been updated and we have to change the contract numbers. Your new contract number will begin with a “C”. Be sure to use the new contract numbers on your invoices. The system will not recognize the old number. Any questions in delivery or service that may arise regarding this contract should be directed to me at (850) 414-4381,

Page 9: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT GOVERNOR

605 Suwannee Street Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E. SECRETARY

www.dot.state.fl.us

May 23, 2011

MEMORANDUM NO.: ITB-DOT-09/10-9027-LG - 6

TO: Department Addressed Vendor Addresses

FROM: Lillian Graham DOT Procurement Agent

SUBJECT: Original DOT Solicitation Number ITB-DOT-09/10-9027-LG and ITB-DOT-10/11- 9024-LG , MA55567, MA55568, MA55569, MA55570, MA55571, MA55573, MA55574, MA55575, MA55576, MA55577, MA55578, MA55579, MA55580, MA55581, MA55582, MA55583, MA55584, MA55587, MA55588, MA55585, MA55589, MA55590, MA55650, MA55651, MA55652, MA55654, MA55656, MA55657, MA55658, MA55659, MA55660, MA55663, MA55662, MA55661, MA61219, MA61218, MA61216, MA61217, MA61152, MA61205, MA61204, MA61202, MA61203, MA61201, MA61200, MA61307

FDOT APPROVED PRODUCT LIST (APL) TRAFFIC EQUIPMENT

Subject contracts have been amended to add Global Traffic Technologies, LLC and Iteris, Inc. product clarifications. Revised Price Sheets dated 5/20/11, Ordering Instructions dated 5/20/2011 and Terms and Conditions are attached.

Any questions in delivery or services that may arise regarding this contract should be directed to me at (850) 414-4288.

Page 10: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT GOVERNOR

605 Suwannee Street Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E. SECRETARY

www.dot.state.fl.us

May 20, 2011

MEMORANDUM NO.: ITB-DOT-09/10-9027-LG - 5

TO: Department Addressed Vendor Addresses

FROM: Lillian Graham DOT Procurement Agent

SUBJECT: Original DOT Solicitation Number ITB-DOT-09/10-9027-LG and ITB-DOT-10/11- 9024-LG , MA55567, MA55568, MA55569, MA55570, MA55571, MA55573, MA55574, MA55575, MA55576, MA55577, MA55578, MA55579, MA55580, MA55581, MA55582, MA55583, MA55584, MA55587, MA55588, MA55585, MA55589, MA55590, MA55650, MA55651, MA55652, MA55654, MA55656, MA55657, MA55658, MA55659, MA55660, MA55663, MA55662, MA55661, MA61219, MA61218, MA61216, MA61217, MA61152, MA61205, MA61204, MA61202, MA61203, MA61201, MA61200, MA61307

FDOT APPROVED PRODUCT LIST (APL) TRAFFIC EQUIPMENT

Subject contracts have been amended to correct award for item #174 and correct Ordering Instructions for Vendor #50. Revised Price Sheets dated 5/20/11, Ordering Instructions dated 5/20/2011 and Terms and Conditions are attached.

Any questions in delivery or services that may arise regarding this contract should be directed to me at (850) 414-4288.

Page 11: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT GOVERNOR

605 Suwannee Street Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E. SECRETARY

www.dot.state.fl.us

May 12, 2011

MEMORANDUM NO.: ITB-DOT-09/10-9027-LG - 4

TO: Department Addressed Vendor Addresses

FROM: Lillian Graham DOT Procurement Agent

SUBJECT: Original DOT Solicitation Number ITB-DOT-09/10-9027-LG and ITB-DOT-10/11- 9024-LG , MA55567, MA55568, MA55569, MA55570, MA55571, MA55573, MA55574, MA55575, MA55576, MA55577, MA55578, MA55579, MA55580, MA55581, MA55582, MA55583, MA55584, MA55587, MA55588, MA55585, MA55589, MA55590, MA55650, MA55651, MA55652, MA55654, MA55656, MA55657, MA55658, MA55659, MA55660, MA55663, MA55662, MA55661, MA61219, MA61218, MA61216, MA61217, MA61152, MA61205, MA61204, MA61202, MA61203, MA61201, MA61200, MA61307

FDOT APPROVED PRODUCT LIST (APL) TRAFFIC EQUIPMENT

Subject contracts have been amended to correct Ordering Instructions. Price Sheets, Revised Ordering Instructions dated 5/12/2011 and Terms and Conditions are attached.

Any questions in delivery or services that may arise regarding this contract should be directed to me at (850) 414-4288.

Page 12: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation RICK SCOTT GOVERNOR

605 Suwannee Street Tallahassee, FL 32399-0450

ANANTH PRASAD, P.E. SECRETARY

www.dot.state.fl.us

May 10, 2011

MEMORANDUM NO.: ITB-DOT-09/10-9027-LG - 3

TO: Department Addressed Vendor Addresses

FROM: Lillian Graham DOT Procurement Agent

SUBJECT: Original DOT Solicitation Number ITB-DOT-09/10-9027-LG, MA55567, MA55568, MA55569, MA55570, MA55571, MA55573, MA55574, MA55575, MA55576, MA55577, MA55578, MA55579, MA55580, MA55581, MA55582, MA55583, MA55584, MA55587, MA55588, MA55585, MA55589, MA55590, MA55650, MA55651, MA55652, MA55654, MA55656, MA55657, MA55658, MA55659, MA55660, MA55663, MA55662, MA55661, MA61219, MA61218, MA61216, MA61217, MA61152, MA61205, MA61204, MA61202, MA61203, MA61201, MA61200

APPROVED PRODUCT LIST (APL) TRAFFIC EQUIPMENT

Subject contracts have been updated to include items awarded from DOT Solicitation Number ITB-DOT-10/11-9024-LG. Price Sheets and Ordering Instructions have been revised 5/10/2011.

Any questions in delivery or services that may arise regarding this contract should be directed to me at (850) 414-4288.

Page 13: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation

CHARLIE CRIST GOVERNOR

605 Suwannee Street Tallahassee, FL 32399-0450

STEPHANIE C. KOPELOUSOS SECRETARY

November 4, 2010 MEMORANDUM NO.: ITB-DOT-09/10-9027-LG - 2 TO: Department Addressed Vendor Addresses FROM: Lillian Graham DOT Procurement Agent SUBJECT: DOT Contract ITB-DOT-09/10-9027-LG, MA55567, MA55568, MA55569, MA55570,

MA55571, MA55573, MA55574, MA55575, MA55576, MA55577, MA55578, MA55579, MA55580, MA55581, MA55582, MA55583, MA55584, MA55587, MA55588, MA55585, MA55589, MA55590, MA55650, MA55651, MA55652, MA55654, MA55656, MA55657,

MA55658, MA55659, MA55660, MA55663, MA55662, MA55661

APPROVED PRODUCT LIST (APL) TRAFFIC EQUIPMENT Subject contract has been amended to remove the requirement for General Liability and Errors and Omissions insurance coverage. Correct the Vendor for Item 141 and add TPLF, Inc. as an authorized manufacturer’s representative for Econolite. Price Sheets and Ordering Instructions have been revised 11/4/2010. Any questions in delivery or services that may arise regarding this contract should be directed to me at (850) 414-4288.

Page 14: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Florida Department of Transportation

CHARLIE CRIST GOVERNOR

605 Suwannee Street Tallahassee, FL 32399-0450

STEPHANIE C. KOPELOUSOS SECRETARY

September 29, 2010 MEMORANDUM NO.: ITB-DOT-09/10-9027-LG - 1 TO: Department Addressed Vendor Addresses FROM: Gaylia Boerner DOT Contract Coordinator SUBJECT: DOT Contract ITB-DOT-09/10-9027-LG, MA55567, MA55568, MA55569, MA55570,

MA55571, MA55573, MA55574, MA55575, MA55576, MA55577, MA55578, MA55579, MA55580, MA55581, MA55582, MA55583, MA55584, MA55587, MA55588, MA55585, MA55589, MA55590, MA55650, MA55651, MA55652, MA55654, MA55656, MA55657,

MA55658, MA55659, MA55660, MA55663, MA55662, MA55661

APPROVED PRODUCT LIST (APL) TRAFFIC EQUIPMENT Subject contract has been amended to correct pricing for Items 258, 497, 535 and to change Vendor Numbers on Price Sheets and Ordering Instructions. Price Sheets and Ordering Instructions have been revised 9/21/2010. Any questions in delivery or services that may arise regarding this contract should be directed to me at (850) 414-4381.

Page 15: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

State of Florida

Department of Transportation

INVITATION TO BID APPROVED PRODUCT LIST (APL) TRAFFIC EQUIPMENT

THIS CONTRACT IS COMPRISED OF MULTIPLE BIDS: ITB-DOT-09/10-9027-LG: Original

ITB-DOT-10/11-9024-LG: Supplemental ITB-DOT-12/13-9020-GH: Supplemental

Original Contract Date: SEPTEMBER 1, 2010 – AUGUST 31, 2012

RENEWAL DATE: AUGUST 30, 2012 – AUGUST 29, 2015

Page 16: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

RENEWED VENDOR LIST (Effective 08/30/2013) C557: American Signal Co. (1YR) C588: MG Squared, Inc. (2YR) C562: Blackhawk Enterprise Inc. (3YR) C590: Rainbow Dist. USA, Inc. (1-3YR) C564: Cohu Inc. (2YR) C591: RuggedCom, Inc. (1YR) C565: Comtrol Corp. (3YR) C592: Siemens (3YR) C566: Control Technologies CF, Inc. (1YR) C593: Signal Safe, Inc. (3YR) C568: Cost Cast Inc. (1YR) C594: Skyline Products, Inc. (3YR) C569: C.S. Engineered Castings, Inc. (1YR) C595: Southern Manufacturing (2YR) C571: Daktronics (3YR) C596: Temple, Inc. (1YR) C572: Econolite Control Products, Inc. (2YR) C598: Wavetronix, LLC (3YR) C573 & C616: EmersonNetwork, Inc. (3YR) C600 & C613: Trans. Control Sys.(1YR) C579 & C581: Global Traffic Tech., LLC (1YR) C601: WZ Equipment, Inc. (1YR) C582: High Leah Electronics, Inc. (2YR) C602: Work Area Protection Corp. (2YR) C583: Horizon Signal Tech., Inc. (3YR) C603: Ver-Mac, Inc. (3YR) C584: Ledstar, Inc. (2YR) C610: Intelligent Trans. Srvs., Inc. (3YR) C585: Information Display Co. (3YR) C611: Express Supply, Inc. (2YR) C587: Intelicom, Inc. (3YR) C612: Iteris (3YR)

ITB-DOT-12/13-9020-GH: Supplemental Vendor List (Effective02/28/2013) (renewed vendors awarded on supplemental bid appear on list)

C562: Blackhawk Enterprise Inc., C565: Comtrol Corp., C2788: Control Specialist, C566: Control Technologies CF, Inc., C571: Daktronics, C572: Econolite Control Products, Inc., C611: Express Supply, Inc., C582: High Leah Electronics d/b/a Diamond Traffic Products, C585: Information Display Co., C610: Intelligent Transportation Services, Inc., C2789: Jace Chandler & Assoc., C2790: K&K Systems, C590: Rainbow Distributors, C605: RTC Manufacturing, C2791: Rhythm Engineering, C2792: Safety Products, Inc., C2793: Sky Bracket, C2794: Stormin’ Protection Products, Inc., C596: Temple Inc., C2795: TPFL, Inc., C2796: Trafcon Industries, C600&C613: Transportation Control Systems, C2797: TraStar, Inc., C598: Wavetronix, LLC

Page 17: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

1 10200080430011 C&C SIGNAL, LLC(WZ) TYPE A WARNING LIGHT LOW INTENSITY BL3V.2A LED (Current QPL # S102-2915) 1 Ea.

2 10200080430021 C&C SIGNAL, LLC(WZ) TYPE A WARNING LIGHT LOW INTENSITY

BLU36.2A Ultra - 3/6 LED Lantern Battery (Current QPL # S102-2918) 1 Ea.

3 10200080430031 C&C SIGNAL, LLC(WZ) TYPE A WARNING LIGHT LOW INTENSITY

BL1V.2A Ultra - D LED; D - Cell Battery (Current QPL # S102-2919) 1 Ea.

4 10200080721011 DICKE TOOL(WZ) TYPE A WARNING LIGHT LOW INTENSITY TW1/S TrafiLite (Current QPL # S102-2917) 1 Ea. 30 days $19.49 51

5 10200080721021 DICKE TOOL(WZ) TYPE A WARNING LIGHT LOW INTENSITY

LED D-Cell Barricade Light #AC4D-A (Current QPL # S102-2921) 1 Ea. 30 days $22.49 51

5M 10200080806041 EMPCO LITE(WZ) TYPE A WARNING LIGHT LOW INTENSITY

400 (Current QPL # S102-2900, Last QPL recert 4/11/2008) 1 Ea. 10 days $15.40 56

5N 10200080806051 EMPCO LITE(WZ) TYPE A WARNING LIGHT LOW INTENSITY

100 (Current QPL # S102-2901, Last QPL recert 4/11/2008) 1 Ea.

5P 10200080806061 EMPCO LITE(WZ) TYPE A WARNING LIGHT LOW INTENSITY

499 (Current QPL # S102-2911, Last QPL recert 1/13/2009) 1 Ea.

5Q 10200080806071 EMPCO LITE(WZ) TYPE A WARNING LIGHT LOW INTENSITY

Y2K (Current QPL # S102-2913, Last QPL recert 11/3/2009) 1 Ea. 10 days $16.00 56

6 10200080806071INTERPLEX SOLAR, INC.

(WZ) TYPE A WARNING LIGHT LOW INTENSITY Maverick M1121A (Current QPL# S102-2916) 1 Ea.

5R 10200080806081 EMPCO LITE(WZ) TYPE A WARNING LIGHT LOW INTENSITY

499L3 (Current QPL # S102-2914, Last QPL recert 11/3/2009) 1 Ea.

5S 10200080806091 EMPCO LITE(WZ) TYPE A WARNING LIGHT LOW INTENSITY

Model 2006 Also Model 2006 Plus, with or without Solar Assist (Current QPL # S102-2920, Last QPL recert 8/1/2008) 1 Ea. 10 days $19.92 56

6M 10200083204011WORK AREA PROTECTION

(WZ) TYPE A WARNING LIGHT LOW INTENSITY

800 Auto Dim (Current QPL # S102-2902, Last QPL recert 1/11/2009) 1 Ea. 10 days $19.92 56

6N 10200083204021WORK AREA PROTECTION

(WZ) TYPE A WARNING LIGHT LOW INTENSITY

800 Man Dim (Current QPL # S102-2903, Last QPL recert 1/11/2009) 1 Ea. 10 days $19.92 56

7 10200090430011 C&C SIGNAL, LLC(WZ) TYPE B WARNING LIGHT HIGH NTENSITY

BL1V.BL1 Ultra - Series B - Light; D-Cell LED (Current QPL # S102-3008)

8 10200090430021 C&C SIGNAL, LLC(WZ) TYPE B WARNING LIGHT HIGH NTENSITY

BLU6.BL1 Ultra - 3/6 Volt LED Lantern Battery, B-Light (Current QPL # S102-3008) 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 1 of 93

Page 18: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

8M 10200090721011 DICKE TOOL(WZ) TYPE B WARNING LIGHT HIGH NTENSITY

Trafi-B-Lite (Current QPL #S102-3007, Last QPL recert 2/23/2009) 1 Ea. 30 days $52.49 51

8P 10200090806041 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH NTENSITY

1102 (Current QPL # S102-3003, Last QPL recert 11/3/2009) 1 Ea.

8Q 10200090806051 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH NTENSITY

212 (Current QPL # S102-3004, Last QPL recert 9/9/2009) 1 Ea. 10 days $61.80 56

8R 10200090806061 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH INTENSITY

1102 APL/LED (Current QPL # S102-3005, Last QPL recert 10/21/2008) 1 Ea.

8S 10200090806071 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH INTENSITY

1102 AP/LED (Current QPL # S102-3006, Last QPL recert 10/21/2008) 1 Ea.

8T 10200090806081 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH INTENSITY

Model - 212-6 (Current QPL # S102-3010, Last QPL recert 4/11/2008) 1 Ea. 10 days $61.80 56

8U 10200090806091 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH INTENSITY

Model - 212-6LW (Current QPL # S102-3011, Last QPL recert 4/11/2008) 1 Ea. 10 days $61.80 56

8V 10200090806101 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH INTENSITY

Model 212-3 (Current QPL # S102-3012, Last QPL recert 6/24/2009) 1 Ea. 10 days $61.80 56

8W 10200090806111 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH INTENSITY

Model 212-3DH (Current QPL # S102-3013, Last QPL recert 6/24/2009) 1 Ea. 10 days $75.53 56

8X 10200090806121 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH INTENSITY

Model 212-3LW (Current QPL # S102-3014, Last QPL recert 6/24/2009) 1 Ea. 10 days $61.80 56

8Y 10200090806131 EMPCO LITE(WZ) TYPE B WARNING LIGHT HIGH INTENSITY Model 212-3S (Current QPL # S102-3015) 1 Ea. 10 days $80.47 56

8Z 10200092021011PROTECTION SERVICES

(WZ) TYPE B WARNING LIGHT HIGH INTENSITY

200-1 Led (Current QPL #S102-3002, Last QPL recert 4/20/2009) 1 Ea.

9 10200100430011 C&C SIGNAL, LLC(WZ) TYPE C WARNING LIGHT STEADY BURN BL3V.2C LED (Current QPL # S102-3120) 1 Ea.

10 10200100430021 C&C SIGNAL, LLC(WZ) TYPE C WARNING LIGHT STEADY BURN

BLU35.2C Ultra - 3/6 LED Lantern Battery (Current QPL # S102-3123) 1 Ea.

11 10200100430031 C&C SIGNAL, LLC(WZ) TYPE C WARNING LIGHT STEADY BURN

BL1V.2C Ultra - D LED; D-Cell Battery (Current QPL # S102-3123) 1 Ea.

12 10200100721011 DICKE TOOL(WZ) TYPE C WARNING LIGHT STEADY BURN TW2/S TrafiLite (Current QPL # S102-3122) 1 Ea. 30 days $19.49 51

13 10200100721021 DICKE TOOL(WZ) TYPE C WARNING LIGHT STEADY BURN

LED D-Cell Barricade Light #AC4D-C (Current QPL # S102-3126) 1 Ea. 30 days $22.49 51

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 2 of 93

Page 19: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

13M 10200100806041 EMPCO LITE(WZ) TYPE C WARNING LIGHT STEADY BURN

400C (Current QPL # S102-3100, Last QPL recert 4/11/2008) 1 Ea. 10 days $15.40 56

13N 10200100806051 EMPCO LITE(WZ) TYPE C WARNING LIGHT STEADY BURN

400 LED (Current QPL # S102-3106, Last QPL recert 8/1/2008) 1 Ea. 10 days $15.40 56

13P 10200100806061 EMPCO LITE(WZ) TYPE C WARNING LIGHT STEADY BURN

100 LED (Current QPL # S102-3107, Last QPL recert 8/1/2008) 1 Ea.

13Q 10200100806071 EMPCO LITE(WZ) TYPE C WARNING LIGHT STEADY BURN

499 (Current QPL # S102-3116, Last QPL recert 11/3/2009) 1 Ea.

13R 10200100806081 EMPCO LITE(WZ) TYPE C WARNING LIGHT STEADY BURN

Y2K (Current QPL # S102-3118, Last QPL recert 11/3/2009) 1 Ea. 10 days $16.00 56

13S 10200100806091 EMPCO LITE(WZ) TYPE C WARNING LIGHT STEADY BURN

499L3 (Current QPL # S102-3119, Last QPL recert 11/3/2009) 1 Ea.

13T 10200100806101 EMPCO LITE(WZ) TYPE C WARNING LIGHT STEADY BURN

MODEL - Empco-Lite Model 2006 (Current QPL # S102-3125, Last QPL recert 8/1/2008) 1 Ea. 10 days $19.92 56

13U 10200101162011HIGHWAY TECHNOLOGIES

(WZ) TYPE C WARNING LIGHT STEADY BURN

Toughlite II LED (Current QPL #S102-3111, Last QPL recert 12/23/2009) 1 Ea.

13V 10200101162021HIGHWAY TECHNOLOGIES

(WZ) TYPE C WARNING LIGHT STEADY BURN

Toughlite 2000C LED (Current QPL #S102-3112, Last QPL recert 12/23/2009) 1 Ea.

14 10200101216011INTERPLEX SOLAR, INC.

(WZ) TYPE C WARNING LIGHT STEADY BURN Maverick M1121C (Current QPL # S102-3121) 1 Ea.

14A 10200103204021WORK AREA PROTECTION

(WZ) TYPE C WARNING LIGHT STEADY BURN

00sb (Current QPL#S102-3101, Last QPL recert 1/11/2009) 1 Ea. 10 days $19.92 56

14B 10200110022051ALLMAND BROTHERS

(WZ) TRAILER MOUNT ARROW BOARD

2200/SE ALT Series (15 LED Lamps) (Current QPL #S102-0925, Last QPL recert 2/20/2009) 1 Ea.

14C 10200110022061ALLMAND BROTHERS

(WZ) TRAILER MOUNT ARROW BOARD

2200/SE APF Series (25 LED Lamps) (Current QPL #S102-1015, Last QPL recert 6/24/2009) 1 Ea.

14D 10200111303011 K&K SYSTEMS(WZ) TRAILER MOUNT ARROW BOARD

KKAB5015 (Current QPL #S102-0927, Last QPL recert 2/20/2009) 1 Ea. 45 days $3,675.00 53

14E 10200111303021 K&K SYSTEMS(WZ) TRAILER MOUNT ARROW BOARD

KKAB5025 (Current QPL #S102-1020, Last QPL recert 2/20/2009) 14E

14F 10200111303031 K&K SYSTEMS(WZ) TRAILER MOUNT ARROW BOARD

Model - KKAB3060-15TM (Current QPL # S102-1122, Last QPL recert 2/20/2009) 1 Ea. 45 days $1,436.00 53

14G 10200111303041 K&K SYSTEMS(WZ) TRAILER MOUNT ARROW BOARD

Model - KKAB3060-25TM (Current QPL # S102-1123, Last QPL recert 2/20/2009) 1 Ea. 45 days $1,716.00 53

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 3 of 93

Page 20: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

14H 10200111303051 K&K SYSTEMS(WZ) TRAILER MOUNT ARROW BOARD

Model - KKAB4896-25TM (Current QPL # S102-1124, Last QPL recert 2/20/2009) 1 Ea. 45 days $2,006.00 53

14I 10200111708011NATIONAL SIGNAL

(WZ) TRAILER MOUNT ARROW BOARD

Sun-Up LED (25 Led Lamps) (Current QPL # S102-1012, Last QPL recert 2/20/2009) 1 Ea.

14J 10200111708021NATIONAL SIGNAL

(WZ) TRAILER MOUNT ARROW BOARD

1923-25 (Current QPL # S102-1116, Last QPL recert 2/20/2009) 1 Ea. 30 days $5,245.00 52

14K 10200111708031NATIONAL SIGNAL

(WZ) TRAILER MOUNT ARROW BOARD

1923-15 (Current QPL # S102-1117, Last QPL recert 2/20/2009) 1 Ea. 30 days $5,145.00 52

14L 10200112021011PROTECTION SERVICES

(WZ) TRAILER MOUNT ARROW BOARD

M90 (15 Led Lamps) (Current QPL # S102-0911, Last QPL recert 2/20/2009) 1 Ea.

14M 10200112021021PROTECTION SERVICES

(WZ) TRAILER MOUNT ARROW BOARD

M-90B (15 Led Lamps) (Current QPL # S102-0919, Last QPL recert 2/20/2009) 1 Ea.

14N 10200112021031PROTECTION SERVICES

(WZ) TRAILER MOUNT ARROW BOARD

M-90C (15 Led Lamps) (Current QPL # S102-0923, Last QPL recert 4/20/2009) 1 Ea.

14P 10200112021041PROTECTION SERVICES

(WZ) TRAILER MOUNT ARROW BOARD

M-90D (15 Led Lamps) (Current QPL # S102-0922, Last QPL recert 4/20/2009) 1 Ea.

14Q 10200112021051PROTECTION SERVICES

(WZ) TRAILER MOUNT ARROW BOARD M90 E 15 Light (Current QPL # S102-1021) 1 Ea.

14R 10200112021061PROTECTION SERVICES

(WZ) TRAILER MOUNT ARROW BOARD M90 E 25 Light (Current QPL # S102-1022) 1 Ea.

14S 10200112021071PROTECTION SERVICES

(WZ) TRAILER MOUNT ARROW BOARD M90 E-Z 15 Light (Current QPL # S102-1023) 1 Ea.

14T 10200112021081PROTECTION SERVICES

(WZ) TRAILER MOUNT ARROW BOARD M90 E-Z 25 Light (Current QPL # S102-1024) 1 Ea.

14U 10200112451011SOLAR TECHNOLOGY

(WZ) TRAILER MOUNT ARROW BOARD

AB-2015 (15 Led Lamps) (Current QPL # S102-0900, Last QPL recert 2/20/2009) 1 Ea.

14V 10200112451021SOLAR TECHNOLOGY

(WZ) TRAILER MOUNT ARROW BOARD

AB-2025 (25 Led Lamps) (Current QPL # S102-1000, Last QPL recert 2/20/2009) 1 Ea.

14W 10200112451031SOLAR TECHNOLOGY

(WZ) TRAILER MOUNT ARROW BOARD

AB-0515 (15 Led Lamps) (Current QPL # S102-0917, Last QPL recert 2/20/2007) 1 Ea.

14X 10200112451041SOLAR TECHNOLOGY

(WZ) TRAILER MOUNT ARROW BOARD

AB-0525 (25 Led Lamps) (Current QPL # S102-1006, Last QPL recert 2/20/2009) 1 Ea.

15 10200112702011TRAFCON INDUSTRIES

(WZ) TRAILER MOUNT ARROW BOARD TC1 Series (15 lamps, 48 by 96 inches) 1 Ea. 45 days $3,295.00 60

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 4 of 93

Page 21: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

15A 10200112702011TRAFCON INDUSTRIES

(WZ) TRAILER MOUNT ARROW BOARD TC1 Series (25 lamps, 48 by 96 inches) 1 Ea. 45 days $3,545.00 60

15B 10200112702031TRAFCON INDUSTRIES

(WZ) TRAILER MOUNT ARROW BOARD

TC1-15D (Diesel) (Current QPL # S102-0914, Last QPL recert 3/27/2009) 1 Ea.

16 10200112702041TRAFCON INDUSTRIES

(WZ) TRAILER MOUNT ARROW BOARD TC1-25S (Current QPL # S102-1019) 1 Ea.

16A 10200112702051TRAFCON INDUSTRIES

(WZ) TRAILER MOUNT ARROW BOARD

TC1-25D (Diesel) (Current QPL # S102-1029, Last QPL recert 3/27/2009) 1 Ea.

17 10200113006011 VER-MAC(WZ) TRAILER MOUNT ARROW BOARD

VM-95SL (25 Led Lamps) (Current QPL # S102-1014) 1 Ea. 60 days $3,950.00 49

18 10200113006021 VER-MAC(WZ) TRAILER MOUNT ARROW BOARD

ST-4815 (15 Led Lamps) (Current QPL # S102-1031) 1 Ea. 60 days $3,450.00 49

18M 10200113204011WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD

WAAW 15 SB (Current QPL # S102-0915, Last QPL recert 3/3/2009) 1 Ea.

18N 10200113204021WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD

Arrowmaster Led46 (15 Led Lamps) (Current QPL # S102-0918, Last QPL recert 3/3/2009) 1 Ea.

18P 10200113204031WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD

WAAW 155BSTD (Current QPL # S102-0920, Last QPL recert 3/2/2009) 1 Ea.

18Q 10200113204041WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD

WAAW 155BWA (Current QPL # S102-0921, Last QPL recert 3/2/2009) 1 Ea.

18R 10200113204051WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD

Arrow Master III (25 Led Lamps) (Current QPL # S102-1007, Last QPL recert 3/2/2009) 1 Ea.

18S 10200113204061WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD

Protect-O-Flash (25 Led Lamps) (Current QPL # S102-1008, Last QPL recert 6/23/2009) 1 Ea.

18T 10200113204071WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD M90 E 15 Light (Current QPL # S102-1025) 1 Ea.

18U 10200113204081WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD M90 E-Z 15 Light (Current QPL # S102-1026) 1 Ea. 3 weeks $3,350.00 50

18V 10200113204091WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD M90 E 25 Light (Current QPL # S102-1027) 1 Ea.

18W 10200113204101WORK AREA PROTECTION

(WZ) TRAILER MOUNT ARROW BOARD M90 E-Z 25 Light (Current QPL # S102-1028) 1 Ea. 3 weeks $3,950.00 50

18X 10200113208011 WANCO, INC.(WZ) TRAILER MOUNT ARROW BOARD

WTSP 110-LSA (15 Led Lamps) (Current QPL # S102-0924, Last QPL recert 4/2/2009) 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 5 of 93

Page 22: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

18Y 10200113208021 WANCO, INC.(WZ) TRAILER MOUNT ARROW BOARD

WTDB8-SAC (Diesel) (Current QPL # S102-1002, Last QPL recert 2/17/2009) 1 Ea.

19 10200113208031 WANCO, INC.(WZ) TRAILER MOUNT ARROW BOARD

WTSP 75-LSA C (25 Led Lamps) (Current QPL # S102-1017) 1 Ea.

19M 10200113208041 WANCO, INC.(WZ) TRAILER MOUNT ARROW BOARD

WTSP 110-LSA C (25 Led Lamps) (Current QPL # S102-1018, Last QPL recert 2/19/2009) 1 Ea.

20 10200113208051 WANCO, INC.(WZ) TRAILER MOUNT ARROW BOARD

WTSP-08 (15 LED Lamps) (Current QPL # S102-1030) 1 Ea.

22 10200122702021TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB4-15 (Current QPL # S102-1115) 1 Ea. 45 days $1,102.00 60

22A 10200122702021TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB4 Series (25 lamps, 36 by 72 inches) 1 Ea. 45 days $1,266.00 60

23 10200122702031TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB3-25 (Current QPL # S102-1119) 1 Ea. 45 days $902.00 60

23A 10200122702031TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB3 Series (15 lamps, 30 by 60 inches) 1 Ea. 45 days $1,102.00 60

23B 10200122702031TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB3 Series (25 lamps, 30 by 60 inches) 1 Ea. 45 days $1,178.00 60

25 10200122702051TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB5 Series (15 lamps, 48 by 96 inches) 1 Ea. 45 days $1,426.00 60

25A 10200122702051TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB5 Series (25 lamps, 48 by 96 inches) 1 Ea. 45 days $1,770.00 60

26 10200122702061TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB3-13 (Current QPL # S102-1125) 1 Ea.

27 10200122702071TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB3-15 (Current QPL # S102-1126) 1 Ea.

28 10200122702081TRAFCON INDUSTRIES

(WZ) VEHICLE MOUNT ARROW BOARD MB5-15 (Current QPL # S102-1127) 1 Ea.

29 10200123208011 WANCO, INC.(WZ) VEHICLE MOUNT ARROW BOARD

WFB6-SA (15 Led Lamps) (Current QPL # S102-1101) 1 Ea.

30 10200123208021 WANCO, INC.(WZ) VEHICLE MOUNT ARROW BOARD

WFB5-SA (15 Led Lamps) (Current QPL # S102-1102) 1 Ea.

31 10200123208031 WANCO, INC.(WZ) VEHICLE MOUNT ARROW BOARD

WFB6-SAC (25 Led Lamps) (Current QPL # S102-1111) 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 6 of 93

Page 23: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

32 10200123208041 WANCO, INC.(WZ) VEHICLE MOUNT ARROW BOARD (PORTABLE)

WFB5-SAC (25 Led Lamps) (Current QPL # S102-1112) 1 Ea.

32M 10200150015031 ADDCO, INC.(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

DH1000-SLD (Current QPL # S102-1201, Last QPL recert 2/20/2009) 1 Ea.

32N 10200150015041 ADDCO, INC.(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

DH1000-ALS (Current QPL # S102-1203, Last QPL recert 2/20/2009) 1 Ea.

33 10200150023041AMERICAN SIGNAL CO.

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE) CMS-T331 (Current QPL # S102-1209) 1 Ea. 30 days $11,500.00 1

34 10200150023051AMERICAN SIGNAL CO.

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE) CMS-T331.1D (Current QPL # S102-1219) 1 Ea. 30 days $11,000.00 1

34M 10200151708011NATIONAL SIGNAL

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

Sunray 340 (Current QPL # S102-1205, Last QPL recert 2/20/2009) 1 Ea.

34N 10200151708021NATIONAL SIGNAL

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

Vu Pointe (Current QPL # S102-1221, Last QPL recert 2/20/2009) 1 Ea.

34P 10200152020021

PRECISION SOLAR CONTROLS, INC.

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

SMC 2000FM (Current QPL # S102-1223, Last QPL recert 2/20/2009) 1 Ea.

34Q 10200152020031

PRECISION SOLAR CONTROLS, INC.

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

SMC 1000HE (Current QPL # S102-1224, Last QPL recert 2/20/2009) 1 Ea.

34R 10200152020041

PRECISION SOLAR CONTROLS, INC.

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE) SMC 1000 HE06 (Current QPL # S102-1225) 1 Ea. 3 weeks $14,500.00 50

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 7 of 93

Page 24: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

34S 10200152020051

PRECISION SOLAR CONTROLS, INC.

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

SMC 2000-FM06 Message Center (Current QPL # S102-1226) 1 Ea. 3 weeks $18,700.00 50

34T 10200152451011

SOLAR TECHNOLOGY, INC.

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

MB-1548 (Current QPL # S102-1207, Last QPL recert 2/20/09) 1 Ea.

34U 10200152451021

SOLAR TECHNOLOGY, INC.

(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

MB-II-2248 (Current QPL # S102-1220, Last QPL recert 2/20/09) 1 Ea.

35 10200153006011 VER-MAC(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE) Northern Lights PCMS (Current QPL # S102-1210 1 Ea. 60 days $14,400.00 49

36 10200153006021 VER-MAC(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE) PCMS-1210 (Current QPL # S102-1227) 1 Ea. 60 days $14,400.00 49

37 10200153006031 VER-MAC(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE) PCMS-1210 QS (Current QPL # S102-1228) 1 Ea.

38 10200153208011 WANCO, INC.(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE) WTLMB-S-LL-(A) (Current QPL # S1 02-1212) 1 Ea.

38A 10200153208021 WANCO, INC.(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

WTLMB-S-LL-(B)M (Current QPL # S102-1214, Last QPL recert 2/19/2009) 1 Ea.

39 10200153208031 WANCO, INC.(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE) WTLMB-S-LL-(B) (Current QPL # S102-1215) 1 Ea.

39A 10200153208041 WANCO, INC.(WZ) CHANGEABLE MESSAGE SIGN (PORTABLE)

WTLMB-S-LL-(A)M (Current QPL # S102-1216, Last QPL recert 2/19/2009) 1 Ea.

40 10200173208021 WANCO, INC.

(WZ) TRAILER MOUNTED INCIDENT MANAGEMENT SIGN

WVT3-S(A) Mini Message Director (Current QPL # S102-3401) 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 8 of 93

Page 25: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

40M 10200450806011 EMPCO LITE(WZ) TYPE D 360 WARNING LIGHT LOW INTENSITY

499L3 (Current QPL # S102-3200, Last QPL recert 4/11/2008) 1 Ea.

40N 10200450806021 EMPCO LITE(WZ) TYPE D 360 WARNING LIGHT LOW INTENSITY

600D (Current QPL # S102-3201, Last QPL recert 8/1/2008) 1 Ea.

40P 10200490718011 Unipart Dorman (WZ) SEQUENTIAL FLASHING WARNING LIGHTS

SynchroGUIDE Model BAB6N/AW/P/H/A1 (Lamp complete with mounting bolt) 1 Ea. 10 days $116.25 56

40Q 10200490718011 Unipart Dorman (WZ) SEQUENTIAL FLASHING WARNING LIGHTS

SynchroGUIDE Model BAB6N/AW/P/H/L1 (Lamp without mounting bolt) 1 Ea. 10 days $116.25 56

40R 10201301303011 K&K SYSTEMS(WZ) PORTABLE REGULTORY SIGN Model KKWS30-4 (Current QPL 1 Ea. 45 days $3,969.00 53

40U 10201302020011

PRECISION SOLAR CONTROLS, INC.

(WZ) PORTABLE REGULTORY SIGN

Solar Assist Sign Trailer (Current QPL # S102-1303, Last QPL recert 2/19/2009) 1 Ea.

40W 10201302021011PROTECTION SERVICES

(WZ) PORTABLE REGULTORY SIGN

Protect-O-Flash Regulatory Sign (Current QPL # S102-1301, Last QPL recert 4/20/2009) 1 Ea.

41 10201303208011 WANCO, INC.(WZ) Portable Regulatory Sign Fold-N-Go (Current QPL # S102-1300) 1 Ea.

42 10201900023011AMERICAN SIGNAL CO.

(WZ) Portable Radar Speed Display Unit Digibrite 100 (Current QPL # S102-1902) 1 Ea. 45 days $10,111.11 1

43 10201900023021AMERICAN SIGNAL CO.

(WZ) Portable Radar Speed Display Unit

Digibrite 100 Advantage (Current QPL # S102-1909) 1 Ea. 30 days $6,800.00 1

45A 10201900036021ALL TRAFFIC SOLUTIONS

(WZ) Portable Radar Speed Display Unit SPEEDsentry with 12” characters – AC power 1 Ea.

45B 10201900036021ALL TRAFFIC SOLUTIONS

(WZ) Portable Radar Speed Display Unit

SPEEDsentry with 12” characters – Solar/Battery power 1 Ea.

45C 10201900036021ALL TRAFFIC SOLUTIONS

(WZ) Portable Radar Speed Display Unit SPEEDsentry with 15” characters – AC power 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 9 of 93

Page 26: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

45D 10201900036021ALL TRAFFIC SOLUTIONS

(WZ) Portable Radar Speed Display Unit

SPEEDsentry with 15” characters – Solar/Battery power 1 Ea.

45E 10201900036021ALL TRAFFIC SOLUTIONS

(WZ) Portable Radar Speed Display Unit SPEEDsentry with 18” characters– AC power 1 Ea.

45M 10201901303021 K&K SYSTEMS(WZ) PORTABLE RADAR SPEED DISPLAY UNIT

Model 2000R-18" (Current QPL # S102-1906, Last QPL recert 2/20/2009) 1 Ea. 45 days $6,493.00 53

46 10201901628031 MPH Industries(WZ) Portable Radar Speed Display Unit MPH RDST 18" (Current QPL # S102-1907) 1 Ea.

47 10201901628041 MPH Industries(WZ) Portable Radar Speed Display Unit D-25 Speed Trailer (Current QPL # S102-1908) 1 Ea.

47M 10201902021011PROTECTION SERVICES

(WZ) PORTABLE RADAR SPEED DISPLAY UNIT

Model-Con-SAM (Current QPL # S102-1911, Last QPL recert 4/20/2009) 1 Ea.

47S 10201902451011

SOLAR TECHNOLOGY INC.

(WZ) PORTABLE RADAR SPEED DISPLAY UNIT

Silent Advisor RST-1000 (Current QPL # S102-1913) 1 Ea.

48 10201903208021 WANCO, INC.(WZ) Portable Radar Speed Display Unit WSDT-S (Current QPL # S102-1910) 1 Ea.

48M 10204001161011

HIGHWAY INFORMATION SYSTEMS, INC.

(WZ) HIGHWAY ADVISORY RADIO

Solar Max (Current QPL # S102-0400, old QPL # WK1R1, last QPL recert 1/1/2009) 1 Ea. 60 days $60,395.00 52

49 61000161211021LITESYS-INTELICOM, INC.

TRUCK MOUNTED INCIDENT MANAGEMENT SIGN LITEREADER VCMS MODEL 1020A 1 Ea. 30 days $9,295.00 22

50 61000170023011AMERICAN SIGNAL CO.

(WZ) TRAILER MOUNTED INCIDENT MANAGEMENT SIGN CMS-GP 432-T 1 Ea. 30 days $11,000.00 1

51 63410380808013ENGINEERED CASTING, INC. SPANWIRE CLAMP ADAPTER 1 1/2" PIPE W/ OR W/OUT S/S BUSHING PN 1156 1 Ea.

52 63410380808023ENGINEERED CASTING, INC. SPANWIRE CLAMP ADAPTER TRI-STUD WITH S/S BUSHING PN 1156-T 1 Ea. 30 days $14.51 10

53 63410380808033ENGINEERED CASTING, INC. SPANWIRE CLAMP ADAPTER INVERTED NIPPLE WITH S/S BUSHING PN 1156-C 1 Ea. 45 days $19.37 10

54 63510140026013

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

P.N. A6001946TAX18 (13" X 24" X 18") W/COVER AND HARDWARE 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 10 of 93

Page 27: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

55 63510140026023

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

P.N. A6001946TAPCX-12 (13" X 24" X 12") W/COVER AND HARDWARE 1 Ea.

56 63510140026033

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

MODEL A6001640TAPCX 17" x 30" x 12" W/COVER AND HARDWARE 1 Ea.

57 63510140026033

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

MODEL A6001974TAPCX 24" x 36" x 30" W/COVER AND HARDWARE 1 Ea.

58 63510140026033

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

MODEL A6001640TAPCX 17" x 30" x 22" W/COVER AND HARDWARE 1 Ea.

59 63510140026033

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

MODEL A6001640TAPCX 17" x 30" x 24" W/COVER AND HARDWARE 1 Ea.

60 63510140026043

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

MODEL A6000485TAX12 12" x 20" x 12" Polymer Concrete W/COVER AND HARDWARE 1 Ea.

61 63510140026053

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

MODEL A6001974TAPCX 24" x 36" x 18" W/COVER AND HARDWARE 1 Ea.

62 63510140026053

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

MODEL A6001974TAPCX 24" x 36" x 24" W/COVER AND HARDWARE 1 Ea.

63 63510140026053

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

MODEL A6001974TAPCX 24" x 36" x 30" W/COVER AND HARDWARE 1 Ea.

64 63510140026063

ARMORCAST PRODUCTS COMPANY PULL BOX AND COVER

Model A6001430TAPCX36 30" x 48" x 36" W/COVER AND HARDWARE 1 Ea.

65 63510140210023

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER TYPE 38 W/COVER AND HARDWARE 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 11 of 93

Page 28: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

66 63510140210053

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER

TYPE 66 SERIES 17" X 30" W/COVER AND HARDWARE 1 Ea.

67 63510140210063

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER

TYPE W-100 SERIES 2;0" X 3;0" UTILITY BOX W/COVER AND HARDWARE 1 Ea.

68 63510140210073

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER

TYPE W-200 SERIES 2;6" X 4;0" UTILITY BOX W/COVER AND HARDWARE 1 Ea.

69 63510140210083

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER

MODEL 1324PGE12 BODY W/COVER AND HARDWARE 1 Ea.

70 63510140210093

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER

MODEL W-1624 X 24" DEEP W/COVER AND HARDWARE 1 Ea.

71 63510140210103

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER MODEL 1324 POLYMER COVER,POLYLYTE BDY 1 Ea.

72 63510140210113

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER MODEL S1324 W/COVER AND HARDWARE 1 Ea.

73 63510140210123

OLDCASTLE PRECAST EAST INC. PULL BOX AND COVER MODEL S1730 W/COVER AND HARDWARE 1 Ea.

74 63510140413133

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24132412A W/COVER AND HARDWARE 1 Ea.

75 63510140413133

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24132418A W/COVER AND HARDWARE 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 12 of 93

Page 29: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

76 63510140413143

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24173012A W/COVER AND HARDWARE 1 Ea.

77 63510140413143

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24173018A W/COVER AND HARDWARE 1 Ea.

78 63510140413143

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24173022A W/COVER AND HARDWARE 1 Ea.

79 63510140413153

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24243618A W/COVER AND HARDWARE 1 Ea.

80 63510140413153

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24243624A W/COVER AND HARDWARE 1 Ea.

81 63510140413153

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24243630A W/COVER AND HARDWARE 1 Ea.

82 63510140413153

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A24243642A W/COVER AND HARDWARE 1 Ea.

83 63510140413173

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A22390014A W/COVER AND HARDWARE 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 13 of 93

Page 30: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

84 63510140413173

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A22390028A W/COVER AND HARDWARE 1 Ea.

85 63510140413173

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A22390030A W/COVER AND HARDWARE 1 Ea.

86 63510140413173

CDR SYSTEMS CORPORATION (DIV. OF HUBBELL) PULL BOX AND COVER MODEL A22390036A W/COVER AND HARDWARE 1 Ea.

87 63510141707023 NEW BASIS PULL BOX AND COVERMODEL PCA1730 SERIES POLYMER CONCRETE (17x30x12) W/COVER AND HARDWARE 1 Ea.

88 63510141707023 NEW BASIS PULL BOX AND COVERMODEL PCA1730 SERIES POLYMER CONCRETE (17x30x18) W/COVER AND HARDWARE 1 Ea.

89 63510141707023 NEW BASIS PULL BOX AND COVERMODEL PCA1730 SERIES POLYMER CONCRETE (17x30x22) W/COVER AND HARDWARE 1 Ea.

90 63510141707023 NEW BASIS PULL BOX AND COVERMODEL PCA1730 SERIES POLYMER CONCRETE (17x30x24) W/COVER AND HARDWARE 1 Ea.

91 63510141707033 NEW BASIS PULL BOX AND COVERMODEL PCA2436 SERIES POLYMER CONCRETE (24x36x18) W/COVER AND HARDWARE 1 Ea.

92 63510141707033 NEW BASIS PULL BOX AND COVERMODEL PCA2436 SERIES POLYMER CONCRETE (24x36x24) W/COVER AND HARDWARE 1 Ea.

93 63510141707033 NEW BASIS PULL BOX AND COVERMODEL PCA2436 SERIES POLYMER CONCRETE (24x36x36) W/COVER AND HARDWARE 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 14 of 93

Page 31: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

94 63510141707033 NEW BASIS PULL BOX AND COVERMODEL PCA2436 SERIES POLYMER CONCRETE (24x36x48) W/COVER AND HARDWARE 1 Ea.

95 63510141707043 NEW BASIS PULL BOX AND COVERMODEL PCA1324 SERIES POLYMER CONCRETE (13x24x12) W/COVER AND HARDWARE 1 Ea.

96 63510141707043 NEW BASIS PULL BOX AND COVERMODEL PCA1324 SERIES POLYMER CONCRETE (13x24x18) W/COVER AND HARDWARE 1 Ea.

97 63510141707043 NEW BASIS PULL BOX AND COVERMODEL PCA1324 SERIES POLYMER CONCRETE (13x24x24) W/COVER AND HARDWARE 1 Ea.

98 63510142101043QUAZITE, DIV. OF HUBBELL PULL BOX AND COVER

MODEL PG2436BAxx SERIES (24X36X18) W/COVER AND HARDWARE 1 Ea. 2 weeks $345.00 25

99 63510142101043QUAZITE, DIV. OF HUBBELL PULL BOX AND COVER

MODEL PG2436BAxx SERIES (24X36X24) W/COVER AND HARDWARE 1 Ea. 2 weeks $365.00 25

100 63510142101043QUAZITE, DIV. OF HUBBELL PULL BOX AND COVER

MODEL PG2436BAxx SERIES (24X36X30) W/COVER AND HARDWARE 1 Ea. 2 weeks $380.00 25

101 63510142101053QUAZITE, DIV. OF HUBBELL PULL BOX AND COVER MODEL PG1730BA12 W/COVER AND HARDWARE 1 Ea. 2 weeks $188.00 25

102 63510142101063QUAZITE, DIV. OF HUBBELL PULL BOX AND COVER

MODEL PG1324BA12 W/PG1324HA COVER AND HARDWARE 1 Ea. 2 weeks $102.00 25

103 63510142101073QUAZITE, DIV. OF HUBBELL PULL BOX AND COVER MODEL PG2436BA36 W/COVER AND HARDWARE 1 Ea. 2 weeks $425.00 25

104 63510142448013

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S1324B SERIES (13" X 24" X 12") W/COVER AND HARDWARE 1 Ea.

105 63510142448013

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S1324B SERIES (13" X 24" X 18") W/COVER AND HARDWARE 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 15 of 93

Page 32: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

106 63510142448023

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S1730B SERIES (17x30x12) W/COVER AND HARDWARE 1 Ea.

107 63510142448023

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S1730B SERIES (17x30x18) W/COVER AND HARDWARE 1 Ea.

108 63510142448023

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S1730B SERIES (17x30x22) W/COVER AND HARDWARE 1 Ea.

109 63510142448023

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S1730B SERIES (17x30x24) W/COVER AND HARDWARE 1 Ea.

110 63510142448033

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S2436B SERIES (24x36x18) W/COVER AND HARDWARE 1 Ea.

111 63510142448033

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S2436B SERIES (24x36x24) W/COVER AND HARDWARE 1 Ea.

112 63510142448033

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S2436B SERIES (24x36x36) W/COVER AND HARDWARE 1 Ea.

113 63510142448033

OLDCASTLE PRECAST/SYNERTECH MOLDED PRODUCTS PULL BOX AND COVER

MODEL S2436B SERIES (24x36x48) W/COVER AND HARDWARE 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 16 of 93

Page 33: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

114 63510145201023Brooks/Oldcastle Precast, Inc. PULL BOX AND COVER Type 38 Series for Traffic Monitoring Site 1 Ea.

115 63510146906013

Oldcastle Precast/Synertech Molded Products PULL BOX AND COVER MODEL DUO BOX 1324 X 12" (SB1324 - VENTE) 1 Ea.

116 63510146906033

Oldcastle Precast/Synertech Molded Products PULL BOX AND COVER MODEL DUO BOX 2436 X 24" (SB2436 - VENTE) 1 Ea.

117 63510192608013

TRANSPORTATION CONTROL SYSTEMS JUNCTION BOX MODEL TCS-AJB 1 Ea. 30 days $180.00 35

118 63910171154091 HESCO/RLSTRANSIENT PROTECTION DEVICE MODEL HE500S "PRO-1" 1 Ea.

119 63910400803013

ECONOLITE CONTROL PRODUCTS, INC.

UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

MODEL DBL “M” LED SERIES WITH REAL TIME ACTIVE POWER CONDITIONER AND AUTOMATIC TRANSFER SWITCH AND GENERATOR CONNECTION 1 Ea.

12 weeks $4,700.00 12

120 63910402411013SOUTHERN MFG. CO.

UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

MODEL SM-UPS-1 with SH1200UR TRAFFICUPSTM, Automatic Transfer Switch, and Generator Connection for Signalized Intersections 1 Ea. 6 weeks $4,295.00 30

121 63910402608013

TRANSPORTATION CONTROL SYSTEMS

UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

MODEL PB2000-ITS/PIGGYBACK SERIES with POWERBACK, Automatic Transfer Switch and Generator Connection for Signalized Intersections 1 Ea. 30 days $4,150.00 35

122 63910402712013 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

MODELS FXM 500 & CABINET with Automatic Transfer Switch and Generator Connection for Signalized Intersections 1 Ea. 60 days $3,567.00 31

123 63910402712013 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

MODELS FXM 1100 & CABINET with Automatic Transfer Switch and Generator Connection for Signalized Intersections 1 Ea. 60 days $4,115.00 31

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 17 of 93

Page 34: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

124 63910402712013 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

MODELS FXM 1500 & CABINET with Automatic Transfer Switch and Generator Connection for Signalized Intersections 1 Ea. 60 days $4,958.00 31

125 63910402712013 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

MODELS FXM 2000 & CABINET with Automatic Transfer Switch and Generator Connection for Signalized Intersections 1 Ea. 60 days $4,972.00 31

126 63910402712023 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

MODEL 17000-UP-FL-W/BATT WITH REAL TIME ACTIVE POWER CONDITIONER AND AUTOMATIC TRANSFER SWITCH AND GENERATOR CONNECTION. 1 Ea.

56 - 70 days $7,450.00 31

127 63910402715023TESCO Controls Inc.

UNINTERRUPTIBLE POWER SUPPLY (UPS) ASSEMBLY

Model Traffic 24-FLBBS with Real Time Active Power Conditioner and Automatic Transfer Switch and Generator Connection 1 Ea. 30 days $7,240.00 6

128 63910460803013

ECONOLITE CONTROL PRODUCTS, INC.

REAL TIME ACTIVE POWER CONDITIONER MODEL DBL “M” SERIES 1 Ea.

12 weeks $2,000.00 12

129 63910462712013 TEMPLE, INC.REAL TIME ACTIVE POWER CONDITIONER

MODEL 17000-UP-FL-W/O BATT, WITHOUT CABINET 1 Ea.

56 - 70 days $4,725.00 31

130 63910462712013 TEMPLE, INC.REAL TIME ACTIVE POWER CONDITIONER MODEL 17000-UP-FL-W/O BATT, WITH CABINET 1 Ea.

56 - 70 days $6,085.00 31

131 63910572714011

TECNOLOGIA ELECTRÒNICA DEL RIPOLLÈS S.L.

TRANSFER SWITCHES - RETROFIT (AUTOMATIC) MODEL TL-30-SS 1 Ea.

132 65011000003011

SIEMENS ITS/EAGLE (AUTOMATIC) 12" POLY VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 4 weeks $53.49 32

133 65011001618011MCCAIN TRAFFIC SUPPLY 12" POLY VEHICLE SIGNAL Single Section with tunnel visor 1 Ea.

30-45 days $60.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 18 of 93

Page 35: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

134 65011002619021

TRAFFIC CONTROL TECHNOLOGIES/PEEK TRAFFIC CORP. 12" POLY VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 30 days $118.00 35

135 65011010003011

SIEMENS ITS/EAGLE (AUTOMATIC)

12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 30 days $52.00 31

136 65011010003021

SIEMENS ITS/EAGLE (AUTOMATIC)

12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 30 days $52.00 31

137 65011010803021

ECONOLITE CONTROL PRODUCTS, INC.

12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 4 weeks $36.40 12

138 65011011618011MCCAIN TRAFFIC SUPPLY

12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea.

30-45 days $73.00 35

139 65011012619011

TRAFFIC CONTROL TECHNOLOGIES/PEEK TRAFFIC CORP.

12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 30 days $137.50 35

140 65011022619011

TRAFFIC CONTROL TECHNOLOGIES/PEEK TRAFFIC CORP. 8" POLY VEHICLE SIGNAL Single Section with tunnel visor 1 Ea. 30 days $106.00 35

141 65011100803031

ECONOLITE CONTROL PRODUCTS, INC.

12" POLY 3 SECTION VEHICLE SIGNAL ASSEMBLY P.N. TP31F2APEON with tunnel visors 1 Ea. 4 weeks $114.40 12

141A 65011101618011MCCAIN TRAFFIC SUPPLY

12" POLY 3 SECTION VEHICLE SIGNAL HOUSING

PN: M71645 (includes top reinforcement plate - may be installed vertically) 1 Ea.

30-45 days $134.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 19 of 93

Page 36: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

142 65011302608011

TRANSPORTATION CONTROL SYSTEMS

12" D.C. ALL LED VEHICLE SIGNAL ASSY MODEL HSS83ELED with tunnel visors 1 Ea. 30 days $322.00 35

143 65011350713011DIALIGHT CORPORATION

PV Red LED Lamp For Optically Programmable Signal MODEL P46-3R33-003 1 Ea.

144 65011351122011

GE LIGHTING SOLUTIONS/LUMINATION

PV Red LED Lamp For Optically Programmable Signal MODEL DR3-RCFB-01A 1 Ea.

145 65011360713011DIALIGHT CORPORATION

PV Yellow LED Lamp For Optically Programmable Signal MODEL P46-3Y33-003 1 Ea.

146 65011361122011

GE LIGHTING SOLUTIONS/LUMINATION

PV Yellow LED Lamp For Optically Programmable Signal MODEL DR3-YCFB-01A 1 Ea.

147 65011370713011DIALIGHT CORPORATION

PV Green LED Lamp For Optically Programmable Signal MODEL P46-3G33-003 1 Ea.

148 65011371122011

GE LIGHTING SOLUTIONS/LUMINATION

PV Green LED Lamp For Optically Programmable Signal MODEL DR3-GCFB-01A 1 Ea.

149 65013021618011MCCAIN TRAFFIC SUPPLY

12" D.C. OPTICALLY PROG. SIG. HEAD MODEL HPSTS-30-3 HIGH PERFORMANCE HEAD 1 Ea.

30-45 days $1,825.00 35

153 65013050713061DIALIGHT CORPORATION 12" LED RED SIGNAL MODEL 433-1210-003XLF 1 Ea.

153M 65013050831011EXCELLENCE OPTO 12" LED RED SIGNAL MODEL TRV-R12SG-D2T 1 Ea. 30 days $30.00 31

155X 65013051122071

GE LIGHTING SOLUTIONS/LUMINATION 12" LED RED SIGNAL MODEL DR6-RTFB-20A-40 1 Ea.

155Y 65013051122131

GE LIGHTING SOLUTIONS/LUMINATION 12" LED RED SIGNAL MODEL DR6-RTFB-VLA-013 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 20 of 93

Page 37: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

156 65013051122111

GE LIGHTING SOLUTIONS/LUMINATION 12" LED RED SIGNAL MODEL DR6-RTFB-17A 1 Ea.

159 65013051413041LEOTEK ELECTRONICS 12" LED RED SIGNAL MODEL TSL-12R-LX-IL3-A1 1 Ea.

2-4 weeks $39.60 25

159A 65013051413061LEOTEK ELECTRONICS 12" LED RED SIGNAL Model TSL-12R-LX-IL6-A1-P2 1 Ea. 30 days $36.20 6

159M 65013052718011 TraStar, Inc. 12" LED RED SIGNAL DuraLight Model JXC-300HFTR 1 Ea. 30 days $26.58 61

164 65013060713061DIALIGHT CORPORATION 12" LED YELLOW SIGNAL MODEL 433-3230-901XLF 1 Ea.

164M 65013060831011EXCELLENCE OPTO 12” LED YELLOW SIGNAL MODEL TRV-Y12SG-D1T 1 Ea. 30 days $38.00 31

165X 65013061122021

GE LIGHTING SOLUTIONS/LUMINATION 12" LED YELLOW SIGNAL MODEL DR6-YTFB-20A-40-FL 1 Ea.

165Y 65013061122131

GE LIGHTING SOLUTIONS/LUMINATION 12" LED YELLOW SIGNAL MODEL DR6-YTFB-VLA-013 1 Ea.

166 65013061122111

GE LIGHTING SOLUTIONS/LUMINATION 12" LED YELLOW SIGNAL MODEL DR6-YTFB-17A 1 Ea.

166A 65013061122121

GE LIGHTING SOLUTIONS/LUMINATION 12" LED YELLOW SIGNAL MODEL DR6-YTFB-17A-YX 1 Ea.

169 65013061413041LEOTEK ELECTRONICS 12" LED YELLOW SIGNAL MODEL TSL-12Y-LX-IL3-A1 1 Ea.

2-4 weeks $48.40 25

170 65013061413051LEOTEK ELECTRONICS 12" LED YELLOW SIGNAL TSL-12Y-LX-IL3-A1-C 1 Ea. 30 days $48.40 6

170A 65013061413061LEOTEK ELECTRONICS 12" LED YELLOW SIGNAL Model TSL-12Y-LX-IL6-A1-P2 1 Ea. 30 days $39.22 6

170M 65013062718011 TraStar, Inc. 12" LED YELLOW SIGNAL DuraLight Model JXC-300HFTY02 1 Ea. 30 days $32.00 61

173 65013070713061DIALIGHT CORPORATION 12" LED GREEN SIGNAL MODEL 433-2220-001XLF 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 21 of 93

Page 38: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

174 65013070831011EXCELLENCE OPTO. INC. 12" LED GREEN SIGNAL MODEL TRV-G12SG-D2T 1 Ea. 30 days $38.00 31

175X 65013071122071

GE LIGHTING SOLUTIONS/LUMINATION 12" LED GREEN SIGNAL MODEL DR6-GTFB-20A-40 1 Ea.

175Y 65013071122131

GE LIGHTING SOLUTIONS/LUMINATION 12" LED GREEN SIGNAL MODEL DR6-GTFB-VLA-013 1 Ea.

176 65013071122111

GE LIGHTING SOLUTIONS/LUMINATION 12" LED GREEN SIGNAL MODEL DR6-GTFB-17A-FL 1 Ea.

179 65013071413041LEOTEK ELECTRONICS 12" LED GREEN SIGNAL MODEL TSL-12G-LX-IL3-A1 1 Ea. 45 days $52.80 6

179A 65013071413061LEOTEK ELECTRONICS 12" LED GREEN SIGNAL Model TSL-12G-LX-IL6-A1-P2 1 Ea. 30 days $40.80 6

179M 65013072718011 TraStar, Inc. 12" LED GREEN SIGNAL DuraLight Model JXC-300HFTG 1 Ea. 30 days $27.50 61

180 65013150713031DIALIGHT CORPORATION 12" LED RED ARROW SIGNAL MODEL 432-1314-001 1 Ea.

181 65013150713041DIALIGHT CORPORATION 12" LED RED ARROW SIGNAL MODEL 432-1314-001XF 1 Ea.

182 65013150713051DIALIGHT CORPORATION 12" LED RED ARROW SIGNAL MODEL 432-1314-001XODF 1 Ea.

182M 65013150831011EXCELLENCE OPTO. INC. 12" LED RED ARROW SIGNAL MODEL TRA-R12DG-IN 1 Ea. 30 days $34.00 31

183 65013151122021

GE LIGHTING SOLUTIONS/LUMINATION 12" LED RED ARROW SIGNAL MODEL DR6-RTAAN-21A 1 Ea.

184 65013151122051

GE LIGHTING SOLUTIONS/LUMINATION 12" LED RED ARROW SIGNAL MODEL DR6-RTAAN-17A-FL 1 Ea.

185 65013151413011LEOTEK ELECTRONICS 12" LED RED ARROW SIGNAL MODEL TSL-12RA-MF-A1 1 Ea. 45 days $33.82 6

185M 65013151413021LEOTEK ELECTRONICS 12" LED RED ARROW SIGNAL MODEL TSL-12RA-LD-A1 1 Ea. 30 days $31.65 6

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 22 of 93

Page 39: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

185N 65013151413031LEOTEK ELECTRONICS 12" LED RED ARROW SIGNAL Model TSL-12RA-IL6-A1 1 Ea. 30 days $34.72 6

185T 65013152718011 TraStar, Inc. 12" LED RED ARROW SIGNAL DuraLight Model JXJ300-07TR03 1 Ea. 30 days $29.00 61

186 65013160713011DIALIGHT CORPORATION

12" LED YELLOW ARROW SIGNAL MODEL 430-3334-001 1 Ea.

187 65013160713031DIALIGHT CORPORATION

12" LED YELLOW ARROW SIGNAL MODEL 431-3334-001 1 Ea.

188 65013160713041DIALIGHT CORPORATION

12" LED YELLOW ARROW SIGNAL MODEL 431-3334-001XF 1 Ea.

189 65013160713051DIALIGHT CORPORATION

12" LED YELLOW ARROW SIGNAL MODEL 431-3334-001XODF 1 Ea. 30 days $47.00 35

190 65013160713061DIALIGHT CORPORATION

12" LED YELLOW ARROW SIGNAL MODEL 431-3334-901XODF 1 Ea.

190M 65013160831011EXCELLENCE OPTO. INC.

12" LED YELLOW ARROW SIGNAL MODEL TRA-Y12DG-IN2 1 Ea. 30 days $39.00 31

191 65013161122021

GE LIGHTING SOLUTIONS/LUMINATION

12" LED YELLOW ARROW SIGNAL MODEL DR6-YTAAN-21A 1 Ea.

192 65013161122051

GE LIGHTING SOLUTIONS/LUMINATION

12" LED YELLOW ARROW SIGNAL MODEL DR6-YTAAN-17A-FL 1 Ea.

193 65013161413011LEOTEK ELECTRONICS

12" LED YELLOW ARROW SIGNAL Model TSL-12YA-MF-A1 1 Ea. 45 days $34.26 6

193M 65013161413021LEOTEK ELECTRONICS

12" LED YELLOW ARROW SIGNAL MODEL TSL-12YA-LD-A1 1 Ea. 30 days $33.00 6

193N 65013161413031LEOTEK ELECTRONICS

12" LED YELLOW ARROW SIGNAL Model TSL-12YA-IL6-A1 1 Ea. 30 days $40.15 6

193T 65013162718011

TraStar, Inc. www.trastarusa.com

12" LED YELLOW ARROW SIGNAL DuraLight Model JXJ300-07TY03 1 Ea. 30 days $29.00 61

194 65013170713011DIALIGHT CORPORATION

12" LED GREEN ARROW SIGNAL MODEL 432-2324-001 1 Ea.

195 65013170713041DIALIGHT CORPORATION

12" LED GREEN ARROW SIGNAL MODEL 432-2324-001XF 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 23 of 93

Page 40: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

196 65013170713051DIALIGHT CORPORATION

12" LED GREEN ARROW SIGNAL MODEL 432-2324-001XODF 1 Ea.

196M 65013170831011EXCELLENCE OPTO. INC.

12" LED GREEN ARROW SIGNAL MODEL TRA-G12DG-IN 1 Ea. 30 days $39.00 31

197 65013171122021

GE LIGHTING SOLUTIONS/LUMINATION

12" LED GREEN ARROW SIGNAL MODEL DR6-GTAAN-21A FULL 1 Ea.

198 65013171122051

GE LIGHTING SOLUTIONS/LUMINATION

12" LED GREEN ARROW SIGNAL MODEL DR6-GTAAN-17A-FL 1 Ea.

199 65013171413011LEOTEK ELECTRONICS

12" LED GREEN ARROW SIGNAL MODEL TSL-12GA-MF-A1 1 Ea. 45 days $45.65 6

199M 65013171413021LEOTEK ELECTRONICS

12" LED GREEN ARROW SIGNAL MODEL TSL-12GA-LD-A1 1 Ea. 30 days $43.15 6

199N 65013171413031LEOTEK ELECTRONICS

12" LED GREEN ARROW SIGNAL Model TSL-12GA-IL6-A1 1 Ea. 30 days $42.53 6

199T 65013172718011

TraStar, Inc. www.trastarusa.com

12" LED GREEN ARROW SIGNAL DuraLight Model JXJ300-07TG03 1 Ea. 30 days $37.00 61

200 65100141159031 HORIZON SIGNAL

(WZ) PORTABLE TRAFFIC SIGNAL (FOR WORK ZONE USE ONLY) MODEL SQ3TS

1 Each Set 30 days $51,216.00 18

201 65100141159041 HORIZON SIGNAL

(WZ) PORTABLE TRAFFIC SIGNAL (FOR WORK ZONE USE ONLY) MODEL SQ2

1 Each Set 30 days $23,500.00 18

201M 65100141710011North America Traffic, Inc.

(WZ) PORTABLE TRAFFIC SIGNAL (FOR WORK ZONE USE ONLY) Model PTL2.4x

1 Each Set

202 65310390408013 COST CAST, INC. POLE END P.N. 1918 POLE PLATES 1 Ea. 30 days $31.75 10

203 65310390808013ENGINEERED CASTING, INC. POLE END PN2052 W/ 1 1/4" PIPE TAP 1 Ea. 30 days $15.28 10

204 65310390808023ENGINEERED CASTING, INC. POLE END FLAT PN 2053 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 24 of 93

Page 41: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

205 65310390808043ENGINEERED CASTING, INC. POLE END PN 2053 F 1 Ea. 30 days $7.50 10

206 65310390808053ENGINEERED CASTING, INC. POLE END PN 2053 C 1 Ea. 30 days $7.92 10

207 65310392011013PELCO PRODUCTS, INC. POLE END P.N. SE-0111-SS FLAT POLE FLANGE 1 Ea.

208 65310392011023PELCO PRODUCTS, INC. POLE END P.N. SE-0381 W/ 1-1/4" PIPE TAP 1 Ea. 30 days $13.73 31

209 65311040003011SIEMENS ITS/EAGLE 12" X 12" POLY PED SIGNAL Signal with Z-Crate Visor 1 Ea.

210 65311040801011SIEMENS ITS/EAGLE 12" X 12" POLY PED SIGNAL Signal with Z-Crate Visor 1 Ea.

211 65311041618011MCCAIN TRAFFIC SUPPLY 12" X 12" POLY PED SIGNAL Signal with Z-Crate Visor 1 Ea.

212 65311061201021

PEEK TRAFFIC CORP/INTERSECTION DEVELOPMENT CORP.

12" X 12" NEON PED SIGNAL DIE CAST MOD. 4090 17" X 18" SYMBOL W/Z-CRATE 1 Ea.

213 65312000003011SIEMENS ITS/EAGLE 12" DIE CAST PED SIGNAL Signal with Z-Crate Visor 1 Ea.

214 65312002619011

TRAFFIC CONTROL TECHNOLOGIES/PEEK TRAFFIC CORP. 12" DIE CAST PED SIGNAL Signal with Z-Crate Visor 1 Ea.

215 65312201201011

PEEK TRAFFIC CORP/INTERSECTION DEVELOPMENT CORP.

INTERNATIONAL SYMBOL PEDESTRIAN SIGNAL

MODEL 4094 D.C. 17X18 W/Z CRATE NEON SS 20W 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 25 of 93

Page 42: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

216 65312201201021

PEEK TRAFFIC CORP/INTERSECTION DEVELOPMENT CORP.

INTERNATIONAL SYMBOL PEDESTRIAN SIGNAL

MODEL 7090 D.C. 17X18 W/Z CRATE INCAD 67-100W 1 Ea.

217 65312201618011MCCAIN TRAFFIC SUPPLY

INTERNATIONAL SYMBOL PEDESTRIAN SIGNAL MODEL SERIES 1000 1 Ea.

30-45 days $99.00 35

218 65312210801011SIEMENS ITS/EAGLE

16" X 18" DIE CAST PED SIGNAL HOUSING MODEL SG7SZ20COFFF 1 Ea. 30 days $125.65 31

219 65312220801011SIEMENS ITS/EAGLE

16" X 18" POLYCARBONATE PED SIGNAL HOUSING MODEL FL7SZ1C01BBF/3BBB 1 Ea. 30 days $76.24 31

220 65312240801011SIEMENS ITS/EAGLE

16" X 18" ALL LED PEDESTRIAN SIGNAL MODEL PED2001XXBB 1 Ea.

221 65312242608011

TRANSPORTATION CONTROL SYSTEMS

16" X 18" ALL LED PEDESTRIAN SIGNAL

Model 7090LED Class 2 Message Size 11" X 6.5" (Overlay-Filled/Filled) 1 Ea. 30 days $289.00 35

222 65313180713011DIALIGHT CORPORATION

12" LED ORANGE HAND MODULE MODEL 430-5770-001 1 Ea.

223 65313181122021

GE LIGHTING SOLUTIONS/LUMINATION

12" LED ORANGE HAND MODULE

MODEL PS6-PFH1-26A CLASS 2 MESSAGE SIZE 9.5" X 5.5" 1 Ea.

224 65313190713011DIALIGHT CORPORATION

12" LED WALKING PERSON MODULE MODEL 430-7771-001 1 Ea.

225 65313191122021

GE LIGHTING SOLUTIONS/LUMINATION

12" LED WALKING PERSON MODULE

MODEL PS6-WFM3-26A CLASS 2 MESSAGE SIZE 9.5" X 5.5" 1 Ea.

226 65313200713011DIALIGHT CORPORATION

12" LED HAND & PERSON MODULE

MODEL 430-6772-001 Class 3 Message Size 11" X 7" 1 Ea.

227 65313200713021DIALIGHT CORPORATION

12" LED HAND & PERSON MODULE

MODEL 430-6772-001XF OVERLAY/FILLED/FILLED CLASS 3 MESSAGE SIZE 11" X 7" 1 Ea.

228 65313201413011LEOTEK ELECTRONICS

12" LED HAND & PERSON MODULE Model TP12H-HM 1 Ea. 45 days $82.50 6

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 26 of 93

Page 43: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

229 65313210713021DIALIGHT CORPORATION

16" X 18" LED HAND & PERSON MODULE MODEL 430-6472-001 OVERLAY/FILLED 1 Ea.

230 65313210713031DIALIGHT CORPORATION

16" X 18" LED HAND & PERSON MODULE MODEL 430-6473-001 DUAL/FILLED 1 Ea.

231 65313210713041DIALIGHT CORPORATION

16" X 18" LED HAND & PERSON MODULE

MODEL 430-6472-001XF OVERLAY/FILLED/FILLED CLASS 3 MESSAGE SIZE 11" X 7" 1 Ea.

232 65313210713051DIALIGHT CORPORATION

16" X 18" LED HAND & PERSON MODULE

MODEL 430-6450-001XF DUAL/FILLED/FILLED CLASS 3 MESSAGE SIZE 11" X 7" 1 Ea.

233 65313210831011EXCELLENCE OPTO. INC.

16" X 18" LED HAND & PERSON MODULE MODEL TRP-C45DG-W2 1 Ea.

234 65313211122021

GE LIGHTING SOLUTIONS/LUMINATION

16" X 18" LED HAND & PERSON MODULE MODEL PS7-CFL1-01A OVERLAY/FILLED/FILLED 1 Ea.

235 65313211122041

GE LIGHTING SOLUTIONS/LUMINATION

16" X 18" LED HAND & PERSON MODULE

MODEL PS7-CFC1-26A Class 3 Message Size 11” X 7” Side-by-Side/Filled/Filled 1 Ea.

236 65313211413031LEOTEK ELECTRONICS

16" X 18" LED HAND & PERSON MODULE Model TSL-PED-DP-16-FS 1 Ea. 45 days $85.80 6

237 65313301805123OSRAM SYLVANIA SIGNAL LAMPS 90A19/TS/8M/SS 120-125V FOR PED HEADS 1 Ea.

238 65313380408013 COST CAST, INC.PED. SIGNAL BRACKET-SAND CAST P.N. 1915 SAND CAST 1 Ea. 30 days $14.60 9

239 65313382011013PELCO PRODUCTS, INC.

PED. SIGNAL BRACKET-SAND CAST P.N. SP-1011-FL UPPER ARM ASSY. DIE CAST 1 Ea.

240 65313382011023PELCO PRODUCTS, INC.

PED. SIGNAL BRACKET-SAND CAST P.N. SP-1012-FL LOWER ARM ASSY. DIE CAST 1 Ea.

241 65313390801023SIEMENS ITS/EAGLE

POLY PEDESTRIAN SIGNAL BRACKET MODEL UKS1452AB 1 Ea. 4 weeks $22.75 32

242 65313400808013ENGINEERED CASTING, INC.

BRACKETS FOR DIE CAST PED. SIGNAL ELBOW TRI-STUD PN 2054-T WITH FITTINGS 1 Ea. 30 days $15.24 10

243 65313400808023ENGINEERED CASTING, INC.

BRACKETS FOR DIE CAST PED. SIGNAL TEE TRI-STUD PN 2055-T 1 Ea. 30 days $24.32 10

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 27 of 93

Page 44: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

244 65313400808033ENGINEERED CASTING, INC.

BRACKETS FOR DIE CAST PED. SIGNAL TRI-STUD TEE PN 2056-T 1 Ea. 30 days $25.58 10

245 65313400808043ENGINEERED CASTING, INC.

BRACKETS FOR DIE CAST PED. SIGNAL TEE TRI-STUD LEAK PROOF PN 2057-TLP 1 Ea. 30 days $28.19 10

246 65313400808053ENGINEERED CASTING, INC.

BRACKETS FOR DIE CAST PED. SIGNAL PED. SIGN BRACKET PN 2059 1 Ea 30 days $16.12 10

247 65332100713011DIALIGHT CORPORATION

COUNTDOWN PEDESTRIAN SIGNAL

MODEL 430-6479-001F (16" MODULE) 9" x 3 ¼" Digits with Class 3 Message Size (11" x 7") Overlay/Filled/Filled 2 Row 1 Ea.

248 65332100713021DIALIGHT CORPORATION

COUNTDOWN PEDESTRIAN SIGNAL

MODEL 430-7773-001F (12" MODULE) 9" x 3 ¼" Digits Only 2 Row LEDs 1 Ea.

249 65332100713031DIALIGHT CORPORATION

COUNTDOWN PEDESTRIAN SIGNAL

MODEL 430-7773-001XF (12" MODULE) 9" X 3 ¼" DIGITS ONLY 1 Ea.

250 65332100713041DIALIGHT CORPORATION

COUNTDOWN PEDESTRIAN SIGNAL

MODEL 430-6479-001XF (16" MODULE) 9" X 3 ¼" DIGITS with CLASS 3 MESSAGE SIZE 11" X 7" 1 Ea.

250A 65332100713051DIALIGHT CORPORATION

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 $162.00 35

250M 65332100831011EXCELLENCE OPTO. INC.

COUNTDOWN PEDESTRIAN SIGNAL MODEL TRP-C45D3154C10 1 Ea. 30 days $133.00 31

251 65332101122051

GE LIGHTING SOLUTIONS/LUMINATION

COUNTDOWN PEDESTRIAN SIGNAL

MODEL PS7-CFF1-26A (16" MODULE) 9" X 3 " DIGITS with CLASS 2 MESSAGE SIZE 10.5" X 6.5" 1 Ea.

252 65332101413011LEOTEK ELECTRONICS

COUNTDOWN PEDESTRIAN SIGNAL

MODEL TSL-PED-16-CIL-9-FL OVERLAY/FILLED/FILLED 1 Ea.

Stock – 2 weeks $164.00 25

252M 65332102718011 TraStar, Inc.COUNTDOWN PEDESTRIAN SIGNAL DuraLight Model JXM-400VIEIL 1 Ea. 30 days $104.00 61

253 65910150408013 COST CAST, INC. SPANWIRE CLAMP P.N. 1909 1 Ea. 30 days $19.87 9

254 65910150808013ENGINEERED CASTING, INC. SPANWIRE CLAMP P.N. 2079 1 Ea. 30 days $22.20 10

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 28 of 93

Page 45: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

255 65910152011013PELCO PRODUCTS, INC. SPANWIRE CLAMP P.N. SE-0321 1 Ea.

256 65910152011023PELCO PRODUCTS, INC. SPANWIRE CLAMP P.N. SE-0338 SPAN WIRE CLAMP 1 Ea.

257 65910152011033PELCO PRODUCTS, INC. SPANWIRE CLAMP P.N. SE-3211 1 Ea.

258 65910200408013 COST CAST, INC.PIVOTAL ADJUSTABLE HANGER ASSEMBLY P.N. 8880 1 Ea. 30 days $610.00 28

259 65910230408013 COST CAST, INC. WIRE ENTRANCE FITTING P.N. 1976T 1 Ea. 30 days $42.40 9

260 65910230808013ENGINEERED CASTING, INC. WIRE ENTRANCE FITTING P.N. 2084T 1 Ea. 45 days $33.08 10

261 65910230808023ENGINEERED CASTING, INC. WIRE ENTRANCE FITTING P.N. 2084N 1 Ea.

262 65910230808033ENGINEERED CASTING, INC. WIRE ENTRANCE FITTING P.N. 2083N ADJUSTABLE HANGER 1 Ea.

263 65910230808043ENGINEERED CASTING, INC. WIRE ENTRANCE FITTING P.N. 2083T ADJUSTABLE HANGER 1 Ea. 30 days $68.53 10

264 65910230808053ENGINEERED CASTING, INC. WIRE ENTRANCE FITTING P.N. 2085T ADJUSTABLE HANGER 1 Ea.

265 65910230808063ENGINEERED CASTING, INC. WIRE ENTRANCE FITTING P.N. 2087T 1 Ea. 45 days $41.61 10

266 65910240003013SIEMENS ITS/EAGLE VEHICLE SIGNAL BRACKET MODEL A23600 ASSY 2WAY UPPER ARM 1 Ea. 4 weeks $131.53 32

267 65910240408013 COST CAST, INC. VEHICLE SIGNAL BRACKET TWO WAY PN1902,1902B 1 Ea. 30 days $61.60 9

268 65910240408023 COST CAST, INC. VEHICLE SIGNAL BRACKET THREE WAY PN1903,1903B 1 Ea. 30 days $168.80 9

269 65910240408033 COST CAST, INC. VEHICLE SIGNAL BRACKET FOUR WAY PN1904,1904B 1 Ea. 30 days $184.95 9

270 65910240408043 COST CAST, INC. VEHICLE SIGNAL BRACKETP.N. 1902B-C 2-WAY BOTTOM BRACKET W/CENTER 1 Ea. 30 days $35.75 9

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 29 of 93

Page 46: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

271 65910240408053 COST CAST, INC. VEHICLE SIGNAL BRACKETP.N. 1902XL-C 2-WAY TOP BRACKET FOR TWIN CEN 1 Ea. 30 days $91.35 9

272 65910240408063 COST CAST, INC. VEHICLE SIGNAL BRACKETP.N. 1902BXL-C 2-WAY BOTTOM BRACKET FOR 25"C 1 Ea. 30 days $41.30 9

273 65910240408113 COST CAST, INC. VEHICLE SIGNAL BRACKET P.N. 1903B-TEE FOR CLUSTER & 3 SECTION ASSY 1 Ea. 30 days $67.50 9

274 65910240408123 COST CAST, INC. VEHICLE SIGNAL BRACKET TWO WAY PN1902B W/CENTER OCTAGON LOCK 1 Ea. 30 days $105.95 9

275 65910240408131 COST CAST, INC. VEHICLE SIGNAL BRACKETP.N. 1917 SPAN WIRE MOUNTING D.H. W/HORZ HEAD 1 Ea. 30 days $31.90 9

276 65910240408143 COST CAST, INC. VEHICLE SIGNAL BRACKET P.N. 1916A MAST ARM CABLE OR BAND 1 Ea. 30 days $130.55 9

277 65910240801013SIEMENS ITS/EAGLE VEHICLE SIGNAL BRACKET 2-WAY BOTTOM SIGNAL BRACKET 1 Ea. 4 weeks $75.06 32

278 65910240808013ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET P.N. 370-371 HORIZONTAL MT. 1 Ea.

279 65910240808023ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET TWO WAY BOTTOM PN 2021 1 Ea. 30 days $20.41 10

280 65910240808033ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET TWO WAY TOP PN 2022 1 Ea. 30 days $52.46 10

281 65910240808043ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET THREE WAY BOTTOM PN 2031 1 Ea. 45 days $47.09 10

282 65910240808053ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET THREE WAY TOP PN 2032 1 Ea. 45 days $78.03 10

283 65910240808063ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET FOUR WAY BOTTOM PN 2041 1 Ea. 45 days $62.54 10

284 65910240808073ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET FOUR WAY TOP PN 2042 1 Ea. 45 days $91.30 10

285 65910240808083ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET 2 WAY BOTTOM 25" CENTER PN 2021-XL 1 Ea.

286 65910240808093ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET 2 WAY TOP 25" CENTER PN 2022-XL 1 Ea. 45 days $77.66 10

287 65910240808103ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET 2 WAY EXTENDER PN 2022SXL 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 30 of 93

Page 47: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

288 65910240808113ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET

BOTTOM COMBINE 3-WAY W/5 SECT.CLST. PN 2033T 1 Ea.

289 65910240808123ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET

PN 3075 CABLE/BAND-IT SECURED MAST ARM MT 1 Ea. 30 days $117.75 10

290 65910240808133ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET P.N. 2020 XL 1 Ea.

291 65910240808143ENGINEERED CASTING, INC. VEHICLE SIGNAL BRACKET P.N. 2023 1 Ea. 45 days $35.40 10

292 65910242011013PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET

P.N. SP-1025-FL ASTRO-BRAC BAND MAST ARM MT 1 Ea.

293 65910242011023PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET P.N. SP-1028-FL 2-WAY LOWER ARM ASSEMBLY 1 Ea.

294 65910242011033PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET P.N. SP-1026-FL 2-WAY UPPER ARM ASSEMBLY 1 Ea.

295 65910242011043PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET P.N. SP-1027-FL 2-WAY LOWER ARM ASSEMBLY 1 Ea.

296 65910242011051PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET P.N. SP-1015-FL 3-WAY TRI-STUD UPPER ARM ASS 1 Ea.

297 65910242011053PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET P.N. SP-1006-FL CABLE SECURED MAST ARM MT 1 Ea.

298 65910242011061PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET

P.N. SP-1016-FL 3-WAY ONE-STUD LOWER ARM ASS 1 Ea.

299 65910242011063PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET P.N. SP-1008-FL 5SEC CABLE SEC. MAST ARM MT 1 Ea.

300 65910242011071PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET P.N. SP-1017-FL 4-WAY TRI-STUD UPPER ARM ASS 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 31 of 93

Page 48: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

301 65910242011073PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET P.N. SP-2016-FL USE W/OPTICAL SIGS 1 Ea.

302 65910242011081PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET

P.N. SP-1018-FL 4-WAY ONE-STUD LOWER ARM ASS 1 Ea.

303 65910242011083PELCO PRODUCTS, INC. VEHICLE SIGNAL BRACKET

P.N. SP-1084-FL CABLE SECURED ARTICULATED MOUNT 1 Ea.

304 65910250408021 COST CAST, INC. DISCONNECT HANGER18CIRCUIT PN 1901T SAND CAST/ALMAG HUB PLATE 1 Ea. 30 days $172.20 9

305 65910250408031 COST CAST, INC. DISCONNECT HANGER12 CIRCUIT P/N1901T SAND CAST/ALMAG HUB PLATE 1 Ea. 30 days $161.20 9

306 65910250408071 COST CAST, INC. DISCONNECT HANGER12CIRCUIT PN 1900T SAND CAST/ALMAG HUB PLATE 1 Ea. 30 days $136.90 9

307 65910250408081 COST CAST, INC. DISCONNECT HANGER18CIRCUIT PN 1900T SAND CAST/ALMAG HUB PLATE 1 Ea. 30 days $148.00 9

308 65910250808011ENGINEERED CASTING, INC. DISCONNECT HANGER PN 2150 TR1 STUD HUB PN 2152T 1 Ea. 30 days $16.24 10

309 65910250808021ENGINEERED CASTING, INC. DISCONNECT HANGER P.N. 1150-12-T SINGLE DOOR 1 Ea. 30 days $131.18 10

310 65910250808031ENGINEERED CASTING, INC. DISCONNECT HANGER P.N. 1150-18-T SINGLE DOOR 1 Ea. 30 days $145.08 10

311 65910250808041ENGINEERED CASTING, INC. DISCONNECT HANGER 12 CIRCUIT 1 1/2" HUB ON TOP PN 1155-12T 1 Ea. 30 days $131.18 10

312 65910250808051ENGINEERED CASTING, INC. DISCONNECT HANGER 18 CIRCUIT 1 1/2" HUB ON TOP PN 1155-18T 1 Ea. 30 days $145.08 10

313 65910250808061ENGINEERED CASTING, INC. DISCONNECT HANGER 12 CIRCUIT 3 1/2 X 3 1/2 HUB PN 1130-12T 1 Ea.

314 65910250808071ENGINEERED CASTING, INC. DISCONNECT HANGER 18 CIRCUIT 3 1/2 X 3 1/2 HUB PN 1130-18T 1 Ea.

315 65910250808081ENGINEERED CASTING, INC. DISCONNECT HANGER 12 CIRCUIT 1 1/2 ON TOP PN 1135-12T 1 Ea.

316 65910250808091ENGINEERED CASTING, INC. DISCONNECT HANGER 18 CIRCUIT 1 1/2 ON TOP PN 1135-18T 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 32 of 93

Page 49: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

317 65910250808101ENGINEERED CASTING, INC. DISCONNECT HANGER PN 1120-12T, TRI-STUD HUB 1 Ea.

318 65910250808111ENGINEERED CASTING, INC. DISCONNECT HANGER PN 1120-18T, TRI-STUD HUB 1 Ea.

319 65910252011011PELCO PRODUCTS, INC. DISCONNECT HANGER P.N. SP-1021-FL 12 CIRCUIT 1 Ea.

320 65910252011021PELCO PRODUCTS, INC. DISCONNECT HANGER P.N. SP-1022-FL 18 CIRCUIT 1 Ea.

321 65910260408033 COST CAST, INC. ADJUSTABLE HANGER P.N. 1906 1 Ea. 30 days $94.00 25

322 65910260408043 COST CAST, INC. ADJUSTABLE HANGER P.N. 1906FLA 1 Ea. 30 days $52.50 9

323 65910260808013ENGINEERED CASTING, INC. ADJUSTABLE HANGER TR1 STUD PN 2075T 1 Ea. 30 days $32.67 10

324 65910260808023ENGINEERED CASTING, INC. ADJUSTABLE HANGER NIPPLE PN 2075N 1 Ea. 45 days $34.88 10

325 65910262011013PELCO PRODUCTS, INC. ADJUSTABLE HANGER P.N. SE-5055 1 Ea.

326 65910262011023PELCO PRODUCTS, INC. ADJUSTABLE HANGER P.N. SP-1029-FL 1 Ea.

327 65910270408033 COST CAST, INC. SIGN BRACKET P.N. 1920-10 DOUBLE SPAN DIAG. SIGN 10" 1 Ea. 30 days $21.95 9

328 65910270408043 COST CAST, INC. SIGN BRACKET P.N. 1920-20 DOUBLE SPAN DIAG. SIGN 20" 1 Ea. 30 days $33.00 9

329 65910270408053 COST CAST, INC. SIGN BRACKET P.N. 1920-10D DOUBLE SPAN DIAG. SIGN 10" 1 Ea. 30 days $32.95 9

330 65910270408063 COST CAST, INC. SIGN BRACKET P.N. 1920-20D DOUBLE SPAN DIAG. SIGN 20" 1 Ea. 30 days $63.85 9

331 65910270408091 COST CAST, INC. SIGN BRACKET P.N. 1921-10 1 Ea. 30 days $32.45 9

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 33 of 93

Page 50: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

332 65910270408101 COST CAST, INC. SIGN BRACKET P.N. 1921-20 1 Ea. 30 days $33.10 9

333 65910270408113 COST CAST, INC. SIGN BRACKET P.N. 1922 BAND-IT SECURED MAST ARM MOUNT 1 Ea. 30 days $81.85 9

334 65910270408123 COST CAST, INC. SIGN BRACKET MODEL 1923 FREE SWING SIGN BRKT MT 1 Ea. 30 days $65.60 9

335 65910270408133 COST CAST, INC. SIGN BRACKET P.N. 1922A MAST ARM CABLE OR BAND 1 Ea. 30 days $81.85 9

336 65910270408143 COST CAST, INC. SIGN BRACKET P.N. 1916A MAST ARM CABLE OR BAND 1 Ea. 30 days $83.80 9

337 65910270808013ENGINEERED CASTING, INC. SIGN BRACKET P.N. 2093 1 Ea. 30 days $58.47 10

338 65910270808013ENGINEERED CASTING, INC. SIGN BRACKET P.N. 2093-XL 1 Ea. 30 days $66.11 10

339 65910270808013ENGINEERED CASTING, INC. SIGN BRACKET P.N. 2094 1 Ea. 30 days $71.68 10

340 65910270808013ENGINEERED CASTING, INC. SIGN BRACKET P.N. 2094-XL 1 Ea. 30 days $79.46 10

341 65910270808023ENGINEERED CASTING, INC. SIGN BRACKET P.N. 2091 ADJUSTABLE HANGER 1 Ea.

342 65910270808023ENGINEERED CASTING, INC. SIGN BRACKET P.N. 2092 ADJUSTABLE HANGER 1 Ea.

343 65910270808033ENGINEERED CASTING, INC. SIGN BRACKET SWIVEL DIAGONAL SINGLE SPAN PN 2093-SWXL 1 Ea. 30 days $71.62 10

344 65910270808043ENGINEERED CASTING, INC. SIGN BRACKET

PN 3075-SB CABLE/BAND-IT SECURED MAST ARM MT 1 Ea. 30 days $85.28 10

345 65910270808053ENGINEERED CASTING, INC. SIGN BRACKET P.N. 2097-10 1 Ea.

346 65910270808063ENGINEERED CASTING, INC. SIGN BRACKET P.N. 2097-20 1 Ea.

347 65910270808073ENGINEERED CASTING, INC. SIGN BRACKET P.N. 3097-SB-10 1 Ea.

348 65910270808083ENGINEERED CASTING, INC. SIGN BRACKET P.N. 3097-SB-20 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 34 of 93

Page 51: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

349 65910272011013PELCO PRODUCTS, INC. SIGN BRACKET

P.N. SP-1030-FL BAND SECURED MAST ARM MOUNT W/SS CLAMP SCREW 1 Ea.

350 65910272011023PELCO PRODUCTS, INC. SIGN BRACKET P.N. SE-5047-SS ADJUSTABLE SIGN BRACKET 1 Ea. 30 days $45.49 31

351 65910272011033PELCO PRODUCTS, INC. SIGN BRACKET P.N. SP-1010-FL CABLE SECURED MAST ARM MT 1 Ea.

352 65910272011043PELCO PRODUCTS, INC. SIGN BRACKET P.N. SP-1031-FL 1 Ea.

353 65910272011053PELCO PRODUCTS, INC. SIGN BRACKET P.N. SP-1032-FL 1 Ea.

354 65910272011063PELCO PRODUCTS, INC. SIGN BRACKET

P.N. SP-1071-FL MAST ARM SIGN MT W/SS CLAMP SCREW 1 Ea. 30 days $149.69 31

354A 65910272011073PELCO PRODUCTS, INC. SIGN BRACKET

SP-1072-FL (Free-Swinging Mast Arm Sign Bracket w/Mini-Brac and Stainless Steel Cable Mount) 1 Ea. 30 days $236.00 31

355 65910280808013ENGINEERED CASTING, INC. STABILIZER CLAMP PN 2077 1 Ea. 30 days $9.81 10

356 65910280808013ENGINEERED CASTING, INC. STABILIZER CLAMP PN 2078 1 Ea.

357 65910290408013 COST CAST, INC. SIGNAL HEAD SPACER P/N 19812 1 Ea. 30 days $46.55 9

358 65910290408023 COST CAST, INC. SIGNAL HEAD SPACER P/N 1908 1 Ea. 30 days $53.30 9

359 65910290408033 COST CAST, INC. SIGNAL HEAD SPACER P/N 1912 1 Ea. 30 days $54.30 9

360 65910290808013ENGINEERED CASTING, INC. SIGNAL HEAD SPACER PN 3008 1 Ea. 45 days $22.48 10

361 65910290808023ENGINEERED CASTING, INC. SIGNAL HEAD SPACER PN 3012 1 Ea. 45 days $24.92 10

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 35 of 93

Page 52: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

362 65910290808033ENGINEERED CASTING, INC. SIGNAL HEAD SPACER PN 3008 12 1 Ea.

363 65910300808013ENGINEERED CASTING, INC. PLUMBIZER P.N. 3082 1 Ea.

364 65910300808023ENGINEERED CASTING, INC. PLUMBIZER BALANCE ADJUSTER PN 2086 1 Ea. 45 days $34.31 10

365 65910310408013 COST CAST, INC. SLIP FITTER P/N 1910 4" O.D. 1 Ea. 30 days $29.90 9

366 65910310408023 COST CAST, INC. SLIP FITTER P/N 1910 4 1/2" O.D. 1 Ea. 30 days $30.45 9

367 65910310808013ENGINEERED CASTING, INC. SLIP FITTER P.N. 3004T 1 Ea. 30 days $28.82 10

368 65910310808023ENGINEERED CASTING, INC. SLIP FITTER 2" PIPE ADAPTER PN 3002 1 Ea.

369 65910310808033ENGINEERED CASTING, INC. SLIP FITTER 3" PIPE ADAPTER PN 3003 1 Ea.

370 65910310808043ENGINEERED CASTING, INC. SLIP FITTER 4" PIPE ADAPTER PN 3004 1 Ea.

371 65910310808053ENGINEERED CASTING, INC. SLIP FITTER 4" SLIP FITTER PN 3004-F 1 Ea.

372 65910312011013PELCO PRODUCTS, INC. SLIP FITTER P.N. SE-3002 1 Ea.

373 65910312011023PELCO PRODUCTS, INC. SLIP FITTER P.N. SP-1033-FL CONC PEDESTAL POLE ADAPTER 1 Ea.

374 65910312011033PELCO PRODUCTS, INC. SLIP FITTER P.N. SE-3106-SS SLIPFITTER FOR 1-WAY SIGNAL 1 Ea.

375 65910312011043PELCO PRODUCTS, INC. SLIP FITTER P.N. SP-1034-FL 1 Ea.

376 65910320408013 COST CAST, INC. CLAMP P/N 1999 1 1/2 "OZ" CLAMP 1 Ea. 30 days $9.95 9

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 36 of 93

Page 53: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

377 65910330408013 COST CAST, INC.TRI-STUD TO NIPPLE ADAPTER P/N 1914 1 Ea. 30 days $17.30 9

378 65910330808023ENGINEERED CASTING, INC.

TRI-STUD TO NIPPLE ADAPTER 1 1/2" PIPE TO TRI-STUD PN 2051 1 Ea. 30 days $17.37 10

379 65910340408013 COST CAST, INC. BALANCER P/N 1900-4 MULTI-EYE 1 Ea. 30 days $52.80 9

380 65910340408023 COST CAST, INC. BALANCER P/N 1911 SINGLE EYE 1 1/2" N.P.T. 1 Ea. 30 days $17.90 9

381 65910340408033 COST CAST, INC. BALANCER P.N. 1911 SINGLE EYE BAL;R W/TRI STUD BASE 1 Ea. 30 days $11.60 9

382 65910340808013ENGINEERED CASTING, INC. BALANCER TRI-STUD WITH S/S BUSHING PN 1157-BT 1 Ea. 30 days $18.79 10

383 65910350408043 COST CAST, INC. EXTENSION BAR P.N. 1906-E 6 FEET 1 Ea. 30 days $26.30 9

384 65910350808013ENGINEERED CASTING, INC. EXTENSION BAR P.N. 2076 6 FEET 6061-T6 ALLOY 1 Ea. 30 days $26.84 10

385 65910352011013PELCO PRODUCTS, INC. EXTENSION BAR P.N. SE-0507-72 1 Ea.

386 65910360808013ENGINEERED CASTING, INC. UNIVERSAL S/S BUSHING PN 65 1 Ea. 30 days $13.90 10

387 65910370808013ENGINEERED CASTING, INC. ADAPTOR HUB PLATE HUB ONLY W/HARDWARE PN 2152-N 1 Ea. 30 days $16.24 10

388 65910370808023ENGINEERED CASTING, INC. ADAPTOR HUB PLATE HUB ONLY W/HARDWARE PN 2152-T 1 Ea. 30 days $16.24 10

389 65910370808033ENGINEERED CASTING, INC. ADAPTOR HUB PLATE PN 2132-N 1 Ea.

390 65910370808043ENGINEERED CASTING, INC. ADAPTOR HUB PLATE PN 2132-T 1 Ea.

391 65910382011013PELCO PRODUCTS, INC. SPANWIRE CLAMP ADAPTER P.N. SE-0371 SPAN WIRE ADAPTER 1 Ea.

392 65910392011033PELCO PRODUCTS, INC. POLE END P.N. SE-0357-SS HUB, SIDE POLE MOUNTING 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 37 of 93

Page 54: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

393 65910392011043PELCO PRODUCTS, INC. POLE END P.N. SE-0415-SS HUB, FLAT BACK SIDE POLE MT 1 Ea.

394 65910410408013 COST CAST, INC. TETHER CLAMP P.N. 1905B TRI-STUD ADAPTER W/TETHER CLAMP 1 Ea. 30 days $13.95 9

395 65910412011013PELCO PRODUCTS, INC. TETHER CLAMP P.N. SE-0536 TETHER PLATE 1 Ea.

396 65910412011023PELCO PRODUCTS, INC. TETHER CLAMP P.N. SE-0544 TETHER PLATE 1 Ea.

397 65910420808013ENGINEERED CASTING, INC. SERRATED SPACER RING PN 3025 1 Ea. 45 days $4.69 10

398 65910430408011 COST CAST, INC. MAST ARM CLAMP PN 1919 PIPE CLAMP 1 Ea. 30 days $33.50 9

399 65910430408023 COST CAST, INC. MAST ARM CLAMP P.N. 1919A SIGNAL/SIGN CABLE/BAND 1 Ea. 30 days $33.50 9

400 65910450408013 COST CAST, INC. CLEVIS ADAPTOR MODEL 1930 (CLEVIS PIN) 1 Ea. 30 days $12.35 9

401 65913262011011PELCO PRODUCTS, INC. VISORS P.N. SM-1028 1 Ea.

402 65913272011011PELCO PRODUCTS, INC. LOUVERS P.N. GL-1010-07 1 Ea.

403 65913272608013

TRANSPORTATION CONTROL SYSTEMS LOUVERS MODEL TCS-LOUVER 1 Ea.

404 65913320003013SIEMENS ITS/EAGLE BACK PLATES ALUMINUM, FLAT BLACK, 3 SECTION 1 Ea. 30 days $55.00 31

405 65913320003023SIEMENS ITS/EAGLE BACK PLATES ALUMINUM, FLAT BLACK, 4 SECTION 1 Ea. 30 days $65.00 31

406 65913320003033SIEMENS ITS/EAGLE BACK PLATES ALUMINUM, FLAT BLACK, 5 SECTION CLUSTER 1 Ea. 30 days $118.00 31

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 38 of 93

Page 55: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

407 65913320803011

ECONOLITE CONTROL PRODUCTS, INC. BACK PLATES 3 SECTION LOUVERED, FLAT BLACK ALUM. 1 Ea. 4 weeks $42.64 12

408 65913320803021

ECONOLITE CONTROL PRODUCTS, INC. BACK PLATES 5 SECTION LOUVERED, STRAIGHT 1 Ea. 4 weeks $65.00 12

409 65913320803031

ECONOLITE CONTROL PRODUCTS, INC. BACK PLATES 5 SECTION LOUVERED, CLUSTER 1 Ea. 4 weeks $84.24 12

410 65913321618013MCCAIN TRAFFIC SUPPLY BACK PLATES 3SECT LOUVERED BLK ALUM. BACKPLATE 1 Ea.

411 65913321618023MCCAIN TRAFFIC SUPPLY BACK PLATES 5SECT LOUVERED BLK ALUM. BACKPLATE 1 Ea.

412 65913322011013PELCO PRODUCTS, INC. BACK PLATES P.N. BK SERIES 3-SECTION PLASTIC 1 Ea.

413 65913322011023PELCO PRODUCTS, INC. BACK PLATES P.N. BK SERIES 5-SECTION PLASTIC 1 Ea.

413M 65913322608011

TRANSPORTATION CONTROL SYSTEMS BACK PLATES BP-5000 Series 1 Ea. 30 days

$38.00 See Attmnt. #1 35

414 65913322609013 PEEK TRAFFIC BACK PLATES LOUVERED 8" ALUMINUM 1 Ea.

415 65913322609013 PEEK TRAFFIC BACK PLATES LOUVERED 12" ALUMINUM 1 Ea.

415M 65913322712011 Temple, Inc. BACK PLATES BPA500FL Series – 1 SECTION 1 Ea. 30 days $44.00 31

415N 65913322712011 Temple, Inc. BACK PLATES BPA500FL Series – 2 SECTION 1 Ea. 30 days $50.00 31

415P 65913322712011 Temple, Inc. BACK PLATES BPA500FL Series – 3 SECTION 1 Ea. 30 days $51.00 31

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 39 of 93

Page 56: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

415Q 65913322712011 Temple, Inc. BACK PLATES BPA500FL Series – 4 SECTION 1 Ea. 30 days $65.00 31

415R 65913322712011 Temple, Inc. BACK PLATES BPA500FL Series – 5 SECTION (In-line) 1 Ea. 30 days $82.00 31

415P 65913322712011 Temple, Inc. BACK PLATES BPA500FL Series – 5 SECTION (Cluster – span) 1 Ea. 30 days $142.00 31

415S 65913322712011 Temple, Inc. BACK PLATESBPA500FL Series – 5 SECTION (Cluster – mast arm) 1 Ea. 30 days $135.00 31

415T 65913330803011 EconoliteBACKPLATES WITH RETROREFLECTIVE BORDERS E1694P41-14-T2 (1 SECTION) 1 Ea. 4 wks $58.00 12, 59

415U 65913330803011 EconoliteBACKPLATES WITH RETROREFLECTIVE BORDERS E1694P42-14-T2 (2 SECTION) 1 Ea. 4 wks $62.00 12, 59

415V 65913330803011 EconoliteBACKPLATES WITH RETROREFLECTIVE BORDERS E1694P43-14-T2 (3 SECTION) 1 Ea. 4 wks $57.00 12, 59

415W 65913330803011 EconoliteBACKPLATES WITH RETROREFLECTIVE BORDERS E1694P44-14-T2 (4 SECTION) 1 Ea. 4 wks $91.00 12, 59

415X 65913330803011 EconoliteBACKPLATES WITH RETROREFLECTIVE BORDERS E1694P45-14-T2 (5 SECTION) 1 Ea. 4 wks $79.00 12, 59

415Y 65913330803011 EconoliteBACKPLATES WITH RETROREFLECTIVE BORDERS E1612G6-14-T2 (5 SECTION DH) 1 Ea. 4 wks $133.00 12, 59

416 65913331618013MCCAIN TRAFFIC SUPPLY

BACKPLATES WITH RETROREFLECTIVE BORDERS MODEL M6 SERIES 1 Section – M44287 1 Ea. 45 days $32.00 6

417 65913331618013MCCAIN TRAFFIC SUPPLY

BACKPLATES WITH RETROREFLECTIVE BORDERS MODEL M6 SERIES 2 Section – M44288 1 Ea. 45 days $43.00 6

418 65913331618013MCCAIN TRAFFIC SUPPLY

BACKPLATES WITH RETROREFLECTIVE BORDERS MODEL M6 SERIES 3 Section – M66677 1 Ea. 45 days $50.00 6

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 40 of 93

Page 57: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

419 65913331618013MCCAIN TRAFFIC SUPPLY

BACKPLATES WITH RETROREFLECTIVE BORDERS MODEL M6 SERIES 4 Section – M44289 1 Ea. 45 days $54.00 6

420 65913331618013MCCAIN TRAFFIC SUPPLY

BACKPLATES WITH RETROREFLECTIVE BORDERS MODEL M6 SERIES 5 Section In-Line – M66679 1 Ea. 45 days $80.00 6

421 65913331618013MCCAIN TRAFFIC SUPPLY

BACKPLATES WITH RETROREFLECTIVE BORDERS MODEL M6 SERIES 5 Section Cluster – M66678 1 Ea. 45 days $97.00 6

421M 65913332608011

TRANSPORTATION CONTROL SYSTEMS

BACKPLATES WITH RETROREFLECTIVE BORDERS BP-5000B Series 1Ea. 30 days

$70.00See Attch#3 35

421N 65913332712011 Temple, Inc.BACKPLATES WITH RETROREFLECTIVE BORDERS BPA(R)500FL Series – 1 SECTION 1 Ea. 30 days $66.00 31

421N-1 65913332712011 Temple, Inc.BACKPLATES WITH RETROREFLECTIVE BORDERS BPA(R)500FL Series – 2 SECTION 1 Ea. 30 days $73.00 31

421N-2 65913332712011 Temple, Inc.BACKPLATES WITH RETROREFLECTIVE BORDERS BPA(R)500FL Series – 3 SECTION 1 Ea. 30 days $75.00 31

421N-3 65913332712011 Temple, Inc.BACKPLATES WITH RETROREFLECTIVE BORDERS BPA(R)500FL Series – 4 SECTION 1 Ea. 30 days $90.00 31

421N-4 65913332712011 Temple, Inc.BACKPLATES WITH RETROREFLECTIVE BORDERS BPA(R)500FL Series – 5 SECTION (In-line) 1 Ea. 30 days $107.00 31

421N-5 65913332712011 Temple, Inc.BACKPLATES WITH RETROREFLECTIVE BORDERS BPA(R)500FL Series – 5 SECTION (Cluster – span) 1 Ea. 30 days $170.00 31

421N-6 65913332712011 Temple, Inc.BACKPLATES WITH RETROREFLECTIVE BORDERS

BPA(R)500FL Series – 5 SECTION (Cluster – mast arm) 1 Ea. 30 days $164.00 31

421Q 65919240408013 Cost Cast, Inc.MAST ARM SIGNAL MOUNTING PN 1927 (can be used with existing 1916A) 1 Ea. 30 days $99.00 25

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 41 of 93

Page 58: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

421T 65919241804013 Sky BracketMAST ARM SIGNAL MOUNTING SS-SB29-46 W/BAND 1 Ea. 15 days $133.25 57

421T-1 65919241804013 Sky BracketMAST ARM SIGNAL MOUNTING SS-SBC66-46 W/CABLE 1 Ea. 15 days $150.00 57

421T-21 65919242011023Pelco Products, Inc.

MAST ARM SIGNAL MOUNTING SP-1005-FL 1 Ea. 30 days $127.00 35

421T-22 65919242011033Pelco Products, Inc.

MAST ARM SIGNAL MOUNTING SP-1079-FL 1 Ea. 30 days $72.00 31

421U 65919251804013 Sky BracketMAST ARM SIGN MOUNTING SS-SB29-SBK-46TK-23 W/BAND 1 Ea. 15 days $133.25 57

421U-1 65919251804013 Sky BracketMAST ARM SIGN MOUNTING SS-SBC66-SBK-46TK-23 W/CABLE 1 Ea. 15 days $150.50 57

421U-21 65919252011013Pelco Products, Inc.

MAST ARM SIGN MOUNTING SP-1074-FL 1 Ea. 30 days $203.00 35

421V 65919261804013 Sky BracketMAST ARM CAMERA MOUNTING SS-SB29-ACM-74 W/BAND (adjustable) 1 Ea. 15 days $143.50 57

421V-1 65919261804013 Sky BracketMAST ARM CAMERA MOUNTING SS-SBC66-ACM-74 W/CABLE (adjustable) 1 Ea. 15 days $165.50 57

421V-2 65919261804023 Sky BracketMAST ARM CAMERA MOUNTING SS-SB29-RCM W/BAND (rigid) 1 Ea. 15 days $90.00 57

421V-3 65919261804023 Sky BracketMAST ARM CAMERA MOUNTING SS-SBC66-RCM W/CABLE (rigid) 1 Ea. 15 days $110.50 57

421V-4 65919261804033 Sky BracketMAST ARM CAMERA MOUNTING SS-SB29-CM W/BAND (standard) 1 Ea. 15 days $68.00 57

421V-31 65919342011013Pelco Products, Inc.

SPAN WIRE SIGNAL MOUNTING SP-1082-FL 1 Ea. 30 days $67.00 35

421V-32 65919342011023Pelco Products, Inc.

SPAN WIRE SIGNAL MOUNTING SP-1083-FL 1 Ea. 30 days $83.00 35

421V-51 65919350408013 Cost Cast, Inc.SPAN WIRE SIGN MOUNTING

PN 1919A (includes PN 1931, which can be used with other approved assemblies) 1 Ea. 30 days $104.00 25

421V-71 65919352011013Pelco Products, Inc.

SPAN WIRE SIGN MOUNTING SP-1050-FL 1 Ea. 30 days $67.00 35

422 66013420802021 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE A (NO TIMINGS) MODEL LM622 1 Ea. 30 days $67.00 6

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 42 of 93

Page 59: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

423 66013420802031 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE A (NO TIMINGS) MODEL LMD622 1 Ea. 30 days $67.00 6

424 66013422214011 RENO A&EVEH. DETECTOR- LOOP 2CH TS2 TYPE A (NO TIMINGS) MODEL G-200-SS 1 Ea 30 days $100.00 35

425 66013422214011 RENO A&EVEH. DETECTOR- LOOP 2CH TS2 TYPE A (NO TIMINGS) MODEL G-200-R 1 Ea 30 days $100.00 35

426 66013430802041 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) MODEL LMD622T 1 Ea. 30 days $92.00 31

427 66013431703011NAZTEC, INCORPORATED

VEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) Model 722 TXC 1 Ea.

428 66013431703021NAZTEC, INCORPORATED

VEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) MODEL 722L 1 Ea.

429 66013432214011 RENO A&EVEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) MODEL C-1200-SS 1 Ea. 30 days $198.00 35

430 66013432214011 RENO A&EVEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) MODEL C-1200-R 1 Ea. 30 days $198.00 35

431 66013432214021 RENO A&EVEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) MODEL C-1201-SS 1 Ea. 30 days $289.00 35

432 66013432214021 RENO A&EVEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) MODEL C-1201-R 1 Ea. 30 days $289.00 35

433 66013432214031 RENO A&EVEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) MODEL GT-200-SS 1 Ea. 30 days $129.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 43 of 93

Page 60: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

434 66013432214031 RENO A&EVEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) MODEL GT-200-R 1 Ea. 30 days $129.00 35

435 66013440802011 EBERLE DESIGN VEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO TIMINGS) MODEL LMD624 1 Ea. 30 days $170.00 6

436 66013440802011 EBERLE DESIGN VEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO TIMINGS) MODEL LMD624R 1 Ea. 30 days $170.00 6

437 66013442214011 RENO A&EVEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO TIMINGS) MODEL Y-200-SS 1 Ea. 30 days $171.00 35

438 66013450802031 EBERLE DESIGN VEH. DETECTOR- LOOP 4CH TS2 TYPE D (WITH TIMINGS) MODEL LMD624T 1 Ea. 30 days $192.00 6

439 66013450802031 EBERLE DESIGN VEH. DETECTOR- LOOP 4CH TS2 TYPE D (WITH TIMINGS) MODEL LMD624TR 1 Ea. 30 days $192.00 6

440 66013451703021NAZTEC, INCORPORATED

VEH. DETECTOR- LOOP 4CH TS2 TYPE D (WITH TIMINGS) MODEL 724L 1 Ea.

441 66013452214011 RENO A&EVEH. DETECTOR- LOOP 4CH TS2 TYPE D (WITH TIMINGS) MODEL E-1200-SS 1 Ea. 30 days $304.00 35

442 66013452214021 RENO A&EVEH. DETECTOR- LOOP 4CH TS2 TYPE D (WITH TIMINGS) MODEL E/2-1200-SS 1 Ea. 30 days $304.00 35

443 66013510802061 EBERLE DESIGN VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL LMD301 1 Ea. 30 days $79.00 6

444 66013510802061 EBERLE DESIGN VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL LMD301S 1 Ea. 30 days $79.00 6

445 66013510802071 EBERLE DESIGN VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL LMD301T 1 Ea. 30 days $82.00 6

446 66013510802071 EBERLE DESIGN VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL LMD301TS 1 Ea. 30 days $82.00 6

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 44 of 93

Page 61: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

447 66013511703011NAZTEC, INCORPORATED

VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 722-TX / I 1 Ea.

448 66013512214031 RENO A&EVEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL L-1200-SS 1 Ea. 30 days $137.00 35

449 66013512214031 RENO A&EVEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL L-1200-R 1 Ea. 30 days $137.00 35

450 66013512214041 RENO A&EVEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL L-1201-SS 1 Ea. 30 days $183.00 35

451 66013512214041 RENO A&EVEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL L-1201-R 1 Ea. 30 days $183.00 35

452 66013512214051 RENO A&EVEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL T-100-SS 1 Ea. 30 days $100.00 35

453 66013512214051 RENO A&EVEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL T-100-R 1 Ea. 30 days $100.00 35

454 66013512214061 RENO A&EVEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL T-110-SS 1 Ea. 30 days $114.00 35

455 66013512214061 RENO A&EVEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL T-110-R 1 Ea. 30 days $114.00 35

456 66013512406051SARASOTA/PEEK TRAFFIC CORP.

VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 535B/MS TYPE 1 1 Ea.

457 66013512406061SARASOTA/PEEK TRAFFIC CORP.

VEH. LOOP DET. 1-CH. AUTO SHELF MT. MODEL 535T/MS TYPE 2 1 Ea.

458 66013532214021 RENO A&EVEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL S-1200-SS 1 Ea. 30 days $257.00 35

459 66013532214021 RENO A&EVEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL S-1200-R 1 Ea. 30 days $257.00 35

460 66013532214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL S-1201-SS 1 Ea. 30 days $349.00 35

461 66013532214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL S-1201-R 1 Ea. 30 days $349.00 35

462 66013532214041 RENO A&EVEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL T-210-SS 1 Ea. 30 days $200.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 45 of 93

Page 62: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

463 66013532214041 RENO A&EVEH. LOOP DET. 2-CH. AUTO SHELF MT. MODEL T-210-R 1 Ea. 30 days $200.00 35

464 66013550802041 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LM222 1 Ea. 30 days $67.00 6

465 66013550802041 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LM222R 1 Ea. 30 days $67.00 6

466 66013550802051 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LMD 602T 1 Ea. 30 days $82.00 6

467 66013550802051 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LMD 602TR 1 Ea. 30 days $82.00 6

468 66013550802061 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LM602 1 Ea. 30 days $67.00 6

469 66013550802061 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LM602R 1 Ea. 30 days $67.00 6

470 66013550802071 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LMD602 1 Ea. 30 days $67.00 6

471 66013550802071 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LMD602R 1 Ea. 30 days $67.00 6

472 66013550802081 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LMD222 1 Ea. 30 days $67.00 6

473 66013550802081 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL LMD222R 1 Ea. 30 days $67.00 6

474 66013551123081

GLOBAL TRAFFIC TECHNOLOGIES, LLC

VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C922 1 Ea. 30 days $450.45

16,32, 36

475 66013551123081

GLOBAL TRAFFIC TECHNOLOGIES, LLC

VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C942 1 Ea. 30 days $930.00

16,32, 36

476 66013551703011NAZTEC, INCORPORATED

VEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 710-TX / I 1 Ea.

477 66013552214021 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 222 1 Ea. 30 days $100.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 46 of 93

Page 63: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

478 66013552214021 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL 222-R 1 Ea. 30 days $100.00 35

479 66013552214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C-1100-SS 1 Ea. 30 days $198.00 35

480 66013552214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C-1100-R 1 Ea. 30 days $198.00 35

481 66013552214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C-1101-SS 1 Ea. 30 days $289.00 35

482 66013552214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C-1101-R 1 Ea. 30 days $289.00 35

483 66013552214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C-1102-SS 1 Ea. 30 days $212.00 35

484 66013552214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C-1102-R 1 Ea. 30 days $212.00 35

485 66013552214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C-1103-SS 1 Ea. 30 days $289.00 35

486 66013552214031 RENO A&EVEH. LOOP DET. 2-CH. AUTO RACK MT. MODEL C-1103-R 1 Ea. 30 days $289.00 35

487 66013572214011 RENO A&EVEH. LOOP DET. 4-CH. AUTO SHELF MT. MODEL T-400-SS 1 Ea. 30 days $243.00 35

488 66013572214011 RENO A&EVEH. LOOP DET. 4-CH. AUTO SHELF MT. MODEL T-400-R 1 Ea. 30 days $243.00 35

489 66013572214021 RENO A&EVEH. LOOP DET. 4-CH. AUTO SHELF MT. MODEL U-1200-SS 1 Ea. 30 days $358.00 35

490 66013572214021 RENO A&EVEH. LOOP DET. 4-CH. AUTO SHELF MT. MODEL U-1200-R 1 Ea. 30 days $358.00 35

491 66013590802051 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL LMD604 1 Ea. 30 days $170.00 6

492 66013590802051 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL LMD604R 1 Ea. 30 days $170.00 6

493 66013590802061 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL LMD604T 1 Ea. 30 days $192.00 6

494 66013590802061 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL LMD604TR 1 Ea. 30 days $192.00 6

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 47 of 93

Page 64: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

495 66013590802071 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL LMD224 1 Ea. 30 days $170.00 6

496 66013590802071 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL LMD224R 1 Ea. 30 days $170.00 6

497 66013591123081

GLOBAL TRAFFIC TECHNOLOGIES, LLC

VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL C924 1 Ea. 30 days $597.90 16,36

498 66013591123081

GLOBAL TRAFFIC TECHNOLOGIES, LLC

VEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL C944 1 Ea. 30 days $1,100.00 16, 36

499 66013592214011 RENO A&EVEH. LOOP DET. 4-CH. AUTO RACK MT. MODEL E-1100-SS (W/TIMINGS) 1 Ea. 30 days $354.00 35

500 66013642608011

TRANSPORTATION CONTROL SYSTEMS WRONG WAY DETECTOR MODEL WWDL-1 1 Ea.

501 66013651614031 MS SEDCO VEHICLE DETECTOR- MICROWAVE MODEL TC-26B VEH. DET. 1 Ea. 30 days $600.00 31

501M 66013651614041 MS SEDCOVEHICLE DETECTOR- MICROWAVE MODEL TC-CK1-SBE Series Intersector 1 Ea. 4 weeks $4,095.00 31

502 66013651703011NAZTEC, INCORPORATED

VEHICLE DETECTOR- MICROWAVE MODEL ACCUWAVE w/150XL INTERFACE 1 Ea.

502M 66013653209011WAVETRONIX, LLC

VEHICLE DETECTOR- MICROWAVE MODEL SS225 SmartSensor Matrix 1 Ea. 30 days

$10,892.00 See Attch.

Wavetronix 39

503 66013690830011IMAGE SENSING SYSTEMS

VEHICLE DETECTOR- RADAR-MULTIZONE MODEL RTMS 1 Ea. 3 weeks $3,995.00 3

504 66013690830021IMAGE SENSING SYSTEMS

VEHICLE DETECTOR- RADAR-MULTIZONE MODEL RTMS X3 1 Ea. 3 weeks $3,995.00 3

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 48 of 93

Page 65: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

505 66013701123051

GLOBAL TRAFFIC TECHNOLOGIES, LLC

EMERG. VEH. DETECTOR (PRE-EMPTION) OPTICOM MODEL M-400 1 Ea. 30 days $1,650.00

16,31, 36

506 66013701123061

GLOBAL TRAFFIC TECHNOLOGIES, LLC

EMERG. VEH. DETECTOR (PRE-EMPTION) OPTICOM MODEL M-700 1 Ea. 30 days $4,987.00

16,31, 36

507 66013701123071

GLOBAL TRAFFIC TECHNOLOGIES, LLC

EMERG. VEH. DETECTOR (PRE-EMPTION)

OPITICOM MODEL 492 EMITTER FOR M-400 SERIES 1 Ea. 30 days $750.00

16,31, 36

508 66013701123081

GLOBAL TRAFFIC TECHNOLOGIES, LLC

EMERG. VEH. DETECTOR (PRE-EMPTION)

OPITICOM MODEL 792 EMITTER FOR M-700 SERIES 1 Ea. 30 days $995.00

16,31, 36

509 66013701123091

GLOBAL TRAFFIC TECHNOLOGIES, LLC

EMERG. VEH. DETECTOR (PRE-EMPTION)

MODEL 1010 OPTICOM GPS Receiver/ Transmitter 1 Ea. 30 days $5,300.00

16,31, 36

510 66013701123101

GLOBAL TRAFFIC TECHNOLOGIES, LLC

EMERG. VEH. DETECTOR (PRE-EMPTION)

MODEL 1012 OPTICOM GPS Receiver/ Transmitter 1 Ea. 30 days $3,000.00

16,31, 36

510M 66013702454011 STC, Inc.EMERG. VEH. DETECTOR (PRE-EMPTION) EMTRAC GPS-FHSS 1 Ea.

512M 66013720037011 ALDIS INC. VEHICLE DETECTOR- VIDEOMODEL GridSmart™ Spectra 360 (reviewed with NEMA TS1 & TS2 controllers) 1 Ea. 30 days

$12,800.00 See

Attchmnt#3 35

513 66013720803031

ECONOLITE CONTROL PRODUCTS, INC. VEHICLE DETECTOR- VIDEO AUTOSCOPE SOLO PRO 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 49 of 93

Page 66: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

514B 66013720803041

ECONOLITE CONTROL PRODUCTS, INC. VEHICLE DETECTOR- VIDEO

MODEL AUTOSCOPE RACKVISION (Bid functional system that includes a single RackVision card/processor, a single AIS camera, and up to 100’ of camera cable) 1 Ea.

515 66013720803051

ECONOLITE CONTROL PRODUCTS, INC. VEHICLE DETECTOR- VIDEO MODEL AUTOSCOPE RACKVISION TERRA 1 Ea. 4 weeks $3,200.00 12

516 66013720803061

ECONOLITE CONTROL PRODUCTS, INC. VEHICLE DETECTOR- VIDEO MODEL AUTOSCOPE SOLO TERRA 1 Ea. 4 weeks $7,100.00 12

516A 66013720803071

ECONOLITE CONTROL PRODUCTS, INC. VEHICLE DETECTOR- VIDEO AUTOSCOPE ENCORE (AENCORE) 1 Ea. 4 wks $7,130.00 12

516B 66013720803081

ECONOLITE CONTROL PRODUCTS, INC. VEHICLE DETECTOR- VIDEO AUTOSCOPE RACKVISION PRO2 1 Ea. 4 wks $4,280.00 12

517 66013721212041 ITERIS, INC. VEHICLE DETECTOR- VIDEO VANTAGE EDGE2-1N +/-EXT MODULES 1 Ea. 30 days $3,792.55 44

518 66013721212051 ITERIS, INC. VEHICLE DETECTOR- VIDEO VANTAGE EDGE2-2N +/-EXT MODULES 1 Ea. 30 days $7,155.85 44

519 66013721212061 ITERIS, INC. VEHICLE DETECTOR- VIDEOMODEL VANTAGE EDGE 2-4N WITH VANTAGE ACCESS 1 Ea. 30 days $15,432.80 44

520 66013721212071 ITERIS, INC. VEHICLE DETECTOR- VIDEOMODEL VersiCam-SM with ICC Module - CAMBRKT4 1 Ea. 30 days $2,383.60 44

521 66013721703011NAZTEC, INCORPORATED VEHICLE DETECTOR- VIDEO MODEL VU 2F 1 Ea.

522 66013722609021 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO MODEL VIDEOTRAK-905 1 Ea.

523 66013722609031 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO MODEL VIDEOTRAK-910 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 50 of 93

Page 67: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

525 66013722609041 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO MODEL UNITRAK ™ 1 Ea.

525A 66013722609051 PEEK TRAFFIC VEHICLE DETECTOR- VIDEO VideoTrak IQ 1 Ea. 30 days

$14,000.00 See

Attchmnt#4 35

526 66013722709011TRAFICON USA LLC VEHICLE DETECTOR- VIDEO MODEL VIP3 1 Ea. 45 days $2,800.00 6

527 66013722709021TRAFICON USA LLC VEHICLE DETECTOR- VIDEO MODEL VIP3.1 1 Ea. 45 days $2,800.00 6

528 66013722709031TRAFICON USA LLC VEHICLE DETECTOR- VIDEO MODEL VIP3.2 1 Ea. 45 days $5,100.00 6

529 66013722709041TRAFICON USA LLC VEHICLE DETECTOR- VIDEO MODEL VIP3D.1 1 Ea. 45 days $2,800.00 6

530 66013722709051TRAFICON USA LLC VEHICLE DETECTOR- VIDEO MODEL VIP3D.2 1 Ea. 45 days $5,100.00 6

531 66013722709061TRAFICON USA LLC VEHICLE DETECTOR- VIDEO MODEL VIP3D.1s 1 Ea. 45 days $2,800.00 6

532 66013722709071TRAFICON USA LLC VEHICLE DETECTOR- VIDEO MODEL VIP3D.2s 1 Ea. 45 days $5,100.00 6

533 66013733209011WAVETRONIX, LLC

DILEMMA ZONE PROTECTION SYSTEM Model SS200 SmartSensor Advance 1 Ea. 30 days $6,145.00 35

534 66013752449011SENSYS NETWORKS, INC.

WIRELESS MAGNETOMETER ASSEMBLY

MODEL VDS240 (Complete, functional stop-bar system with a minimum of 3 pucks, single card, wireless equipment, and software as submitted for APL approval) 1 Ea. 4 weeks $3,819.00 32

535* 66013781123021

GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE MODEL M-701 1 Ea. 30 days $843.20

16,31, 36

536* 66013781123031

GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE MODEL M-702 1 Ea. 30 days $918.40

16,31, 36

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 51 of 93

Page 68: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

537 66013810421013 CHEMQUE, INC. LOOP SEALANT ASPHALT PAVEMENT MODEL Q-SEAL 290 5 Gal.

538 66013810421023 CHEMQUE, INC. LOOP SEALANT ASPHALT PAVEMENT MODEL Q-SEAL 295 TWO PART 5 Gal.

539 66013810707013

3M/BONDO CORP/DYNATRON/BONDO CORP.

LOOP SEALANT ASPHALT PAVEMENT BONDO P-606 5 Gal.

27-30 days $225.00 25

540 66013810707043

3M/BONDO CORP/DYNATRON/BONDO CORP.

LOOP SEALANT ASPHALT PAVEMENT MODEL 575 1PART SEALANT ASPHALT 5 Gal. 2 weeks $169.00 25

541 66013810714013

DURANT PERFORMANCE COATINGS

LOOP SEALANT ASPHALT PAVEMENT STAT-A-FLEX ASPHALT (FAST SET TIME) 5 Gal.

541M 66013812708023

TRI-AMERICAN, INC./R. HART SALES, LLC

LOOP SEALANT ASPHALT PAVEMENT

MODEL TA-500 (One Part, 90 Minute Tack Free Time) 5 Gal.

542 66013820421013 CHEMQUE, INC. LOOP SEALANT CONCRETE PAVEMENT MODEL Q-SEAL 290 5 Gal.

543 66013820421023 CHEMQUE, INC. LOOP SEALANT CONCRETE PAVEMENT MODEL Q-SEAL 295 TWO PART 5 Gal.

544 66013820707013

3M/BONDO CORP/DYNATRON/BONDO CORP.

LOOP SEALANT CONCRETE PAVEMENT BONDO P-606 5 Gal.

27-30 days $225.00 25

545 66013820707043

3M/BONDO CORP/DYNATRON/BONDO CORP.

LOOP SEALANT CONCRETE PAVEMENT MODEL 575 1PART SEALANT CONCRETE 5 Gal. 2 weeks $169.00 25

546 66013820714013

DURANT PERFORMANCE COATINGS

LOOP SEALANT CONCRETE PAVEMENT STAT-A-FLEX CONCRETE (FAST SET TIME) 5 Gal.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 52 of 93

Page 69: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

547 66013850603011PEEK TRAFFIC CORP

PRE-FORMED LOOP ASSEMBLY MODEL 1705-025-050 1 Ea.

548 66013852214011 RENO A&EPRE-FORMED LOOP ASSEMBLY

MODEL PLH SERIES - 6X6 CONVENTIONAL PREFORMED LOOP WITH UP TO 250' LEAD-IN CABLE. 1 Ea. 30 days $754.00 35

549 66013852214011 RENO A&EPRE-FORMED LOOP ASSEMBLY

MODEL PLH SERIES - 6X6 QUADRAPOLE PREFORMED LOOP WITH UP TO 250' LEAD-IN CABLE. 1 Ea. 30 days $780.00 35

549L 66513900432011CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL 4 EVR C 1 Ea. 30 days $76.00 6

549M 66513900432021CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL DCC 200 1 Ea. 30 days $42.25 6

549N 66513900432031CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL DCC 700 1 Ea. 30 days $65.25 6

549S 66513900808011ENGINEERED CASTINGS, INC. PEDESTRIAN DETECTOR PN 2060-P-B 1 Ea.

549W 66513902011101PELCO PRODUCTS, INC. PEDESTRIAN DETECTOR Model SP-1090-FL 1 Ea. 30 days $44.00 35

550 66513902018041

POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR

BULLDOG BDLM2 PUSHBUTTON - COLOR TO BE SPECIFIED BY PURCHASER WHEN ORDER PLACED 1 Ea. 42 days $92.00 31

551 66513902018051

POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR

BULLDOG BDLL2-X LATCHING PUSHBUTTON WITH LPBCU (CONTROL UNIT) - COLOR TO BE SPECIFIED BY PURCHASER WHEN ORDER PLACED 1 Ea. 42 days $1,024.00 31

551A 66513902018061

POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR

LATCHING BULL DOG SYSTEM (MODEL BDL3 WITH PBCU - CONTROL UNIT) 1 Ea. 42 days $1,052.00 31

552A 66513912011013PELCO PRODUCTS, INC.

PEDESTRIAN DETECTOR SIGN

P.N. SF SERIES - (SF-XXXX PART NUMBER TO BE SPECIFIED BY PURCHASER WHEN ORDER PLACED) 1 Ea.

552B 66513902011101PELCO PRODUCTS, INC. PEDESTRIAN DETECTOR Model SP-1090-FL 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 53 of 93

Page 70: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

552M 66513952018031

POLARA ENGINEERING, INC.

AUDIBLE/TACTILE PEDESTRIAN DETECTOR

MODEL NAVIGATOR APS (CCU, V2.04, 2-Wire) re-evaluated with Ped Station Monitor (Model 2WPSM-001) 1 Ea. 8 weeks $6,572.00 31

552N 66513952018041

POLARA ENGINEERING, INC.

AUDIBLE/TACTILE PEDESTRIAN DETECTOR

NAVIGATOR EZ COMMUNICATOR SYSTEM (MODELs EN25ANO-B and CCU2EN, V1.10, 2-Wire) with optional Ped Station Monitor (Model PSM2, v1.00). 1 Ea. 42 days $6,071.00 31

552O 66513972018011

POLARA ENGINEERING, INC.

MID-BLOCK PEDESTRIAN DETECTOR MODEL XAV2-LED 1 Ea. 42 days $954.00 31

552P 66513972018021

POLARA ENGINEERING, INC.

MID-BLOCK PEDESTRIAN DETECTOR MODEL XAV2 1 Ea. 42 days $859.00 31

552Q 66513972018031

POLARA ENGINEERING, INC.

MID-BLOCK PEDESTRIAN DETECTOR MODEL X2-LED 1 Ea. 42 days $527.00 31

552R 66513972018041

POLARA ENGINEERING, INC.

MID-BLOCK PEDESTRIAN DETECTOR MODEL X2 1 Ea. 42 days $443.00 31

552S 67014352453011STOP EXPERTS INC.

RECTANGULAR RAPID FLASHING BEACON ASSEMBLY MODEL Enhancer Series 1 Ea.

552W 67014352455011 SPOT DEVICES

RECTANGULAR RAPID FLASHING BEACON ASSEMBLY

MODEL SB435 RRFB System, AC Powered (Note: also known as SB435HP) 1 Ea. 42 days $4,800.00 31

552X 67014352455011 SPOT DEVICES

RECTANGULAR RAPID FLASHING BEACON ASSEMBLY

MODEL SB435 RRFB System, Solar Powered (Note: also known as SB435HP) 1 Ea. 42 days $5,720.00 31

553 67014360401011CONTROL SPECIALISTS

WIRED CAB ASSM. FOR SCHOOL ZONE MODEL CS100-FC-CLOCK 1 Ea. 60 days $3,376.00 62

554 67014360427011

CARMANAH TECHNOLOGIES INC.

WIRED CAB ASSM. FOR SCHOOL ZONE MODEL R829 SCHOOL ZONE CALENDAR 1 Ea. 42 days $2,450.00 31

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 54 of 93

Page 71: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

555 67014360805011

ELECTROTECHNICS CORPORATION

WIRED CAB ASSM. FOR SCHOOL ZONE MODEL SCHOOLMASTER (SOLAR PWR) 1 Ea. 30 days $2,096.00 25

555M 67014362209021

RTC Manufacturing, Inc.

WIRED CAB ASSM. FOR SCHOOL ZONE

Model 502598SW Series (Solar, 1 Battery with time switch, 18 x 17 x 14) 1 Ea.

30-45 days $2,019.00 54

555N 67014362209031

RTC Manufacturing, Inc.

WIRED CAB ASSM. FOR SCHOOL ZONE

Model 502598LCB Series (Solar, 2 Batteries with time switch, 17¼ x 26 x 17) 1 Ea.

30-45 days $2,688.00 54

555P 67014362209041

RTC Manufacturing, Inc.

WIRED CAB ASSM. FOR SCHOOL ZONE Model 502507 (AC with time switch, 15 x 15 x 12) 1 Ea.

30-45 days $1,224.00 54

556 67014362608011

TRANSPORTATION CONTROL SYSTEMS

WIRED CAB ASSM. FOR SCHOOL ZONE MODEL TCSFLN202S (SOLAR POWERED) 1 Ea. 30 days $2,052.00 35

557 67014370427011

CARMANAH TECHNOLOGIES INC.

SOLAR POWERED WARNING BEACON MODEL R247 (24 HOUR) 1 Ea. 42 days $2,050.00 31

558 67014372608011

TRANSPORTATION CONTROL SYSTEMS

SOLAR POWERED WARNING BEACON MODEL FL1412 (24 HOUR) 1 Ea.

559 67014390427011

CARMANAH TECHNOLOGIES INC.

SOLAR POWERED CROSSWALK BEACON MODEL R820 (PUSH BUTTON ACTIVATED) 1 Ea. 42 days $2.600.00 31

559M 67031002712011 TEMPLE, INC.IN-ROADWAY LIGHTS ASSEMBLY MODEL 19000-LLC-FL 1 Ea.

12 weeks $16,300.00 31

560 67115060803081

ECONOLITE CONTROL PRODUCTS, INC. CONT. S.S. ACT. TYPE D4-4 MODEL ASC/2S W/NEMA TS2 CONNECTORS 1 Ea.

561 67115062609061 PEEK TRAFFIC CONT. S.S. ACT. TYPE D4-4 MODEL 3000E (D4-4) (TS-1 ONLY) 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 55 of 93

Page 72: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

562 67115062619101

TRAFFIC CONTROL TECHNOLOGIES/PEEK TRAFFIC CORP. CONT. S.S. ACT. TYPE D4-4 MODEL LMD 9213A-22 1 Ea.

563 67115070003011SIEMENS ITS/EAGLE CONT. S.S. ACT. TYPE D8 MODEL 318 1 Ea.

564 67115072609061 PEEK TRAFFIC CONT. S.S. ACT. TYPE D8 MODEL 3000E (D8) (TS-1 ONLY) 1 Ea.

565 67115510801021SIEMENS ITS/EAGLE

NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL EPAC M-51 1 Ea. 70 days $2,373.00 31

566 67115510803091

ECONOLITE CONTROL PRODUCTS, INC.

NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL ASC/3-1000 1 Ea. 4 weeks $1,900.00 12

567 67115511703011NAZTEC, INCORPORATED

NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL 980-A2100 1 Ea.

567A 67115511703021NAZTEC, INCORPORATED

NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL 980 ATC Type 1 1 Ea.

567M 67115512609011 PEEK TRAFFIC NEMA TS2 TYPE 1 CONTROLLER UNIT MODEL 3000 TS2-1 (PEEK) 1 Ea. 30 days $2,990.00 35

567N 67115512609021 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. 30 days $2,990.00 35

567O 67115512609031 PEEK TRAFFIC NEMA TS2 TYPE 1 CONTROLLER UNIT Model ATC-1000 1 Ea. 30 days $3,100.00 35

568 67115520801021SIEMENS ITS/EAGLE

NEMA TS2 TYPE 2 CONTROLLER UNIT MODEL EPAC M-52 1 Ea. 70 days $2,423.00 31

569 67115520803091

ECONOLITE CONTROL PRODUCTS, INC.

NEMA TS2 TYPE 2 CONTROLLER UNIT MODEL ASC/3-2100 1 Ea. 4 weeks $2,075.00 12

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 56 of 93

Page 73: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

570 67115521703011NAZTEC, INCORPORATED

NEMA TS2 TYPE 2 CONTROLLER UNIT MODEL 981-A1100 1 Ea.

570A 67115521703021NAZTEC, INCORPORATED

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.

570M 67115522609011 PEEK TRAFFIC NEMA TS2 TYPE 2 CONTROLLER UNIT MODEL 3000 TS2-2 (PEEK) 1 Ea. 30 days $3,400.00 35

570N 67115522609031 PEEK TRAFFIC NEMA TS2 TYPE 2 CONTROLLER UNIT Model ATC-1000 1 Ea. 30 days $4,200.00 35

571 67120710801011SIEMENS ITS/EAGLE

2070 UNIT (FULL UNIT FOR 170 CABINET) MODEL 2070 ATMS 1 Ea. 7 weeks $2,100.00 27

572 67120720801011SIEMENS ITS/EAGLE

2070N UNIT (FULL UNIT FOR TS1 CABINET) MODEL 2070N W/VME BUSS 1 Ea. 7 weeks $2,550.00 27

573 67120730801011SIEMENS ITS/EAGLE

2070L UNIT (LITE UNIT FOR 170 CABINET) Model 2070 ATMS (NO VME BUSS) 1 Ea. 60 days $2,093.00 31

574 67120730803011

ECONOLITE CONTROL PRODUCTS, INC.

2070L UNIT (LITE UNIT FOR 170 CABINET) MODEL ATC2070L 1 Ea. 4 weeks $2,100.00 12

575 67120731703011NAZTEC, INCORPORATED

2070L UNIT (LITE UNIT FOR 170 CABINET) MODEL 2070 1 Ea.

576 67120732402011

SAFETRAN TRAFFIC SYSTEMS, INC.

2070L UNIT (LITE UNIT FOR 170 CABINET) MODEL 2070ATC (CONDITIONAL) 1 Ea.

577 67120750801011SIEMENS ITS/EAGLE

2070LCN UNIT (LITE UNIT FOR TS1 CABINET) MODEL 2070N (NO VME BUSS) 1 Ea.

578 67120750803011

ECONOLITE CONTROL PRODUCTS, INC.

2070LCN UNIT (LITE UNIT FOR TS1 CABINET) MODEL ATC2070NL 1 Ea. 4 weeks $3,020.00 12

579 67120751703011NAZTEC, INCORPORATED

2070LCN UNIT (LITE UNIT FOR TS1 CABINET) MODEL 2070N 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 57 of 93

Page 74: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

580 67120751703011NAZTEC, INCORPORATED

2070LCN UNIT (LITE UNIT FOR TS1 CABINET) MODEL 2070N 1 Ea.

581 67120752402011

SAFETRAN TRAFFIC SYSTEMS, INC.

2070LCN UNIT (LITE UNIT FOR TS1 CABINET) MODEL 2070ATC (CONDITIONAL) 1 Ea.

582 67121791703011NAZTEC, INCORPORATED

NEMA-170 CONTROLLER UNIT

MODEL 970 (19" Rack controller with NEMA Software & 170 C1 Connector) 1 Ea.

583 67216070802021 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS MODEL 2010ECLip 1 Ea. 30 days $555.00 6

584 67216070802021 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS MODEL 2010ECL 1 Ea. 30 days $455.00 6

585 67216070802031 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS MODEL 2018ECLip 1 Ea. 30 days $600.00 6

586 67216070802031 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS MODEL 2018ECL 1 Ea. 30 days $489.00 6

587 67216070802041 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS MODEL 2018KCLip 1 Ea. 30 days $600.00 6

588 67216070802041 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS MODEL 2018KCL 1 Ea. 30 days $489.00 6

589 67216100802011 EBERLE DESIGN CONFLICT MONITOR FOR 170 CONTROLLERS MODEL D210 1 Ea. 30 days $395.00 6

590 67216100802021 EBERLE DESIGN CONFLICT MONITOR FOR 170 CONTROLLERS MODEL 210ECL 1 Ea. 30 days $445.00 6

591 67221591618011MCCAIN TRAFFIC SUPPLY

170/2070 WIRED CABINET TYPE 333 MODEL 333JP 1 Ea.

60-90 days $8,651.00 35

592 67221601618011MCCAIN TRAFFIC SUPPLY

170 WIRED CABINET TYPE 332 MODEL 332 170 CABINET 1 Ea.

60-90 days $7,717.00 35

593 67221602712011 TEMPLE, INC.170 WIRED CABINET TYPE 332 MODEL TF332FL 1 Ea. 60 days $8,448.00 31

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 58 of 93

Page 75: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

594 67221611618011MCCAIN TRAFFIC SUPPLY

170 WIRED CABINET TYPE 334 MODEL 334C 170 CABINET 1 Ea.

595 67221621618011MCCAIN TRAFFIC SUPPLY

170 WIRED CABINET TYPE 336 MODEL 336 170 CABINET 1 Ea.

60-90 days $6,277.00 35

596 67221622712011 TEMPLE, INC.170 WIRED CABINET TYPE 336 MODEL TF336FL 1 Ea.

597 67221630407011CONTROL TECHNOLOGIES

170 WIRED CABINET TYPE 552 MODEL MD 552X 1 Ea. 90 days $10,361.00 6

598 67221640407011CONTROL TECHNOLOGIES

170 WIRED CABINET TYPE 662 MODEL MD 660X 1 Ea. 90 days $12,370.00 6

599 67221711618011MCCAIN TRAFFIC SUPPLY 170E CONTROLLER UNIT MODEL 170E 1 Ea.

30-45 days $2,036.00 35

600 67221711618021MCCAIN TRAFFIC SUPPLY 170E CONTROLLER UNIT MODEL 170E-HC11 1 Ea.

30-45 days $2,107.00 35

601 67221712402011

SAFETRAN TRAFFIC SYSTEMS, INC. 170E CONTROLLER UNIT MODEL 170E 1 Ea. 8 weeks $1,300.00 12

601M 67221750802011 EBERLE DESIGNCABINET POWER SUPPLY (170) MODEL 206L 1 Ea. 30 days $195.00 6

602 67221760407011CONTROL TECHNOLOGIES 170 CONTROLLER CABINET MODEL 552-AT 1 Ea. 90 days $10,361.00 6

603 67221760407021CONTROL TECHNOLOGIES 170 CONTROLLER CABINET MODEL 662A 1 Ea. 90 days $12,370.00 6

604 67221760407021CONTROL TECHNOLOGIES 170 CONTROLLER CABINET MODEL 660AT 1 Ea. 90 days $12,370.00 6

605 67221780407013CONTROL TECHNOLOGIES 170 TO NEMA ADAPTER ANTARES MODEL 1000000A 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 59 of 93

Page 76: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

607 67610170804011

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE SHA 4803 1 Ea.

3-5 days $23.40 14

608 67610170804031

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE SRA 16C-1 1 Ea.

3-5 days $12.60 14

609 67610170804041

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE SRA 6 LC 1 Ea.

3-5 days $10.20 14

610 67610170804051

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE MOD. SPA-100 (AC) SURGE ARRESTOR 1 Ea.

3-5 days $18.60 14

611 67610170804061

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE

MOD. SRA64C-008D SURGE ARRESTOR DIFFERENTIAL 1 Ea.

3-5 days $20.40 14

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 60 of 93

Page 77: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

612 67610170804071

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE MODEL SHP 300-10 1 Ea.

3-5 days $45.00 14

613 67610170804091

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE MODEL PC642 1 Ea.

3-5 days $42.00 14

614 67610170804101

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE MODEL SRA6LCA 1 Ea.

3-5 days $11.40 14

615 67610170804111

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE MODEL SHA-1210 1 Ea.

3-5 days $85.20 14

616 67610170804121

EMERSON NETWORK POWER SURGE PROTECTION INC/EDCO/CONTROL CONCEPTS

TRANSIENT PROTECTION DEVICE MODEL ACP-340 1 Ea.

3-5 days $82.20 14

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 61 of 93

Page 78: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

617 67610171154021 HESCO/RLSTRANSIENT PROTECTION DEVICE MODEL HE 300-15 1 Ea. 2 weeks $40.00 25

618 67610171154101 HESCO/RLSTRANSIENT PROTECTION DEVICE MODEL HE1700 1 Ea. 2 weeks $44.00 25

619 67610171154111 HESCO/RLSTRANSIENT PROTECTION DEVICE MODEL HE642C 1 Ea. 2 weeks $31.00 25

620 67610171154121 HESCO/RLSTRANSIENT PROTECTION DEVICE MODEL HE1800 1 Ea. 2 weeks $52.00 25

621 67610171154131 HESCO/RLSTRANSIENT PROTECTION DEVICE MODEL VLP SERIES 1 Ea. 2 weeks $9.50 25

622 67610171703011NAZTEC, INCORPORATED

TRANSIENT PROTECTION DEVICE MODEL SRA-6LC LOOP - CUBE 1 Ea.

623 67610171703021NAZTEC, INCORPORATED

TRANSIENT PROTECTION DEVICE MODEL SRA-6LCP LOOP - TERMINAL STRIP 1 Ea.

624 67613620801011SIEMENS ITS/EAGLE DETECTOR RACK TS2 MODEL CDR100 1 Ea. 56 days $227.00 31

625 67614100808023ENGINEERED CASTING, INC. CONT. CAB. UNWIRED TYPE I 13 X 7-3/4 X 5 1/2 LESS LOCK PN 2012 1 Ea.

626 67614102411013SOUTHERN MFG. CO. CONT. CAB. UNWIRED TYPE I TYPE I UNWIRED 1 Ea. 4 weeks $295.00 30

627 67614102608013

TRANSPORTATION CONTROL SYSTEMS CONT. CAB. UNWIRED TYPE I MODEL TCS-1 1 Ea. 30 days $122.00 35

628 67614112411013SOUTHERN MFG. CO.

CONT. CAB. UNWIRED TYPE II TYPE II UNWIRED 1 Ea. 4 weeks $395.00 30

629 67614112608013

TRANSPORTATION CONTROL SYSTEMS

CONT. CAB. UNWIRED TYPE II MODEL TCS-2 1 Ea. 30 days $335.00 35

630 67614122411013SOUTHERN MFG. CO.

CONT. CAB. UNWIRED TYPE III TYPE III UNWIRED 1 Ea. 30 days $830.00 41

631 67614122608013

TRANSPORTATION CONTROL SYSTEMS

CONT. CAB. UNWIRED TYPE III MODEL TCS-3 1 Ea. 30 days $577.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 62 of 93

Page 79: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

633 67614132608013

TRANSPORTATION CONTROL SYSTEMS

CONT. CAB. UNWIRED TYPE IV MODEL TCS-4 1 Ea. 30 days $635.00 35

634 67614142411023SOUTHERN MFG. CO.

CONT. CAB. UNWIRED TYPE V 59"H X 40"W X 27"D 1 Ea. 30 days $1,525.00 41

635 67614142608013

TRANSPORTATION CONTROL SYSTEMS

CONT. CAB. UNWIRED TYPE V MODEL TCS-5 1 Ea. 30 days $800.00 35

637 67614152608013

TRANSPORTATION CONTROL SYSTEMS

CONT. CAB. UNWIRED SPECIAL MODEL TCS-4T 1 Ea. 30 days $907.00 35

638 67614162411013SOUTHERN MFG. CO.

CONT. CAB. UNWIRED TYPE VI TYPE VI UNWIRED 1 Ea.

639 67614202101011QUAZITE, DIV. OF HUBBELL

CONT. CAB. WORK PLATFORM MODEL PH2436AA 1 Ea. 4 weeks $165.00 25

640 67614202101031QUAZITE, DIV. OF HUBBELL

CONT. CAB. WORK PLATFORM MODEL PH2458AA 1 Ea. 4 weeks $220.00 25

641 67614400401011CONTROL SPECIALISTS

WIRED CKT ASSM. TYPE I CAB. MODEL CS100-FC 1 Ea. 60 days $647.00 62

642 67614400407011CONTROL TECHNOLOGIES

WIRED CKT ASSM. TYPE I CAB. MODEL CT-FL1 1 Ea. 60 days $495.00 6

643 67614400805011

ELECTROTECHNICS CORPORATION

WIRED CKT ASSM. TYPE I CAB. MODEL CAUTIONMASTER (SOLAR PWR) 1 Ea. 30 days $1,996.00 25

643M 67614402209011

RTC Manufacturing, Inc. www.rtc-traffic.com

WIRED CKT ASSM. TYPE I CAB. Model 502507-24 (AC, 15x15x12) 1 Ea.

30-45 days $625.00 54

643N 67614402209021

RTC Manufacturing, Inc. www.rtc-traffic.com

WIRED CKT ASSM. TYPE I CAB.

Model 502598SW24 Series (Solar, 1 Battery, 18x17x14) 1 Ea.

30-45 days $1,857.00 54

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 63 of 93

Page 80: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

643P 67614402209031

RTC Manufacturing, Inc. www.rtc-traffic.com

WIRED CKT ASSM. TYPE I CAB.

Model 502598LCB24 Series (Solar, 2 Batteries, 17¼ x26 x17) 1 Ea.

30-45 days $2,319.00 54

644 67614402608011

TRANSPORTATION CONTROL SYSTEMS

WIRED CKT ASSM. TYPE I CAB. FLASHING BEACON ASSEMBLY P.N. 2266082AT/S 1 Ea. 30 days $333.00 35

645 67614412609011 PEEK TRAFFIC WIRED CKT ASSM. TYPE II CAB. TYPE II CAB 1 Ea.

646 67614420401011CONTROL SPECIALISTS

WIRED CKT ASSM. TYPE III CAB. TYPE III WIRED 1 Ea. 60 days $5,636.00 62

649 67614420407011CONTROL TECHNOLOGIES

WIRED CKT ASSM. TYPE III CAB. TYPE III WIRED 1 Ea. 60 days $3,175.00 6

650 67614422608011

TRANSPORTATION CONTROL SYSTEMS

WIRED CKT ASSM. TYPE III CAB. TYPE III W/PEEK LOAD BAY TX8631 1 Ea. 30 days $4,175.00 35

651 67614422609011 PEEK TRAFFIC WIRED CKT ASSM. TYPE III CAB. TYPE III WIRED 1 Ea.

653 67614430401011CONTROL SPECIALISTS

WIRED CKT ASSM. TYPE IV CAB. TYPE IV WIRED 1 Ea. 60 days $5,663.00 62

654 67614430407011CONTROL TECHNOLOGIES

WIRED CKT ASSM. TYPE IV CAB. TYPE IV WIRED 1 Ea. 60 days $4,250.00 6

655 67614430803011

ECONOLITE CONTROL PRODUCTS, INC.

WIRED CKT ASSM. TYPE IV CAB. MODEL M (DRAWING # 37260G2-WD) 1 Ea. 8 weeks $10,200.00 12

656 67614432608011

TRANSPORTATION CONTROL SYSTEMS

WIRED CKT ASSM. TYPE IV CAB. TYPE IV W/PEEK LOAD BAY TX8634 1 Ea. 30 days $6,803.00 35

657 67614432609011 PEEK TRAFFIC WIRED CKT ASSM. TYPE IV CAB. TYPE IV CAB 1 Ea.

658 67614440003011SIEMENS ITS/EAGLE

WIRED CKT ASSM. TYPE V CAB. TYPE V WIRED 1 Ea.

659 67614440401011CONTROL SPECIALISTS

WIRED CKT ASSM. TYPE V CAB. TYPE V WIRED 1 Ea. 60 days $7,738.00 62

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 64 of 93

Page 81: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

660 67614440407011CONTROL TECHNOLOGIES

WIRED CKT ASSM. TYPE V CAB. TYPE V WIRED 1 Ea. 60 days $5,185.00 6

661 67614440803011

ECONOLITE CONTROL PRODUCTS, INC.

WIRED CKT ASSM. TYPE V CAB. MODEL P-44 (DRAWING # 37280) 1 Ea. 8 weeks $11,200.00 12

662 67614441703011NAZTEC, INCORPORATED

WIRED CKT ASSM. TYPE V CAB. MODEL P-44 70006-FL 1 Ea.

663 67614442608011

TRANSPORTATION CONTROL SYSTEMS

WIRED CKT ASSM. TYPE V CAB. TYPE V W/PEEK LOAD BAY TX8635/7 1 Ea. 30 days $7,719.00 35

664 67614442609011 PEEK TRAFFIC WIRED CKT ASSM. TYPE V CAB. TYPE V CAB 1 Ea.

665 67614442712011 TEMPLE, INC.WIRED CKT ASSM. TYPE V CAB. MODEL TF4008TFL0101 1 Ea.

120 days $9,932.00 31

666 67614450407011CONTROL TECHNOLOGIES

WIRED CKT ASSM. SPECIAL CAB. DC4T 1 Ea. 60 days $9,148.00 6

667 67614450407021CONTROL TECHNOLOGIES

WIRED CKT ASSM. SPECIAL CAB. BC4T 8 POSITION 1 Ea. 60 days $6,150.00 6

668 67614450407031CONTROL TECHNOLOGIES

WIRED CKT ASSM. SPECIAL CAB. BC4T 12 POSITION 1 Ea. 60 days $6,995.00 6

669 67614460003031SIEMENS ITS/EAGLE LOAD BAY PANEL MODEL TF4008 1 Ea.

670 67614462608011

TRANSPORTATION CONTROL SYSTEMS LOAD BAY PANEL MODEL TCSMP4 (4 POSITION LOADSWITCH) 1 Ea. 30 days $450.00 35

671 67614462609011 PEEK TRAFFIC LOAD BAY PANEL DRAWING # TX-8631 4 POS LOADSWITCH 1 Ea.

672 67614462609021 PEEK TRAFFIC LOAD BAY PANEL DRAWING # TX-8634 8 POS LOADSWITCH 1 Ea.

673 67614462609031 PEEK TRAFFIC LOAD BAY PANEL DRAWING # TX-8635 12 POS LOADSWITCH 1 Ea. 30 days $1,940.00 35

674 67614462609041 PEEK TRAFFIC LOAD BAY PANEL DRAWING # TX-8637 16 POS LOADSWITCH 1 Ea. 30 days $2,025.00 35

675 67614500801011SIEMENS ITS/EAGLE LOAD BAY PANEL TS2 MODEL AAD14126P001 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 65 of 93

Page 82: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

676 67614502609011 PEEK TRAFFIC LOAD BAY PANEL TS2 MODEL 8600 1 Ea. 30 days $2,200.00 35

677 67614560801011SIEMENS ITS/EAGLE

WIRED CKT ASSM. TS-2 SIZE 6 MODEL EL712FL 1 Ea.

678 67614560803011

ECONOLITE CONTROL PRODUCTS, INC.

WIRED CKT ASSM. TS-2 SIZE 6 MODEL TS2-1-55-12 SIZE 6 TS2 CABINET 1 Ea. 8 weeks $13,600.00 12

679 67614560803021

ECONOLITE CONTROL PRODUCTS, INC.

WIRED CKT ASSM. TS-2 SIZE 6 "PLUG & GO" MODEL #5381 1 Ea. 8 weeks $12,500.00 12

680 67614561703011NAZTEC, INCORPORATED

WIRED CKT ASSM. TS-2 SIZE 6 Model 70006-TS2/FL 1 Ea.

680A 67614562608011

TRANSPORTATION CONTROL SYSTEMS

WIRED CKT ASSM. TS-2 SIZE 6 MODEL TCSMPXX TS2-T1 SERIES 1 Ea.

45-70 days $10,287.00 35

681 67614562609011 PEEK TRAFFIC WIRED CKT ASSM. TS-2 SIZE 6 MODEL CWD-1241 1 Ea.

682 67614562712011 TEMPLE, INC.WIRED CKT ASSM. TS-2 SIZE 6 MODEL TF5116TFL02 1 Ea.

120 days $11,027.00 31

683 67614581703011NAZTEC, INCORPORATED

WIRED CKT ASSM. TS-2 19" RACK MODEL 70006-NITS 1 Ea.

684 67616150801021SIEMENS ITS/EAGLE

CABINET POWER SUPPLY (TS2) MODEL CPS105 1 Ea. 42 days $301.00 31

685 67616152609011 PEEK TRAFFIC CABINET POWER SUPPLY (TS2) MODEL PS100 INCLUDES DETECTOR RACK 1 Ea.

686 67616170801021SIEMENS ITS/EAGLE BUS INTERFACE UNIT (TS2) MODEL BIU200 1 Ea. 42 days $218.00 31

687 67616172609011 PEEK TRAFFIC BUS INTERFACE UNIT (TS2) MODEL BIU100 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 66 of 93

Page 83: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

688 67616202002011

POWER DISTRIBUTION & CONTROL LOAD SWITCH MOD.SSS-87 1 Ea. 30 days $29.00 6

689 67616312002011

POWER DISTRIBUTION & CONTROL FLASHER, TYPE 3 MOD. SSF-87 1 Ea. 30 days $39.00 6

690 67621500006011

ATLANTIC SCIENTIFIC CORP./COOPER CROUSE-HINDS MTL UNWIRED CABINET MODEL 91335 1 Ea.

691 67621500006021

ATLANTIC SCIENTIFIC CORP./COOPER CROUSE-HINDS MTL UNWIRED CABINET MODEL 91366 1 Ea.

692 67621500006031

ATLANTIC SCIENTIFIC CORP./COOPER CROUSE-HINDS MTL UNWIRED CABINET MODEL 91378 1 Ea.

693 67621500006041

ATLANTIC SCIENTIFIC CORP./COOPER CROUSE-HINDS MTL UNWIRED CABINET MODEL 91345 1 Ea.

694 67621510006011

ATLANTIC SCIENTIFIC CORP./COOPER CROUSE-HINDS MTL

170 UNWIRED CABINET TYPE 332/334 MODEL 91319 1 Ea.

695 67621512411013SOUTHERN MFG. CO.

170 UNWIRED CABINET TYPE 332/334 DWG # 332ALUM.PRT 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 67 of 93

Page 84: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

696 67621520006011

ATLANTIC SCIENTIFIC CORP./COOPER CROUSE-HINDS MTL

170 UNWIRED CABINET TYPE 336 MODEL 91293 1 Ea.

697 67621522411011SOUTHERN MFG. CO.

170 UNWIRED CABINET TYPE 336 MODEL SM-336 (39” x 24¼” x 20¼”) 1 Ea.

698 67621531618011MCCAIN TRAFFIC SUPPLY

170 UNWIRED CABINET TYPE 552 MODEL 552 ENCLOSURE 1 Ea.

699 67621562411011SOUTHERN MFG. CO.

170 UNWIRED CABINET TYPE 336STRETCH MODEL SM-336S (46” x 24¼” x 20¼”) 1 Ea.

700 67816020802041 EBERLE DESIGN CONFLICT MON. TYPE 12 MODEL SSM-12LE 1 Ea. 30 days $533.00 6

701 67816021703011NAZTEC, INCORPORATED CONFLICT MON. TYPE 12 MODEL SERIES 500 1 Ea.

702 67816030802011 EBERLE DESIGN CONFLICT MON. TYPE 18 MODEL SSM-18LE 1 Ea. 30 days $1,600.00 6

703 67816110802021 EBERLE DESIGN

MALFUNCTION MANAGEMENT UNIT TYPE 16 MODEL MMU-16E 1 Ea. 30 days $456.00 6

704 67816110802031 EBERLE DESIGN

MALFUNCTION MANAGEMENT UNIT TYPE 16 MODEL MMU-16LE 1 Ea. 30 days $555.00 6

705 67816111703011NAZTEC, INCORPORATED

MALFUNCTION MANAGEMENT UNIT TYPE 16 Model MMU-516 1 Ea.

706 67816111703021NAZTEC, INCORPORATED

MALFUNCTION MANAGEMENT UNIT TYPE 16 MODEL MMU-516L 1 Ea.

707 67816112214011 RENO A&E

MALFUNCTION MANAGEMENT UNIT TYPE 16 MODEL MMU-1600D 1 Ea. 30 days $1,123.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 68 of 93

Page 85: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

708 67816112609071 PEEK TRAFFIC

MALFUNCTION MANAGEMENT UNIT TYPE 16 MODEL TS2-MMU "DOUBLE DIAMOND" 1 Ea.

709 67816122609071 PEEK TRAFFIC

MALFUNCTION MANAGEMENT UNIT TYPE 12 MODEL TS1-CMU "DOUBLE DIAMOND" 1 Ea.

709M 67816150802011 EBERLE DESIGNCABINET POWER SUPPLY (TS2) MODEL PS200 1 Ea. 30 days $295.00 6

710 67816150803011

ECONOLITE CONTROL PRODUCTS, INC.

CABINET POWER SUPPLY (TS2) MODEL PS-2412 CABINET POWER SUPPLY TS2 1 Ea. 4 weeks $235.00 12

710A 67816150803021

ECONOLITE CONTROL PRODUCTS, INC.

CABINET POWER SUPPLY (TS2) PS-200E 1 Ea. 4 wks $265.00 12

711 67816151703011NAZTEC, INCORPORATED

CABINET POWER SUPPLY (TS2) Model 500098-2000 1 Ea.

711M 67816170802011 EBERLE DESIGN BUS INTERFACE UNIT MODEL BIU-700 1 Ea. 30 DAYS $199.00 6

712 67816170803011

ECONOLITE CONTROL PRODUCTS, INC. BUS INTERFACE UNIT (TS2) MODEL BIU-64 BUS INTERFACE UNIT TS2 1 Ea. 4 weeks $185.00 12

713 67816171703011NAZTEC, INCORPORATED BUS INTERFACE UNIT (TS2) Model BUI-130 1 Ea.

714 67816200802011 EBERLE DESIGN LOAD SWITCH MODEL 510 1 Ea. 30 days $18.88 6

715 67816200803011

ECONOLITE CONTROL PRODUCTS, INC. LOAD SWITCH 31095 G1 1 Ea. 4 weeks $28.00 12

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 69 of 93

Page 86: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

716 67816202002031

POWER DISTRIBUTION & CONTROL LOAD SWITCH MODEL SSS-86-3 1 Ea. 30 days $22.00 6

717 67816202002051

POWER DISTRIBUTION & CONTROL LOAD SWITCH MODEL SSS-87 I/O DUAL INDICATOR 1 Ea. 30 days $35.00 6

718 67816202214011 RENO A&E LOAD SWITCH MODEL LS-200 1 Ea. 30 days $26.00 35

719 67816210701023DELTROL CONTROLS TRANSFER RELAY MODEL 295 SERIES (10 AMP) 1 Ea.

720 67816210701023DELTROL CONTROLS TRANSFER RELAY MODEL 295 SERIES (20 AMP) 1 Ea.

721 67816210803013

ECONOLITE CONTROL PRODUCTS, INC. TRANSFER RELAY 136 4992 1 Ea. 4 weeks $42.00 12

722 67816300802011 EBERLE DESIGN FLASHER, TYPE 1 MODEL 810S 1 Ea. 30 days $19.32 6

723 67816300803011

ECONOLITE CONTROL PRODUCTS, INC. FLASHER, TYPE 1 31065 G1 1 Ea. 4 weeks $40.00 12

724 67816310802011 EBERLE DESIGN FLASHER, TYPE 3 MODEL 810 1 Ea. 30 days $19.32 6

725 67816312002021

POWER DISTRIBUTION & CONTROL FLASHER, TYPE 3 MODEL SSF-86-3 1 Ea. 30 days $21.00 6

726 67816312214011 RENO A&E FLASHER, TYPE 3 MODEL FL-200 1 Ea. 30 days $26.00 35

727 67816400805021

ELECTROTECHNICS CORPORATION TIME SWITCH, TYPE 1 MODEL NTC-17E, 861500 1 RELAY 1 Ea. 30 days $265.00 25

728 67816401703011NAZTEC, INCORPORATED TIME SWITCH, TYPE 1 MODEL 100 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 70 of 93

Page 87: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

729 67816402209011

RTC MANUFACTURING, INC. TIME SWITCH, TYPE 1 MODEL AP21 1 Ea. 30 days $338.00 54

730 67816402209021

RTC MANUFACTURING, INC. TIME SWITCH, TYPE 1 MODEL CPR-2102 PAGER 1 Ea. 30 days $711.00 54

730M 67816402455011 Spot Devices TIME SWITCH, TYPE 1 Model SC305 1 Ea. 42 days $1,845.00 31

731 67816410805011

ELECTROTECHNICS CORPORATION TIME SWITCH, TYPE 2 MODEL NTC-17E, 861503 2 RELAY 1 Ea. 30 days $288.00 25

732 67816412209021

RTC MANUFACTURING, INC. TIME SWITCH, TYPE 2 MODEL AP-22 1 Ea. 30 days $449.00 54

733 67816420805051

ELECTROTECHNICS CORPORATION TIME SWITCH, TYPE 3 MODEL NTC-17E, 861506 4 RELAY 1 Ea. 30 days $305.00 25

734 67816422209011

RTC MANUFACTURING, INC. TIME SWITCH, TYPE 3 MODEL AP41 1 Ea. 30 days $550.00 54

734M 67816450805011

ELECTROTECHNICS CORPORATION GPS TIME SWITCH MODEL TimeSync1-GPS 1 Ea. 30 days $415.00 25

735 68015200803021

ECONOLITE CONTROL PRODUCTS, INC.

CONT. S.S. ACT. ROADSIDE MASTER MODEL ASC/2M-1000 ZONE MASTER 1 Ea. 4 weeks $3,700.00 12

735E1 68023252217011Rhythm Engineering

Adaptive Signal Control System InSync - NEMA 1 Ea. 60 days $26,150.00 55

735E2 68023252217011Rhythm Engineering

Adaptive Signal Control System InSync - 170 1 Ea. 60 days $26,150.00 55

735E3 68023252217011Rhythm Engineering

Adaptive Signal Control System InSync Fusion - NEMA 1 Ea. 60 days $31,150.00 55

735E4 68023252217011Rhythm Engineering

Adaptive Signal Control System InSync Fusion - 170 1 Ea. 60 days $31,150.00 55

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 71 of 93

Page 88: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

735M 69930202719011 TAPCO HIGHLIGHTED SIGNSBlinkerSign® LED Sign 2180 Series (24/7 Operation) 1 Ea.

736 69938882411071SOUTHERN MFG. CO.

FLUORESCENT STREET NAME SIGN MODEL FF-1.1.S-SERIES (4-800-2-2-120) 1 Ea.

737 69938882411071SOUTHERN MFG. CO.

FLUORESCENT STREET NAME SIGN MODEL FF-1.1.S-SERIES (6-800-2-2-120) 1 Ea.

738 69938882411071SOUTHERN MFG. CO.

FLUORESCENT STREET NAME SIGN MODEL FF-1.1.S-SERIES (8-800-2-2-120) 1 Ea.

739 69938882608051

TRANSPORTATION CONTROL SYSTEMS

FLUORESCENT STREET NAME SIGN MODEL TCSSIGNFLO, UP TO 18"HX72"W 1 Ea. 30 days $1,123.00 35

740 69938890808011ENGINEERED CASTING, INC. LED STREET NAME SIGN

QUANTUM LITE MODEL QSN SERIES (EDGE-LIT TECHNOLOGY, 30 LUMENS PER WATT), UP TO 18"HX72"W 1 Ea.

741 69938892608061

TRANSPORTATION CONTROL SYSTEMS LED STREET NAME SIGN

MODEL TCSSIGNLED SERIES (52 LUMENS PER WATT), UP TO 18"HX72"W 1 Ea. 30 days $970.00 35

741A 69938892608071Transportation Control Systems LED STREET NAME SIGN BriteLite Model TCSSIGNBL Series 1 Ea. 30 days

$927.00 See

Attchmnt#5 35

741M 69938892712011 TEMPLE, INC. LED STREET NAME SIGN MODEL R409A Series 1 Ea. 6 weeks $1,635.00 31

742 69938912411051SOUTHERN MFG. CO.

INTERNALLY ILLUMINATED SIGN MODEL SSLED, UP TO 18"HX72"W 1 Ea.

743 69938912411061SOUTHERN MFG. CO.

INTERNALLY ILLUMINATED SIGN

MODEL ThinLine(TM) LED STREET NAME SIGN, UP TO 18"HX72"W 1 Ea.

744 70021020210013

OLDCASTLE PRECAST EAST INC. LIGHT STANDARD PEDESTAL 30-INCH DIA. 1 Ea.

745 70030012411011SOUTHERN MFG. CO. BLANKOUT SIGN

MODEL LED BLANKOUT SERIES - Legend to be defined by purchaser at time of order 1 Ea.

746 70030012608011

TRANSPORTATION CONTROL SYSTEMS BLANKOUT SIGN

MODELS TCSLEDBO SERIES - Legend to be defined by purchaser at time of order 1 Ea. 30 days $2,100.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 72 of 93

Page 89: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

747A 70030100718011DORMAN VARiTEXT, INC.

ELECTRONIC SPEED FEEDBACK SIGN

MODEL SFD/12/YS SERIES Yellow LEDs only – AC Power 1 Ea. 45 days $4,379.00 35

747B 70030100718011DORMAN VARiTEXT, INC.

ELECTRONIC SPEED FEEDBACK SIGN

MODEL SFD/12/YS SERIES Yellow LEDs only – with Solar power system 1 Ea. 45 days $4,979.00 35

747M 70030100718021DORMAN VARITEXT, INC.

ELECTRONIC SPEED FEEDBACK SIGN MODEL DF15 Series – AC Power 1 Ea. 45 days $4,379.00 35

747N 70030100718021DORMAN VARITEXT, INC.

ELECTRONIC SPEED FEEDBACK SIGN MODEL DF15 Series – with Solar power System 1 Ea. 45 days $4,979.00 35

748A 70030101213011

INFORMATION DISPLAY COMPANY

ELECTRONIC SPEED FEEDBACK SIGN

MODEL VSC-1520F SERIES Yellow LEDs only – AC power 1 Ea. 30 days $3,124.00 19

748B 70030101213011

INFORMATION DISPLAY COMPANY

ELECTRONIC SPEED FEEDBACK SIGN

MODEL VSC-1520F SERIES Yellow LEDs only – with Solar power system 1 Ea. 30 days $4,999.00 19

749A 70030101213021

INFORMATION DISPLAY COMPANY

ELECTRONIC SPEED FEEDBACK SIGN

MODEL VSC-1820F SERIES Yellow LEDs only – AC power 1 Ea. 30 days $4,833.00 19

749B 70030101213021

INFORMATION DISPLAY COMPANY

ELECTRONIC SPEED FEEDBACK SIGN

MODEL VSC-1820F SERIES Yellow LEDs only – with Solar power system 1 Ea. 30 days $6,607.00 19

750A 70030101603021

MOR MANUFACTURING/3M TRAFFIC SAFETY SYSTEMS

ELECTRONIC SPEED FEEDBACK SIGN

Model Urban DFB Series Yellow LEDs only – AC power 1 Ea. 30 days $3,085.00 31

750B 70030101603021

MOR MANUFACTURING/3M TRAFFIC SAFETY SYSTEMS

ELECTRONIC SPEED FEEDBACK SIGN

Model Urban DFB Series Yellow LEDs only - with Solar power package 1 Ea. 30 days $5,400.00 31

751A 70030120718011DORMAN VARiTEXT, INC. ELECTRONIC WARNING SIGN

MODEL VATCS CURVE WARNING SERIES – AC power, 24”x24” 1 Ea. 56 days $6,168.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 73 of 93

Page 90: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

751B 70030120718011DORMAN VARiTEXT, INC. ELECTRONIC WARNING SIGN

MODEL VATCS CURVE WARNING SERIES – with Solar power system, 24”x24” 1 Ea. 56 days $7,043.00 35

751C 70030120718011DORMAN VARiTEXT, INC. ELECTRONIC WARNING SIGN

MODEL VATCS CURVE WARNING SERIES – AC power, 30”X30” 1 Ea. 56 days $7,644.00 35

751D 70030120718011DORMAN VARiTEXT, INC. ELECTRONIC WARNING SIGN

MODEL VATCS CURVE WARNING SERIES – with Solar power system, 30”X30” 1 Ea. 56 days $8,519.00 35

751M 70030121213011Information Display Company ELECTRONIC WARNING SIGN

SpeedCheck - Model ASL Series - Advisory Speed Limit Sign (Yellow sheeting/display only) 1 Ea. 45 days

$4,499.00 See

attchmnt A 19, 31

751N 70030121213021Information Display Company ELECTRONIC WARNING SIGN

SpeedCheck - Model SDA Series - Slow Down Alert Sign 1 Ea. 45 days

$5,199.00 See

attchmnt A 19, 31

752A 70030140718011DORMAN VARiTEXT, INC.

ELECTRONIC REGULATORY SIGN

MODEL VATCS POSTED SPEED SERIES – AC power, 18”x24” 1 Ea. 56 days $5,928.00 35

752B 70030140718011DORMAN VARiTEXT, INC.

ELECTRONIC REGULATORY SIGN

MODEL VATCS POSTED SPEED SERIES – with Solar power system, 18”x24” 1 Ea. 56 days $6,803.00 35

752C 70030140718011DORMAN VARiTEXT, INC.

ELECTRONIC REGULATORY SIGN

MODEL VATCS POSTED SPEED SERIES – AC power, 24”x30” 1 Ea. 56 days $6,168.00 35

752D 70030140718011DORMAN VARiTEXT, INC.

ELECTRONIC REGULATORY SIGN

MODEL VATCS POSTED SPEED SERIES – with Solar power system, 24”x30” 1 Ea. 56 days $7,043.00 35

753A 70030140718021DORMAN VARiTEXT, INC.

ELECTRONIC REGULATORY SIGN

MODEL VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE – AC power 1 Ea. 56 days $6,168.00 35

753B 70030140718021DORMAN VARiTEXT, INC.

ELECTRONIC REGULATORY SIGN

MODEL VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE – with solar power system 1 Ea. 56 days $7,043.00 35

757A 74150016301011Measurement Specialties, Inc.

Type I Piezoelectric axle sensor (for Traffic Monitoring Sites) Model BL 6’ Sensor w/ 100’ lead 1 Ea. 30 days $325.00 35

757B 74150016301011Measurement Specialties, Inc.

Type I Piezoelectric axle sensor (for Traffic Monitoring Sites) Model BL 6’ Sensor w/ 200’ lead 1 Ea. 30 days $379.00 35

757C 74150016301011Measurement Specialties, Inc.

Type I Piezoelectric axle sensor (for Traffic Monitoring Sites) Model BL 6’ Sensor w/ 300’ lead 1 Ea. 30 days $433.00 35

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 74 of 93

Page 91: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

758A 74150017001011 Thermocoax

Type I Piezoelectric axle sensor (for Traffic Monitoring Sites)

VB80 Vibracoax 8mm Unencapsulated 6’ Sensor w/100’ lead 1 Ea.

758B 74150017001011 Thermocoax

Type I Piezoelectric axle sensor (for Traffic Monitoring Sites)

VB80 Vibracoax 8mm Unencapsulated 6’ Sensor w/200’ lead 1 Ea.

758C 74150017001011 Thermocoax

Type I Piezoelectric axle sensor (for Traffic Monitoring Sites)

VB80 Vibracoax 8mm Unencapsulated 6’ Sensor w/300’ lead 1 Ea.

758M 74150023209021 Wavetronix, LLC

Traffic Monitoring Site Vehicle Sensor - Microwave Radar Vehicle Sensor Model: SS105V 1 Ea. 30 days

$4,412.00 See Attch.

Wavetronix 39

759 74150025504011

EIS Electronic Integrated Sys. Inc.

Type II Microwave radar vehicle sensor (for Traffic Monitoring Sites) RTMS (Volume) 1 Ea. 25 days $3,995.00 3

760 74150027301011 Wavetronix, LLC

Type II Microwave radar vehicle sensor (for Traffic Monitoring Sites) Model SmartSensor -125 1 Ea. 30 days $5,305.00 35

761 74150035501021

Electronic Control Measurement

Sensor Bonding Agent (for Traffic Monitoring Sites) ECM P6G Asphalt

1 Can. (6-8kg)

761M 74150035502013

E-Bond Epoxies www.ebondepoxies.com

Traffic Monitoring Site Vehicle Sensor - Bonding Agent

G-78 Bonding Agent (for Traffic Monitoring Sites Only)

1 Gal. (90 cu. In.)

761N 74150035502013

E-Bond Epoxies www.ebondepoxies.com

Traffic Monitoring Site Vehicle Sensor - Bonding Agent

G-78 Bonding Agent (for Traffic Monitoring Sites Only)

2 Gal (180 cu. In)

762 74150035901011

International Road Dynamics, Inc.

Sensor Bonding Agent (for Traffic Monitoring Sites) AS475 Asphalt

1 Can. (7.5kg)

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 75 of 93

Page 92: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

763 74250035501021

Electronic Control Measurement

Sensor Bonding Agent (for Traffic Monitoring Sites) ECM P6G Asphalt

1 Can. (6-8kg)

766 74250136101031Kistler Instrument Corp.

Quartz element piezoelectric weight (for Traffic Monitoring Sites)

Model 9195F411, 1.75 meter long, w/40-m cable length 1 Ea.

767 74250136101041Kistler Instrument Corp.

Quartz element piezoelectric weight (for Traffic Monitoring Sites)

Model 9195F421, 1.75 meter long, w/100-m cable length 1 Ea.

768 74250136101051Kistler Instrument Corp.

Quartz element piezoelectric weight (for Traffic Monitoring Sites)

Model 9195F511, 2.0 meter long, w/40-m cable length 1 Ea.

769 74250136101061Kistler Instrument Corp.

Quartz element piezoelectric weight (for Traffic Monitoring Sites)

Model 9195F521, 2.0 meter long, w/100-m cable length 1 Ea.

770 74350215401011Diamond Traffic Products

Electronics Unit (for Traffic Monitoring Sites) Phoenix 1 Ea. 30 days $2,324.25 17

770A 74350215401023Diamond Traffic Products

Traffic Monitoring Site Vehicle Speed/Classification Unit Model: Phoenix II-3U 1 Ea. 30 days $2,324.25 17

771 74350216602011Peek Traffic Corp.

Electronics Unit (for Traffic Monitoring Sites) ADR-3000 TRAFICOMP III 1 Ea.

771M 74450312452011Sharp (for Traffic Monitoring Sites)

Solar Panel (for Traffic Monitoring Sites) NE-80EJEA (80W) 1 Ea.

771N 74450312452011Sharp (for Traffic Monitoring Sites)

Solar Panel (for Traffic Monitoring Sites) ND-123UJF (123W) 1 Ea.

771P 74450312452011Sharp (for Traffic Monitoring Sites)

Solar Panel (for Traffic Monitoring Sites) ND-130UJF (130W) 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 76 of 93

Page 93: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

772 74450336303011Morningstar Corporation

Voltage Regulator (for Traffic Monitoring Sites) Model SS-6-12 1 Ea.

773 74450336303021Morningstar Corporation

Voltage Regulator (for Traffic Monitoring Sites) Model SS-10-12 1 Ea.

774 74450336903011Specialty Concepts

Voltage Regulator (for Traffic Monitoring Sites) ASC12-8 1 Ea.

775 74513815403013

3M/Bondo Corp/Dynatron/Bondo Corp.

LOOP SEALANT ASPHALT PAVEMENT BONDO P-606 5 Gal. 30 days $225.00 25

776 74513815403023

3M/Bondo Corp/Dynatron/Bondo Corp.

LOOP SEALANT ASPHALT PAVEMENT BONDO E-709 Extra Flexible 5 Gal.

777 74513815404013

Durant Performance Coatings

LOOP SEALANT ASPHALT PAVEMENT STAT-A-FLEX ASPHALT (Fast Set Time) 5 Gal.

778 74513825404013

Durant Performance Coatings

LOOP SEALANT CONCRETE PAVEMENT STAT-A-FLEX Concrete (Fast Set Time) 5 Gal.

779 74650606905013Southern Mfg. Co.

Type 332/334 Cabinet Min. 66"Hx24"Wx30"D (for Traffic Monitoring Sites) Type 332/334 unwired 1 Ea.

780 74650616905013Southern Mfg. Co.

Type III Cabinet Min. 32H"x25"Wx24" (for Traffic Monitoring Sites) Type III unwired 1 Ea.

781 74650617002013Transportation Control Systems

Type III Cabinet Min. 32H"x25"Wx24" (for Traffic Monitoring Sites) Model TCS-3C unwired 1 Ea. 30 days $456.00 35

782 74650626905013Southern Mfg. Co.

Type IV Cabinet Min. 48"Hx29"Wx16"D (for Traffic Monitoring Sites) Type IV unwired 1 Ea

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 77 of 93

Page 94: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

783 74650627002013Transportation Control Systems

Type IV Cabinet Min. 48"Hx29"Wx16"D (for Traffic Monitoring Sites) Model TCS-4 unwired 1 Ea 30 days $635.00 35

784 74650636905023Southern Mfg. Co.

Type V Cabinet Min. 54"Hx38"Wx24"D (for Traffic Monitoring Sites) Type V unwired 1 Ea

785 74650645301011Component Products, Inc.

4" ID pole (for Traffic Monitoring Sites)

Model No. CPI-AP-15-40 15-ft. long, schedule 40, thread one end (TOE), natural finish 1 Ea

2-3 weeks $310.00 25

788 74650666603011Pelco Products, Inc.

Collar assembly for 4" ID pole (for Traffic Monitoring Sites) PB-5325 1 Ea 30 days $43.62 35

788A 74650642011053Pelco Products, Inc.

Traffic Monitoring Site Pole and Pedestal Mounted Hardware for Cabinet Mounting

PN: PB-5102 (Pedestal pole,12 ft x 4 inch ID (4.5 inch OD), schedule 80, one end threaded) 1 Ea 30 days

$317.00 See

Attachmnt #6 35

788B 74650642011063Pelco Products, Inc.

Traffic Monitoring Site Pole and Pedestal Mounted Hardware for Cabinet Mounting PN: PB-5401 (Pole cap, 4.5 inch OD) 1 Ea 30 days $14.00 35

790 74650685301011Component Products, Inc.

Square alum. pedestal base for 4" ID pole (for Traffic Monitoring Sites) Model No. CPI-BAS- 1P 1 Ea.

Stock - 2 weeks $124.00 25

792 74650696603011Pelco Products, Inc.

Square alum. pedestal w/alum. access (for Traffic Monitoring Sites) PB-5336 1 Ea.

793 74650706603011Pelco Products, Inc.

Square alum. pedestal w/plastic access (for Traffic Monitoring Sites) PB-5337 1 Ea.

795 74650726603011Pelco Products, Inc.

Grounding lug assembly (for Traffic Monitoring Sites) PB-5323 1 Ea. 30 days $2.77 31

796 74750816302011 Micro-AideModem (for Traffic Monitoring Sites) LPM-14 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 78 of 93

Page 95: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

797 74750816904011Starcomm Products, Inc.

Modem (for Traffic Monitoring Sites) 1414-L 1 Ea.

798 75010175101071

Arris Technologies, Inc.

TRANSIENT PROTECTION DEVICE Model AR-916 (Loop Terminal 9/16" spacing) 1 Ea.

799 75010175503101Edco, Inc. of Florida

TRANSIENT PROTECTION DEVICE SRA-6LCA-916 1 Ea.

3-5 days $11.40 14

800 75050925503011Edco, Inc. of Florida

Suppressors for telephone line inputs (for Traffic Monitoring Sites) FAS-TEL/DOT 1 Ea.

3-5 days $32.40 14

801 75050935503011Edco, Inc. of Florida

Suppressors for solar power inputs (for Traffic Monitoring Sites) MOVP-047 1 Ea.

3-5 days $21.00 14

802 78160100720011DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (18 INCH CHARACTER) VF-2000 Series-27x125-66-A 1 Ea. 90 days $69,975.00 11

802A 78160100720021DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (WALK-IN) VF-2020 Series (Full-Color) 54x210-34-RGB 1 Ea. 90 days

$85,513.00 See DAK Attached 11

803 78160101415011 LEDSTAR, INC.(ITS) DYNAMIC MESSAGE SIGN (18 INCH CHARACTER) VMS-105-27x125 Walk-in Access 1 Ea..

120 days $64,383.00 21

803A 78160101415021 LEDSTAR, INC.(ITS) DYNAMIC MESSAGE SIGN (WALK-IN) VMS133C-54x210 (Full-Color) 1 Ea.

804 78160102450011SKYLINE PRODUCTS, INC.

(ITS) DYNAMIC MESSAGE SIGN (18 INCH CHARACTER) VMSLED-W-3-18F-27-125-I 1 Ea.

120 days $53,935.00 29

805 78160110720011DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (12 INCH CHARACTER) VF-2420-18x75-46-A 1 Ea. 90 days $42,425.00 11

806 78160110720011DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (12 INCH CHARACTER) VF-2420-18x90-46-A 1 Ea. 90 days $45,180.00 11

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 79 of 93

Page 96: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

807 78160110720011DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (12 INCH CHARACTER) VF-2420-18x105-46-A 1 Ea. 90 days $48,310.00 11

808 78160110720011DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (12 INCH CHARACTER) VF-2420-27x90-46-A 1 Ea. 90 days $50,175.00 11

809 78160110720011DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (12 INCH CHARACTER) VF-2420-27x105-46-A 1 Ea. 90 days $55,095.00 11

809C 78160110720021DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (FRONT ACCESS)

VF-2420 Series RGB (Full-Color) VF-2420-36x150-34-RGB 1 Ea. 90 days

$55,757.00 See DAK Attached 11

809D 78160110720031DAKTRONICS, INC.

(ITS) DYNAMIC MESSAGE SIGN (FRONT ACCESS)

VF-2320 Series RGB (Full-Color) VF-2320-32x48-20-RGB 1 Ea. 90 days

$28,516.00 See DAK Attached 11

809G 78160111415011 Ledstar, Inc.(ITS) DYNAMIC MESSAGE SIGN (FRONT ACCESS)

Model: VMS-136 Series (Amber) (Model Tested: VMS-136-27x80-46-X) 1 Ea.

809G1 78160111415021 Ledstar, Inc.(ITS) DYNAMIC MESSAGE SIGN (FRONT ACCESS) Model: VMS-136 Series (Full Color) 1 Ea.

809J 78160120720011 Daktronics, Inc.(ITS) DYNAMIC MESSAGE SIGN (EMBEDDED)

Model: VM-1020 Series (White, Amber and Tri-color) 1 Ea. 90 days

$15,261.00 See DAK Attached 11

809L 78160142456011 SES America Inc.(ITS) DYNAMIC MESSAGE SIGN (RETROFIT KIT) M6000 DMS Retrofit Kit (Amber) 1 Ea.

809M 78260400219011BOSCH SECURITY SYSTEMS, INC. (ITS) CCTV CAMERA (DOME)

VG4 500 Series with model numbers limited to: VG4-52(3,4)-ECE(0,1,2)(M,P)_ 1 Ea. 20 days $3,195.00 40

809N 78260400219011BOSCH SECURITY SYSTEMS, INC. (ITS) CCTV CAMERA (DOME)

VG4 300 Series with model numbers limited to: VG4-32(3,4)-ECE(0,1,2)(M,P)_ 1 Ea.

5-7 days $2,599.00 40

809P1 78260400219013Bosch Security Systems, Inc. (ITS) CCTV CAMERA (DOME) VG5-723-ECE2ITS ***ITEM DISCONTINUED*** 1 Ea.

809P2 78260400219013Bosch Security Systems, Inc. (ITS) CCTV CAMERA (DOME) VG5-724-ECE2ITS ***ITEM DISCONTINUED*** 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 80 of 93

Page 97: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

809P3 78260400219013Bosch Security Systems, Inc. (ITS) CCTV CAMERA (DOME) VG5-836-ECEVITS 1 Ea.

5-7 days $3,199.00 40

810 78260400428011 COHU, INC. (ITS) CCTV CAMERA (DOME) 3925-5200-PEND 1 Ea. 30 days $2,809.00 4

811 78260403004011VICON INDUSTRIES, INC. (ITS) CCTV CAMERA (DOME) SVFT-PRS23 1 Ea. 25 days $2,880.00 3

811A 78260403004011Vicon Industries, Inc. (ITS) CCTV CAMERA (DOME) SVFT-W23 1 Ea. 30 days $1,850.00 3

811B 78260403004011Vicon Industries, Inc. (ITS) CCTV CAMERA (DOME) SVFT-PRS36 1 Ea. 30 days $2,865.00 3

811C 78260403004011Vicon Industries, Inc. (ITS) CCTV CAMERA (DOME) SVFT-W36 1 Ea. 30 days $2,050.00 3

812 78260403004021VICON INDUSTRIES, INC. (ITS) CCTV CAMERA (DOME) SVFT-PRS35 1 Ea. 25 days $3,090.00 3

813 78260403004031VICON INDUSTRIES, INC. (ITS) CCTV CAMERA (DOME) SVFT-W23 1 Ea. 25 days $2,225.00 3

814 78260403004041VICON INDUSTRIES, INC. (ITS) CCTV CAMERA (DOME) SVFT-W35 1 Ea. 25 days $2,475.00 3

815 78260420428011 COHU, INC.(ITS) CCTV CAMERA (EXTERNAL POSITIONER) 3965-5201-PEDD 1 Ea. 30 days $3,663.00 4

815A 78260501218013

Imtech (dba Activu Corporation)

(ITS) VIDEO DISPLAY CONTROL SYSTEM Activu Visualization System 1 Ea.

815G 78260501255013 Jupiter Systems(ITS) VIDEO DISPLAY CONTROL SYSTEM Fusion Catalyst System 1 Ea.

815M 78461200429011COMTROL CORPORATION

(ITS) MANAGED FIELD ETHERNET SWITCH MODEL RocketLinx ES8510-XT 1 Ea. 7 DAYS $749.50 5

815N 78461200429023COMTROL CORPORATION

(ITS) MANAGED FIELD ETHERNET SWITCH Model: RocketLinx ES9528-XT 1 Ea. 30 days $659.45 5

815T 78461200433013Communication Networks

(ITS) MANAGED FIELD ETHERNET SWITCH CNGE2FE16MS, 1 Ea. 30 days $1,244.00 25

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 81 of 93

Page 98: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

815U 78461200433013Communication Networks

(ITS) MANAGED FIELD ETHERNET SWITCH CNGE8FX4TX4MS 1 Ea. 30 days $1,244.00 25

815V 78461200433013Communication Networks

(ITS) MANAGED FIELD ETHERNET SWITCH CNGE3FE7MS2 1 Ea. 30 days $1,189.00 25

816 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73222-ABB 1 Ea. 30 days $1,469.00 41

817 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73320-A0B 1 Ea. 30 days $989.00 41

818A 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73322-ABB 1 Ea. 30 days $1,517.00 41

818B 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73402-0BB 1 Ea. 30 days $1,205.00 41

818C 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73400-00B 1 Ea. 30 days $725.00 41

818D 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73300-00B 1 Ea. 30 days $695.00 41

818E 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73302-0BB 1 Ea. 30 days $1,157.00 41

818F 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73240-A0B 1 Ea. 30 days $1,349.00 41

818G 78461200832011EtherWAN Systems Inc.

(ITS) MANAGED FIELD ETHERNET SWITCH EX73242-ABB 1 Ea. 30 days $1,829.00 41

818M 78461201124013 GarrettCom INC. (ITS) MANAGED FIELD ETHERNET SWITCH Model: 6KL 1 Ea. 30 days $1,850.00 3

818M-1 78461201124013 GarrettCom(ITS) 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. 30 days $1,145.00 3

818M-2 78461201124013 GarrettCom(ITS) MANAGED FIELD ETHERNET SWITCH

MODEL 6KL AC, (4) 10/100 RJ45 and (2) GigE SFP with SFP-LX10 installedP/N= 6KL-AC+6KL-2GSFP+(2)SFP-LX10

1 Ea. 30 days $850.00 3

818M-3 78461201124013 GarrettCom(ITS) 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 3

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 82 of 93

Page 99: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

818M-4 78461201124013 GarrettCom(ITS) MANAGED FIELD ETHERNET SWITCH

MODEL 6KL AC, (6) 10/100 RJ45 and (2) 100Mb LC/SMP/N= 6KL-AC+6KL4-2SLC2RJ

1 Ea. 30 days $1,150.00 3

818M-5 78461201124013 GarrettCom(ITS) MANAGED FIELD ETHERNET SWITCH

MODEL 6KL AC, (4) 10/100 RJ45 and (4) 100Mb LC/SMP/N= 6KL-AC+6KL4-4SLC

1 Ea. 30 days $1,295.00 3

818M-6 78461201124013 GarrettCom(ITS) MANAGED FIELD ETHERNET SWITCH

MODEL 6KL AC, (4) 10/100 RJ45, (4) 100Mb LC/SM and (2) GigE SFP with SFP-LX10 installedP/N= 6KL-AC+6KL4-4SLC+6KL-2GSFP+(2)SFP-LX10

1 Ea. 30 days $1,850.00 3

818T 78461201219013 ITS Express(ITS) MANAGED FIELD ETHERNET SWITCH ITS-8040 1 Ea.

5-7 days $1,099.00 40

818U 78461201219013 ITS Express(ITS) MANAGED FIELD ETHERNET SWITCH ITS-8012 1 Ea.

5-7 days $1,299.00 40

818V 78461201219013 ITS Express(ITS) MANAGED FIELD ETHERNET SWITCH ITS-8020+ 1 Ea.

5-7 days $850.00 40

819 78461202216011RUGGEDCOM INC.

(ITS) 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. 15 days $1,200.00

7, 26, 37

820 78461202216011RUGGEDCOM INC.

(ITS) 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. 15 days $1,575.00

7, 26, 37

821A 78461202216011RUGGEDCOM INC.

(ITS) 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) 15 days $1,875.00

7, 26, 37

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 83 of 93

Page 100: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

821B 78461202216011RUGGEDCOM INC.

(ITS) 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) 15 days $1,050.00

7, 26, 37

821C 78461202216011RUGGEDCOM INC.

(ITS) 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) 15 days $1,425.00

7, 26, 37

821D 78461202216011RUGGEDCOM INC.

(ITS) 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) 15 days $1,050.00

7, 26, 37

821E 78461202216011RUGGEDCOM INC.

(ITS) 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) 15 days $1,425.00

7, 26, 37

821F 78461202216011RUGGEDCOM INC.

(ITS) 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) 15 days $1,050.00

7, 26, 37

821G 78461202216011RUGGEDCOM INC.

(ITS) 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. 15 days $1,425.00

7, 26, 37

821H 78461202216011RUGGEDCOM INC.

(ITS) 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. 15 days $750.00

7, 26, 37

821I 78461202216011RUGGEDCOM INC.

(ITS) MANAGED FIELD ETHERNET SWITCH

RS900G-HI-D-2SFP (Alternate Power Supply Voltage and Mounting Options may be specified by purchaser when order is placed) 1 Ea. 15 days $1,102.00

7, 26, 37

821J 78461202216011RUGGEDCOM INC.

(ITS) MANAGED FIELD ETHERNET SWITCH 25-10-0100 10km LC optics 1 Ea. 15 days $225.00

7, 26, 37

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 84 of 93

Page 101: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

821K 78461202216011RUGGEDCOM INC.

(ITS) MANAGED FIELD ETHERNET SWITCH 25-10-0101 25km LC optics 1 Ea. 15 days $413.00

7, 26, 37

821L 78461202216011RUGGEDCOM INC.

(ITS) MANAGED FIELD ETHERNET SWITCH 25-10-0109 70km LC optics 1 Ea. 15 days $1,500.00

7, 26, 37

821M 78461202216011RUGGEDCOM INC.

(ITS) 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. 15 days $1,440.00

7, 26, 37

821N 78461202216011RUGGEDCOM INC.

(ITS) 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. 15 days $1,440.00

7, 26, 37

821O 78461202216011RUGGEDCOM INC.

(ITS) 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. 15 days $1,665.00 7, 26,37

821P 78461202216011RUGGEDCOM INC.

(ITS) 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. 15 days $1,665.00 7, 26,37

822A 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $2,033.00 7, 26,37

822B 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $1,583.00 7, 26,37

823 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $57.00 7, 26,37

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 85 of 93

Page 102: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

824 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $582.00 7, 26,37

825 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $582.00 7, 26,37

826 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $882.00 7, 26,37

827 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $1,182.00 7, 26,37

828 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $188.00 7, 26,37

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 86 of 93

Page 103: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

829 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $675.00 7, 26,37

830 78461202216021RUGGEDCOM INC.

(ITS) 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. 15 days $1,050.00 7, 26,37

831 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS 1-Port DB9, P/N 99435-0 1 Ea. 10 days $123.00 5

832 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS VDC 1 Port, P/N 99440-4 1 Ea. 10 days $158.00 5

833 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS 2-Port 1E, P/N 99480-0 1 Ea. 10 days $246.00 5

834 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS 2-Port 2E, P/N 99481-7 1 Ea. 10 days $328.00 5

835 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS 4-Port DB9, P/N 99445-9 1 Ea. 10 days $310.00 5

836 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS 4-Port RJ45, P/N 99446-6 1 Ea. 10 days $328.00 5

837 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS 8-Port DB9, P/N 99448-0 1 Ea. 10 days $503.00 5

838 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS 8-Port RJ45, P/N 99449-7 1 Ea. 10 days $532.00 5

839 78461300429011COMTROL CORPORATION (ITS) DEVICE SERVER RTS 1-Port DB9, P/N 99435-0 1 Ea. 10 days $123.00 5

840 78461300429021COMTROL CORPORATION (ITS) DEVICE SERVER PRO 8 Port, P/N 99443-5 1 Ea. 10 days $579.00 5

841 78461300719011DIGI INTERNATIONAL (ITS) DEVICE SERVER Portserver TS Hcc Mei 1 Ea. 30 days $616.00 6

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 87 of 93

Page 104: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

841M 78461400431013

Core Tec Communications, LLC

(ITS) VIDEO ENCODER - DIGITAL Model: VCX-6400-E-H 1 Ea.

841N 78461400431023

Core Tec Communications, LLC

(ITS) VIDEO ENCODER - DIGITAL Model: VCX-7401 1 Ea.

842 78461401214011iMPATH NETWORKS INC.

(ITS) VIDEO ENCODER - DIGITAL Model i4110 1 Ea. 25 days $1,997.00 3

843 78461401214011iMPATH NETWORKS INC.

(ITS) VIDEO ENCODER - DIGITAL Model i4022 1 Ea. 25 days $4,565.00 3

844 78461401214011iMPATH NETWORKS INC.

(ITS) VIDEO ENCODER - DIGITAL Model i4021 1 Ea. 3 weeks $5,500.00 3

845 78461401214011iMPATH NETWORKS INC.

(ITS) VIDEO ENCODER - DIGITAL Model i1410 1 Ea. 25 days $2,945.00 3

846 78461401214011iMPATH NETWORKS INC.

(ITS) VIDEO ENCODER - DIGITAL Model i1422 1 Ea. 3 weeks $9,995.00 3

846M 78461401214021iMPATH NETWORKS LTD.

(ITS) VIDEO ENCODER - DIGITAL

Model: i5110ET (Tested with Firmware Version 3.2.7.7) 1 Ea. 2 weeks $1,995.00 3

847 78461402713011 TELESTE(ITS) VIDEO ENCODER - DIGITAL Model MPC-E1 1 Ea. 60 days $1,025.00 6

848 78461402713011 TELESTE(ITS) VIDEO ENCODER - DIGITAL Model MPC-E2 1 Ea. 60 days $1,185.00 6

849 78461402713011 TELESTE(ITS) VIDEO ENCODER - DIGITAL Model MPC-E4 1 Ea. 60 days $1,675.00 6

850 78461402713011 TELESTE(ITS) VIDEO ENCODER - DIGITAL Model MPX-E8 1 Ea. 60 days $3,200.00 6

850M 78461402716013 TKH Security(ITS) VIDEO ENCODER - DIGITAL Model: C-60 E-MC 1 Ea. 30 days $1,598.00 31

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 88 of 93

Page 105: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

851 78461403005011VBRICK SYSTEMS, INC.

(ITS) VIDEO ENCODER - DIGITAL Model: 9170-4200-0003 1 Ea. 30 days $3,695.00 38

851M 78461500431013

Core Tec Communications, LLC

(ITS) VIDEO DECODER - DIGITAL Model: VCX-6400-D-H 1 Ea.

852 78461501214011iMPATH NETWORKS INC.

(ITS) VIDEO DECODER - DIGITAL Model i1000-D 1 Ea. 25 days $4,015.00 3

852D 78461501214023Impath Networks LTD.

(ITS) VIDEO DECODER - DIGITAL Model: i5110-D (Not supported by SunGuide) 1 Ea. 30 days $1,075.00 3

853 78461502713011 TELESTE(ITS) VIDEO DECODER – DIGITAL Model MPC-D1 1 Ea. 60 days $1,025.00 6

854 78461502713011 TELESTE(ITS) VIDEO DECODER - DIGITAL Model MPC-D2 1 Ea. 60 days $1,395.00 6

855 78461502713011 TELESTE(ITS) VIDEO DECODER - DIGITAL Model MPC-D4 1 Ea. 60 days $2,170.00 6

856 78461502713011 TELESTE(ITS) VIDEO DECODER - DIGITAL Model MPX-D8 1 Ea. 60 days $3,815.00 6

857 78461503005011VBRICK SYSTEMS, INC.

(ITS) VIDEO DECODER - DIGITAL Model: 9110-5200-0003R 1 Ea. 30 days $5,795.00 38

858 78561601215013ITS PRODUCTS (MG-SQUARED)

(ITS) CAMERA LOWERING DEVICE

CLDMG2 - Lowering Device System only, including lowering device, lowering tool, up to 100' of lowering cable, up to 100' of composite cable, and assembly hardware. 1 Ea.

3-6 weeks ARO $5,575.00 23

859 78561601215013ITS PRODUCTS (MG-SQUARED)

(ITS) CAMERA LOWERING DEVICE/CONCRETE POLE BUNDLE

CLDMG2 and Concrete Pole Bundle 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.

10-14 weeks ARO $16,042.00 23

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 89 of 93

Page 106: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

860 78561601215013ITS PRODUCTS (MG-SQUARED)

(ITS) CAMERA LOWERING DEVICE/STEEL POLE BUNDLE

CLDMG2 and Steel Pole Bundle including lowering device, lowering tool, steel 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.

10-14 weeks ARO $16,888.00 23

861 78561601215013ITS PRODUCTS (MG-SQUARED)

(ITS) CAMERA LOWERING DEVICE

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 days $8,289.00 23

861E 78561601709013NORTH STAR LIGHTING (CLS)

(ITS) 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’ of lowering cable, up to 100’ of composite cable, and assembly hardware. 1 Ea. 30 days $5,600.00 41

861F 78561601709013NORTH STAR LIGHTING (CLS)

(ITS) CAMERA LOWERING DEVICE/CONCRETE POLE BUNDLE

MODEL CDP6-16HDA Series and Concrete Pole Bundle 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. 7 weeks $16,214.00 41

861G 78561601709013NORTH STAR LIGHTING (CLS)

(ITS) CAMERA LOWERING DEVICE/STEEL POLE BUNDLE

MODEL CDP6-16HDA Series and Steel Pole Bundle including lowering device, lowering tool, steel 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. 8 weeks $17,220.00 41

861i 78561702402011Safetran Traffic Systems, Inc.

(ITS) FIELD CABINET TYPE 336S

STCABS #1284 (with generator panel and exterior utility-on indicator light) 1 Ea. 8 wks $2,766.00 12

861J 78561702411011SOUTHERN MFG. CO.

(ITS) FIELD CABINET TYPE 336S MODEL: WE3RAL-336S-FLITS 1 Ea.

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 90 of 93

Page 107: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

861N 78561710720013DAKTRONICS, INC.

(ITS) FIELD CABINET TYPE 334 MODEL Daktronics 334TC 1 Ea.

861Q 78561712411011SOUTHERN MFG. CO.

(ITS) FIELD CABINET TYPE 334 MODEL: WE3RAL-334-FLDMS-G 1 Ea.

861P 78561750804013

Emerson Network Power (formerly EDCO)

(ITS) Surge Protective Device (SPD) Low Voltage CX06 Series Video SPD 1 Ea. 30 days $68.00 3

861Q-1 78561751629013Meter-Treater, Inc.

(ITS) Surge Protective Device (SPD) Low Voltage CLT-CCV-2-M-5 Video SPD 1 Ea. 10 days $110.00 58

861Q-2 78561751629023Meter-Treater, Inc.

(ITS) Surge Protective Device (SPD) Low Voltage SLT/IM-04S-232-TS (12VDC) 1 Ea. 10 days $110.00 58

861Q-3 78561751629023Meter-Treater, Inc.

(ITS) Surge Protective Device (SPD) Low Voltage SLT/IM-04S-CL1-TS (24VAC) 1 Ea. 10 days $133.00 58

861Q-4 78561751629023Meter-Treater, Inc.

(ITS) Surge Protective Device (SPD) Low Voltage SLT/IM-04S-CL2-TS (48VDC) 1 Ea. 10 days $133.00 58

861Q-5 78561751629023Meter-Treater, Inc.

(ITS) Surge Protective Device (SPD) Low Voltage SLT/IM-04S-TR0-TS (T1) 1 Ea. 10 days $133.00 58

861Q-6 78561751629023Meter-Treater, Inc.

(ITS) Surge Protective Device (SPD) Low Voltage SLT/IM-04S-422-TS-5 (RS422/RS485) 1 Ea. 10 days $133.00 58

861T 78561770038013

ADVANCED PROTECTION TECHNOLOGIES, INC.

(ITS) TRANSIENT VOLTAGE SURGE SUPPRESSION SPDee S Series - S50A(xxxx)1PN 1 Ea. 30 days $125.00 41

861U 78561770038013

ADVANCED PROTECTION TECHNOLOGIES, INC.

(ITS) TRANSIENT VOLTAGE SURGE SUPPRESSION SPDee S Series - S50A(xxxx)2PN 1 Ea. 30 days $140.00 41

861V 78561770038013

ADVANCED PROTECTION TECHNOLOGIES, INC.

(ITS) Transient Voltage Surge Suppression (TVSS) Power Entry SPDee S Series - S50A(xxxx)3PY 1 Ea. 30 days $140.00 41

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 91 of 93

Page 108: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor

861W 78561770038023

ADVANCED PROTECTION TECHNOLOGIES, INC.

(ITS) TRANSIENT VOLTAGE SURGE SUPPRESSION TE(XX)XCS104XA 1 Ea. 30 days $335.00 41

861X 78561770038033

ADVANCED PROTECTION TECHNOLOGIES, INC.

(ITS) TRANSIENT VOLTAGE SURGE SUPPRESSION TE(XX)XDS104XA 1 Ea. 30 days $480.00 41

862 78561770006011

ATLANTIC SCIENTIFIC CORP./COOPER CROUSE-HINDS MTL

(ITS) Transient Voltage Surge Suppression (TVSS) Power Entry MODEL ZoneDefender PRO 1 Ea.

863 78661900830011IMAGE SENSING SYSTEMS

(ITS) VEHICLE DETECTION SYSTEM - MICROWAVE - DIGITAL SIDE-FIRE G4 Model K4 1 Ea. 25 days $3,995.00 3

864 78661903209011 WAVETRONIX, LLC

(ITS) VEHICLE DETECTION SYSTEM - MICROWAVE - DIGITAL SIDE-FIRE Model: SS125 (HD) WX-SS-H125 1 Ea.

3-4 weeks $5,948.00 39

865 78661903209021 WAVETRONIX, LLC

(ITS) VEHICLE DETECTION SYSTEM - MICROWAVE - DIGITAL SIDE-FIRE Model: SS105 WX-SS-H105 1 Ea.

3-4 weeks $2,812.00 39

865A 78661903209031 WAVETRONIX, LLC

(ITS) VEHICLE DETECTION SYSTEM - MICROWAVE - DIGITAL SIDE-FIRE Model: SS105V 1 Ea. 30 days

$2,812.00 See Attch.

Wavetronix 39

867 65013301805103OSRAM SYLVANIA

VEHICULAR TRAFFIC ASSEMBLY SIGNAL LAMP 135A21/TS/8M 120-125V 12" VEH HEAD 1 Ea.

869 78561702411011SOUTHERN MFG. CO.

(ITS) FIELD CABINET TYPE 336S WE3RAL-336S-FLITS 1 Ea. 6 weeks $3,725.00 30

870 78561712411011SOUTHERN MFG. CO.

(ITS) FIELD CABINET TYPE 334 WE3RAL-334-FLDMS-G 1 Ea. 6 weeks $4,495.00 30

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor. Is this product available with recycled content? Yes No

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 92 of 93

Page 109: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# | APL Certification#| Manufacturer | Product Category |Model/Product/Component Description |QTY |Delivery|BID PRICE |Vendor 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: FEID# Address: City, State, Zip: Phone: Authorized Signature: Date Printed/Typed: Title:

FDOT APL Traffic Equipment Price Sheet REVISED August 30, 2013

Page 93 of 93

Page 110: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Daktronics, Inc. Additional Model Options

Daktronics, Inc.

I tem #

ITS DMS Walk-in

VF-2020-Series (Full Color)

VF-2020-54x210-34-

Includes ground mount control equipment

cabinet. Inclusion of UPS for 2 hou

APL Cert. #

1 Ea. / 90 Days

Manufacturer

I r back-up to DMS

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Product Category

I Inclusion of Sun Shields for 334 Control

Equipment Cabinet

Daktronics,

7 Model Description

DAKTRONIGS

4ty.f Unit

Lead Time

Bid Price Vendor

Page 111: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

802A Color)

VF-2020-54x255-34- RG B

Includes ground mount control equipment

7816010072 002 1

Daktronics, Inc. Days

cabinet. lnclusion of UPS for 2 hour back-up to DMS $10,041.00

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Inc.

ITS DMS Walk-in

$750.00

Inclusion of Sun Shields for 334 Control

Equipment Cabinet

S8lS.00

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

VF-2020-Series (Full / 1 Ea. 1 90 / $96,254.00 Daktronics, /

809C

lnclusion of UPS for 2 hour back-up to DM5 I $4,209.00

VF-2420-Series (Full Color

VF-2420-36x150-34- RGB

Includes ground mount control equipment

cabinet.

Inclusion of Sun Shields for 334 Control Equipment Cabinet

7816011072 0021

$815.00

1 Ea. Daktronics, Inc.

IT5 DM5 Front

Access

90 Days

$55,757.00 Daktronics,

Inc.

,

Page 112: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

809C

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

7816011072 0021

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

Inclusion of UPS for 2 hour back-up to DMS

$815.00

809C

/ control equipment I I I I

Daktronics, Inc.

$4,209.00

VF-2420-Series (Full Color)

VF-2420-36x180-34- RGB

Includes ground mount

7816011072 0021

ITS DMS Front

Access

1 Ea.

cabinet. Inclusion of UPS for 2 hour back-up to DMS

Daktronics, Inc.

$7,039.00

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Daktronics, Inc.

VF-2420-Series (Full Color

VF-2420-27x90-34-RGB Includes ground mount

control equipment cabinet.

ITS DMS Front

Access

90 Days

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

$61,591.00

S8lS.00

1 Ea. 90 Days

$42,277.00 Daktronics,

Inc.

Page 113: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

809C Access

Access

7816011072 0021

VF-2420-54x180-34- RGB

Includes ground mount control equipment

cabinet. lnclusion of UPS for 2 hour back-up to DMS

Daktronics, Inc.

ITS DM5 Front Color)

VF-2420-54~210-34-

Includes ground mount control equipment

cabinet. lnclusion of UPS for 2 hour back-up to DMS

Oaktronics, Inc.

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Inclusion of Sun Shields for 334 Control

Equipment Cabinet

$750.00

$815.00

ITS DM5 Front

lnclusion of Generator Plug and Auto Transfer

Switch for 334 Control Equipment Cabinet

Daktronics, Inc.

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

DAKTRONICS

VF-2420-Series (Full Color)

$815.00

1 Ea. 90 Days

Page 114: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

809C 7816011072 Daktronics, ITS DMS 0021 Inc. Front

Access

VF-2420-Series (Full Color)

VF-2420-54~225-34- RGB

Includes ground mount

809C

control equipment

Inclusion of Generator Plug and Auto Transfer $750.00

Switch for 334 Control Equipment Cabinet

Inclusion of Sun Shields for 334 Control $815.00

Equipment Cabinet

7816011072 0021

VF-2420-Series (Full Color)

VF-2420-54~255-34- RGB

Includes ground mount control equipment

cabinet. lnclusion of UPS for 2 ho

1 Ea. / 90 Daktronics, Inc. Days

ITS DMS Front

I r back-up to DMS

lnclusion of Generator Plug and Auto Transfer

Switch for 334 Control Equipment Cabinet

lnclusion of Sun Shields for 334 Control

Equipment Cabinet

Daktronics,

7 Daktronics,

7

Page 115: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

809D VF-2320-Series (Full Color)

VF-2320-32x48-20-RGB Includes ground mount

control equipment

7816011072 0031

cabinet. Inclusion of UPS for 2 hour back-up to DMS

1 Ea.

$2,464.00

lnclusion of Generator Plug and Auto Transfer

Switch for 334 Control Equipment Cabinet

ITS DMS Front

Access

Daktronics, Inc.

$750.00

Inclusion of Sun Shields for 334 Control

Equipment Cabinet

Color) VF-2320-48x32-20-RGB Includes ground mount

control equipment cabinet.

lnclusion of UPS for 2 hour back-up to DMS

ITS DMS Front

Access

90 Days

$815.00

$28,516.00 1 Daktronics, I

$28,516.00 --

Daktronics, Inc.

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

DAKTRONICS

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

$815.00

Page 116: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

VF-2320-Series (Full 1 Ea. D90s Color)

VF-2320-80x48-20-RGB Includes ground mount

control equipment cabinet.

lnclusion of UPS for 2 hour back-ua to DMS

Daktronics, Inc.

ITS DMS Front

Access

lnclusion of Generator Plug and Auto Transfer

Switch for 334 Control Equipment Cabinet

Daktronics, Inc.

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

$815.00

VM-1020-Series VM-1020-7x35-66-A

(Monochrome - Amber)

Includes ground mount control equipment

cabinet. lnclusion of UPS for 2 hour back-up to DMS

Daktronics, Inc.

ITS DMS Embedded

I lnclusion of Sun Shields for 334 Control

Equipment Cabinet I i81500 I lnclusion of Generator Plug and Auto Transfer

Switch for 334 Control Equipment Cabinet

Daktronics,

J $750.00

Page 117: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Inc. 809J 7816012072

0011

control equipment cabinet.

Inclusion of UPS for 2 hour back-up to DMS $2,464.00

i

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Daktronics, Inc.

Daktronics, Inc.

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

$815.00

ITS DMS Embedded

Daktronics, Inc.

90 Days

ITS DMS Embedded

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Inclusion of Sun Shields for 334 Control

Equipment Cabinet

VM-1020-Series VM-1020-7x35-66-RG

(Tri-Color) lncludes ground mount

lnclusion of UPS for 2 hour back-up to DMS

$750.00

$815.00

VM-1020-Series VM-1020-7x35-46-A

(Monochrome - Amber)

lncludes ground mount control equipment

cabinet.

1 Ea.

1 Ea.

90 Days

Page 118: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Daktronics, ITS DMS Embedded

VM-1020-Series VM-1020-7x35-46-RG

(Tri-Color) Includes ground mount

control equipment

Inclusion of UPS for 2 hou

1 Ea. / 90 / $15,278.00

r back-up to DMS 1 $2,464.00

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Daktronics, Inc.

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

$815.00

VM-1020-Series VM-1020-7x50-66-A

(Monochrome - Amber)

Includes ground mount control equipment

8095 -

1 Ea. Days

7816012072 0011

Daktronics, Inc.

cabinet.

ITS DMS Embedded

Inclusion of UPS for 2 hour back-up to DMS

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Daktronics,

7 $2,464.00

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

DAKTRON I GS

$815.00

Page 119: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Daktronics, Inc.

8095

VM-1020-7x50-66-RG (Tri-Color)

Includes ground mount control equipment

Days

7816012072 0011

Daktronics, Inc.

cabinet. Inclusion of UPS for 2 hour back-up to DMS

(Monochrome - Amber) Includes

ground mount control equipment cabinet.

$2,464.00

lnclusion of Generator Plug and Auto Transfer

Switch for 334 Control Equipment Cabinet

lnclus~on of Sun Sh~elds for 334 Control

Equipment Cabinet

- 1 Ea.

ITS DMS Embedded

$750.00

$815.00

90 Days

VM-1020-Series / 1 Ea. 1 90 / $16.513.00 / Daktronics. /

lnclusion of UPS for 2 hour back-up to DMS

lnclusion of Generator Plug and Auto Transfer Switch for 334 Control Equipment Cabinet

Daktronics, Inc.

$750.00

Inclusion of Sun Shields for 334 Control Equipment Cabinet

DAKTRONICS

$815.00

Page 120: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

809J

(Tri-Color) Includes ground mount

control equipment cabinet.

Inclusion of UPS for 2 hour back-up to DMS

7816012072 0011

$2,464.00

Inclusion of Generator Plug and Auto Transfer

Switch for 334 Control Equipment Cabinet

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bidsheet by the successful Vendor.

$750.00

Inclusion of Sun Sh~elds for 334 Control Equipment Cabinet

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.

Daktronics, Inc.

$815.00

ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation

Bidder: Daktronics, Inc FEID#: 46-0306862

ITS DMS Embedded

Address: 117 Prince Drive Citv, State, Zip: Brookings, SD 57006

../~ Phone: (605) 692-0200 ext 57308 ,.. Fax: (605) 697-4700 E-mail: [email protected]

/

PrintedITvped: Trevor S la i~ht Title: Senior Proiect M a n a ~ e r

DAKTRDNICS

VM-1020-Series VM-1020-7x50-46-RG

1 Ea. 90 Days

$16,154.00 Daktronics, Inc.

Page 121: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY
Page 122: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY
Page 123: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY
Page 124: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY
Page 125: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Canoga™ Microloop™ Sensor Assemblies

Standard 701 Microloop Sensor Assemblies and Lead-in Cables Three standard 701 Microloop sensor assemblies are available with different lead-in wires as indicated in the tables below:

701-1 Single Microloop Sensor Assembly

Model Description Product NumberSuggested List Price

701-1Single 701-1 Microloop Sensor Assembly with 75 ft. (22 m) lead-in cable 75-0301-3114-0 $178.80

701-1Single 701-1 Microloop Sensor Assembly with 150 ft. (45 m) lead-in cable 75-0301-3115-7 $208.00

701-1Single 701-1 Microloop Sensor Assembly with 250 ft. (76 m) lead-in cable 75-0301-3116-5 $247.00

701-1Single 701-1 Microloop Sensor Assembly with 500 ft. (152 m) lead-in cable 75-0301-3117-3 $344.50

701-1Single 701-1 Microloop Sensor Assembly with 1000 ft. (304 m) lead-in cable 75-0301-3118-1 $539.50

701-2 Double Microloop Sensor Assembly – 7ft. (2.13 m) Cable Between Sensors Each double Microloop sensor assembly comes with a wire length between sensors of 7 ft. (2.13 m). This wire length between sensors allows for placing each sensor at a depth of 18 inches (45.7 cm) and with a sensor separation of 4 ft. (1.22 m).

Model Description Product NumberSuggested List Price

701-2Single 701-2 Microloop Sensor Assembly with 75 ft. (22 m) lead-in cable. 7 ft. (2.13 m) cable separation between sensors. 75-0301-3119-9 $331.00

701-2

Single 701-2 Microloop Sensor Assembly with 150 ft. (45 m) lead-in cable. 7 ft. (2.13 m) cable separation between sensors. 75-0301-3120-7 $360.30

701-2

Single 701-2 Microloop Sensor Assembly with 250 ft. (76 m) lead-in cable. 7 ft. (2.13 m) cable separation between sensors. 75-0301-3121-5 $399.30

701-2

Single 701-2 Microloop Sensor Assembly with 500 ft. (152 m) lead-in cable. 7 ft. (2.13 m) cable separation between sensors, 75-0301-3122-3 $496.80

701-2

Single 701-2 Microloop Sensor Assembly with 1000 ft. (304 m) lead-in cable. 7 ft. (2.13 m) cable separation between sensors. 75-0301-3123-1 $691.80

Global Traffic Technologies, LLC January 1, 2010 Price Pages, United States 4

Item # 535

Page 126: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Canoga™ Microloop™ Sensor Assemblies 701-3 Triple Microloop Sensor Assembly – 6 ft. (1.83 m) Cable Between Sensors Each double Microloop sensor assembly comes with a wire length between sensors of 6 ft. (1.83 m). This wire length between sensors allows for placing each sensor at a depth of 18 inches (45.7 cm) and with a sensor separation of 3 ft. (0.91 m).

Model Description Product NumberSuggested List Price

701-3Single 701-3 Microloop Sensor Assembly with 75 ft. (22 m) lead-in cable. 6 ft. (1.83 m) cable separation between sensors. 75-0301-3124-9 $482.40

701-3

Single 701-3 Microloop Sensor Assembly with 150 ft. (45 m) lead-in cable. 6 ft. (1.83 m) cable separation between sensors. 75-0301-3125-6 $511.70

701-3

Single 701-3 Microloop Sensor Assembly with 250 ft. (76 m) lead-in cable. 6 ft. (1.83 m) cable separation between sensors. 75-0301-3126-4 $550.70

701-3

Single 701-3 Microloop Sensor Assembly with 500 ft. (152 m) lead-in cable. 6 ft. (1.83 m) cable separation between sensors. 75-0301-3127-2 $648.20

701-3

Single 701-3 Microloop Sensor Assembly with 1000 ft. (304 m) lead-in cable. 6 ft. (1.83 m) cable separation between sensors. 75-0301-3128-0 $843.20

Global Traffic Technologies, LLC January 1, 2010 Price Pages, United States 5

Item # 535

Page 127: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Canoga™ Microloop™ Sensor Assemblies Standard 702 Non-Invasive Microloop Sensor Assemblies and Lead-in Cables, Carriers and Installation Kit The Standard 150 ft. (45 m) lead-in configuration will accommodate a 6-lane freeway with a 12 ft. (3.6 m) breakdown land and a 3 ft. (0.91 m) median

702-1 Single Microloop Sensor Assembly

Model Description Product NumberSuggested List Price

702-1Single 702-1 Microloop Sensor Assembly with 75 ft. (22 m) lead-in cable 75-0301-3129-8 $204.85

702-1Single 702-1 Microloop Sensor Assembly with 150 ft. (45 m) lead-in cable 75-0301-2203-2 $234.10

702-1Single 702-1 Microloop Sensor Assembly with 175 ft. (53 m) lead-in cable 75-0301-3130-6 $243.85

702-1Single 702-1 Microloop Sensor Assembly with 500 ft. (152 m) lead-in cable 75-0301-3131-4 $370.60

702-1Single 702-1 Microloop Sensor Assembly with 1000 ft. (304 m) lead-in cable 75-0301-3132-2 $565.60

702-2 Double Microloop Sensor Assembly – 4 ft. (1.2 m) Cable Between Sensors Each double Microloop sensor assembly comes with a 4 ft. (1.2 m) long cable between sensors. Extra cable between sensors can be accommodated in the carrier and conduit.

Model Description Product NumberSuggested List Price

702-2Single 702-2 Microloop Sensor Assembly with 75 ft. (22 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-3133-0 $382.00

702-2Single 702-2 Microloop Sensor Assembly with 150 ft. (45 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-2204-0 $411.30

702-2Single 702-2 Microloop Sensor Assembly with 175 ft. (53 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-3134-8 $421.00

702-2Single 702-2 Microloop Sensor Assembly with 500 ft. (152 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-3135-5 $547.80

702-2

Single 702-2 Microloop Sensor Assembly with 1000 ft. (304 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-3136-3 $742.80

Global Traffic Technologies, LLC January 1, 2010 Price Pages, United States 6

Item # 536

Page 128: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Canoga™ Microloop™ Sensor Assemblies 702-3 Triple Microloop Sensor Assembly – 4 ft. (1.2 m) Cable Between Sensors Each triple Microloop sensor assembly comes with a 4 ft. (1.2 m) long cable between sensors. Extra cable between sensors can be accommodated in the carrier and conduit.

Model Description Product NumberSuggested List Price

702-3Single 702-3 Microloop Sensor Assembly with 75 ft. (22 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-3137-1 $557.60

702-3Single 702-3 Microloop Sensor Assembly with 150 ft. (45 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-2205-7 $586.90

702-3Single 702-3 Microloop Sensor Assembly with 175 ft. (53 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-3138-9 $596.90

702-3Single 702-3 Microloop Sensor Assembly with 500 ft. (152 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-3139-7 $723.40

702-3

Single 702-3 Microloop Sensor Assembly with 1000 ft. (304 m) lead-in cable. 4 ft. (1.2 m) cable separation between sensors. 75-0301-3140-5 $918.40

702 Microloop Carriers and Installation Kit

Model Description Product NumberSuggested List Price

702 Installation Kit, 702 Non-Invasive Microloop 78-8114-5717-1 $114.00702 Carrier (Single), 702 Non-Invasive Microloop 78-8114-5707-2 $65.00

702 Carrier Package @ 25 Units, 702 Non-Invasive Microloop 78-8118-6123-2 $177.45

702 Carrier Package @ 50 Units, 702 Non-Invasive Microloop 78-8118-6124-0 $354.90

Global Traffic Technologies, LLC January 1, 2010 Price Pages, United States 7

Item # 536

May also need to specify the Microloop Carriers not included

Page 129: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

INFORMATION DISPLAY CO. Attachment A

BID #: ITB-DOT-12113-9020-GH BID SHEET

Statewide BID TITLE: FDOT Approved Product List (APL) Traffic Equipment The items below are on the Department's Approved Product List (APL). ONLY products on the APL prior to this solicitation being

FOB:

advertised are to be bid. Listing is required before a product can be sold or installed in the State of Florida. Visit the Florida Department of Transportation Traffic Operations Office Website for up-to-date information concerning the APL. DELIVERY TIME: UNREASONABLE DELIVERY TIMES WILL NOT BE ACCEPTED.

Vendor Stated

A P i Manu- Product Model/ProducffComponent QTY. / Delivery Bid Item # Certification # facturer Category Description Unit time Price Vendor

Speedcheck - Model ASL Series - Information Information ELECTRONIC Advisory Speed Limit Sign Display Co. Display WARNING (Yellow sheetingldisplay only) or Temple,

751M 7003012121301 1 Company SIGN Solar Power, 15" LED digits 1 Ea. 45 days $4,499 lnc. SpeedCheck - Model ASL Series - Advisory Speed Limit Sign Information

Information ELECTRONIC (Yellow sheetingldisplay only) Display Co. Display WARNING Solar Power, SlowDown, 15" or Temple,

751M 70030121213011 Company SIGN LED digits 1 Ea. 45 days $5,499 lnc. Speedcheck - Model ASL Series - Information

Information ELECTRONIC Advisory Speed Limit Sign Display Co. Display WARNING (Yellow sheetingldisplay only) or Temple,

751M 7003012121301 1 Company SIGN Solar Power, 18" LED digits 1 Ea. 45 days $5,999 lnc.

SpeedCheck - Model ASL Series - Advisory Speed Limit Sign Information

Information ELECTRONIC (Yellow sheetingldisplay only) Display Co. Display WARNING Solar Power, ViolationAlert, 1 8 or Temple,

751M 70030121213011 Company SIGN LED digits 1 Ea. 45 days $6,999 inc.

CT920GH
Typewritten Text
CT920GH
Typewritten Text
CT920GH
Typewritten Text
CT920GH
Typewritten Text
ct920gh
Typewritten Text
ct920gh
Typewritten Text
ct920gh
Typewritten Text
ct920gh
Typewritten Text
INFORMATION DISPLAY CO.
Page 130: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Agency: FDOT APLProject: ITB-DOT-10/11-9024-LG

Shipping: FOB Destination - Furnish OnlyPart Number Description Qty Unit Unit Price

517 66012721212041 Vantage Edge2-1N +/- Extension Module 1 asmbly 3,792.55$ 37 55$

EDGE2-1N-PAK Iteris Vantage Edge 2 Processor - 1 camera input, 24 VDC - p# Edge 2-1CH - APL#66013721212041 1 ea 2,110.00$

CAM-RZ4C Iteris Vantage COLOR Camera Assembly - Model CAM-RZ4 - RS 170 Motorized Zoom Lens, 115 VAC, NTSC w/ EDCO Model RMCXI.06M - Video Coax Suppression / BNC pig-tail cable 1 ea 1,085.00$

PELCO0175 Pelco Mast Arm Camera Bracket - p# AB-0175-5-96-ALO 1 ea 140.00$

SURGEPAN Iteris DIN Rail Surge Panel 1 ea 230.00$

ISOCBL Composite 8281 Coaxial / 16 AWG Power Cable 250 l.f. $1.22

518 66012721212051 Vantage Edge2-2N +/- Extension Module 1 asmbly 7,155.85$

EDGE2-2N-PAK Iteris Vantage Edge 2 Processor - 2 camera input, 12 / 24 VDC - p# Edge 2-2 CH - APL#66013721212051 1 ea 3,910.00$

CAM-RZ4C Iteris Vantage COLOR Camera Assembly - Model CAM-RZ4 - RS 170 Motorized Zoom Lens, 115 VAC, NTSC w/ EDCO Model RMCXI.06M - Video Coax Suppression / BNC pig-tail cable 2 ea 1,085.00$

PELCO0175 Pelco Mast Arm Camera Bracket - p# AB-0175-5-96-ALO 2 ea 140.00$

SURGEPAN Iteris DIN Rail Surge Panel 1 ea 230.00$

ISOCBL Composite 8281 Coaxial / 16 AWG Power Cable 500 l.f. $1.22

519 66012721212061 Vantage Edge2-4N w/ Access Module, TS2 IM, and VRack 1 asmbly 15,432.80$

EDGE2-4N-PAK Iteris Vantage Edge 2 Processor - 4 camera input, 24 VDC - p# Edge 2-4 CH - APL# 88013721212061 1 ea 7,820.00$

EDGE2-TS2IO-PAK Iteris Vantage Edge2 TS2I/O Module Package- p# EdgeIO 1 ea 1,110.00$

CAM-RZ4C Iteris Vantage COLOR Camera Assembly - Model CAM-RZ4 - RS 170 Motorized Zoom Lens, 115 VAC, NTSC w/ EDCO Model RMCXI.06M - Video Coax Suppression / BNC pig-tail cable 4 ea 1,085.00$

PELCO0175 Pelco Mast Arm Camera Bracket - p# AB-0175-5-96-ALO 4 ea 140.00$

SURGEPAN Iteris DIN Rail Surge Panel 1 ea 230.00$

ISOCBL Composite 8281 Coaxial / 16 AWG Power Cable 1000 l.f. $1.22

520 66012721212071 VersiCam - One Camera Shelf Mount System - to include: 1 asmbly 2,383.60$ VCSM-PAK VersiCam - Shelf Mount System - Includes: VersiCam, ICC-SM, and Ship Kit - FDOT APL#

660137212120711 ea 1,925.00$

CAMBRKT4 VersiCam Universal Mounting Bracket 1 ea 80.00$

VC-SURGE VersiCam Surge w/ Mounting Clip 1 ea 175.00$

VCABLE IMSA 39-2 Spec, 3 pair, 19 AWG, Stranded Cable to connect from VersiCam to ICC Unit 200 ea 0.90$

3/30/2011

1501 Arthur Street - Orlando, FL 32804407-292-9776 fax: 407-292-9780

email: [email protected] QUOTATION

e-mail: [email protected] website: http://www.iteris.com

Page 131: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Rhythm Engineering Adaptive Signal Control System A PL Certification# 6802325221 701 1 InSync - NEMA

ltem # 735E1

Insync - NEMA is available with the following add in options Item Description U n ~ t Price Pedestrian Intercept Module

Needed for all intersections with pedestrian buttons, optimized pedestrian traffic along with vehicular traffic $ 5,000.00

Monitor & Keyboard 7" LCD monitor, integrated USB mouse/keyboard for traffic cabinet allows monitoring and interaction with Insync in the field $ 700.00

Spare System Hardware only 1 spare is recommended for up to 10 systems, 2 spares up to 20 systems, etc. $ 12,500.00

Additional InSync Processor Required for intersections with more than 5 cameras $ 4.500.00

-

Additional Video camera Includes enclosure needed for intersections that reauire more than 4 cameras S 1 750 no

Rhythm Engineering Adaptive Signal Control System A PL Certification# 6802325221 701 1 InSync - 170 / 2070

ltem # 735E2

Insync - 170 is available with the following add in options Item Descr~ption Unlt Price Pedestrian Intercept Module Needed for all intersections with pedestrian

buttons, optimized pedestrian traffic along with veh~cular traffic $ 5,000.00

Monitor & Keyboard 7" LCD monitor, integrated USB mouse/keyboard for traffic cabinet allows monitoring and interaction with InSync in the field $ 700.00

Spare System Hardware only 1 spare is recommended for up to 10 systems, 2 spares up to 20 systems, etc. $ 12,500.00

Additional Insync processor Required for intersections with more than 5 cameras $ 4,500.00

Additional Video camera Includes enclosure needed for intersections that require more than 4 cameras S 1.750.00

Page 132: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Rhythm Engineering Adaptive Signal Control System A PL Certification# 6802325221 701 1 Item # 735E3 InSync Fusion - NEMA InSync Fusion - NEMA is available with the following add in options Item Description Unit Prlce pedestrian Intercept Module Needed for all intersections with pedestrian

buttons, optimized pedestrian trafflc along wtth vehicular traffic $ 5,000.00

Monitor & Keyboard 7" LCD monitor, Integrated USB mouse/keyboard for traffic cabinet allows monitoring and interaction wlth InSync rn the field $ 700.00

Spare System Hardware only 1 spare IS recommended for

up to 10 systems, 2 spares up to 20 systems, etc. $ 12,500.00

Additional Insync Processor Required for intersections with more than 5 cameras $ 4,500.00

Additional Video camera Includes enclosure needed for intersections that require more than 4 cameras $ 1,750.00

Rhythm Engineering Adaptive Signal Control System APL Certification# 6802325221 7011 Item # 735E4 InSync Fusion - 170 / 2070 Insync Fusion - 170 is available with the following add in options Item Description Unlt Price Pedestrian Intercept Module Needed for all intersections with pedestrian

buttons, optimized pedestrian traffic along with vehicular traffic $ 5,000.00

Monitor & Keyboard 7" LCD monitor, integrated USB mouse/keyboard for traffic cabinet allows monitoring and interaction with InSync in the field $ 700.00

Spare System Hardware only 1 spare is recommended for up to 10 systems, 2 spares up to 20 systems, etc. $ 12,500.00

Additional InSync Processor Required for intersections with more than 5

cameras $ o.snn.nn Additional Video camera

Includes enclosure needed for intersections that require more than 4 cameras $ 1,750.00

Page 133: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT #1

ITEM# 413M, APL CERTIFICATION# 65913322608011, BP-5000 SERIES BACKPLATES Part #

BP-5001-C

BP-5002-C BP-5003-12128-C

BP-5003-C BP-5003-C-TAB

BP-5003-F BP-5004-C

BP-5005-C BP-5005-F BP-5007-C

BP-5007-F BP-5021-C BP-5021-F BP-5021-N

Item Description

1 SEC METAL LOUVERED BACKPLATE - PEEKIMCCAIN 2 SEC METAL LOUVERED BACKPLATE - PEEKIMCCAIN 3 SEC METAL LOUVERED BACKPLATE - PEEK - 1 2 IN 12 IN 8 IN SIGANL SECTIONS, PEEK 3 SEC METAL LOUVERED EACKPLATF - PEEK/MCCAfN

3 SEC METAL LOUVERED BACKPLATE WITH TABS - PEEK C/W 12 #8 x 314 HEX TECH 55 SELF DRILL SCREWS 3 SEC METAL LOUVERED BACKPLATE - EAGLE ALUMINUM SIGNAL

4 SEC METAL LOUVERED BACKPLATE - PEEKIMCCAIN 5 SEC METAL IN-LINE LOUVERED BACKPLATE - PEEKIMCCAIN

5-SECTION IN-LINE LOUVERED BACKPLATE, EAGLE ALUMINUM SIGNAL 5 SEC METALCLUSTER LOUVERED BACKPLATE (ASTRO) - PEEK 5 SEC METAL CLUSTER LOUVERED BACKPLATE (ASTRO) - EAGLE ALUM 5 SEC METAL CLUSTER LOUVERED BACKPLATE (SPANWIRE) -PEEK 5 SEC METAL CLUSTER LOUVERED BACKPLATE (SPANWIRE) - EAGLE ALUM

5 SEC METAL CLUSTER LOUVERED BACKPLATE (SPANWIRE) - MCCAIN

SELL

$39 $44 $50 538

$45 $50 $50

$65 $85 $70

$85 $70 585 $85

Page 134: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# 421M, APL CERTIFICATION# 65913332608011, BP-50006 SERIES BACKPLATES BP-5001B-C 1 SEC METAL LOUVERED BACKPLATE W/ REFLECTIVE BORDER - PEEKIMCCAIN $55 BP-5002B-C 2 SEC METAL LOUVERED BACKPLATE W/ REFLECTIVE BORDER - PEEKIMCCAIN $65 BP-50030-C 3 SEC METAL LOUVERED BACKPLATE W J REFLECTIVE BORDER - PEEKIMCCAIN $70 BP-5003B-F 3 SEC METAL LOUVERED BACKPLATE W/ REFLECTIVE BORDER - EAGLE ALUMINUM SIGNAL $85 BP-50038-ICC 3 SEC METAL LOUVERED BACKPLATE W/ REFLECTIVE BORDER - ICC SIGNAL $80 BP-5003B-NAZ 3 SEC METAL LOUVERED BACKPLATE W/ REFLECTIVE BORDER - NAZTEC $85 BP-5004B-C 4 SEC METAL LOUVERED BACKPLATE W/ REFLECTIVE BORDER - PEEKIMCCAIN $82 BP-500SB-C 5 SEC METAL IN-LINE LOUVERED BACKPLATE W/ REFLECTIVE BORDER - PEEKIMCCAIN $92 BP-5007B-C 5 SEC METAL CLUSTER LOUVERED BACKPLATE (ASTRO) W/ REFLECTIVE BORDER - PEEK $100

BP-5007B-F 5 SEC METAL CLUSTER LOUVERED BACKPLATE (ASTRO) W/ REFLECTIVE BORDER - EAGLE ALUM $115

BP-5007B-N 5 SEC METAL CLUSTER LOUVERED BACKPLATE (ASTRO) W/ REFLECTIVE BORDER - MCCAIN $100

BP-5021B-C 5 SEC METAL CLUSTER LOUVERED BACKPLATE (SPANWIRE) W/ REFLECTIVE BORDER - PEEK $100

BP-5021B-F 5 SEC METAL CLUSTER LOUVERED BACKPLATE (SPANWIRE) W/ REFLECTIVE BORDER - EAGLE ALUM $115

BP-5021B-ICC 5 SEC METAL CLUSTER LOUVERED BACKPLATE (SPANWIRE) W/ REFLECTIVE BORDER - ICC $136

BP-50218-N 5 SEC METAL CLUSTER LOUVERED BACKPLATE (SPANWIRE) W/ REFLECTIVE BORDER - MCCAIN $115

Page 135: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT #3

ITEM# 512M, APL CERTIFICATION#66013720037011, VlDEO DETECTION, GRIDSMART SPECTRA 360

PART #

GS-3-CPU GS-3-CAM GS-3-TS1

CAMBRAC 2

SP-1004-FL-120

GS-3-EPM

5710R LM-SAR-TRAF-CAM

LM-SADDLE

GS-3-CP2

GS-3-CAM GS-3-TS1

CAMBRAC 2 SP-1004-FL-120

GS-3-EPM 5710R

LM-SAR-TRAF-CAM LM-SADDLE GS-3-RBA

DESCRIPTION Qn SELL

ALDlS SINGLE CAMERA, VIDEO SYSTEM, C/O 1 $12,800.00

GRIDSMART SINGLE SYSTEM PROCESSOR 1 GRIDSMART CAMERA 1 TSI INTERFACE CABLE 1

SINGLE CAMERA MAST ARM BRACKET - 7' x 3' 1 ASTRO-BRAC CLAMP KIT, 120" STAINLESS CABLE MOUNT, ALUM 1

ETHERNET PROTECTION BOARD 1

QUABBIN DATAMAX EX DURABLE INDUSTRIAL ETHERNET PATCH CORD CATSE ScTP 250 DISSIPATOR AIR TERMINAL - SARASOTA CO VIDEO 1

LMPP31A AIR TERMINAL CLAMP BASE 1

ALDIS 2 CAMERA, VIDEO SYSTEM, C/O 1 $16,400.00

GRIDSMART DUAL SYSTEM PROCESSOR 1 GRIDSMART CAMERA 2

TS1 INTERFACE CABLE 1 SINGLE CAMERA MAST ARM BRACKET - 7 'x 3' 2

ASTRO-BRAC CLAMP KIT, 120" STAINLESS CABLE MOUNT, ALUM 2 ETHERNET PROTECTION BOARD 2

QUABBIN DATAMAX EX DURABLE INDUSTRIAL ETHERNET PATCH CORD CAT 5E ScTP 1,000 DISSIPATOR AIR TERMINAL - SARASOTA CO VIDEO 2

LMPP31A AIR TERMINAL CLAMP BASE 2 REPEATER BOARD ASSEMBLY 1

Page 136: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT #4

ITEM# 525A, APL CERTIFICATION# 66013722609051, VIDEOTRAK IQ

90-180-08 82-1773

CAMMTG-OVERARM VIDSURGEPNL

CX06-MI ITERIS VlDEO CABLE MOUSE 1P459591 COLOR MONITOR

TCSCRlOV-2 RACK PWR 3.4A

90-180-05 82-1773

CAMMTG-OVERARM VIDSURGEPNL

CX06-MI ITERIS VlDEO CABLE MOUSE 1P459591 COLOR MONITOR

82-1846

MISC. 82-1773

CAMMTG-OVERARM VIDSURGEPNL

CX06-MI ITERIS VlDEO CABLE MOUSE 1P459591 COLOR MONITOR

TCSCRIOV-2 RACK PWR 3.4A

DESCRIPTION

VIDEOTRAK IQ 4 CAMERA SYSTEM, C/O VIDEOTRAK I Q 4 CH W/ SDLC (TS2 CONFIG)

IQ COLOR CAMERA IN HOUSING WlTH SUNSHIELD OVER MAST ARM CAMERA MOUNT ASSY

VlDEO SURGE PANEL LESS ARRESTORS ISOLATED VlDEO SUPRESSOR ITERIS VlDEO CABLE PER FT

MICROSOFT INTELLIMOUSE 3.0 COLOR MONITOR USED FOR VlDEO DET

RACK FOR 1 P/S & V-TRAK CARDS WIRED NOT IN CABINET HD RACK POWER SUPPLY USED FOR VlDEO OR MORE THAN 12 DET

QN SELL

1 $14,000.00 1

4

4 1

4

VIDEOTRAK IQ SINGLE CAMERA SYSTEM, C/O 1 $5,400.00 VIDEOTRAK la 1 CH WITH SDLC 1

14 COLOR CAMERA IN HOUSING WITH SUNSHIELD 1

OVER MAST ARM CAMERA MOUNT ASSY 1

VIDEO SURGE PANEL LESS ARRESTORS 1

ISOLATED VIDEO SUPRESSOR 1

ITERIS VIDEO CABLE PER FT 250 MICROSOFT INTELLIMOUSE 3.0 1

COLOR MONITOR USED FOR VIDEO DET 1

SGL VTlQ RACK W j MPS4 PWR 1

VIDEOTRAK 1Q 2 CAMERA SYSTEM, C/O 90-180-06,2 CHANNEL VIDEOTRAK 1Q W/SDLC

IQCOLOR CAMERA IN HOUSING WlTH SUNSHIELD OVER MAST ARM CAMERA MOUNT ASSY

VlDEO SURGE PANEL LESS ARRESTORS ISOLATED VIDEO SUPRESSOR ITERIS VIDEO CABLE PER FT

MICROSOFT INTELLIMOUSE 3.0 COLOR MONITOR USED FORVIOEO DET

RACK FOR 1 P/S & V-TRAK CARDS WIRED NOT IN CABINET HD RACK POWER SUPPLY USED FOR VlDEO OR MORE THAN 12 DET

VIDEOTRAK 1Q 3 CAMERA SYSTEM, C/O 1 $12,200.00 MISC. 90-180-07, VIDEOTRAK IQ 3 CAMERA SYSTEM, C/O 1

Page 137: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# 525A, APL CERTIFICATION# 66013722609051, VIDEQTRAK IQ

82-1773 CAMMTG-OVERARM

VIDSURGEPNL CX06-MI

ITERIS VIDEO CABLE MOUSE 1P459591 COLOR MONITOR

TCSCRlOV-2 RACK PWR 3.4A

14 COLOR CAMERA IN HOUSING WITH SUNSHIELD OVER MAST ARM CAMERA MOUNT ASSY

VIDEO SURGE PANEL LESS ARRESTORS ISOLATED VIDEO SUPRESSOR ITERlS VIDEO CABLE PER FT

MICROSOFT INTELLIMOUSE 3.0 COLOR MONITOR USED FOR VIDEO DET

RACK FOR 1 P/S & V-TRAK CARDS WIRED NOT IN CABINET HD RACK POWER SUPPLY USED FOR VIDEO OR MORE THAN 12 DET

Page 138: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT #5

ITEM# 741A, APL CERTIFICATION# 69938892608071, BRITELITE TCSSIGNBL SERIES ltem No.

TCSSIGNBL-DF-3-12 TCSSIGNBL-DF-4-20 TCSSIGNBL-DF-4-24

TCSSIGNBL-DF-5-20 TCSSIGNBL-DF-5-24 TCSSIGNBL-DF-6-20

TCSSIGNBL-DF-6-24

TCSSIGNBL-DF-7-20 TCSSIGNBL-DF-7-24 TCSSIGNBL-DF-8-20 TCSSIGNBL-DF-8-24

TCSSIGN BL-DF-9-20 TCSSIGNBL-DF-9-24 TCSSIGNBL-DF-10-20 TCSSIGNBL-DF-10-24

ltem Description

DOUBLE FACE 3' X 10/12 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE 4' X 18/20 BRlTE LITE EDGE LIT LED SIGN, DOUBLE FACE 4' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE 5' X 18/20 BRlTE LITE EDGE LIT LED SIGN, DOUBLE FACE 5' X 22/24 BRITE LlTE EDGE LIT LED SIGN, DOUBLE FACE

6' X 18/20 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE

6' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE

7' X 18/20 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE 7' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE 8' X 18/20 BRlTE LITE EDGE LIT LED SIGN, DOUBLE FACE 8' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE

9' X 18/20 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE 9' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE 10' X 18/20 BRlTE LITE EDGE LIT LED SIGN, DOUBLE FACE 10' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, DOUBLE FACE

SINGLE FACE 3' X 10/12 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE 4' X 18/20 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE

Page 139: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ITEM# 741A, APL CERTIFICATION# 69938892608071, BRITELITE TCSSIGNBL SERIES

4' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE 5' X 18/20 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE 5' X 22/24 BRlTE LITE EDGE LIT LED SIGN, SINGLE FACE 6' X 18/20 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE 6' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE 7' X 18/20 BRITE LlTE EDGE LIT LED SIGN, SINGLE FACE 7' X 22/24 BRITE LITE EDGE LIT LED SIGN, SINGLE FACE 8' X 18/20 BRITE LlTE EDGE LIT LED SIGN, SINGLE FACE 8' X 22/24 BRITE LlTE EDGE LIT LED SIGN, SINGLE FACE 9' X 18/20 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE 9' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE 10' X 18/20 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE 10' X 22/24 BRlTE LlTE EDGE LIT LED SIGN, SINGLE FACE

Page 140: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT #6

ITEM# 782, APL CERTlFiCATION#74650622411013, SCHEDULE 80, TMS PEDESTAL POLE ONLY

Part # PB-5102-03-PNC PB-5102-04-PNC PB-5102-05-PNC

PB-5102-06-PNC

PB-5102-07-PNC

PB-5102-08-PNC PB-5102-09-PNC

PB-5102-10-PNC

PB-5102-ll-PNC PB-5102-12-PNC PB-5102-13-PNC PB-5102-14-PNC PB-5102-15-PNC

PB-5102-16-PNC PB-5102-17-PNC PB-5102-18-PNC

PB-5102-19-PNC PB-5102-20-PNC

Item Description POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 3 FOOT POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 4 FOOT

POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 5 FOOT POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 6 FOOT

POLE, 4"-8NPT TOE, SCHEDULE 80, SPUN ALUMINUM, 7 FOOT

POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 8 FOOT

POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 9 FOOT POLE, 4"-8NPT TOE, SCHEDULE 80, SPUN ALUMINUM, 10 FOOT

POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 11 FOOT POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 12 FOOT POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 13 FOOT POLE, 4"-8NPT TOE, SCHEDULE 80, SPUN ALUMINUM, 14 FOOT POLE, 4"-8NPT TOE, SCHEDULE 80, SPUN ALUMINUM, 15 FOOT POLE, 4"-BNPTTOE, SCHEDULE 80, SPUN ALUMINUM, 16 FOOT POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 17 FOOT POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 18 FOOT

POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 19 FOOT

POLE, 4"-8NPTTOE, SCHEDULE 80, SPUN ALUMINUM, 20 FOOT

SELL

$98 $126

$159 $208 $236 $270

$302

$310 $314 $317 $320 $324 $347 $370 $385 $406 $417

$428

Page 141: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT #7

ITEM# 739, APL CERTIFICATION# 69938882608051, TCSSIGNFLO SERIES Item No. TCSSIGNFL03

TCSSlGNFLO4

TCSSIGNFL05

TCSSIGNFLOG

TCSSIGNFL07 TCSSIGNFL08

TCSSIGNFL09 TCSSlGNFLOlO

item Description 3' ILLUMINATED FLUORESCENT STREET NAME SIGN, SINGLE SIDED 4' ILLUMINATED FLUORESCENT STREET NAME SIGN, SINGLE SIDED

5' ILLUMINATED FLUORESCENT STREET NAME SIGN, SINGLE SIDED

6' ILLUMINATED FLUORESCENTSTREET NAME SIGN, SINGLE SIDED

7' ILLUMINATED FLUORESCENT STREET NAME SIGN, SINGLE SIDED 8' ILLUMINATED FLUORESCENT STREET NAME SIGN, SINGLE SIDED

9' ILLUMINATED FLUORESCENT STREET NAME SIGN, SINGLE SIDED 10' ILLUMINATED FLUORESCENTSTREET NAME SIGN, SINGLE SIDED

SELL $991

$1,123 $1,204

$1,339

51,422 $1,763 $1,856 $2,037

Page 142: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT #8

ltem No.

ITEM# 741, APL CERTIFICATION# 69938892608061, TCSSIGNLED SERIES ltem Description SELL

SINGLE FACE

4' LED SINGLE FACE STREET SIGN 5' LED SINGLE FACE STREET SlGN

6' LED SINGLE FACE STREET SlGN 7' LED SINGLE FACE STREET SIGN

8' LED SINGLE FACE STREET SIGN 9' LED SINGLE FACE STREETSIGN 10' LED SINGLE FACE STREET SIGN

11' LED SINGLE FACE STREET SIGN 12' LED SINGLE FACE STREET SlGN

DOUBLE FACE 4' LED DOUBLE FACE STREETSIGN

5' LED DOUBLE FACE STREETSIGN

6' LED DOUBLE FACE STREET SlGN 7' LED DOUBLE FACE STREET SlGN 8' LED DOUBLE FACE STREET SIGN 9' LED DOUBLE FACE STREET SlGN 10' LED DOUBLE FACE STREETSIGN 11' LED DOUBLE FACE STREET SlGN 12' LED DOUBLE FACE STREET SlGN

ct920gh
Typewritten Text
Page 143: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

TEMPLE, INC. Supplehental information ITB-DOT-12113-9020-GH

FDOT APL Traffic Equipment

Item # APL Certification # Description

354A 65910274201 1073 SP-1072-FL-45-PNC, 45" Stainless steel cable

421T-21 6591924201 1023 SP-1005-FL-62-PNC, Clamp kit w/ 62" Stainless steel cable

551A 66513902018051 (8) BDL3-B, Bulldog 3 Ped button w/ BDPM Bulldog universal pole mount W/ (1) PBCU push button control unit

552N 65513952018041 (8) Navigator. EN23CN1-B, APS w/ "C" option countdown sign, 9 x 15, (8) Navigator Special Voice messeage (1) Navigator CCU2EN 2-wire control unit (2) NPA 4x2 Ped pole spacer (set of 2) (1) Navigator Configurator

5520 66513972018011 (2) XAV2-LED-12 Ped Station W/ LED (1) XAVCU2 Control unit

553P 66513972018021 (2) XAV2 Ped Station (1) XAVCU2 Control unit

553Q 66513972018031 (2) X2-LED Ped Satation W/ LED

553R 65513972018041 (2) X2 Ped Station

573 6712073060101 1 Eagle model 2070 ATMS (no VME buss). #8150-1612-000. includes: 2070 Chassis 1B Engine board w/ datakey slot 2A I10 Module 38 Front panel 4A Power supply module 7A Module

Temple 332A cabinet assy, base mount style, base not included. Includes (12) Model 200 load switches, ED1 242J DC isolator, ED1 2010ECL monitor

593 67221602712011 Controller is not included.

ct920gh
Typewritten Text
ct920gh
Typewritten Text
ct920gh
Typewritten Text
ct920gh
Typewritten Text
ct920gh
Typewritten Text
TEMPLE, INC.
Page 144: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Bid Item Options Quote P.O. Box 31101 Palm Beach Gardens, Florida 33420 Phone 561-604-0021 Fax 561-630-5152 h t t ~ / / w . t ~ f l i n c . c o m ~

FDOT Bid Number ITB-DOT-12113-9020-GH Approved Product List (APL) Traffic Equipment

421T-21

421T-21

421T-21

Mast Arm Signai Mounting

C

65919242011023

65919242011023

65919242011023

Pelco Products, inc

Pelco Products, inc

Pelco Products, inc

Mast Arm Signal Mounting

Mast Arm Signal Mounting

Mast Arm Signal Mounting

SP-1005-FL-62, Astro-Brac Clamp Kit, Hori., Articulate, 62" Cable SP-1005-FL-84, Astro-Brac Clamp Kit. Hori., Articulate, 84" Cable SP-1005-FL-96, Astro-Brac Clamp Kit, Hori., Articulate, 9 6 Cable

1 Ea.

1 Ea.

1Ea.

30 Days ARO

30 Days ARO

30DaysARO

$129.00

$130.00

$134.00

Page 145: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

January 30, 2013

Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, FL 32399-0450

Attn: Mr. Gregg Hill, CPPB Procurement Agent

Subject: ITB-DOT-12113-9020-GH Bid Response Pricing Clarification

Dear Mr. Hill;

Thank you very much for the opportunity to submit pricing for the FDOT APL Traffic Equipment Supplemental Bid. This letter is for the purpose of clarifying specific Wavetronix items that are included in the pricing submitted for bid item numbers 502M, 758M and 865A.

I tem #502M, APL Certification #66013653209011, Vehicle Detector - Microwave Model SS225 SmartSenror Matrix. This price is for 1 ea Two Approach Package @ $10,892.00 which includes the following parts:

(2) Model WX-SS-225 SrnartSesnors, (2) WX-SS-WARR-3 - 3 year extended warranty (2) WX-SS-710 - I n Line Terminal Strip Junction Box (1) WX-SS-B03-004 Intersection Preassembled Segmented back plate for 2 sensors (2) WX-SS-704-100 SmartSensor Power and Communication Cable w/ Connector (1) WX-100-0281 - Mini USB to 485 Converter Assemblies (2) WX-SS-611 - Heavy Duty Sensor Mount - 6" 2 Axis (4) WX-CLK-112 - 2 Channel Contact Closure Cards

Note: I n the case of the Matrix Assembly, the customer may have specific detection requirements that may require additional ancillary components or assembly configurations. I have attached a copy of Wavetronix pricing quote SDHQ1450 outlining pricing configurations and misc. ancillary items.

Item #758M, APL Certification #74150023209021 Traffic Monitoring Site Vehicle Sensor - Microwave Radar Vehicle Sensor - Model: SSlOSV The price is for 1 ea - SSlO5V TMS Package @ $4,212.00 which includes the following parts:

(1) Model WX-SS-1OSV SmartSensor w/26Pin Retro Fit Connector (1) WX-SS-WARR-3 - 3 year extended warranty

7: E 1700 5, P r o w . UT 84606. UE (801) 72 1-7200 ..a wv. -:.wavetroni:~,com

Page 146: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

WAVETRONIX

(1) WX-SS-701-060 - 9 Conductor Smartsensor Power and Communication Cable (1) WX-SS-611 - Heavy Duty Sensor Mount - 6" 2 Axis (1) WX-CLK-201 - 24VDC 1 A Power Supply (1) WX-100-0064 - Din Rail - 9" w/TMS Assembly which includes: (1) PG12V103FR - 103 AH Battery for UPS Cabinet (1) PB-5100-15 - 15'Aluminum Pole Sch. 40 Spun Toe (1) PB-5335 Square Alum. Base with Plastic Door 11) PB-5325 - Collar Assv i l j PB - 5306 - Anchor Bolt Set (4) (1) SX65U - BP 65 W Solar Panel (1) TCSSOLARPOSTTOP - SE-3126/0309-4SP, AB-0262/0256/0283-20 (1) SFM13.51811 - Wavetronix Portable Dual Battery Box w/wire compartment

I tem #865A, APL Certification #78661903209031 (ITS) Vehicle Detection System - Microwave - Digital Side-Fire - Model SSlO5V The price is for 1 ea - SSlO5V ITS Package @$2,812.00 which includes the following parts:

(1) Model WX-SS-105V SrnartSensor w/26Pin Retro Fit Connector (1) WX-SS-WARR-3 - 3 year extended warranty (1) WX-SS-708-060 - 8 Conductor SrnartSensor Power and Communication Cable (1) WX-SS-611 - Heavy Duty Sensor Mount - 6" 2 Axis (1) WX-CLK-201 - 24VDC 1 A Power Supply (1) WX-100-0064 - Din Rail - 9" Note: Surge Suppression &Terminal Server (if required), provided by others.

Thank you for your consideration. Please do not hesitate to contact me at 801-734-7237, i f you have any questions regarding our submittal package.

General Manager - North America

Page 147: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Central Florida Office -inno nntcnr= nri,,- - - - - - - . - . - - . . . - ." L.

Suite l o0 Prouo, UT 84606 Oviedo, FL 32765

Ph: M7-388-034: Fax: 407-699-503: WAVETRO N IX Ph: 801-801.134-7200 Fax: 801-734.720.1

01130/13 SDHQ1450 Mike Kline

- - - - --- - Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399 United States of America Attn: Greg Hill CPPB [email protected]

ITB-DOT-1213-9020-GH FDOT APL Traffic Equipment Supplemental Bid Florida

FOB Factory PP &Allowed

SH - Please call Stephanie Hoback at 407-637-6540 should you have any questions regarding this quotation

Cert- 6601365320901 1 - Vehtcle Detector M~crowave

Configuration Listings:

1 ea 502M Matrix Assembly - Single Approach $5,103.00 Package includes:

ea WX-SS-225 Smartsensor 24.000GHz Intersection Radar Sensor - Offers a 90 degree field of view with 140ft detection range.

ea WX-SS-WARR-3 Smartsensor 3 year extended warranty

ea WX-SS-803-0004 1 ea - intersection Preassembled Segmented Backplate - Two Approach

ea WX-SS-710 In Line Terminal strip junction box - 1 ea required per Matrix Sensor

ea WX-SS-611 Heavy Duty Sensor Mount - 6 - 2 axis aluminum bracket

ea WX-SS-704-020 Smartsensor Power and Communication Cable wl Connector - 20 feet

1 ea 502M Matrix Assembly -Two Approach Package $10,892.00 includes:

ea WX-SS-225 (2) Smartsensor 24.000GHz Intersection Radar Sensor - Offers a 90 degree field of view with 140ft detection range.

ea WX-SS-WARR-3 (2) Smartsensor 3 year extended warranty

ea WX-SS-603-0004 Intersection Preassembled Segmented Backplate -Two Sensors

ea WX-SS-710 (2) In Line Terminal strip junction box - 1 ea required per Matrix Sensor

ea WX-SS-704-100 (2) Smartsensor Power and Communication Cable wl Connector - 100 feet

ea

Page I

Page 148: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

. ,

Detection System

1 ea 865A Smartsensor SS105 Basic Assembly to $2,812.00 include the following:

ea WX-SS-105 Smartsensor SS105 - 10.525GHz Traffic Radar Sensor - Retro Fit - 26 Pin Low Resolution Radar - Offers True 8 Lane Detection and 200ft Detection Zone

ea WX-SS-WARR-3 Smartsensor SS105 - 3 year Extended Warranty - (See warranty statement)

ea WX-SS-708-060 Smartsensor - 8 Conductor Power and Communication Cable wl Connector - 60 feet

ea wx-ss-611 Heavy Duty Sensor Mount - 6 - 2 axis aluminum bracket

ea WX-CLK-201 Click 201 - 24 VDC 1 A Power Supply

ea WX-100-0064 Din Rail 9

Note: Surge Suppression & Terminal Sewer (if required) provided by others.

Page 4

Page 149: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS

C557 Vendor #1 Bid Number: ITB-DOT-09/10-9027-LG and ITB-DOT-10/11-9024-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F58-1765732-001

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

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Robert R. Faraon, Regional Sales Manager ADDRESS: : 2755 Bankers Industrial Drive CITY, STATE, ZIP: Atlanta, GA 30360 TELEPHONE: 770-448-6650 x114 TOLL FREE NO.: FAX NO.: (770)448-8970

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL: _www.amsig.com_____________________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 150: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C562 Vendor #3 Bid Number: ITB-DOT-09/10-9027-LG, ITB-DOT-10/11-9024-LG & ITB-DOT-12/13-9020 Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):F59-3152989-001___

VENDOR: Blackhawk Enterprises Inc. ADDRESS: 1400 Village Sq. 3-216

CITY, STATE, ZIP: Tallahassee, FL 32312 TELEPHONE: (850)668-5293

TOLL FREE NO.: (800) FAX NO.: 850 / 668-5293

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

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.: (800) FAX NO.: 850 / 668-5293

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:__www.blackhawkenterprises.com ___________

Will you accept the State of Florida Purchasing Card (VISA)? ____Yes _X__No

Page 151: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C564 Vendor #4 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F95-1934119-003

VENDOR: Cohu Electronics ADDRESS: 12367 Crosthwaite Circle

CITY, STATE, ZIP: Poway, CA 92064 TELEPHONE: (858)277-6700 x 5762

TOLL FREE NO.: (800) FAX NO.: 858 / 277-0221

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Tim Jones, Sr. Applications Engineer ADDRESS: 12367 Crosthwaite Circle CITY, STATE, ZIP: Poway, CA 92064 TELEPHONE: 858 / 277-6700 x 5704 TOLL FREE NO.: (800) FAX NO.: 858 / 277-0221

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:__www.cohu-cameras.com________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 152: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C565 Vendor #5 Bid #: ITB-DOT-09/10-9027-LG, ITB-DOT-10/11-9024-LG, & ITB-DOT-12/13-9020 Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F41-1598480-003__

VENDOR: Comtrol Corporation ADDRESS: 100 5th Avenue NW

CITY, STATE, ZIP: New Brighton, MN 55112 TELEPHONE: (763) 957-6000

TOLL FREE NO.: (800) 926-6876 FAX NO.: 763 / 957-6001

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Bill Arpin, Account Manager ADDRESS: 100 5th Avenue NW CITY, STATE, ZIP: New Brighton, MN 55112 TELEPHONE: 763-957-6105 TOLL FREE NO.: (800) 926-6876 FAX NO.: 763 / 957-6001

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE www.comtrol.com __________________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 153: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C566 Vendor #6 Bid #: ITB-DOT-09/10-9027-LG, ITB-DOT-10/11-9024-LG, & ITB-DOT-12/13-9020 Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F59-2038877-001_

VENDOR: Control Technologies of Central Florida, 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 ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Michael R. Day ADDRESS: 2776 S Financial Court CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407 / 330-2804 TOLL FREE NO.: (800) 865-2745 FAX NO.: 407 / 330-2804

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE: www.cttraffic.com _____________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 154: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C566 Vendor #7 (Authorized Manufacturer’s Representative for RuggedCom, Inc.) Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F59-2038877-001_

VENDOR: Control Technologies of Central Florida, 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

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Rob Brock, Regional Sales Manager ADDRESS: 1911 Harrison St, Suite 209 CITY, STATE, ZIP: Hollywood, FL 33020 TELEPHONE: 954-593-9641 TOLL FREE NO.: FAX NO.:

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:_____www.ruggedcom.com _________________

Will you accept the State of Florida Purchasing Card (VISA)? _X___Yes ____No

Page 155: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C568 Vendor #9 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F23-2906243-001__

VENDOR: Cost Cast, Inc. ADDRESS: 1301 Commerce Ave

CITY, STATE, ZIP: Haines City, FL 33844 TELEPHONE: (863) 422-5617

TOLL FREE NO.: (800) 607-7594 FAX NO.: 863/ 421-4259

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Gisel Davila, Administrator ADDRESS: 1301 Commerce Ave CITY, STATE, ZIP: Haines City, FL 33844 TELEPHONE: 863 / 422-5617 TOLL FREE NO.: (800) 607-7594 FAX NO.: 863/ 421-4259 INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:___www.costcast.com ________________

Will you accept the State of Florida Purchasing Card (VISA)? _X___Yes ____No

Page 156: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C569 Vendor #10 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):F65-0258683-002___

VENDOR: C.S. Engineered Castings, Inc. ADDRESS: 2364 SW 34th Street, Unit C

CITY, STATE, ZIP: Ft. Lauderdale, FL 33312 TELEPHONE: (954)321-3693

TOLL FREE NO.: (800) FAX NO.: 954/ 321-3694

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Michael A. Velez, President ADDRESS: 2364 SW 34th Street, Unit C CITY, STATE, ZIP: Ft. Lauderdale, FL 33312 TELEPHONE: 954/ 321-3693 TOLL FREE NO.: (800) FAX NO.: 954/ 321-3694

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:_www.ecql.com_____________________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 157: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C571 Vendor #11 Bid Number: ITB-DOT-09/10-9027-LG & ITB-DOT-12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):F46-0306862-002 __

VENDOR: Daktronics, Inc. ADDRESS: 117 Prince Drive

CITY, STATE, ZIP: Brookings, SD 57006 TELEPHONE: (605)692-0200 ext. 57308

TOLL FREE NO.: (800) 325-8726 FAX NO.: 605/ 697-4700

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Trevor Slaight, Sr. Project Manager ADDRESS: 117 Prince Drive CITY, STATE, ZIP: Brookings, SD 57006 TELEPHONE: 605/692-0200 x 57258 TOLL FREE NO.: (800) 325-8726 FAX NO.: 605/ 697-4700 INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:_www.daktronics.com __________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 158: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C572 Vendor #12 Bid Number: ITB-DOT-09/10-9027-LG & ITB-DOT-12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F95-3196532-004

VENDOR: Econolite Control Products, Inc. ADDRESS: PO Box 550897

CITY, STATE, ZIP: Jacksonville, FL 32255 TELEPHONE: (904) 448-5619

TOLL FREE NO.: (800) FAX NO.: 904/ 212-1320 E-MAIL ADDRESS: [email protected] OR VENDOR: TPFL, Inc/ Len Denien, President FEIN: 26-4833544-001 ADDRESS: PO Box 31101

CITY, STATE, ZIP: Palm Beach Gardens, FL 33420 TELEPHONE: 561-694-0021 FAX NO.: 904/ 212-1320

E-MAIL ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor. 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.: (800) FAX NO.: 904/ 212-1320 INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:__www.econolite.com _____________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes for Econolite _X No Pcard for TPFL

Page 159: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C573 & C616 Vendor #14 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F16-0982288-002__

VENDOR: Emerson Network Power Surge Protection, Inc. aka EDCO, Inc of Florida ADDRESS: 100 Emerson Way

CITY, STATE, ZIP: Binghamton, NY 13905 TELEPHONE: (607)721-8840

TOLL FREE NO.: (800) 288-6169 FAX NO.: 607 /722-8713

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Gary Nesbitt, Sales Manager ADDRESS: 650 SW 27th Avenue CITY, STATE, ZIP: Ocala, FL 34471 TELEPHONE: 352/ 401-6221 TOLL FREE NO.: (800) 648-4076 FAX NO.: 352/ 867-1237

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:__www.emersonnetwork power.com/surge ________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 160: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C579 & C581 Vendor # 16 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F56-2660311-001 _

VENDOR: Global Traffic Technologies, LLC ADDRESS: 7800 Third Street, North, Building 100

CITY, STATE, ZIPS: St. Paul, MN 55128 TELEPHONE: (651)789-7307

TOLL FREE NO.: (800) 258-4610 FAX NO.: 800/ 224-2085

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Nick Pettit ADDRESS: 7800 Third Street, North, Building 100

CITY, STATE, ZIPS: St. Paul, MN 55128 TELEPHONE: (651)789-7307

TOLL FREE NO.: (800) 258-4610 FAX NO.: 800/ 224-2085

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:__www.gtt.com ________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 161: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C582 Vendor #17 Bid Number: ITB-DOT-09/10-9027-LG & ITB-DOT-12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F93-0927788-001_

VENDOR: High Leah Electronics, Inc. d/b/a Diamond Traffic Products ADDRESS: PO Box 1455, 76433 Alder St

CITY, STATE, ZIP: Oakridge, OR 97463 TELEPHONE: (541) 782-3903

TOLL FREE NO.: (866) 782-3903 FAX NO.: (541) 782-2053 E-MAIL ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Colin B. Gibson, Vice President ADDRESS: PO Box 1455, 76433 Alder St

CITY, STATE, ZIP: Oakridge, OR 97463 TELEPHONE: (541) 782-3903

TOLL FREE NO.: (866) 782-3903 FAX NO.: (541) 782-2053

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL: www.diamondtraffic.com ____________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 162: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

C583 Vendor #18

ORDERING INSTRUCTIONS Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):23-2851564

VENDOR: Horizon Signal Technologies, Inc. ADDRESS: 202 Conestoga Road_________

CITY, STATE, ZIP: Wayne, PA 19087______ TELEPHONE: (800) 852-8796____________

TOLL FREE NO.: (800) 852-8796 FAX NO.: 717 / 336-8824

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Matthew Stubblefield__________________ ADDRESS: 202 Conestoga Road_____________________ _ CITY, STATE, ZIP: Wayne, Pa 19087___________________ _ TELEPHONE: (800) 852-8796 ext. 412____________________

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL: www.horizonsignal.com ___________

Will you accept the State of Florida Purchasing Card (VISA)? _X_Yes ____No

Page 163: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

C585 Vendor #19 ORDERING INSTRUCTIONS Bid Number: ITB-DOT-09/10-9027-LG; 10/11-9024-LG; 12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO One of the two parties below:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 06-1642511-001

VENDOR: Information Display Company - Linda Davey ADDRESS: 10950 SW 5th Street

CITY, STATE, ZIP: Beaverton, OR 97005 TELEPHONE: 800-421-8325

TOLL FREE NO.: (800) 421-8325 FAX NO.: (503)626-3417 -OR- FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 63-0573758-001

VENDOR: Temple Incorporated – Sheldon Pafford ADDRESS: PO Box 2066, 305 Bank Street CITY, STATE, ZIP: Decatur, AL 35601 TELEPHONE: (407)701-4649

TOLL FREE NO.: (800) 633-3221 FAX NO.: (386)615-4866

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Sheldon Pafford, Florida Sales, Temple Inc –or- Linda Davey, Information Display Company, Eastern Sales ADDRESS/PHONE: Same as above INTERNET E-MAIL ADDRESS: [email protected];

[email protected] INTERNET WEBSITE URL:_www.temple-inc.com ; www.informationdisplay.com

Will you accept the State of Florida Purchasing Card (VISA)? X Yes ____No

Page 164: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C584 Vendor #21 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F98-0383252-001 _

VENDOR: Ledstar, Inc. ADDRESS: 131 Westcreek Drive

CITY, STATE, ZIP: Woodbridge, Ontario, Canada L4L9N6 TELEPHONE: (905)265-7800 x 218

TOLL FREE NO.: (800) FAX NO.: 905/ 265-7805

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Greg Bartlett, VP Business Development ADDRESS: 131 Westcreek Drive

CITY, STATE, ZIP: Woodbridge, Ontario, Canada L4L9N6 TELEPHONE: (905)265-7800 x 218

TOLL FREE NO.: (800) FAX NO.: 905/ 265-7805 INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:___www.ledstar.com ___________________

Will you accept the State of Florida Purchasing Card (VISA)? ____Yes _X__No

Page 165: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS

C587 Vendor #22 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F81-0489057-001__

VENDOR: Intelicom, Inc. d/b/a 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

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Kendall Kanning, Corporate Sales 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 INTERNET E-MAIL ADDRESS: [email protected] & [email protected] INTERNET WEBSITE URL:___www.litesys.com ______________________

Will you accept the State of Florida *Purchasing Card (VISA)? _X_Yes ____No *Within Limits

Page 166: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2798 Vendor # 23 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F63-0927870-002__

VENDOR: MG Squared, Inc. ADDRESS: 3301 Oak Hill Drive

CITY, STATE, ZIP: Birmingham, AL 35216 TELEPHONE: (205) 823-6688

TOLL FREE NO.: FAX NO.: 205/ 823-6615

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Martin Maners III, Vice President & General Counsel ADDRESS: 3301 Oak Hill Drive

CITY, STATE, ZIP: Birmingham, AL 35216 TELEPHONE: (205) 823-6688

TOLL FREE NO.: FAX NO.: 205/ 823-6615 INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:___www.loweringsystems.com_________________

Will you accept the State of Florida Purchasing Card (VISA)? ____Yes _X__No

Page 167: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C590 Vendor #25 Bid Number: ITB-DOT-09/10-9027-LG & ITB-DOT-12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F59-3337206-001_

VENDOR: Rainbow Distributors USA, Inc. ADDRESS: 204 N Elm Avenue

CITY, STATE, ZIP: Sanford, FL 32771 TELEPHONE: (407) 330-6363

TOLL FREE NO.: (800) FAX NO.: 407 / 330-6360 E-MAIL ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Kyle Kilger, Vice President ADDRESS: 204 N Elm Avenue

CITY, STATE, ZIP: Sanford, FL 32771 TELEPHONE: (407) 330-6363

TOLL FREE NO.: (800) FAX NO.: 407 / 330-6360

E-MAIL ADDRESS: [email protected] WEBSITE URL:__www.rainbowdistributorsusa.com ____________

Will you accept the State of Florida Purchasing Card (VISA)? _X_Yes ____No

Page 168: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C3097 Vendor #26 and #27

Bid Number: ITB-DOT-09/10-9027-LG Title: FDOT Approved Product List (APL) Traffic Equipment

NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F13-2762488-050 VENDOR: Siemens Industry Inc . ADDRESS: One Internet Plaza CITY, STATE, ZIP: Johnson City Tenn. 37604 TELEPHONE: 423-262-5700 TOLL FREE NO.: 888-454-4704 ______FAX NO.: 423-262-2337 E-MAIL: [email protected]

DELIVERY: DELIVERY WILL BE MADE WITHIN 13 DAYS AFTER RECEIPT OF PURCHASE ORDER.

PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Robert Brock ADDRESS: 1911 Harrison Street CITY, STATE, ZIP: Hollywood, FL 33020 TELEPHONE: 954-593-9641 TOLL FREE NO.: ______ FAX NO.: 855-510-5598 E-MAIL ADDRESS: [email protected] WEB ADDRESS: https://www.ruggedcom.com Will you accept the State of Florida Purchasing Card (VISA)? X Yes ____No

Page 169: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C593 Vendor #28 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F20-8696124-001_

VENDOR: Signal Safe, Inc. ADDRESS: 1128 Royal Palm Beach Blvd. #368

CITY, STATE, ZIP: Royal Palm Beach, FL 33411 TELEPHONE: (561) 798-9663

TOLL FREE NO.: (800) FAX NO.: 561/ 798-0843

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Bob Townsend, President ADDRESS: 1128 Royal Palm Beach Blvd. #368

CITY, STATE, ZIP: Royal Palm Beach, FL 33411 TELEPHONE: (561) 798-9663

TOLL FREE NO.: (800) FAX NO.: 561/ 798-0843

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:____ _____________________________________

Will you accept the State of Florida Purchasing Card (VISA)? ____Yes _X__No

Page 170: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C594 Vendor #29 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F84-0641323-001_

VENDOR: Skyline Products, Inc. ADDRESS: 2903 Delta Drive

CITY, STATE, ZIP: Colorado Springs, CO 80910 TELEPHONE: (719)392-9046

TOLL FREE NO.: (800) 759-9046 FAX NO.: 719 / 392-2075

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Randy Bobo, Regional Sales Manager ADDRESS: 2903 Delta Drive

CITY, STATE, ZIP: Colorado Springs, CO 80910 TELEPHONE: (719)392-9046

TOLL FREE NO.: (800) 759-9046 FAX NO.: 719 / 392-2075 INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:___www.skylineproducts.com __________________

Will you accept the State of Florida Purchasing Card (VISA)? ____Yes _X__No

Page 171: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C595 Vendor #30 Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F59-3026723-002_

VENDOR: Southern Manufacturing ADDRESS: 501 Herndon Avenue

CITY, STATE, ZIP: Orlando, FL 32803 TELEPHONE: (407) 894-8851

TOLL FREE NO.: (800) 866-5699 FAX NO.: 407 / 894-5373

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Roman Lisewycz, Florida Regional Sales Manager ADDRESS: 501 Herndon Avenue

CITY, STATE, ZIP: Orlando, FL 32803 TELEPHONE: (407) 894-8851

TOLL FREE NO.: (800) 866-5699 FAX NO.: 407 / 894-5373

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:_www.southernmfg.com ____________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 172: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C596 Vendor #31 & #32 Bid #: ITB-DOT-09/10-9027-LG, ITB-DOT-10/11-9024-LG, ITB-DOT-12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F63-0573758-001

VENDOR: TEMPLE, INC Sheldon Pafford, Florida Sales ADDRESS: PO Box 2066 [email protected]

CITY, STATE, ZIP: Decatur, AL 35602 TELEPHONE: (256) 353-3820

TOLL FREE NO.: (800) 633-3221 FAX NO.: 256 / 353-4578

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Sheldon Pafford, Florida Sales ADDRESS: 20 Foxhunter Flat CITY, STATE, ZIP: Ormond Beach, FL 32174 TELEPHONE: 386-615-8246 / 407-701-4649 TOLL FREE NO.: (800) 633-3221 FAX NO.: 386 / 615-4866

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:___www.temple-inc.com ______________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 173: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C600 Vendor #35 Bid Number: ITB-DOT-09/10-9027-LG & ITB-DOT-12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F59-1673144-001__

VENDOR: Transportation Control Systems ADDRESS: 1030 South 86th Street

CITY, STATE, ZIP: Tampa, FL 33619 TELEPHONE: (813) 630-2800 FAX NO.: (813) 630-2801 E-MAIL ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Stephanie Shaw, Sales ADDRESS: 1030 South 86th Street

CITY, STATE, ZIP: Tampa, FL 33619 TELEPHONE: (813) 630-2800

FAX NO.: 813 / 630-2801

E-MAIL ADDRESS: [email protected] WEBSITE: www.tcstraffic.com

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 174: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C600 Vendor #36, #37 (Authorized Manufacturer’s Representative for Global Traffic Technologies, LLC ) Bid Number: ITB-DOT-09/10-9027-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F59-1673144-001__

VENDOR: Transportation Control Systems ADDRESS: 1030 South 86th Street

CITY, STATE, ZIP: Tampa, FL 33619 TELEPHONE: (813) 630-2800

TOLL FREE NO.: (800) FAX NO.: 813 / 630-2801

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Steve Gillis, President ADDRESS: 1030 South 86th Street

CITY, STATE, ZIP: Tampa, FL 33619 TELEPHONE: (813) 630-2800

TOLL FREE NO.: (800) FAX NO.: 813 / 630-2801

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:__www.tcstraffic.com ________________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 175: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C598 Vendor #39 Bid Number: ITB-DOT-09/10-9027-LG & ITB-DOT-12/13-9020-GH Title: FDOT Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F82-0525153-001_

VENDOR: Wavetronix, LLC ADDRESS: 78 E. 1700 South, Bldg. B

CITY, STATE, ZIP: Provo, UT 84606 TELEPHONE: 801-734-7237 FAX NO.: 801-734-7201 E-MAIL ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Stephanie Hoback ADDRESS: 3000 Dovera Drive – Suite 100 CITY, STATE, ZIP: Oviedo, FL 32765 TELEPHONE: 801-734-7237 FAX NO.: 801-734-7201

E-MAIL ADDRESS: [email protected] WEBSITE: www.wavetronix.com

Will you accept the State of Florida Purchasing Card (VISA)? ____Yes _X_No

Page 176: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C611 Vendor #40 Bid Number: ITB-DOT-09/10-9024-LG & ITB-DOT-12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F20-5497315-004

VENDOR: Express Supply, Inc. ADDRESS: 632 Gatlin Avenue

CITY, STATE, ZIP: Orlando, FL 32806 TELEPHONE: (407)497-8614

TOLL FREE NO.: FAX NO.: E-MAIL ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Mark Schulting ADDRESS: 632 Gatlin Avenue

CITY, STATE, ZIP: Orlando, FL 32806 TELEPHONE: (407)497-8614

TOLL FREE NO.: FAX NO.:

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL: __www.expresssupply.net

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 177: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C610 Vendor #41 Bid Number: ITB-DOT-09/10-9024-LG & ITB-DOT-12/13-9020-GH Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F59-3003934-001 _

VENDOR: Intelligent Transportation Services, Inc. ADDRESS: 3205 South Access Road, Suite A

CITY, STATE, ZIP: Englewood, FL 34224 TELEPHONE: (941)473-8100

TOLL FREE NO.: FAX NO.: (941)473-8166 E-MAIL ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Tim Malone, President ADDRESS: 3205 South Access Road, Suite A

CITY, STATE, ZIP: Englewood, FL 34224 TELEPHONE: (941)473-8100

TOLL FREE NO.: FAX NO.: (941)473-8166

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL: ____www.itstraffic.us ___________________

Will you accept the State of Florida Purchasing Card (VISA)? _X___Yes ____No

Page 178: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C612 Vendor #44 Bid Number: ITB-DOT-09/10-9024-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F95-2588496-002_

VENDOR: Iteris, Inc ADDRESS: 1700 Carnegie Avenue – Suite 100

CITY, STATE, ZIP: Santa Ana, CA 92705-5551 TELEPHONE: (949)270-9615 – Marilyn Holden [email protected]

TOLL FREE NO.: FAX NO.: (949)270-9441

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: W Stokes Wallace ADDRESS: 1501 Arthur Street CITY, STATE, ZIP: Orlando, FL 32804 TELEPHONE: (407) 292-9776 or (407)383-1845 TOLL FREE NO.: FAX NO.: (407)292-9780

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:__www.iteris.com/vvd.aspx __________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 179: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS

C600 Vendor #47 Bid Number: ITB-DOT-09/10-9027-LG and ITB-DOT-09/10-9024-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F59-1673144-001_

VENDOR: Transportation Control Systems ADDRESS: 1030 S. 86th Street

CITY, STATE, ZIP: Tampa, FL 33619 TELEPHONE: (813)630-2800

TOLL FREE NO.: (800)886-2735 FAX NO.: (813) 630-2801

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Steven Gillis, Vice President ADDRESS: 1030 S. 86th Street

CITY, STATE, ZIP: Tampa, FL 33619 TELEPHONE: (813)630-2800

TOLL FREE NO.: (800)886-2735 FAX NO.: (813) 630-2801 INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:___www.tcstraffic.com ___________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 180: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C603 Vendor #49 Bid Number: ITB-DOT-09/10-9024-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_13-3803668-002__

VENDOR: Ver-Mac, Inc. ADDRESS: 1781 Bresse

CITY, STATE, ZIP: Quebec, QC G2G 2V2 TELEPHONE: (418)654-1303

TOLL FREE NO.: (888)488-7446 FAX NO.: (418)654-0517

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Kimberly Jack, Sales Manager ADDRESS: 1781 Bresse

CITY, STATE, ZIP: Quebec, QC G2G 2V2 TELEPHONE: (418)654-1303

TOLL FREE NO.: (888)488-7446 FAX NO.: (418)654-0517

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:______www.ver-mac.com ___________________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 181: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C602 Vendor #50 Bid Number: ITB-DOT-09/10-9024-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F52-1488457-001__

VENDOR: Work Area Protection Corporation ADDRESS: 2500 Production Drive

CITY, STATE, ZIP: St. Charles, IL 60174 TELEPHONE: (630)377-9100

TOLL FREE NO.: (800)327-4417 FAX NO.: (630)377-9270

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Charles Frick, South East Territory Manager ADDRESS: 2500 Production Drive

CITY, STATE, ZIP: St. Charles, IL 60174 TELEPHONE: (630)377-9100

TOLL FREE NO.: (800)327-4417 FAX NO.: (630)377-9270

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:____www.workareaprotection.com _____________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 182: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS

C601 Vendor #51 Bid Number: ITB-DOT-09/10-9024-LG Title: Approved Product List (APL) Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_F27-4453453-001__

VENDOR: WZ Equipment, Inc. ADDRESS: 1929 Buford Blvd.

CITY, STATE, ZIP: Tallahassee, FL 32308 TELEPHONE: (850)320-5196

TOLL FREE NO.: (800) FAX NO.: (850)270-2138

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Mike O’Neal, VP ADDRESS: 1929 Buford Blvd.

CITY, STATE, ZIP: Tallahassee, FL 32308 TELEPHONE: (850)320-5196

TOLL FREE NO.: (800) FAX NO.: (850)270-2138

INTERNET E-MAIL ADDRESS: [email protected] INTERNET WEBSITE URL:____http://www.wzequipment.com _______________

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 183: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS

C2789 Vendor # 52 Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO:

FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):_93-0927788-001__

VENDOR: Jace Chandler & Assoc., Inc. ADDRESS: 2906 Crescent Avenue

CITY, STATE, ZIP: Homewood, AL 35209 TELEPHONE: 205-879-7336

TOLL FREE NO.: FAX NO.: 205-879-7356 E-MAIL ADDRESS: [email protected]

DELIVERY: Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

PRODUCT INFORMATION: DIRECT QUESTIONS TO:

NAME & TITLE: Jace Chandler, President ADDRESS: 2906 Crescent Avenue

CITY, STATE, ZIP: Homewood, AL 35209 TELEPHONE: 205-879-7336

TOLL FREE NO.: FAX NO.: 205-879-7356

E-MAIL ADDRESS: [email protected] INTERNET WEBSITE www.jcasouth.com

Will you accept the State of Florida Purchasing Card (VISA)? _X__Yes ____No

Page 184: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS

C2790 Vendor # 53

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): VENDOR: K & K Systems, Inc. ADDRESS: 687 Palmetto Road 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: Tim Keith, President ADDRESS: 687 Palmetto Road 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-ksysytems.com Will you accept the State of Florida Purchasing Card (VISA)? X Yes ____No

Page 185: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C605 Vendor # 54

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75-2160908-001 VENDOR: RTC Manufacturing, Inc. _____________________ ___ ____ ADDRESS: 1016 Enterprise PL CITY, STATE, ZIP: Arlington, TX 76001 TELEPHONE: 800-782-8721 FAX NO.: 800-448-8841 E-MAIL: [email protected] DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Ron Featherstone, National Sales Mngr. ADDRESS: 1016 Enterprise PL CITY, STATE, ZIP: Arlington, TX 76001 TELEPHONE: 800-782-8721 FAX NO.: 800-448-8841 E-MAIL ADDRESS: [email protected] WEB ADDRESS: www.rtc-traffic.com Will you accept the State of Florida Purchasing Card (VISA)? Yes ____No

Page 186: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2791 Vendor # 55

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 800280265-001 VENDOR: Rhythm Engineering, LLC ADDRESS: 12351 W. 96th Terrace #107 CITY, STATE, ZIP: Lenexa, KS 66215 TELEPHONE: 913-227-0603 TOLL FREE NO.: ______FAX NO.: 913-227-0674 E-MAIL: [email protected] DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Mark Sullivant ADDRESS: 12351 W. 96th Terrace #107 CITY, STATE, ZIP: Lenexa, KS 66215 TELEPHONE: 913-227-0603 TOLL FREE NO.: ______ FAX NO.: 913-227-0674 E-MAIL ADDRESS: [email protected] WEB ADDRESS: www.rhythmtraffic.com Will you accept the State of Florida Purchasing Card (VISA)? Yes X__No

Page 187: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2792 Vendor # 56

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 592282857-001 VENDOR: Safety Products, Inc. ADDRESS: 3517 Craftsman Blvd CITY, STATE, ZIP: Lakeland, FL 33803 TELEPHONE: 800-336-6860 FAX NO.: 888-700-7233 E-MAIL: [email protected] www.spisafety.com DELIVERY: DELIVERY WILL BE MADE WITHIN 10 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Karen Cornelius, Gov. Bid Coordinator ADDRESS: 3517 Craftsman Blvd CITY, STATE, ZIP: Lakeland, FL 33803 TELEPHONE: 800-336-6860 FAX NO.: 888-700-7233 E-MAIL ADDRESS: [email protected] WEB ADDRESS: www.spisafety.com Will you accept the State of Florida Purchasing Card (VISA)? X Yes ____No

Page 188: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2793 Vendor # 57

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid 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: 815-229-3292 FAX NO.: 815-229-7082 E-MAIL: [email protected] WEB ADDRESS: www.skybracket.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Mel Wilton, Sales Manager ADDRESS: 2135 15th Street CITY, STATE, ZIP: Rockford, IL 61104 TELEPHONE: 815-229-3292 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)? X Yes ____No

Page 189: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2794 Vendor # 58

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 593483236-003 VENDOR: Stormin Protection Products, Inc ADDRESS: 243 21st Ave. N. CITY, STATE, ZIP: St. Petersburg, FL 33704 TELEPHONE: 727-823-6100 TOLL FREE NO.: 888-471-1038 ______FAX NO.: 727-823-6044 E-MAIL: [email protected] DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: John E. Pecore, President, Eng. PQE. ADDRESS: 243 21st Ave. N CITY, STATE, ZIP: St. Petersburg, FL 33704 TELEPHONE: 727-823-6100 TOLL FREE NO.: 888-471-1038______ FAX NO.: 727-823-6044 E-MAIL ADDRESS: [email protected] WEB ADDRESS: www.storminprotection.com Will you accept the State of Florida Purchasing Card (VISA)? X Yes ____No

Page 190: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2795 Vendor # 59

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 26-4833544-001 VENDOR: TPFL, Inc _____________________ ___ __ ADDRESS: PO Box 31101 CITY, STATE, ZIP: Palm Beach Gardens, FL 33420 TELEPHONE: 561-694-0021 TOLL FREE NO.: ______FAX NO.: 561-630-5152 E-MAIL: [email protected] DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Len Denien, President ADDRESS: PO Box 31101 CITY, STATE, ZIP: Palm Beach Gardens, FL 33420 TELEPHONE: 561-694-0021 TOLL FREE NO.: ______ FAX NO.: 561-630-5152 E-MAIL ADDRESS: [email protected] WEB ADDRESS: Will you accept the State of Florida Purchasing Card (VISA)? Yes _X__No

Page 191: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2796 Vendor # 60

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 23-2289978-001 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: John Hawkins, Sales 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 ____No

Page 192: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2797 Vendor # 61

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 16-1636966-001 VENDOR: _TraStar, Inc____________________ ___ ____ ADDRESS: 860 N. Dorothy Drive, Suite 600 CITY, STATE, ZIP: Richardson, TX 75081 TELEPHONE: 972-480-0888 FAX NO.: 972-480-8884 E-MAIL: [email protected] DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Shelly Richter, Inside Sales Manager ADDRESS: 860 N. Dorothy Drive, Suite 600 CITY, STATE, ZIP: Richardson, TX 75081 TELEPHONE: 972-480-0888 TOLL FREE NO.: ______ FAX NO.: 972-480-8884 E-MAIL ADDRESS: [email protected] WEB ADDRESS: www.trastarusa.com Will you accept the State of Florida Purchasing Card (VISA)? X Yes ____No

Page 193: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ORDERING INSTRUCTIONS C2788 Vendor # 62

Bid Number: ITB-DOT-12/13-9020-GH Title: FDOT APL TRAFFIC EQUIPMENT: Supplemental Bid NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 45-5434341-001 VENDOR: Belden and Associates, LLC_d/b/a Control Specialists ADDRESS: 707 Nicolet Avenue, Suite 100-B CITY, STATE, ZIP: Winter Park, FL 32789 TELEPHONE: 407-628-1965 TOLL FREE NO.: ______FAX NO.: 407-628-1932 E-MAIL: [email protected] DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Terence Tomlin, Sales Manager ADDRESS: 707 Nicolet Avenue, Suite 100-B CITY, STATE, ZIP: Winter Park, FL 32789 TELEPHONE: 407-628-1965 TOLL FREE NO.: ______ FAX NO.: 407-628-1932 E-MAIL ADDRESS: [email protected] WEB ADDRESS: www.controlspecialists.com Will you accept the State of Florida Purchasing Card (VISA)? Yes _X_No

Page 194: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

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 an indefinite quantity termcontract for the purchase of FDOT Approved Product List (APL) traffic equipment by the Department of Transportation, hereafter referred to as the "Department". The items awarded from this solicitation will become part of contract ITB-DOT-09/10-9027-LG. The contract will become effective on the date the successful bidder(s) is approved for award and will expire August 31, 2012, (the same date as the original contract ITB-DOT-09/10-9027-LG). 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 - 3/7/2011 10:00 AM (There is no deadline for administrative questions)

BIDS DUE - 4/4/2011 3:00 PMProcurement Office, Haydon Burns Building 605 Suwannee Street, MS 20 Cubical SW 100 Tallahassee, Florida 32399-0450 Phone #: (850) 414-4288

PUBLIC OPENING - 4/5/2011 10:00 AMProcurement Office, Haydon Burns Building 605 Suwannee Street, MS 20 Cubical SW 100 Tallahassee, Florida 32399-0450 Phone #: (850) 414-4288

POSTING OF INTENDED DECISION/AWARD - 4/27/2011 5:00 PM

3) 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).

1

Page 195: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

4) 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.

5) COOPERATIVE PURCHASING AND AGGREGATE DISCOUNTS

As provided in Section 287.042 (16) Florida Statutes, other State Agencies may purchase from this Contract, provided that the Department of Management Services has determined that the Contract’s use is cost effective and in the best interest of the State. Upon such approval, the Vendor may, at its discretion, sell these commodities or services to additional agencies, upon the terms and conditions contained herein. In addition, other political subdivisions may also purchase from this Contract at the discretion of the Vendor. Entities purchasing from this Contract assume and bear complete responsibility with regard to performance of any contractual obligation or term. On the anniversary of the Contract, The Department reserves the right to discuss with the Vendor the potential for additional discounts based on additional volume on the contract.

6) ESTIMATED PURCHASES

It is anticipated that approximately $1,800,000.00 of equipment will be purchased under any contract resulting from this bid. This estimated amount is given only as a guideline for preparing your bid and should not be construed as representing an actual amount to be purchased under this contract. The Vendor(s) shall supply, at bid prices, the actual amounts ordered regardless of whether the total of such amounts is more or less than anticipated. This bid and the resulting contract will be subject to annual appropriated funding.

S P E C I A L C O N D I T I O N S 1) MyFloridaMarketPlace

Since July 1, 2003, the Department has been using the State of Florida’s web-based electronic procurement system, MyFloridaMarketPlace. BIDDERS MUST BE REGISTERED IN THE STATE OF FLORIDA’S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE BID OPENING OR THEY WILL BE CONSIDERED NON-RESPONSIVE (see Special Condition 18). 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) 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

2

Page 196: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

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:(Lillian Graham, [email protected], Florida Department of Transportation, 605 Suwannee Street, MS 20, Tallahassee, Florida 32399-0450, Telephone number (850) 414-4288, & Fax number (850) 414-4951).

Questions regarding administrative aspects of the proposal process should be directed to the Procurement Agent in writing at the address above or by phone: (850) 414-4288

3) 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.

4) DIVERSITY ACHIEVEMENT

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.

5) PRICES/DELIVERY

Prices shall be firm, net, delivered prices, F.O.B. destination.

Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB Destination to any point in Florida. Delivery shall be made within thirty (30) days after the Customer places an Order, or within the delivery time specified on the bid sheet by the successful Vendor.

A Vendor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays may be cause for Contract cancellation and the Vendor being found in default.

6) 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

3

Page 197: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Department is confronted with identical pricing or scoring from multiple vendors, the Department shall determine the order of award in accordance with Rule 60A-1.011 Florida Administrative Code.

7) PRE-BID CONFERENCE: A PRE-BID CONFERENCE WILL NOT BE HELD.

8) ALTERNATES

ALTERNATE BRANDS WILL NOT BE CONSIDERED FOR THIS BID. BID AS SPECIFIED. ONLY products approved and included on the Department’s APL prior to the advertisement date for this solicitation shall be bid.

9) WARRANTY/SUBSTITUTIONS

All products, including material used therein, shall be warranted by the Vendor against mechanical, electrical, and workmanship defects for a warranty period of at least two (2) years from the date of acceptance by the purchaser. In the event defects become evident within the warranty period, the Vendor shall either repair or replace the defective parts and materials at no additional cost. The Vendor shall be liable to the Eligible User for supply of information and material necessary for repairs at no additional cost to the Eligible User for the duration of the warranty period. The warranty period shall start with the date of equipment acceptance and shall be extended to include times during which the products are out of service for warranty repair. The warranty shall apply to all items provided under this Contract.

10) 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.

11) PRODUCT REQUIREMENTS/Approved Product List (APL)

All items must be Department approved and included on the APL. 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.

12) COMMODITY ADDITIONS AND DELETIONS

During the Contract Period and any renewal periods, the Department shall have the right to add or delete Commodities to or from this agreement by adding them to or removing them from the Price Sheet & Ordering Instructions. Any new Commodities added shall be at the requirements, specifications, terms, and conditions stated herein or as later stipulated by the Department, and at mutually agreed pricing accepted, in writing, by both the added Commodity’s Vendor and the Department. Commodities may be removed at the sole discretion of the Department, per the requirements, terms, and conditions herein and / or as permitted by Florida Statutes or Florida Administrative Code.

13) ACCEPTANCE

All items listed in the Contract, delivered to the Department not meeting Contract requirements 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.

4

Page 198: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

14) 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.

15) 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, and

2. A formal written protest 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.

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.

16) 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.

17) 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.

18) 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.

5

Page 199: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

19) 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.

20) REQUIRED DOCUMENTS

The bidder must use the attached Bid Sheet to submit its bid. The Bid Sheet must be signed and dated in ink by 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.

21) "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 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 for this preference.

22) FLORIDA IN-STATE PREFERENCE

In order to achieve the 2010 legislative goal of employment of Florida residents, ensuring that the expenditure of state funds benefits Florida residents, and encouraging economic development within the state of Florida, the Department shall give preference to vendors that have a principal place of business in Florida and commit to the use of Florida residents, Florida products, and Florida based subcontractors in fulfilling their contractual obligations (this practice shall hereinafter be referred to as “in-state preference”). In-state preference may only be considered as a factor on contracts that meet the following criteria: a) Non-federally funded; b) Expending funds provided in the General Appropriations Act for the 2010-2011 fiscal year; c) For the purchase of goods and services; d) In excess of $5 million per year.

For contracts that meet the above stated criteria and when other factors are equal, in-state preference shall be given to vendors based on the information submitted for this solicitation on the “In-State Preference Form”, #375-040-56, to certify the use of Florida residents, Florida products, and Florida based subcontractors where possible and practicable. In-state preference will not apply to any contract funded prior to June 1, 2010.

23) 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.

6

Page 200: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public.

24) 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-10/11-9024-LG - 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.

25) MAIL OR DELIVER BIDS TO: (DO NOT FAX)

Florida Department of Transportation Procurement Office Hayden Burns Building 605 Suwannee Street, MS 20, Cubical SW 100 Tallahassee, Florida 32399-0450 Attn.: Lillian Graham (850) 414-4288

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.

26) 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.

27) BID OPENING

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.

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:

7

Page 201: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

1. A written notice of protest within seventy-two (72) hours after posting of the Intended Award, 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 the formal written protest, a bond (a cashier’s check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount 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 27.1, 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) 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.

31) 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.

8

Page 202: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

32) ORDER QUANTITIES

No minimum order quantities will be accepted. The Department will order as needed in the quantities needed.

33) 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.

34) INVOICING

Invoices must match units specified on the Purchase Order.

35) QUALIFICATIONS

Only those Bids submitted by Manufacturers or certified dealers (see Attachment 2) will be considered for evaluation. Contract Purchase Orders may be directed to a Manufacturer’s Representative or to Service Dealers. The Department reserves the right upon request to require Vendors to submit documentation or samples of the proposed products before making a final determination of acceptability.

36) 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 Drug-Free Workplace Program Certification (if applicable) Certification of Recycled Content (if applicable) Ordering Instructions Emergency Contact Information (Attachment 1) Manufacturer’s Certificate (Attachment 2)

37) 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 Bid Sheet Purchase Order Conditions and Instructions Instructions to Respondents (PUR 1001) General Conditions (PUR 1000) Introduction Section

38) 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:

9

Page 203: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

Paragraph 31, Dispute Resolution - PUR 1000 Paragraph 3, Electronic Submission – PUR 1001 Paragraph 4, Terms and Conditions – PUR 1001 Paragraph 5, Questions – PUR 1001

39) E-VERIFY UTILIZATION

The Florida Department of Transportation shall require the following as a condition of all contracts:

Vendor/Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of;

1. all persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida; and

2. all persons, including subcontractors, assigned by the Vendor/Contractor to perform work pursuant to the contract with the Department.

40) LIQUIDATED DAMAGES

As timely delivery is of importance to the functioning of the agency, the Department reserves the right to cancel such items of the contract which are not delivered within the required time for such items. Failure by the Vendor(s) to deliver items as specified within the stated time may subject the Vendor(s) to liquidated damages in the amount of one percent (1%) of the bid price of the items or $50.00 per day, whichever is greater, for each day delivery is beyond the stated time.

41) QUANTITY DISCOUNTSVendor is urged to offer additional discounts for one-time delivery of large single orders of any assortment of items in the space provided on bid sheets. Such discounts will not be considered in evaluation of bid.

42) INSPECTION/ACCEPTANCE

Inspection and acceptance will be at the destination of the Eligible User unless otherwise provided for in the Purchase Order. Risk of loss or damage shall be the responsibility of the Vendor until accepted by the Eligible User. The Vendor shall be responsible for filing, processing and collecting all damage claims. The Eligible User shall assist by I) Recording any evidence of visible damage on all copies of the delivering carrier’s bill of lading, II) Reporting visible and concealed damage to the carrier and the Vendor, III) Confirming said reports in writing within fifteen (15) days of delivery, requesting the carrier inspect the damaged items; and IV) Providing the Vendor with a copy of the carrier’s bill of lading and damage inspection report. All other provisions of the Acceptance Paragraph remain in effect.

10

Page 204: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT 1

EMERGENCY CONTACT INFORMATION

FOR EMERGENCY SITUATIONS

Emergency situations, resulting from events such as natural disasters, may require immediate supply of commodities and services to various governments’ entities.

If your firm is capable and willing to supply item(s) offered in this solicitation during an emergency, please complete the following:

CONTACT PERSON (24 HOURS):

EMERGENCY TELEPHONE NUMBER:

PAGER TELEPHONE NUMBER:

CELLULAR TELEPHONE NUMBER:

ANSWERING SERVICE / AFTER HOURS TELEPHONE NUMBER:

The above information will be used by the FDOT Offices should the State of Florida determine an emergency situation exists.

NOTE: AWARDED VENDORS SHOULD MAINTAIN EMERGENCY CONTACT INFORMATION WITH THE DEPARTMENT BY CONTACTING THE FDOT PROJECT MANAGER.

11

Page 205: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

ATTACHMENT 2

MANUFACTURER’S CERTIFICATE

THIS IS TO CERTIFY THAT (VENDOR NAME)

IS AUTHORIZED TO REPRESENT (MANUFACTURER)

IN THE STATE OF FLORIDA.

NOTE: THIS MUST BE EXECUTED BY THE MANUFACTURER. DEALERS / REPRESENTATIVES ARE NOT AUTHORIZED TO SIGN THIS CERTIFICATION FORM ON BEHALF OF THE MANUFACTURER. THIS CERTIFICATION MUST BE EXECUTED BY THE MANUFACTURER EVEN IF THEY ARE BIDDING THEIR OWN EQUIPMENT. FAILURE TO SUBMIT THIS CERTIFICATION WITH YOUR BID SHALL RESULT IN DISQUALIFICATION OF THE BID.

THE MANUFACTURER SHALL PROVIDE THE SAME PRICE LIST TO ALL DISTRIBUTORS BIDDING THE FLORIDA DEPARTMENT OF TRANSPORTATION’S BID NUMBER: ITB-DOT-10/11-9024-LG, OPENING DATE: April 4, 2011 @ 3:00 PM, Local Time.

PRICE LIST NO. * DATED * BEING SUBMITTED WITH THIS BID MUST BE USED BY ALL BIDDERS OTHERWISE AN AWARD MAY NOT BE MADE TO THIS MANUFACTURER.

*THIS FORM SHALL BE COMPLETED BY THE MANUFACTURER FOR EACH CATEGORY OF EQUIPMENT BID.

IT IS RECOMMENDED THAT THIS BID BE REVIEWED AT: http://vbs.dms.state.fl.us/vbs/search.criteria_form

MANUFACTURER:

ADDRESS:

SIGNATURE:

TITLE:

TELEPHONE NUMBER:

FAX NUMBER:

12

Page 206: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

13

Page 207: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

14

Page 208: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

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 Assignment 31. 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 following additional terms are also defined:

15

Page 209: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

(a) “Contract” means the legally enforceable agreement that results from a successful solicitation. The parties 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 receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services via 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 other authorized means).

2. Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be deemed to incorporate by reference the Contract and solicitation terms and conditions. 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. A purchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (f) thereof. Customers shall designate 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 release model or version of the product at the time of the order, unless the Customer specifically requests in writing an 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 single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products 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 by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall 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 in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser 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 to then-authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion.

(d) Trade-In. Customers may trade-in equipment when making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair 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 agency property custodian pursuant to Chapter 273, F.S.

16

Page 210: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

(e) Equitable Adjustment. The Customer may, in its sole discretion, make an equitable adjustment in the Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor’s control, (2) the volatility affects the marketplace or industry, not just the 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 substantial loss.

5. Additional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to 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 stocking in appropriate, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packaging shall become and remain Customer’s property.

7. Inspection at Contractor’s Site. The Customer reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance.

8. Safety Standards. All manufactured items and fabricated assemblies subject to operation under pressure, 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 State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers’ Association for electrically operated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution.

9. Americans with Disabilities Act. Contractors should identify any products that may be used or adapted for 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 after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause for Contract cancellation and Contractor suspension.

12. Installation. Where installation is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor’s authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of 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 the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury 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

17

Page 211: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

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 Customer shall: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Contractor. Rejected product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product.

14. Transaction Fee. The State of Florida has instituted MyFloridaMarketPlace, a statewide eProcurement System (“System”). Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assessed a Transaction Fee of one percent (1.0%), which the Contractor shall pay to the State, unless exempt pursuant to 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. CONTRACTORSDELINQUENT 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 if applicable, and the appropriate vendor identification number. The State may require any other information from 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 personal

18

Page 212: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

property. 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 been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to the Customer.

18. Lobbying and Integrity. Customers shall ensure compliance with Section 11.062, FS and Section 216.347, FS.The Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), “gratuity” means any payment 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. Upon request of the Customer’s Inspector General, or other authorized State official, the Contractor shall provide any 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 such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General 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 State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor’s compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs shall include, 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 of investigations 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, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, 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 tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages 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,

19

Page 213: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

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, and regardless of the basis on which the claim is made, the Contractor’s liability under a contract or purchase order for direct damages shall be limited to the greater of $100,000, the dollar amount of the contract or purchase order, or two times the charges rendered by the Contractor under the purchase order. This limitation 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 the Contract or purchase order, at any time, when in the best interests of the State to do so. The Customer shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer 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 any additional compensation.

22. Termination for Convenience. The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State’s interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits.

23. Termination for Cause. The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering 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 of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault 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 to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Customer. The rights and remedies of the Customer in 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 responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public

20

Page 214: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

enemies, 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, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them.

26. Renewal. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the solicitation response. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds.

27. Purchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract’s term to be considered timely. The Contractor is obliged to fill those orders in accordance with the contract’s terms and conditions. Purchase orders received by the contractor after close of business on the last day of the state term 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.

21

Page 215: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

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 any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise linking the Contractor’s name and either a description of the Contract or the name of the State or the Customer in any material published, either in print or electronically, to any 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 under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance of the contract, unless the Customer expressly waives such secondary liability. The Customer may assign the Contract 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 economic practice, 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 to goods, materials or services purchased in connection with the Contract.

31. Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by the Customer's designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the Customer a petition for administrative hearing. The Customer’s decision on the petition shall be final, subject to the Contractor’s right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute 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 agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State may conduct, and the Contractor 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, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work,

22

Page 216: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

change in security status, or non-compliance with a Customer’s security or other requirements. Such approval shall not relieve 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 the United States, State of Florida and Customer in performance of the Contract. The Contractor shall not divulge 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 not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State’s or Customer’s confidential information, or material that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract.

34. Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor's employees, 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 provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract. 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 policy maintained by the Contractor shall not be interpreted as limiting the Contractor’s liability and obligations under the 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 do so 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 no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Customer in writing if its ability to perform is compromised in any manner during the term of the Contract.

38. Notices. All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the agency designee identified in the original solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice.

39. Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section 17.001, F.S.) is required for State agencies to enter into or to extend any lease or installment-purchase agreement 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 that any articles which are the subject of, or required to carry out, the Contract shall be purchased from the

23

Page 217: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the same procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of the Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to 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.

41. Products Available from the Blind or Other Handicapped. Section 413.036(3), F.S. requires the following statement to be included in the solicitation: "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.

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. The Contract may only be modified or amended upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing 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) or by incorporating such terms onto the Contractor’s order or fiscal forms or other documents forwarded by the Contractor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions.

43. Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, 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, and Customer shall not be a party to any transaction between the Contractor and any other purchaser. State agencies 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 the requestor'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 Contract shall not constitute or be deemed a waiver of the Customer’s right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right.

45. Annual Appropriations. The State’s performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature.

46. Execution in Counterparts. The Contract may be executed in counterparts, each of which shall be an original 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 shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain in full force and effect.

24

Page 218: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

State of FloridaPUR 1001

General Instructions to Respondents

Contents1. 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 following additional terms are also defined:

(a) "Buyer" means the entity that has released the solicitation. The “Buyer” may also be the “Customer” as defined 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 the materials 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 required acknowledgments hereby include electronic signature by means of clicking the "Submit Response" button (or other similar symbol or process) attached to or logically associated with the response created by the respondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submitting its 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 definite

confirmation or acknowledgement.

4. Terms and Conditions. All responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed:

25

Page 219: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

� 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).

26

Page 220: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

� 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

27

Page 221: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

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.

28

Page 222: Florida Department of Transportation Documents...Florida Department of Transportation RICK SCOTT GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY

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.

29