FDOT Contract

advertisement
State of Florida
Department of Transportation
FDOT APL Traffic Equipment
Agency Term Contract
BID #: ITB-DOT-15/16-9005-GH
EFFECTIVE DATES: September 28, 2015 to September 27, 2018
Vendor Listing Enclosed below:
Vendor
MFMP
Contract #
Vendor
MFMP
Contract #
Imtech d/b/a Activu Corp
CR6826
K&K Systems, Inc.
CR6855
Advanced Protection
Technologies, Inc.
CR6828
Ledstar, Inc.
CR6856
American Signal Co.
CR6829
Intelicom d/b/a
Litesys, Inc.
CR6857
ASCO Power Technologies
CR6831
MG Squared, Inc.
CR6858
Blackhawk Enterprises, Inc.
CR6837
North America Traffic
CR6859
CohuHD Costar, LLC
CR6838
Peek Traffic
CR6860
Commodity Plus Lighting
Solutions, LLC
CR6839
Rainbow Distributors USA, Inc.
CR6861
Comtrol Corporation
CR6840
Rhythm Engineering, LLC
CR6862
Control Technologies of Central
Florida, Inc.
CR6841
Roadsafe Traffic Systems,
Inc.
CR6864
CoreTec Communications
CR6842
RTC Manufacturing, Inc.
CR6885
Daktronics
CR6843
Safety Zone Specialists, Inc.
CR6868
Earnest Prod. d/b/a Southern
Manufacturing
CR6844
Sky Bracket
CR6869
Econolite Control Products, Inc.
CR6845
Temple, Inc.
CR6870
EtherWAN Systems, Inc.
CR6846
Tessco, Inc.
CR6871
GovComm, Inc.
CR6847
Trafcon Industries
CR6873
Horizon Signal Technologies, Inc.
CR6848
TrafficCast International, Inc.
CR6874
Information Display Company
CR6849
Trafficware Group, Inc.
CR6875
Intelligent Transportation
Services, Inc.
CR6850
Transportation Control
Systems
CR6876
Iteris, Inc.
CR6851
Universal Signs & Accessories
CR6877
Jace Chandler & Associates, Inc.
CR6852
Ver-Mac, Inc.
CR6878
Jupiter Systems, Inc.
CR6854
Wanco, Inc.
CR6879
Wavetronix, LLC
CR6880
Item # APL Certification #
Manufacturer
Product Category
Model/Product/Component Description
QTY. / Vendor Stated
FDOT
Unit
Delivery time Contract Price
1
2
3
4
4a
4b
4c
4d
4e
4f
4g
4h
4i
4j
4k
4l
4m
4n
4o
4p
4q
4r
4s
4t
4u
4v
4w
4x
4y
4z
4aa
4ab
4ac
4ad
4ae
4af
4ag
4ah
4ai
4aj
4ak
4al
4am
4an
4ao
4ap
4aq
4ar
4as
4at
3M BONDO
3M BONDO
3M BONDO
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
LOOP SEALANT ASPHALT PAVEMENT
LOOP SEALANT ASPHALT PAVEMENT
LOOP SEALANT
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
Bondo P-606
575 1-Part Sealant
Bondo P-606 (for Traffic Monitoring Sites)
Activu Visualization System
Activu System Suite
Activu System Suite Fully Redundant
Additional Activu System Suite (same site)
Additional Activu System Suite W/ Record and Playback
Activu Record/Playback
Activu Record/Playback Fully Redundant
Activu Collaboration
Activu Collaboration Fully Redundant
Activu Display Server (1-10)
Activu Display Server (11-30)
Activu Display Server (31-60)
Activu Display Server (61-100)
Activu Display Server (100+)
Activu Redundant Display Server (1-10)
Activu Redundant Display Server (11-30)
Activu Redundant Display Server (31-60)
Activu Redundant Display Server (61-100)
Activu Redundant Display Server (100+)
Activu Additional Network Display Server (1-10)
Activu Additional Network Display Server (11-30)
Activu Additional Network Display Server (31-60)
Activu Additional Network Display Server (61-100)
Activu Additional Network Display Server (100+)
Activu Record/Playback Server
Activu Additional Gateway Server
Activu Additional Multiplexer Server
Activu Decoder Server (1-10)
Activu Decoder Server (11-30)
Activu Agent Win or Unix (1-10)
Activu Agent Win or Unix (11-30)
Activu Agent Win or Unix (31-60)
Activu Agent Win or Unix (61-100)
Activu Agent Win or Unix (100+)
Activu Access Point (1-10)
Activu Access Point (11-30)
Activu Access Point (31-60)
Activu Access Point (61-100)
Activu Access Point (100+)
Activu Analysis Point (1-10)
Activu Analysis Point (11-30)
Activu Analysis Point (31-60)
Activu Analysis Point (61-100)
Activu Analysis Point (100+)
Activu Remote User Control Software
Activu Mobility Content Server
Activu Mobility Access Server
5 Gal.
5 Gal.
5 Gal.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
660-005-004
660-005-022
745-001-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
30-45 days
30-45 days
30-45 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
Vendor
$249.00
$295.00
$249.00
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
$23,000.00
$32,200.00
$11,500.00
$16,100.00
$9,200.00
$12,880.00
$9,200.00
$12,880.00
$1,380.00
$1,150.00
$920.00
$690.00
$460.00
$690.00
$575.00
$460.00
$345.00
$230.00
$690.00
$575.00
$460.00
$345.00
$230.00
$1,380.00
$1,380.00
$1,380.00
$1,380.00
$1,150.00
$322.00
$276.00
$230.00
$184.00
$138.00
$1,380.00
$1,150.00
$920.00
$690.00
$460.00
$2,300.00
$1,840.00
$1,380.00
$920.00
$460.00
$2,299.87
$11,500.00
$2,300.00
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
4au
4av
4aw
4ax
4ay
5
682-003-002
682-003-002
682-003-002
682-003-002
682-003-002
102-048-001
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ACTIVU CORP
ADDCO
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
PORTABLE CHANGEABLE MESSAGE SIGN
Activu Monitoring Server
Operator Guide (1st 3 Inclusive)
Administrator Guide (1st 3 Inclusive)
Installation Guide
Scripting/Developer's Reference (1st 3 Inclusive)
DH1000-ALS (Current QPL # S102-1203)
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
6
102-048-002
ADDCO
PORTABLE CHANGEABLE MESSAGE SIGN
DH1000-SLD (Current QPL # S102-1201)
1 Ea.
7
102-059-001
ADDCO
1 Ea.
8
620-002-001
ADVANCED PROTECTION
TECHNOLOGIES
TRUCK MOUNTED CHANGEABLE MESSAGE Model Brick Vehicle Mount Sign
SIGN
SURGE PROTECTIVE DEVICE (120V OR
TE(XX)XCS10XA
120/240V POWER)
1 Ea.
9
620-002-002
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
TE(XX)XCS104XA
10
620-002-004
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
11
620-002-005
ADVANCED PROTECTION
TECHNOLOGIES
12
620-002-005
13
30 days
30 days
30 days
30 days
30 days
$1,380.00
$41.40
$41.40
$13.80
$41.40
Activu Corp
Activu Corp
Activu Corp
Activu Corp
Activu Corp
8-10 days
$451.50
See Advance Protection
Tech Ordering Instr.
1 Ea.
8-10 days
$451.50
See Advance Protection
Tech Ordering Instr.
TE(XX)XDS104XA
1 Ea.
8-10 days
$591.50
See Advance Protection
Tech Ordering Instr.
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SPDee S Series - S50A(xxxx)1PN
1 Ea.
8-10 days
$129.50
See Advance Protection
Tech Ordering Instr.
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SPDee S Series - S50A(xxxx)2PN
1 Ea.
8-10 days
$144.90
See Advance Protection
Tech Ordering Instr.
620-002-005
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SPDee S Series - S50A(xxxx)3PY
1 Ea.
8-10 days
$161.00
See Advance Protection
Tech Ordering Instr.
14
620-002-009
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (120V OR
120/240V POWER)
G-Series
1 Ea.
8-10 days
$345.00
See Advance Protection
Tech Ordering Instr.
15
620-004-001
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
D60401-012S
1 Ea.
8-10 days
$75.60
See Advance Protection
Tech Ordering Instr.
16
620-004-001
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
D60401-048S
1 Ea.
8-10 days
$75.60
See Advance Protection
Tech Ordering Instr.
17
620-004-001
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
D60401-012B
1 Ea.
8-10 days
$75.60
See Advance Protection
Tech Ordering Instr.
18
620-004-001
ADVANCED PROTECTION
TECHNOLOGIES
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
D60401-005B
1 Ea.
8-10 days
$75.60
See Advance Protection
Tech Ordering Instr.
19
660-015-027
ALDIS (GRIDSMART)
VEHICLE DETECTOR- VIDEO
30 days
$13,350.00
TCS
20
660-015-027
ALDIS (GRIDSMART)
VEHICLE DETECTOR- VIDEO
MODEL GridSmart™ Spectra 360, Single camera system,
1 Ea.
includes GS-3-CPU, GS-3-CAM, GS-3-TS1, CAMBRAC2, SP1004-FL-120, GS-3-EPM, 250' 5710R, LM-SAR-TRAF-CAM,
LM-SADDLE
MODEL GridSmart™ Spectra 360, Two Camera System,
1 Ea.
includes GS-3-CP2, GS-3-CAM (x2), GS-3-TS1, CAMBRAC2
(x2), SP-1004-FL-120 (x2), GS-3-EPM (x2), 1000' 5710R, LMSAR-TRAF-CAM (x2), LM-SADDLE (x2), GS-3-RBA
30 days
$17,200.00
TCS
21
102-044-022
ALLMAND BROTHERS
TRAILER MOUNTED ARROW BOARD
2200/SE ALT Series (15 LED Lamps) (Current QPL #S1020925)
2200/SE APF Series (25 LED Lamps) (Current QPL #S1021015)
CMS-T331
CMS-T331.1D
A6001946TAX Series (13x24x12) W/COVER AND
HARDWARE
A6001946TAX Series (13x24x18) W/COVER AND
HARDWARE
A6001946TAPCX12 (13x24x12) W/COVER AND HARDWARE
1 Ea.
22
102-044-024
ALLMAND BROTHERS
TRAILER MOUNTED ARROW BOARD
23
24
25
102-048-005
102-048-011
635-001-011
AMERICAN SIGNAL CO
AMERICAN SIGNAL CO
ARMORCAST PRODUCTS
PORTABLE CHANGEABLE MESSAGE SIGN
PORTABLE CHANGEABLE MESSAGE SIGN
PULL BOX AND COVER
26
635-001-011
ARMORCAST PRODUCTS
PULL BOX AND COVER
27
635-001-020
ARMORCAST PRODUCTS
PULL BOX AND COVER
28
635-001-027
ARMORCAST PRODUCTS
PULL BOX AND COVER
1 Ea.
PULL BOX AND COVER
A6001640TAPCX Series (17x30x12) W/COVER AND
HARDWARE
A6001640TAPCX Series (17x30x18) W/COVER AND
HARDWARE
A6001640TAPCX Series (17x30x22) W/COVER AND
HARDWARE
A6001640TAPCX Series (17x30x24) W/COVER AND
HARDWARE
A6001430TAPCX (30x48x36) W/COVER AND HARDWARE
29
635-001-027
ARMORCAST PRODUCTS
PULL BOX AND COVER
30
635-001-027
ARMORCAST PRODUCTS
PULL BOX AND COVER
31
635-001-027
ARMORCAST PRODUCTS
PULL BOX AND COVER
32
635-001-029
ARMORCAST PRODUCTS
33
635-001-030
ARMORCAST PRODUCTS
PULL BOX AND COVER
A6001974TAPCX (24x36x18) W/COVER AND HARDWARE
1 Ea.
34
635-001-030
ARMORCAST PRODUCTS
PULL BOX AND COVER
A6001974TAPCX (24x36x24) W/COVER AND HARDWARE
1 Ea.
35
635-001-030
ARMORCAST PRODUCTS
PULL BOX AND COVER
A6001974TAPCX (24x36x30) W/COVER AND HARDWARE
1 Ea.
36
635-001-030
ARMORCAST PRODUCTS
PULL BOX AND COVER
A6001974TAPCX (24x36x36) W/COVER AND HARDWARE
1 Ea.
37
635-001-030
ARMORCAST PRODUCTS
PULL BOX AND COVER
A6001974TAPCX (24x36x42) W/COVER AND HARDWARE
1 Ea.
38
635-001-055
ARMORCAST PRODUCTS
PULL BOX AND COVER
1 Ea.
39
635-001-055
ARMORCAST PRODUCTS
PULL BOX AND COVER
40
635-001-055
ARMORCAST PRODUCTS
PULL BOX AND COVER
41
635-001-055
ARMORCAST PRODUCTS
PULL BOX AND COVER
42
682-002-007
AXIS COMMUNICATIONS
CAMERA - DOME
Model A6001460TAPCX48 30” x 60” x 24” W/COVER AND
HARDWARE
Model A6001460TAPCX48 30” x 60” x 30” W/COVER AND
HARDWARE
Model A6001460TAPCX48 30” x 60” x 36” W/COVER AND
HARDWARE
Model A6001460TAPCX48 30” x 60” x 48” W/COVER AND
HARDWARE
Q6044-E
43
682-002-007
AXIS COMMUNICATIONS
CAMERA - DOME
Q6045-E
1 Ea.
44
45
46
682-003-003
660-005-030
682-001-004
BARCO
VIDEO DISPLAY CONTROL SYSTEM
BASF
LOOP SEALANT
BOSCH SECURITY SYSTEMS CAMERA – EXTERNAL POSITIONER
Transform-N
Gold Label
MIC-ITS720P-W30X4
1 Ea.
5 Gal.
1 Ea.
47
682-001-004
BOSCH SECURITY SYSTEMS CAMERA – EXTERNAL POSITIONER
MIC-ITS1080P-W30X4
1 Ea.
48
682-002-004
BOSCH SECURITY SYSTEMS CAMERA - DOME
VG5-ITS720P-30X4
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$11,990.00
$11,990.00
American Signal Co.
American Signal Co.
30 days
$2,985.00
Intelligent Transp.
Srvcs.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
49
682-002-004
BOSCH SECURITY SYSTEMS CAMERA - DOME
50
744-003-003
BP SOLAR
58a
650-001-013
58b
650-001-013
58c
650-001-013
58d
650-001-013
58e
650-001-013
59a
650-002-011
59b
650-002-011
59c
650-002-011
59d
650-002-011
59e
650-002-011
51
650-001-012
52
650-001-012
53
650-001-012
54
650-001-012
55
650-001-012
56
650-001-012
57
650-001-013
58
650-001-013
59
650-002-011
60
650-002-011
61
650-021-018
62
650-021-018
63
650-021-018
64
653-002-007
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
VG5-ITS1080P-30X4
1 Ea.
TRAFFIC MONITORING SITE SOLAR POWER BP380S
UNIT - SOLAR PANEL
12" POLYCARBONATE VEHICLE SIGNAL
2-section housing, empty
1 Ea.
1 Ea.
30 days
$97.00
Temple
12" POLYCARBONATE VEHICLE SIGNAL
3-section housing, empty
1 Ea.
30 days
$118.00
Temple
12" POLYCARBONATE VEHICLE SIGNAL
4-section housing, straight, empty
1 Ea.
30 days
$157.00
Temple
12" POLYCARBONATE VEHICLE SIGNAL
5-section housing, straight, empty
1 Ea.
30 days
$195.00
Temple
12" POLYCARBONATE VEHICLE SIGNAL
5-section Housing, cluster, empty
1 Ea.
30 days
$205.00
Temple
12" DIE CAST VEHICLE SIGNAL
2-section housing, empty
1 Ea.
30 days
$114.00
Temple
12" DIE CAST VEHICLE SIGNAL
3-section housing, empty
1 Ea.
30 days
$144.00
Temple
12" DIE CAST VEHICLE SIGNAL
4-section housing, straight, empty
1 Ea.
30 days
$192.00
Temple
12" DIE CAST VEHICLE SIGNAL
5-section housing, straight, empty
1 Ea.
30 days
$240.00
Temple
12" DIE CAST VEHICLE SIGNAL
5-section Housing, cluster, empty
1 Ea.
30 days
$250.00
Temple
12" DIE CAST VEHICLE SIGNAL
TA10 HOUSING W/12" GLASS LENS
1 Ea.
12" DIE CAST VEHICLE SIGNAL
TA10 HOUSING W/12" POLY LENS
1 Ea.
12" DIE CAST VEHICLE SIGNAL
TA11 HOUSING W/12" GLASS LENS
1 Ea.
12" DIE CAST VEHICLE SIGNAL
TA11 HOUSING W/12" POLY LENS
1 Ea.
12" DIE CAST VEHICLE SIGNAL
TA12 HOUSING W/12" GLASS LENS
1 Ea.
12" DIE CAST VEHICLE SIGNAL
TA12 HOUSING W/12" POLY LENS
1 Ea.
12" POLYCARBONATE VEHICLE SIGNAL
HOUSING W/12" GLASS LENS
1 Ea.
12" POLYCARBONATE VEHICLE SIGNAL
HOUSING W/12" POLY LENS
1 Ea.
30 days
$61.00
Temple
12" DIE CAST VEHICLE SIGNAL
HOUSING W/ALZAK SWING REFLECTOR, GLASS LENS
1 Ea.
30 days
$70.00
Temple
12" DIE CAST VEHICLE SIGNAL
HOUSING W/ALZAK SWING REFLECTOR, POLY LENS
1 Ea.
BACKPLATE (STANDARD)
ALUMINUM, 3-SECTION
1 Ea.
30 days
$49.00
Rainbow Distr.
BACKPLATE (STANDARD)
ALUMINUM, 4-SECTION
1 Ea.
30 days
$96.00
Rainbow Distr.
BACKPLATE (STANDARD)
ALUMINUM, 5-SECTION (CLUSTER)
1 Ea.
30 days
$128.00
Rainbow Distr.
12" PEDESTRIAN SIGNAL HOUSING (ALUM) BLK with Alzak Reflector (Glass)
1 Ea.
65
653-002-007
12" PEDESTRIAN SIGNAL HOUSING (ALUM) BLK with Alzak Reflector (Poly)
1 Ea.
12" X 12" POLY PED SIGNAL
12" BLK. POLY W/ALZAK REF.GLASS LENS #KB642
1 Ea.
12" X 12" POLY PED SIGNAL
BLK with Alzak Reflector (Glass)
1 Ea.
12" X 12" POLY PED SIGNAL
BLK with Alzak Reflector (Poly)
1 Ea.
POLYCARBONATE PEDESTRIAN SIGNAL
BRACKET
16" X 18" ALL LED PEDESTRIAN SIGNAL
UKS1452AB
1 Ea.
MODEL PED2001XXBB
1 Ea.
16" X 18" DIE CAST PEDESTRIAN SIGNAL
HOUSING
16" X 18" POLYCARBONATE PEDESTRIAN
SIGNAL HOUSING
VEHICLE SIGNAL BRACKET
SG7SZ20COFFF
1 Ea.
30 days
$98.00
Rainbow Distr.
FL7SZ1C01BBF/3BBB
1 Ea.
30 days
$65.00
Temple
2-Way Bottom
1 Ea.
LOAD BAY PANEL
TF4008
1 Ea.
WIRED CABINET ASSEMBLY TS-2 SIZE 6
MODEL EL712FL
1 Ea.
LOAD BAY PANEL TS2
MODEL AAD14126P001
1 Ea.
CABINET POWER SUPPLY (TS2)
CPS102
1 Ea.
30 days
$370.00
Temple
CABINET POWER SUPPLY (TS2)
CPS105
1 Ea.
BUS INTERFACE UNIT (TS2)
BIU100
1 Ea.
BUS INTERFACE UNIT (TS2)
BIU200
1 Ea.
42 days
$346.00
Temple
DETECTOR RACK (TS2)
CDR100
1 Ea.
102-046-008
102-046-011
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
BROWN TRAFFIC
PRODUCTS
C&C SIGNAL
C&C SIGNAL
66
653-003-002
67
653-003-005
68
653-003-005
69
653-004-004
70
653-021-001
71
653-024-002
72
653-025-001
73
659-001-021
74
676-018-009
75
676-023-003
76
676-025-002
77
676-026-002
78
676-026-003
79
676-027-002
80
676-027-003
81
676-028-001
82
83
TYPE A WARNING LIGHT LOW INTENSITY
TYPE A WARNING LIGHT LOW INTENSITY
1 Ea.
1 Ea.
84
102-046-012
C&C SIGNAL
TYPE A WARNING LIGHT LOW INTENSITY
85
86
102-047-010
102-047-013
C&C SIGNAL
C&C SIGNAL
TYPE C WARNING LIGHT STEADY BURN
TYPE C WARNING LIGHT STEADY BURN
87
102-047-014
C&C SIGNAL
TYPE C WARNING LIGHT STEADY BURN
88
102-049-007
C&C SIGNAL
TYPE B WARNING LIGHT HIGH INTENSITY
89
102-049-008
C&C SIGNAL
TYPE B WARNING LIGHT HIGH INTENSITY
90
641-008-001
CAMERA LOWERING
SYSTEMS
CAMERA LOWERING DEVICE
BL3V.2A LED (Current QPL # S102-2915)
BL1V.2A Ultra - D LED; D - Cell Battery (Current QPL # S1022919)
BLU36.2A Ultra - 3/6 LED Lantern Battery (Current QPL #
S102-2918)
BL3V.2C LED (Current QPL # S102-3120)
BL1V.2C Ultra - D LED; D-Cell Battery (Current QPL # S1023123)
BLU35.2C Ultra - 3/6 LED Lantern Battery (Current QPL #
S102-3123)
BLU6.BL1 Ultra - 3/6 Volt LED Lantern Battery, B-Light
(Current QPL # S102-3008)
BL1V.BL1 Ultra - Series B - Light; D-Cell LED (Current QPL #
S102-3008)
MODEL CDP6-16HDA Series ("A", "B", or "M" type
composite cable configuration can be used). Lowering
Device System only, including lowering device, lowering
tool, up to 100' or lowering cable, up to 100' of composite
cable, and assembly hardware.
5 weeks
$5,385.00
Intelligent Transp.
Srvcs.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
91
641-008-001
CAMERA LOWERING
SYSTEMS
CAMERA LOWERING DEVICE/CONCRETE
POLE BUNDLE
MODEL CDP6-16HDA Series and Concrete Pole Bundle
including, including lowering device, lowering tool,
concrete pole in accordance with FDOT standard index
18113 (H=50), appropriate length of lowering cable,
assembly hardware, and up to 100' of composite cable.
MODEL CDP6-16HDA Series and Steel Pole Bundle
including, including lowering device, lowering tool,
concrete pole in accordance with FDOT standard index
18111 (H=50), appropriate length of lowering cable,
assembly hardware, and up to 100' of composite cable.
MODEL DCC 200
MODEL 4 EVR C
MODEL DCC 700
MODEL AGPS
1 Ea.
6 weeks
$10,425.00
Intelligent Transp.
Srvcs.
92
641-008-001
CAMERA LOWERING
SYSTEMS
CAMERA LOWERING DEVICE/STEEL POLE
BUNDLE
1 Ea.
12 Weeks
$14,292.00
Intelligent Transp.
Srvcs.
93
94
95
96
665-003-012
665-003-013
665-003-014
665-004-006
CAMPBELL COMPANY
CAMPBELL COMPANY
CAMPBELL COMPANY
CAMPBELL COMPANY
PEDESTRIAN DETECTOR
PEDESTRIAN DETECTOR
PEDESTRIAN DETECTOR
AUDIBLE/TACTILE PEDESTRIAN DETECTOR
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 Days
30 Days
30 Days
30 Days
$41.00
$70.40
$54.50
$411.00
Control Tech
Control Tech
Control Tech
Control Tech
97
654-001-004
97a
654-001-004
98
654-001-005
98a
654-001-005
99
654-001-006
99a
654-001-006
100
700-026-002
101
700-026-003
102
700-026-004
103
700-026-006
103a
700-026-006
104
105
106
660-005-014
660-005-015
620-004-002
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CARMANAH
TECHNOLOGIES
CHEMQUE
CHEMQUE
CITEL
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
SIGN BEACON
R920
1 Ea.
42 days
$2,557.00
Temple
R920 Solar wireless RRFB, back to back light bar
1 Ea.
42 days
$3,010.00
Temple
SC315-SOLAR (formerly SB435HP Gen 3)
1 Ea.
42 days
$3,458.00
Temple
SC 315-Solar wireless RRFB, back to back light bar
1 Ea.
42 days
$3,911.00
Temple
SC315-AC
1 Ea.
42 days
$2,378.00
Temple
SC 315 AC wireless RRFB, back to back light bar
1 Ea.
42 days
$2,831.00
Temple
SIGN BEACON
R247E Yellow
1 Ea.
42 days
$1,854.00
Temple
SIGN BEACON
R247E Red
1 Ea.
42 days
$1,854.00
Temple
SIGN BEACON (SCHOOL ZONE)
R829 SCHOOL ZONE CALENDAR
1 Ea.
42 days
$3,314.00
Temple
SIGN BEACON (SCHOOL ZONE)
R829 Solar flashing school zone dual bcn, 20w solar engine 1 Ea.
42 days
$3,735.00
Temple
LOOP SEALANT ASPHALT PAVEMENT
LOOP SEALANT ASPHALT PAVEMENT
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
MODEL Q-SEAL 290
MODEL Q-SEAL 295 TWO PART
DLA-12D3 (12VDC)
5 Gal.
5 Gal.
1 Ea. 30 days
$60.00
DS220S-24DC (24VAC)
1 Ea.
30 days
$65.00
DS230S-48DC (48VDC)
1 Ea.
30 days
$65.00
DLA-06D3 (2-wire 422/485)
1 Ea.
30 days
$60.00
DLA2-06D3 (4-wire 422/485)
1 Ea.
30 days
$80.00
MJ8-Cat5E (Ethernet)
1 Ea.
30 days
$60.00
MJ8-POE-B (Ethernet)
1 Ea.
30 days
$60.00
Intelligent Transp.
Srvcs.
Intelligent Transp.
Srvcs.
Intelligent Transp.
Srvcs.
Intelligent Transp.
Srvcs.
Intelligent Transp.
Srvcs.
Intelligent Transp.
Srvcs.
Intelligent Transp.
Srvcs.
107
620-004-002
CITEL
108
620-004-002
CITEL
109
620-004-002
CITEL
110
620-004-002
CITEL
111
620-004-002
CITEL
112
620-004-002
CITEL
R820
113
620-004-002
CITEL
114
115
115a
116
117
118
119
120
121
122
685-002-001
685-002-001
685-002-001
685-002-001
685-002-001
682-001-001
682-001-001
682-002-001
682-002-001
682-002-008
CLARY CORPORATION
CLARY CORPORATION
CLARY CORPORATION
CLARY CORPORATION
CLARY CORPORATION
COHU
COHU
COHU
COHU
COHU
123
700-018-002
123a
700-018-002
124
684-002-006
125
684-002-006
126
684-002-006
127
684-002-006
128
684-002-006
129
684-002-006
130
746-001-006
COMMODITY PLUS
LIGHTING SOLUTIONS
COMMODITY PLUS
LIGHTING SOLUTIONS
COMMUNICATION
NETWORKS
COMMUNICATION
NETWORKS
COMMUNICATION
NETWORKS
COMMUNICATION
NETWORKS
COMMUNICATION
NETWORKS
COMMUNICATION
NETWORKS
COMPONENT PRODUCTS
131
746-001-007
COMPONENT PRODUCTS
132
133
134
135
136
137
138
139
140
141
142
143
143a
143b
143c
143d
143e
143f
684-001-002
684-001-002
684-001-002
684-001-002
684-001-002
684-001-002
684-001-002
684-001-002
684-001-002
684-001-002
684-001-003
684-002-004
684-002-004
684-002-004
684-002-004
684-002-004
684-002-004
684-002-004
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
COMTROL
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
UNINTERRUPTIBLE POWER SUPPLY
UNINTERRUPTIBLE POWER SUPPLY
UNINTERRUPTIBLE POWER SUPPLY
UNINTERRUPTIBLE POWER SUPPLY
UNINTERRUPTIBLE POWER SUPPLY
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
DINBNC-HD (Video)
1 Ea.
30 days
$60.00
SP Series (SP560)
SP Series (250LE)
SP 1250LE, battery cable w/ 4 ea Andersen connectors
SP Series (1250LX)
SP Series (2000LX)
3960 SERIES, 24VAC, 3964-5201/PEDD
3960 SERIES, 115VAC, 3965-5201/PEDD
3920 Series, 24VAC, 3924-5200/PEND
3920 Series, 115VAC, 3925-5200/PEND
Helios 3120HD Series, Model 3124-1000 Dome Camera
1 Ea.
1 Ea.
1
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
56 days
56 days
56 days
56 days
56 days
30 days
30 days
30 days
30 days
30 days
$3,319.00
$4,236.00
$4,277.00
$5,555.00
$6,582.00
$3,677.00
$3,677.00
$3,081.00
$3,081.00
$3,055.00
Intelligent Transp.
Srvcs.
Temple
Temple
Temple
Temple
Temple
CohuHD Costar
CohuHD Costar
CohuHD Costar
CohuHD Costar
CohuHD Costar
INTERNALLY ILLUMINATED SIGN RETROFIT Illuminated Sign LED Retrofit Kit: 4 FT
KIT
INTERNALLY ILLUMINATED SIGN RETROFIT Illuminated Sign LED Retrofit Kit: 6 FT
KIT
MANAGED FIELD ETHERNET SWITCH
CNGE2FE16MS
1 Ea.
15 days
$316.00
Commodity Plus
1 Ea.
15 days
$350.00
Commodity Plus
1 Ea.
30 days
$1,190.00
Rainbow Distr.
MANAGED FIELD ETHERNET SWITCH
CNGE8FX4TX4MS
1 Ea.
30 days
$1,190.00
Rainbow Distr.
MANAGED FIELD ETHERNET SWITCH
CNGE3FE7MS2
1 Ea.
30 days
$1,190.00
Rainbow Distr.
MANAGED FIELD ETHERNET SWITCH
CNGE8MS
1 Ea.
30 days
$1,345.00
Blackhawk
MANAGED FIELD ETHERNET SWITCH
CNGE12MS
1 Ea.
30 days
$1,595.00
Blackhawk
MANAGED FIELD ETHERNET SWITCH
CNGE24MS
1 Ea.
30 days
$3,125.00
Blackhawk
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
DEVICE SERVER
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
CPI-BAS-1P
1 Ea.
30 days
$120.00
Rainbow Distr.
CPI-AP-15-40 4" ID pole
1 Ea.
30 days
$380.00
Rainbow Distr.
DeviceMaster RTS Series
DeviceMaster RTS Series, RTS 1-Port DB9, P/N 99435-0
DeviceMaster RTS Series, RTS VDC 1 Port, P/N 99440-4
DeviceMaster RTS Series, RTS 2-Port 1E, P/N 99480-0
DeviceMaster RTS Series, RTS 2-Port 2E, P/N 99481-7
DeviceMaster RTS Series, RTS 4-Port DB9, P/N 99445-9
DeviceMaster RTS Series, RTS 4-Port RJ45, P/N 99446-6
DeviceMaster RTS Series, RTS 8-Port DB9, P/N 99448-0
DeviceMaster RTS Series, RTS 8-Port RJ45, P/N 99449-7
DeviceMaster RTS Series, RTS 1-Port DB9, P/N 99435-0
DeviceMaster PRO Series, PRO 8 port, P/N 99443-5
RocketLinx ES8500-XTE
Rocketlinx ES8510-XT IND: PN/ 32061-6
Rocketlinx ES8509 XT IND: PN/ 32065-4
RocketlinX ES8510-XTE IND: PN/32062-3
Rocketlinx ES8508 XT IND: PN/32010-4
Rocketlinx 8508F-S-XT IND: PN/32011-1
Rocketlinx 8508F-M-XT IND: PM/ 32012-8
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$135.85
$174.85
$272.35
$363.35
$343.85
$363.35
$558.35
$590.85
$135.85
$642.85
Comtrol
Comtrol
Comtrol
Comtrol
Comtrol
Comtrol
Comtrol
Comtrol
Comtrol
Comtrol
30 days
30 days
30 days
30 days
30 days
30 days
$749.00
$1,044.45
$404.45
$466.95
$714.45
$604.45
Comtrol
Comtrol
Comtrol
Comtrol
Comtrol
Comtrol
144
145
146
147
148
149
150
151
152
153
154
684-002-004
684-002-008
676-002-003
676-003-001
676-009-001
676-009-002
676-009-004
676-011-007
700-026-007
676-002-007
676-003-002
COMTROL
COMTROL
CONTROL SPECIALISTS
CONTROL SPECIALISTS
CONTROL SPECIALISTS
CONTROL SPECIALISTS
CONTROL SPECIALISTS
CONTROL SPECIALISTS
CONTROL SPECIALISTS
CONTROL SPECIALISTS
CONTROL TECHNOLOGIES
155
676-009-005
156
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
WIRED CABINET ASSEMBLY TYPE IV
WIRED CABINET ASSEMBLY TYPE V
WIRED CABINET ASSEMBLY TYPE III
WIRED CABINET ASSEMBLY TYPE III
WIRED CABINET ASSEMBLY TYPE III
WIRED CABINET ASSEMBLY TYPE I
SIGN BEACON (SCHOOL ZONE)
WIRED CABINET ASSEMBLY TYPE IV
WIRED CABINET ASSEMBLY TYPE V
RocketLinx ES7510-XT
Model: RocketLinx ES9528-XT
TYPE IV WIRED
TYPE V WIRED
TYPE III WIRED
TYPE III
TYPE III
MODEL CS100-FC
MODEL CS100-FC-CLOCK
TYPE IV
TYPE V
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$824.45
$659.45
Comtrol
Comtrol
CONTROL TECHNOLOGIES WIRED CABINET ASSEMBLY TYPE III
TYPE III
1 Ea.
676-011-004
CONTROL TECHNOLOGIES WIRED CABINET ASSEMBLY TYPE I
CT-FL1
1 Ea.
60 days
$995.00
Control Tech
157
676-016-001
CONTROL TECHNOLOGIES WIRED SPECIAL CABINET ASSEMBLY
DC4T
1 Ea.
158
676-016-003
CONTROL TECHNOLOGIES WIRED SPECIAL CABINET ASSEMBLY
BC4T 8 POSITION
1 Ea.
159
676-016-004
CONTROL TECHNOLOGIES WIRED SPECIAL CABINET ASSEMBLY
BC4T 12 POSITION
1 Ea.
160
676-036-001
CONTROL TECHNOLOGIES 170 CONTROLLER CABINET
552-AT
1 Ea.
90 days
$12,900.00
Control Tech
161
676-036-002
CONTROL TECHNOLOGIES 170 CONTROLLER CABINET
662A
1 Ea.
162
676-036-003
CONTROL TECHNOLOGIES 170 CONTROLLER CABINET
660 AT
1 Ea.
90 days
$13,800.00
Control Tech
163
676-040-001
CONTROL TECHNOLOGIES 170 WIRED CABINET TYPE 552
MD 552X
1 Ea.
90 days
$13,500.00
Control Tech
164
676-041-001
CONTROL TECHNOLOGIES 170 WIRED CABINET TYPE 662
MD 660X
1 Ea.
90 days
$14,945.00
Control Tech
165
676-043-001
CONTROL TECHNOLOGIES 170 TO NEMA ADAPTER
ANTARES 1000000A
1 Ea.
166
620-002-006
COOPER CROUSE
MODEL ZoneDefender PRO
1 Ea.
167
620-003-001
COOPER CROUSE
RackPro Series
1 Ea.
168
169
170
171
172
173
174
175
176
177
178
179
180
181
182
676-004-043
676-024-003
676-029-002
676-030-001
676-030-002
676-030-003
676-030-004
684-003-005
684-004-005
684-004-007
653-001-001
653-006-003
659-001-007
659-001-008
659-001-009
COOPER CROUSE
COOPER CROUSE
COOPER CROUSE
COOPER CROUSE
COOPER CROUSE
COOPER CROUSE
COOPER CROUSE
CORETEC COMM
CORETEC COMM
CORETEC COMM
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
MODEL 41003TC
91319 SERIES
91293 SERIES (336S)
91335 SERIES
91366 SERIES
91345 SERIES
91378 SERIES
Model: VCX-6400-D-H
Model: VCX-6400-E-H
Model: VCX-7401
1915
1918 POLE PLATES
1902,1902B
1903,1903B
PN1904,1904B
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
14 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
$1,517.25
$95.00
$136.00
$88.00
$215.00
$245.00
Core Tec
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SURGE PROTECTIVE DEVICE (POINT OF
USE)
SURGE PROTECTIVE DEVICE
170 UNWIRED CABINET TYPE 332/334
170 UNWIRED CABINET TYPE 336
SPECIAL PROJECTS UNWIRED CABINET
SPECIAL PROJECTS UNWIRED CABINET
SPECIAL PROJECTS UNWIRED CABINET
SPECIAL PROJECTS UNWIRED CABINET
VIDEO DECODER
VIDEO DECODER
VIDEO DECODER
PEDESTRIAN SIGNAL BRACKET
POLE END
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
183
184
185
186
187
188
189
190
191
192
193
194
195
196
197
198
199
200
201
202
203
204
205
206
207
208
209
210
211
212
213
214
215
216
217
218
219
220
221
222
223
659-001-018
659-001-019
659-001-020
659-001-026
659-001-027
659-001-032
659-001-047
659-003-004
659-003-005
659-003-006
659-004-002
659-004-005
659-004-024
659-004-025
659-005-003
659-005-007
659-006-001
659-009-002
659-009-003
659-010-002
659-011-007
659-011-008
659-011-009
659-011-010
659-011-016
659-011-017
659-011-023
659-011-026
659-011-029
659-011-030
659-012-001
659-013-001
659-014-001
659-014-002
659-014-004
659-015-001
659-020-001
659-026-002
659-030-001
659-031-007
659-036-001
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
COST CAST
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
SIGNAL HEAD SPACER
SIGNAL HEAD SPACER
SIGNAL HEAD SPACER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
ADJUSTABLE HANGER
ADJUSTABLE HANGER
WIRE ENTRANCE FITTING
SLIP FITTER
SLIP FITTER
SPANWIRE CLAMP
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
CLAMP
TRI-STUD TO NIPPLE ADAPTER
BALANCER
BALANCER
BALANCER
EXTENSION BAR
TETHER CLAMP
MAST ARM CLAMP
CLEVIS ADAPTOR
MAST ARM SIGNAL MOUNTING
SPAN WIRE SIGN MOUNTING
224
225
226
227
676-035-001
676-035-007
676-035-008
700-020-002
DAKTRONICS
DAKTRONICS
DAKTRONICS
DAKTRONICS
ITS FIELD CABINET (P4400)
ITS FIELD CABINET TYPE 334
ITS FIELD CABINET TYPE 336S
DYNAMIC MESSAGE SIGN - WALK-IN
228
700-020-002
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
229
700-020-002
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
1902B-C
1902XL-C
1902BXL-C
1903B
1902B
1917
1916A
19812
1908
1912
1901T
1901T
1900T
1900T
P.N. 1906
1906FLA
1976T
1910
1910
1909
7580
1920-20
1920-10D
1920-20D
7945
1921-20
1922
1923
1922A
1916A
1999
1914
92
1911
1911
1906-E
1905B
1919A
1930
PN 1927 (can be used with existing 1916A)
PN 1919A (includes PN 1931, which can be used with other
approved assemblies)
P4400
MODEL Daktronics 334TC
Daktronics 336S
VF-2020-27x125-66-A (Monochrome Amber 66mm pitch),
includes ground mount control equipment cabinet
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
$49.00
$122.00
$61.00
$246.00
$86.00
$49.00
$120.00
$65.00
$72.00
$74.00
$264.00
$275.00
$150.00
$160.00
$102.00
$68.00
$54.00
$24.00
$40.00
$35.00
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
40-45 days
40-45 days
40-45 days
$36.00
$43.00
$84.00
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
$46.00
$105.00
$84.00
$104.00
$64.00
$14.00
$23.00
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
40-45 days
$24.00
$16.00
$48.00
$20.00
$48.00
$19.00
$94.00
$29.00
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
120 days
$73,720.00
Daktronics
VF-2020-27x125-66-A Option - inclusion of UPS for 2 hour
back-up to DMS
VF-2020-27x125-66-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
120 days
$4,385.00
Daktronics
1 Ea.
120 days
$685.00
Daktronics
230
700-020-002
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
231
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
231a
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
231b
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
231c
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
231d
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
232
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
233
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
234
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
235
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
236
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
237
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
238
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
239
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
239a
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
239b
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
239c
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
239d
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
240
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
240a
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
240b
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
240c
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
240d
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
VF-2020-27x125-66-A Option - inclusion of sun shields for
control equipment cabinet
VF-2020 Series (Full-Color) 54x210-34-RGB, includes ground
mount control equipment cabinet
VF-2020 Series (Full Color) 54x180-34-RGB, includes
ground mount control equipment cabinet
VF-2020-54x180-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VF-2020-54x180-34-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1 Ea.
120 days
$630.00
Daktronics
1 Ea.
120 days
$80,630.00
Daktronics
1Ea.
120 days
$73,895.00
Daktronics
1Ea.
120 days
$8,820.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
VF-2020-54x180-34-RGB Option - inclusion of sun shields
for control equipment cabinet
VF-2020-54x210-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VF-2020-54x210-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
VF-2020-54x210-34-RGB Option - inclusion of sun shields
for control equipment cabinet
VF-2020 Series (Full-Color) 54x255-34-RGB, includes ground
mount control equipment cabinet
VF-2020-54x255-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VF-2020-54x255-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
VF-2020-54x255-34-RGB Option - inclusion of sun shields
for control equipment cabinet
VF-2020 Series (Full-Color) 96x384-20-RGB, includes ground
mount control equipment cabinet
VF-2020 Series (Full Color) 96x288-20-RGB, includes
ground mount control equipment cabinet
VF-2020-96x288-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VF-2020-96x288-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$855.00
Daktronics
1 Ea.
120 days
$8,820.00
Daktronics
1 Ea.
120 days
$685.00
Daktronics
1 Ea.
120 days
$855.00
Daktronics
1 Ea.
120 days
$90,300.00
Daktronics
1 Ea.
120 days
$11,695.00
Daktronics
1 Ea.
120 days
$685.00
Daktronics
1 Ea.
120 days
$855.00
Daktronics
1 Ea.
120 days
$108,455.00
Daktronics
1Ea.
120 days
$87,250.00
Daktronics
1Ea.
120 days
$11,695.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
VF-2020-96x288-20-RGB Option - inclusion of sun shields
for control equipment cabinet
VF-2020-96x384-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VF-2020 Series (Full Color) 96x336-20-RGB, includes
ground mount control equipment cabinet
VF-2020-96x336-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VF-2020-96x336-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$855.00
Daktronics
1 Ea.
120 days
$18,235.00
Daktronics
1Ea.
120 days
$97,650.00
Daktronics
1Ea.
120 days
$11,695.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
VF-2020-96x336-20-RGB Option - inclusion of sun shields
for control equipment cabinet
1Ea.
120 days
$855.00
Daktronics
241
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
VF-2020-96x384-20-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
VF-2020-96x384-20-RGB Option - inclusion of sun shields
for control equipment cabinet
VF-2020 Series (Full Color) 96x400-20-RGB, includes
ground mount control equipment cabinet
VF-2020-96x400-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VF-2020-96x400-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1 Ea.
120 days
$685.00
Daktronics
242
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
1 Ea.
120 days
$985.00
Daktronics
242a
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
1Ea.
120 days
$111,725.00
Daktronics
242b
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
1Ea.
120 days
$18,235.00
Daktronics
242c
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
1Ea.
120 days
$685.00
Daktronics
242d
700-020-005
DAKTRONICS
DYNAMIC MESSAGE SIGN - WALK-IN
1Ea.
120 days
$985.00
Daktronics
DAKTRONICS
VF-2020-96x400-20-RGB Option - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-18x75-46-A
243
700-023-001
244
700-023-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-18x90-46-A
1 Ea.
245
700-023-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-18x105-46-A
1 Ea.
246
700-023-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27x90-46-A
1 Ea.
247
700-023-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27x105-46-A
1 Ea.
248
700-023-002
DAKTRONICS
249
700-023-002
DAKTRONICS
250
700-023-002
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320 Series RGB (Full-Color) VF-2320-32x48-20-RGB,
1 Ea.
includes ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-32x48-20-RGB Option - inclusion of UPS for 2 hour 1 Ea.
back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-32x48-20-RGB Option - inclusion of generator plug 1 Ea.
and auto transfer switch for control equipment cabinet
251
700-023-002
DAKTRONICS
252
700-023-002
DAKTRONICS
253
700-023-002
DAKTRONICS
254
700-023-002
DAKTRONICS
255
700-023-002
DAKTRONICS
256
700-023-002
DAKTRONICS
257
700-023-002
DAKTRONICS
258
700-023-002
DAKTRONICS
259
700-023-002
DAKTRONICS
1 Ea.
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-32x48-20-RGB Option - inclusion of sun shields for 1 Ea.
control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320 Series RGB (Full-Color) VF-2320-48x32-20-RGB,
1 Ea.
includes ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-48x32-20-RGB Option - inclusion of UPS for 2 hour 1 Ea.
back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-48x32-20-RGB Option - inclusion of generator plug 1 Ea.
and auto transfer switch for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-48x32-20-RGB Option - inclusion of sun shields for 1 Ea.
control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320 Series RGB (Full-Color) VF-2320-80x48-20-RGB,
1 Ea.
includes ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-80x48-20-RGB Option - inclusion of UPS for 2 hour 1 Ea.
back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-80x48-20-RGB Option - inclusion of generator plug 1 Ea.
and auto transfer switch for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2320-80x48-20-RGB Option - inclusion of sun shields for 1 Ea.
control equipment cabinet
260
700-023-003
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-36x150-34-RGB,
includes ground mount control equipment cabinet
1 Ea.
120 days
$52,600.00
Daktronics
261
700-023-003
DAKTRONICS
1 Ea.
120 days
$4,385.00
Daktronics
262
700-023-003
DAKTRONICS
1 Ea.
120 days
$685.00
Daktronics
263
700-023-003
DAKTRONICS
1 Ea.
120 days
$630.00
Daktronics
264
700-023-003
DAKTRONICS
1 Ea.
120 days
$81,350.00
Daktronics
265
700-023-003
DAKTRONICS
1 Ea.
120 days
$11,695.00
Daktronics
266
700-023-003
DAKTRONICS
1 Ea.
120 days
$685.00
Daktronics
267
700-023-003
DAKTRONICS
1 Ea.
120 days
$855.00
Daktronics
268
700-023-003
DAKTRONICS
269
700-023-003
DAKTRONICS
270
700-023-003
DAKTRONICS
271
700-023-003
DAKTRONICS
272
700-023-003
DAKTRONICS
1 Ea.
120 days
$71,310.00
Daktronics
273
700-023-003
DAKTRONICS
1 Ea.
120 days
$8,820.00
Daktronics
274
700-023-003
DAKTRONICS
1 Ea.
120 days
$685.00
Daktronics
275
700-023-003
DAKTRONICS
1 Ea.
120 days
$855.00
Daktronics
276
700-023-003
DAKTRONICS
1 Ea.
120 days
$66,625.00
Daktronics
277
700-023-003
DAKTRONICS
1 Ea.
120 days
$8,820.00
Daktronics
278
700-023-003
DAKTRONICS
1 Ea.
120 days
$685.00
Daktronics
279
700-023-003
DAKTRONICS
1 Ea.
120 days
$855.00
Daktronics
280
700-023-003
DAKTRONICS
1 Ea.
120 days
$58,580.00
Daktronics
281
700-023-003
DAKTRONICS
1 Ea.
120 days
$7,290.00
Daktronics
282
700-023-003
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X150-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X150-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X150-34-RGB Option - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-54x255-34-RGB,
includes ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X255-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X255-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X255-34-RGB Option - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-54x225-34-RGB,
includes ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X225-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X225-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X225-34-RGB Option - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-54x210-34-RGB,
includes ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X210-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X210-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X210-34-RGB Option - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-54x180-34-RGB,
includes ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X180-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X180-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-54X180-34-RGB Option - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-36x180-34-RGB,
includes ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X180-34-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X180-34-RGB Option - inclusion of generator
plug and auto transfer switch for control equipment
cabinet
1 Ea.
120 days
$685.00
Daktronics
1 Ea.
1 Ea.
1 Ea.
1 Ea.
283
700-023-003
DAKTRONICS
283a
700-023-003
DAKTRONICS
283b
700-023-003
DAKTRONICS
283c
700-023-003
DAKTRONICS
283d
700-023-003
DAKTRONICS
283e
700-023-003
DAKTRONICS
283f
700-023-003
DAKTRONICS
283g
700-023-003
DAKTRONICS
283h
700-023-003
DAKTRONICS
283i
700-023-003
DAKTRONICS
283j
700-023-003
DAKTRONICS
283k
700-023-003
DAKTRONICS
283l
700-023-003
DAKTRONICS
283m
700-023-003
DAKTRONICS
283n
700-023-003
DAKTRONICS
283o
700-023-003
DAKTRONICS
283p
700-023-003
DAKTRONICS
283q
700-023-003
DAKTRONICS
283r
700-023-003
DAKTRONICS
283s
700-023-003
DAKTRONICS
283t
700-023-003
DAKTRONICS
283u
700-023-003
DAKTRONICS
283v
700-023-003
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-36X180-34-RGB Option - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 64x240-20-RGB, includes
ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x240-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x240-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1 Ea.
120 days
$855.00
Daktronics
1Ea.
120 days
$70,605.00
Daktronics
1Ea.
120 days
$8,820.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x240-20-RGB - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 64x288-20-RGB, includes
ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x288-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x288-20-RGB Option - inclusion of generator lug
and transfer switch for control equipment cabinet
1Ea.
120 days
$855.00
Daktronics
1Ea.
120 days
$80,180.00
Daktronics
1Ea.
120 days
$8,820.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-64x288-20-RGB - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 80x192-20-RGB, includes
ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x192-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x192-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$855.00
Daktronics
1Ea.
120 days
$67,445.00
Daktronics
1Ea.
120 days
$8,820.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x192-20-RGB - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 80x240-20-RGB, includes
ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x240-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x240-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$855.00
Daktronics
1Ea.
120 days
$76,125.00
Daktronics
1Ea.
120 days
$11,695.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x240-20-RGB - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 80x304-20-RGB, includes ground
mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x304-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x304-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$855.00
Daktronics
1Ea.
120 days
$90,080.00
Daktronics
1Ea.
120 days
$11,695.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-80x304-20-RGB - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 96x288-20-RGB, includes
ground mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x288-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
1Ea.
120 days
$855.00
Daktronics
1Ea.
120 days
$92,445.00
Daktronics
1Ea.
120 days
$11,695.00
Daktronics
283w
700-023-003
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x288-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$685.00
Daktronics
283x
700-023-003
DAKTRONICS
1Ea.
120 days
$855.00
Daktronics
283y
700-023-003
DAKTRONICS
1Ea.
120 days
$118,530.00
Daktronics
283z
700-023-003
DAKTRONICS
1Ea.
120 days
$18,235.00
Daktronics
283aa
700-023-003
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x288-20-RGB - inclusion of sun shields
for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series (Full Color) 96x400-20-RGB, includes ground
mount control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x400-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x400-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$685.00
Daktronics
283bb
700-023-003
DAKTRONICS
1Ea.
120 days
$985.00
Daktronics
284
700-023-003
DAKTRONICS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-96x400-20-RGB - inclusion of sun shields for
control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420 Series RGB (Full-Color) VF-2420-27x90-34-RGB,
includes ground mount control equipment cabinet
285
700-023-003
DAKTRONICS
286
700-023-003
DAKTRONICS
287
700-023-003
DAKTRONICS
288
700-024-001
DAKTRONICS
1 Ea.
120 days
$15,445.00
Daktronics
289
700-024-001
DAKTRONICS
1 Ea.
120 days
$2,285.00
Daktronics
290
700-024-001
DAKTRONICS
291
700-024-001
291a
1 Ea.
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27X90-34-RGB Option - inclusion of UPS for 2 hour 1 Ea.
back-up to DMS
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27X90-34-RGB Option - inclusion of generator plug 1 Ea.
and auto transfer switch for control equipment cabinet
DYNAMIC MESSAGE SIGN - FRONT ACCESS VF-2420-27X90-34-RGB Option - inclusion of sun shields for
control equipment cabinet
DYNAMIC MESSAGE SIGN - EMBEDDED
Model: VM-1020-7x35-66-A (Amber), includes ground
mount control equipment cabinet
DYNAMIC MESSAGE SIGN - EMBEDDED
VM-1020-7x35-66-A Option - inclusion of UPS for 2 hour
back-up to DMS
DYNAMIC MESSAGE SIGN - EMBEDDED
VM-1020-7x35-66-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
1 Ea.
120 days
$685.00
Daktronics
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
1 Ea.
120 days
$630.00
Daktronics
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
1Ea.
120 days
$22,745.00
Daktronics
291b
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
1Ea.
120 days
$4,385.00
Daktronics
291c
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
VM-1020-7x35-66-A Option - inclusion of sun shields for
control equipment cabinet
VM-1020 Series (Full Color) 24x128-20-RGB, includes
ground mount control equipment cabinet
VM-1020-24x128-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VM-1020-24x128-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$685.00
Daktronics
291d
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
1Ea.
120 days
$630.00
Daktronics
291e
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
1Ea.
120 days
$23,365.00
Daktronics
291f
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
1Ea.
120 days
$4,385.00
Daktronics
291g
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
VM-1020-24x128-20-RGB-20-RGB - inclusion of sun shields
for control equipment cabinet
VM-1020 Series (Full Color) 24x144-20-RGB, includes
ground mount control equipment cabinet
VM-1020-24x144-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VM-1020-24x144-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$685.00
Daktronics
291h
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
120 days
$630.00
Daktronics
291i
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
VM-1020-24x144-20-RGB-20-RGB - inclusion of sun shields 1Ea.
for control equipment cabinet
VM-1020 Series (Full Color) 24x320-20-RGB, includes
1Ea.
ground mount control equipment cabinet
120 days
$38,845.00
Daktronics
291j
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
291k
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
291l
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
291m
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
291n
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
291o
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
291p
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
292
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
293
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
294
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
295
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
296
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
297
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
298
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
299
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
300
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
301
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
302
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
303
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
304
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
305
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
306
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
307
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
308
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
VM-1020-24x320-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VM-1020-24x320-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$4,385.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
VM-1020-24x320-20-RGB-20-RGB - inclusion of sun shields
for control equipment cabinet
VM-1020 Series (Full Color) 24x352-20-RGB, includes
ground mount control equipment cabinet
VM-1020-24x352-20-RGB Option - inclusion of UPS for 2
hour back-up to DMS
VM-1020-24x352-20-RGB Option - inclusion of generator
plug and transfer switch for control equipment cabinet
1Ea.
120 days
$630.00
Daktronics
1Ea.
120 days
$41,020.00
Daktronics
1Ea.
120 days
$4,385.00
Daktronics
1Ea.
120 days
$685.00
Daktronics
VM-1020-24x352-20-RGB-20-RGB - inclusion of sun shields
for control equipment cabinet
Model: VM-1020-7x50-66-A (Amber), includes ground
mount control equipment cabinet
VM-1020-7x50-66-A Option - inclusion of UPS for 2 hour
back-up to DMS
VM-1020-7x50-66-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1Ea.
120 days
$630.00
Daktronics
VM-1020-7x50-66-A Option - inclusion of sun shields for
control equipment cabinet
Model: VM-1020-7x35-46-A (Amber), includes ground
mount control equipment cabinet
VM-1020-7x35-46-A Option - inclusion of UPS for 2 hour
back-up to DMS
VM-1020-7x35-46-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
VM-1020-7x35-46-A Option - inclusion of sun shields for
control equipment cabinet
Model: VM-1020-7x50-46-A (Amber), includes ground
mount control equipment cabinet
VM-1020-7x50-46-A Option - inclusion of UPS for 2 hour
back-up to DMS
VM-1020-7x50-46-A Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
1 Ea.
VM-1020-7x50-46-A Option - inclusion of sun shields for
control equipment cabinet
Model: VM-1020-7x35-66-RG (Tri-Color), includes ground
mount control equipment cabinet
VM-1020-7x35-66-RG Option - inclusion of UPS for 2 hour
back-up to DMS
VM-1020-7x35-66-RG Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
VM-1020-7x35-66-RG Option - inclusion of sun shields for
control equipment cabinet
Model: VM-1020-7x50-66-RG (Tri-Color), includes ground
mount control equipment cabinet
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
309
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
1 Ea.
TRANSFER RELAY
TRANSFER RELAY
VEH. LOOP DET. 4-CH. AUTO SHELF MT.
VM-1020-7x50-66-RG Option - inclusion of UPS for 2 hour
back-up to DMS
VM-1020-7x50-66-RG Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
VM-1020-7x50-66-RG Option - inclusion of sun shields for
control equipment cabinet
Model: VM-1020-7x35-46-RG (Tri-Color), includes ground
mount control equipment cabinet
VM-1020-7x35-46-RG Option - inclusion of UPS for 2 hour
back-up to DMS
VM-1020-7x35-46-RG Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
VM-1020-7x35-46-RG Option - inclusion of sun shields for
control equipment cabinet
Model: VM-1020-7x50-46-RG (Tri-Color), includes ground
mount control equipment cabinet
VM-1020-7x50-46-RG Option - inclusion of UPS for 2 hour
back-up to DMS
VM-1020-7x50-46-RG Option - inclusion of generator plug
and auto transfer switch for control equipment cabinet
VM-1020-7x50-46-RG Option - inclusion of sun shields for
control equipment cabinet
MODEL 295 SERIES (10 AMP)
MODEL 295 SERIES (20 AMP)
SERIES 3DLD MODEL R49B
310
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
311
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
312
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
313
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
314
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
315
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
316
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
317
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
318
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
319
700-024-001
DAKTRONICS
DYNAMIC MESSAGE SIGN - EMBEDDED
320
321
322
678-005-008
678-005-008
660-006-007
323
660-006-008
324
660-009-003
325
326
327
328
329
330
331
332
333
334
335
336
337
338
339
340
341
342
343
344
650-010-026
650-010-031
650-010-033
650-010-038
650-011-017
650-011-020
650-011-022
650-011-027
650-012-007
650-012-009
650-012-014
650-012-017
650-012-023
650-013-006
650-013-015
650-013-019
650-013-021
650-013-026
650-014-004
650-014-008
DELTROL CONTROLS
DELTROL CONTROLS
DETECTOR SYSTEMS,
INC./INTERSECTION
DEVELOPMENT CORP
DETECTOR SYSTEMS,
INC./INTERSECTION
DEVELOPMENT CORP
DETECTOR SYSTEMS,
INC./INTERSECTION
DEVELOPMENT CORP
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
VEH. LOOP DET. 4-CH. AUTO SHELF MT.
SERIES 3DLD MODEL R49T W/TIMING
1 Ea.
VEH. LOOP DET. 4-CH. AUTO RACK MT.
MODEL 224D
1 Ea.
12" LED RED SIGNAL
12" LED RED SIGNAL
12" LED RED SIGNAL
12" LED RED SIGNAL
12" LED RED ARROW SIGNAL
12" LED RED ARROW SIGNAL
12" LED RED ARROW SIGNAL
12" LED RED ARROW SIGNAL
12" LED YELLOW SIGNAL
12" LED YELLOW SIGNAL
12" LED YELLOW SIGNAL
12" LED YELLOW SIGNAL
12" LED YELLOW SIGNAL
12" LED GREEN SIGNAL
12" LED GREEN SIGNAL
12" LED GREEN SIGNAL
12" LED GREEN SIGNAL
12" LED GREEN SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED YELLOW ARROW SIGNAL
433-1210-003F
433-1210-003XF
433-1210-003XLF
433-1210-003XLF15
432-1314-001
MODEL 432-1314-001XF
432-1314-001XODF
MODEL 432-1314-001XOF15
431-3230-001
433-3230-805
433-3230-805F
433-3230-901XLF
433-3230-901XLF15
433-2220-001 GREEN
433-2220-001F
433-2220-001XF
433-2220-001XLF
433-2220-001XLF15
MODEL 430-3334-001
431-3334-001
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
$23.25
Control Tech
30 days
30 days
$25.00
$39.00
Temple
Temple
30 days
30 days
$28.00
$41.00
Temple
Temple
30 days
30 days
$28.00
$42.00
Temple
Temple
30 days
30 days
$25.00
$41.00
Temple
Temple
345
346
347
348
349
350
351
352
353
650-014-011
650-014-013
650-014-014
650-014-019
650-015-004
650-015-012
650-015-014
650-015-019
650-018-002
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
12" LED YELLOW ARROW SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
PROGRAMMABLE VISIBILITY RED LED LAMP
FOR OPTICALLY PROGRAMMABLE SIGNAL
MODEL 431-3334-001XF
MODEL 431-3334-001XODF
431-3334-901XODF
MODEL 431-3334-901XOF15
432-2324-001
MODEL 432-2324-001XF
432-2324-001XODF
MODEL 432-2324-001XOF15
P46-3R33-003
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
354
650-019-002
DIALIGHT
P46-3Y33-003
355
650-020-002
DIALIGHT
356
357
358
359
653-015-002
653-016-005
653-016-006
653-017-002
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
360
653-017-004
DIALIGHT
361
653-017-014
DIALIGHT
PROGRAMMABLE VISIBILITY YELLOW LED
LAMP FOR OPTICALLY PROGRAMMABLE
SIGNAL
PROGRAMMABLE VISIBILITY GREEN LED
LAMP FOR OPTICALLY PROGRAMMABLE
SIGNAL
12" LED ORANGE HAND MODULE
12" LED HAND AND PERSON MODULE
12" LED HAND AND PERSON MODULE
16" X 18" LED HAND AND PERSON
MODULE
16" X 18" LED HAND AND PERSON
MODULE
16" X 18" LED HAND & PERSON MODULE
362
653-017-015
DIALIGHT
363
364
365
366
367
653-022-005
653-022-006
653-022-010
653-022-011
653-022-014
368
369
653-023-001
743-001-003
370
30 days
30 days
$26.00
$45.00
Temple
Temple
30 days
30 days
30 days
$30.00
$44.00
$41.00
Temple
Temple
Temple
1 Ea.
30 days
$41.00
Temple
P46-3G33-003
1 Ea.
30 days
$55.00
Temple
430-5770-001
430-6772-001
430-6772-001XF
430-6472-001
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
$67.00
Temple
430-6473-001
1 Ea.
430-6450-001XF
1 Ea.
30 days
$88.00
Temple
16" X 18" LED HAND & PERSON MODULE
430-6472-001XF
1 Ea.
30 days
$94.00
Temple
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
DIALIGHT
COUNTDOWN PEDESTRIAN SIGNAL
COUNTDOWN PEDESTRIAN SIGNAL
COUNTDOWN PEDESTRIAN SIGNAL
COUNTDOWN PEDESTRIAN SIGNAL
COUNTDOWN PEDESTRIAN SIGNAL
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$76.00
$103.00
Temple
Temple
102-046-010
DIALIGHT
DIAMOND TRAFFIC
PRODUCTS
DICKE TOOL
12" LED WALKING PERSON MODULE
TRAFFIC MONITORING SITE VEHICLE
SPEED/CLASSIFICATION UNIT
TYPE A WARNING LIGHT LOW INTENSITY
430-6479-001F
430-7773-001F
430-6479-001XF
430-7773-001XF
MODEL 430-6479-805XF (16" MODULE) 9" X 3 ¼" DIGITS
with CLASS 3 MESSAGE SIZE 11" X 7"
430-7771-001
Model: Phoenix II-3U
TW1/S TrafiLite
1 Ea.
14 days
$15.30
Safety Zone
371
102-046-014
DICKE TOOL
TYPE A WARNING LIGHT LOW INTENSITY
LED D-Cell Barricade Light
1 Ea.
14 days
$15.30
Safety Zone
372
373
374
102-047-012
102-047-016
102-049-006
DICKE TOOL
DICKE TOOL
DICKE TOOL
TYPE C WARNING LIGHT STEADY BURN
TYPE C WARNING LIGHT STEADY BURN
TYPE B WARNING LIGHT HIGH INTENSITY
TW2/S TrafiLite
LED D-Cell Barricade Light #AC4D-C
Trafi-B-Lite
1 Ea.
1 Ea.
1 Ea.
14 days
14 days
14 days
$18.30
$16.20
$49.20
Safety Zone
Safety Zone
Safety Zone
375
375a
684-001-001
684-001-001
DIGI INTERNATIONAL
DIGI INTERNATIONAL
DEVICE SERVER
DEVICE SERVER
Portserver TS Hcc Mei
Portserver TS 2 Hcc MEI
1 Ea.
1 Ea.
30 days
10 Days
$619.00
$479.00
Control Tech
Control Tech
375b
684-001-001
DIGI INTERNATIONAL
DEVICE SERVER
Portserver TS 1 Hcc MEI
1 Ea.
10 Days
$400.00
Control Tech
375c
376
377
684-001-001
660-027-003
660-027-003
DIGI INTERNATIONAL
DIGIWEST
DIGIWEST
DEVICE SERVER
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
12VDC Ext Temp No plug power sup
BlueMAC (Portable-solar/cellular)
BlueMAC (Permanent-AC/Ethernet)
1 Ea.
1 Ea.
1 Ea.
10 Days
$75.00
Control Tech
1 Ea.
1 Ea.
378
745-001-004
LOOP SEALANT ASPHALT PAVEMENT
660-003-043
DURANT PERFORMANCE
COATINGS
DURANT PERFORMANCE
COATINGS
DURANT PERFORMANCE
COATINGS
DURANT PERFORMANCE
COATINGS
EBERLE DESIGN
$210.00
Rainbow Distr.
$210.00
Rainbow Distr.
LOOP SEALANT ASPHALT PAVEMENT
STAT-A-FLEX ASPHALT (Fast Set Time) for Traffic Monitoring 5 Gal. 30 days
Sites
STAT-A-FLEX Concrete (Fast Set Time) for Traffic Monitoring 5 Gal. 30 days
Sites
STAT-A-FLEX ASPHALT (FAST SET TIME)
5 Gal. 30 days
379
745-001-004
380
660-005-024
$210.00
Rainbow Distr.
381
660-005-024
LOOP SEALANT CONCRETE PAVEMENT
STAT-A-FLEX CONCRETE (FAST SET TIME)
5 Gal. 30 days
$210.00
Rainbow Distr.
382
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
LMD301 SERIES
1 Ea.
30 days
$102.50
Control Tech
383
660-003-044
EBERLE DESIGN
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
LMD301t SERIES
1 Ea.
30 days
$125.00
Control Tech
384
385
386
387
388
389
390
391
392
660-008-025
660-008-032
660-008-033
660-008-034
660-008-035
660-009-011
660-009-012
660-009-013
660-016-003
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
LM222
LMD 602T
LM602 SERIES
LMD222 SERIES
LM602 SERIES
LMD604 SERIES
LMD604t SERIES
LMD224 SERIES
LM622 SERIES
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$65.00
$91.50
$65.00
$65.00
$65.00
$169.00
$192.00
$169.00
$65.00
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
393
660-016-004
EBERLE DESIGN
LMD622 SERIES
1 Ea.
30 days
$65.00
Control Tech
394
660-017-007
EBERLE DESIGN
ORACLE 2E
1 Ea.
30 days
$147.50
Control Tech
395
660-017-008
EBERLE DESIGN
LMD 622T
1 Ea.
30 days
$91.50
Control Tech
396
660-022-005
EBERLE DESIGN
LMD624t SERIES
1 Ea.
30 days
$169.00
Control Tech
397
660-023-002
EBERLE DESIGN
LMD624 SERIES
1 Ea.
30 days
$192.00
Control Tech
398
399
400
401
402
403
678-003-010
678-004-004
678-006-005
678-007-003
678-012-002
678-016-005
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
SSM-12LE
510
810S
810
SSM-18LE
MMU-16LE (SMART MONITOR) SERIES
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$531.00
$19.00
Control Tech
Control Tech
30 days
30 days
30 days
$19.25
$1,630.00
$553.00
Control Tech
Control Tech
Control Tech
404
678-016-006
EBERLE DESIGN
MMU-16E
1 Ea.
30 days
$452.00
Control Tech
405
678-016-008
EBERLE DESIGN
MMU2-16LEip
1 Ea.
30 days
$665.50
Control Tech
406
407
408
409
678-017-003
678-018-003
678-021-001
678-022-001
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
EBERLE DESIGN
PS200
BIU-700
206L
D210
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
$252.00
$194.00
$155.00
Control Tech
Control Tech
Control Tech
410
678-022-002
EBERLE DESIGN
210ECL
1 Ea.
30 days
$441.00
Control Tech
411
678-023-001
EBERLE DESIGN
2010ECL SERIES
1 Ea.
30 days
$441.00
Control Tech
412
678-023-002
EBERLE DESIGN
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 4-CH. AUTO RACK MT.
VEH. LOOP DET. 4-CH. AUTO RACK MT.
VEH. LOOP DET. 4-CH. AUTO RACK MT.
VEH. DETECTOR- LOOP 2CH TS2 TYPE A
(NO TIMINGS)
VEH. DETECTOR- LOOP 2CH TS2 TYPE A
(NO TIMINGS)
VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
VEH. DETECTOR- LOOP 4CH TS2 TYPE D
(WITH TIMINGS)
VEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO
TIMINGS)
CONFLICT MONITOR TYPE 12
LOAD SWITCH
FLASHER TYPE 1
FLASHER TYPE 3
CONFLICT MONITOR TYPE 18
MALFUNCTION MANAGEMENT UNIT TYPE
16
MALFUNCTION MANAGEMENT UNIT TYPE
16
MALFUNCTION MANAGEMENT UNIT TYPE
16
CABINET POWER SUPPLY (TS2)
BUS INTERFACE UNIT (TS2)
CABINET POWER SUPPLY (170)
CONFLICT MONITOR FOR 170
CONTROLLERS
CONFLICT MONITOR FOR 170
CONTROLLERS
CONFLICT MONITOR FOR 170/2070
CONTROLLERS
CONFLICT MONITOR FOR 170/2070
CONTROLLERS
2018KCL SERIES
1 Ea.
30 days
$486.00
Control Tech
LOOP SEALANT CONCRETE PAVEMENT
413
678-023-003
EBERLE DESIGN
CONFLICT MONITOR FOR 170/2070
CONTROLLERS
TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
2018ECL SERIES
1 Ea.
414
741-002-007
E-BOND EPOXIES
415
741-002-007
416
417
30 days
$508.50
Control Tech
G-78 Bonding Agent (for Traffic Monitoring Sites Only)
1 Gal.
(90 cu.
In.)
E-BOND EPOXIES
TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
G-78 Bonding Agent (for Traffic Monitoring Sites Only)
2 Gal
(180
cu. In)
650-002-006
650-008-001
ECONOLITE
ECONOLITE
Single Section with tunnel visor
TP31F2APEON WITH TUNNEL VISORS
418
419
420
421
422
423
424
425
426
427
428
429
430
650-021-004
650-021-004
650-021-004
650-021-004
650-021-004
650-021-004
650-022-001
650-022-001
650-022-001
650-022-001
650-022-001
650-022-001
660-015-021
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
12" DIE CAST VEHICLE SIGNAL
12" POLYCARBONATE 3 SECTION VEHICLE
SIGNAL HOUSING
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
VEHICLE DETECTOR- VIDEO
1 Ea.
1 Ea.
4 weeks
4 weeks
$8.00
$110.00
Econolite
Econolite
1 SECTION
2 SECTION
3 SECTION
4 SECTION
5 SECTION (In-Line)
5 SECTION (Cluster)
E1694P41-14-T2 (1 SECTION)
E1694P42-14-T2 (2 SECTION)
E1694P43-14-T2 (3 SECTION)
E1694P44-14-T2 (4 SECTION)
E1694P45-14-T2 (5 SECTION)
E1612G6-14-T2 (5 SECTION DH)
AUTOSCOPE RACKVISION TERRA (Bid functional system
that includes a single RackVision card/processor, a single
AIS camera, and up to 100’ of camera cable)
AUTOSCOPE SOLO TERRA
AUTOSCOPE ENCORE
AUTOSCOPE RACKVISION PRO2
ASC/3-1000
ASC/3-2100
COBALT 2100
SAFETRAN ATC 2070c
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
5 weeks
5 weeks
5 weeks
5 weeks
5 weeks
5 weeks
4 weeks
$60.00
$63.00
$50.00
$80.00
$70.00
$150.00
$3,800.00
Econolite
Econolite
Econolite
Econolite
Econolite
Econolite
Econolite
431
432
433
434
435
436
437
660-015-022
660-015-028
660-015-029
671-016-007
671-017-005
671-017-010
671-019-003
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
VEHICLE DETECTOR- VIDEO
VEHICLE DETECTOR- VIDEO
VEHICLE DETECTOR- VIDEO
NEMA TS2 TYPE 1 CONTROLLER UNIT
NEMA TS2 TYPE 2 CONTROLLER UNIT
NEMA TS2 TYPE 2 CONTROLLER UNIT
2070 UNIT (FULL UNIT FOR 170 CABINET)
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
4 weeks
4 weeks
4 weeks
4 weeks
4 weeks
4 weeks
$7,130.00
$4,280.00
$2,500.00
$2,650.00
$2,800.00
$2,800.00
Econolite
Econolite
Econolite
Econolite
Econolite
Econolite
438
671-020-004
ECONOLITE
438a
438b
439
671-024-002
671-024-003
671-028-002
ECONOLITE
ECONOLITE
ECONOLITE
440
441
442
443
444
445
446
447
448
449
450
676-002-011
676-003-009
676-023-001
676-023-005
676-035-009
678-004-001
678-005-002
678-006-001
678-017-001
678-017-004
678-018-001
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
ECONOLITE
2070LCN UNIT (LITE UNIT FOR TS1
CABINET)
NEMA-170 CONTROLLER UNIT
NEMA-170 CONTROLLER UNIT
2070LC UNIT (LITE UNIT FOR ITS & TS2
CABINETS)
WIRED CABINET ASSEMBLY TYPE IV
WIRED CABINET ASSEMBLY TYPE V
WIRED CABINET ASSEMBLY TS-2 SIZE 6
WIRED CABINET ASSEMBLY TS-2 SIZE 6
ITS FIELD CABINET TYPE 336S
LOAD SWITCH
TRANSFER RELAY
FLASHER TYPE 1
CABINET POWER SUPPLY (TS2)
CABINET POWER SUPPLY (TS2)
BUS INTERFACE UNIT (TS2)
ATC2070NL
1 Ea.
Safetran ASC3RM
Safetran Cobalt-Rack Mount
MODEL 2070E
1 Ea.
1 Ea.
1 Ea.
4 weeks
4 weeks
4 weeks
$2,750.00
$2,850.00
$2,800.00
Econolite
Econolite
Econolite
M
P-44
TS2-1-55-12 SIZE 6 TS2 CABINET
5381
STCABS #1284
31095 G1
136 4992
31065 G1
PS-2412 CABINET POWER SUPPLY TS2
PS-200E
BIU-64
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
8 weeks
8 weeks
8 weeks
8 weeks
8 weeks
4 weeks
4 weeks
4 weeks
$11,000.00
$12,100.00
$15,200.00
$13,600.00
$3,000.00
$28.00
$45.00
$43.00
Econolite
Econolite
Econolite
Econolite
Econolite
Econolite
Econolite
Econolite
4 weeks
4 weeks
$275.00
$185.00
Econolite
Econolite
451
452
453
680-001-003
685-002-002
685-003-001
ECONOLITE
ECONOLITE
ECONOLITE
CONTROLLER - ROADSIDE MASTER
ASC/2M-1000 ZONE MASTER
UNINTERRUPTIBLE POWER SUPPLY
DBL “M” LED SERIES
UNINTERRUPTIBLE POWER SUPPLY (REAL- DBL “M” SERIES
TIME ACTIVE POWER CONDITIONER)
1 Ea.
1 Ea.
1 Ea.
12 weeks
10 weeks
$3,700.00
$4,700.00
$2,000.00
Econolite
Econolite
Econolite
454
741-002-006
ELECTRONIC CONTROL
MEASUREMENT
TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
ECM P6G Asphalt
1 Can.
(6-8kg)
455
742-001-006
ELECTRONIC CONTROL
MEASUREMENT
TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
ECM P6G Asphalt
1 Can.
(6-8kg)
456
457
458
459
460
461
462
676-011-008
678-008-019
678-009-004
678-011-007
678-020-001
700-026-008
620-002-007
620-004-003
464
620-004-003
465
676-004-001
WIRED CABINET ASSEMBLY TYPE I
TIME SWITCH, TYPE 1
TIME SWITCH, TYPE 2
TIME SWITCH, TYPE 3
GPS TIME SWITCH
SIGN BEACON (SCHOOL ZONE)
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE
24 HOUR CAUTION SYSTEM
NTC-17E, 861500 1 RELAY
NTC-17E, 861503 2 RELAY
NTC-17E, 861506 4 RELAY
MODEL TimeSync1-GPS
SCHOOLMASTER
PowerSure 400 series
463
466
676-004-002
467
676-004-006
468
676-004-007
469
676-004-008
470
676-004-009
471
676-004-010
472
676-004-021
473
676-004-022
474
676-004-023
475
676-004-044
476
102-046-001
ELECTROTECHNICS
ELECTROTECHNICS
ELECTROTECHNICS
ELECTROTECHNICS
ELECTROTECHNICS
ELECTROTECHNICS
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMERSON NETWORK
POWER
EMPCO LITE
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
8-10 days
$2,125.00
$368.00
$368.00
$416.00
$512.00
$2,350.00
$3,075.00
CX06 Series Video SPD
1 Ea.
8-10 days
$95.00
CAT6 POE Series (POE)
1 Ea.
8-10 days
$147.00
SHA 4803
1 Ea.
8-10 days
$39.00
SURGE PROTECTIVE DEVICE
SRA 6 LC
1 Ea.
8-10 days
$17.00
SURGE PROTECTIVE DEVICE
SPA-100 (AC)
1 Ea.
8-10 days
$31.00
SURGE PROTECTIVE DEVICE
SRA64C-008D
1 Ea.
8-10 days
$34.00
SURGE PROTECTIVE DEVICE
SRA 16C-1
1 Ea.
8-10 days
$21.00
SURGE PROTECTIVE DEVICE
SHP 300-10
1 Ea.
8-10 days
$75.00
SURGE PROTECTIVE DEVICE
PC642
1 Ea.
8-10 days
$84.00
SURGE PROTECTIVE DEVICE
SRA6LCA
1 Ea.
8-10 days
$19.00
SURGE PROTECTIVE DEVICE
SHA-1210
1 Ea.
8-10 days
$142.00
SURGE PROTECTIVE DEVICE
ACP-340
1 Ea.
8-10 days
$137.00
SURGE PROTECTIVE DEVICE
Model: SHA-1230FS-T
1 Ea.
8-10 days
$329.00
TYPE A WARNING LIGHT LOW INTENSITY
400 (Current QPL # S102-2900, Last QPL recert 4/11/2008) 1 Ea.
14 days
$15.30
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
Rainbow Distr.
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
See ASCO Ordering
Instructions
Safety Zone
477
102-046-002
EMPCO LITE
TYPE A WARNING LIGHT LOW INTENSITY
100 (Current QPL # S102-2901, Last QPL recert 4/11/2008) 1 Ea.
478
102-046-005
EMPCO LITE
TYPE A WARNING LIGHT LOW INTENSITY
499 (Current QPL # S102-2911, Last QPL recert 1/13/2009) 1 Ea.
479
102-046-006
EMPCO LITE
TYPE A WARNING LIGHT LOW INTENSITY
Y2K (Current QPL # S102-2913)
14 days
$15.80
Safety Zone
1 Ea.
480
102-046-013
EMPCO LITE
TYPE A WARNING LIGHT LOW INTENSITY
Model 2006 Also Model 2006 Plus, with or without Solar
Assist (Current QPL # S102-2920)
499L3 (Current QPL # S102-2914)
1 Ea.
14 days
$22.39
Safety Zone
481
102-046-07
EMPCO LITE
TYPE A WARNING LIGHT LOW INTENSITY
482
483
484
485
486
487
488
102-047-001
102-047-003
102-047-004
102-047-007
102-047-008
102-047-009
102-047-015
EMPCO LITE
EMPCO LITE
EMPCO LITE
EMPCO LITE
EMPCO LITE
EMPCO LITE
EMPCO LITE
TYPE C WARNING LIGHT STEADY BURN
TYPE C WARNING LIGHT STEADY BURN
TYPE C WARNING LIGHT STEADY BURN
TYPE C WARNING LIGHT STEADY BURN
TYPE C WARNING LIGHT STEADY BURN
TYPE C WARNING LIGHT STEADY BURN
TYPE C WARNING LIGHT STEADY BURN
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
TYPE B WARNING LIGHT HIGH INTENSITY
400C (Current QPL # S102-3100)
400 LED (Current QPL # S102-3106)
100 LED (Current QPL # S102-3107)
499 (Current QPL # S102-3116)
Y2K (Current QPL # S102-3118)
499L3 (Current QPL # S102-3119)
MODEL - Empco-Lite Model 2006 (Current QPL # S1023125)
1102 (Current QPL # S102-3003, Last QPL recert 11/3/2009)
14 days
14 days
$15.30
$19.95
Safety Zone
Safety Zone
14 days
$15.85
Safety Zone
14 days
$19.75
Safety Zone
489
102-049-002
EMPCO LITE
490
102-049-003
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
212 (Current QPL # S102-3004)
1 Ea.
14 days
$61.10
Safety Zone
491
102-049-004
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
1102 APL/LED (Current QPL # S102-3005)
1 Ea.
492
102-049-005
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
1102 AP/LED (Current QPL # S102-3006)
1 Ea.
493
102-049-009
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
Model - 212-6 (Current QPL # S102-3010)
1 Ea.
1 4 days
$61.10
Safety Zone
494
102-049-010
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
Model - 212-6LW (Current QPL # S102-3011)
1 Ea.
14 days
$61.10
Safety Zone
495
102-049-011
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
Model 212-3 (Current QPL # S102-3012)
1 Ea.
496
102-049-012
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
Model 212-3DH (Current QPL # S102-3013)
1 Ea.
497
102-049-013
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
Model 212-3LW (Current QPL # S102-3014)
1 Ea.
14 days
$61.10
Safety Zone
498
102-049-014
EMPCO LITE
TYPE B WARNING LIGHT HIGH INTENSITY
Model 212-3S (Current QPL # S102-3015)
1 Ea.
14 days
$79.20
Safety Zone
499
102-054-001
EMPCO LITE
499L3 (Current QPL # S102-3200)
1 Ea.
500
102-054-002
EMPCO LITE
600D (Current QPL # S102-3201)
1 Ea.
501
676-035-002
P44
1 Ea.
502
676-035-004
334
1 Ea.
503
676-035-010
336S
1 Ea.
504
653-005-001
ENCLOSE
MANUFACTURING
ENCLOSE
MANUFACTURING
ENCLOSE
MANUFACTURING
ENGINEERED CASTINGS
2054-T
1 Ea.
505
653-005-003
ENGINEERED CASTINGS
2055-T
1 Ea.
506
653-005-004
ENGINEERED CASTINGS
2056-T
1 Ea.
507
653-005-005
ENGINEERED CASTINGS
2057-TLP
1 Ea.
508
653-005-006
ENGINEERED CASTINGS
2059
1 Ea.
509
653-006-001
ENGINEERED CASTINGS
TYPE D 360 WARNING LIGHT LOW
INTENSITY
TYPE D 360 WARNING LIGHT LOW
INTENSITY
ITS FIELD CABINET (P44), UNWIRED
ENCLOSURE
ITS FIELD CABINET TYPE 334, UNWIRED
ENCLOSURE
ITS FIELD CABINET TYPE 336S, UNWIRED
ENCLOSURE
BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
BRACKETS FOR DIE CAST PEDESTRIAN
SIGNAL
POLE END
2052
1 Ea.
1 Ea.
1 Ea.
510
511
512
513
514
515
516
517
518
519
520
521
522
523
524
525
526
527
528
529
530
531
532
533
534
535
536
537
538
539
540
541
542
543
544
545
546
547
548
549
550
551
552
553
554
555
556
557
558
559
560
561
562
653-006-002
653-006-009
653-006-010
659-001-001
659-001-002
659-001-003
659-001-004
659-001-005
659-001-006
659-001-010
659-001-014
659-001-015
659-001-016
659-001-017
659-001-028
659-001-039
659-001-040
659-002-001
659-003-001
659-003-002
659-003-003
659-004-001
659-004-006
659-004-007
659-004-010
659-004-011
659-004-012
659-004-013
659-004-014
659-004-015
659-004-021
659-004-022
659-005-001
659-005-002
659-006-002
659-006-003
659-006-004
659-006-005
659-006-006
659-006-007
659-008-001
659-008-002
659-009-001
659-009-004
659-009-005
659-009-006
659-009-007
659-010-001
659-011-001
659-011-002
659-011-002
659-011-003
659-011-013
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
POLE END
POLE END
POLE END
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
STABILIZER CLAMP
SIGNAL HEAD SPACER
SIGNAL HEAD SPACER
SIGNAL HEAD SPACER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
DISCONNECT HANGER
ADJUSTABLE HANGER
ADJUSTABLE HANGER
WIRE ENTRANCE FITTING
WIRE ENTRANCE FITTING
WIRE ENTRANCE FITTING
WIRE ENTRANCE FITTING
WIRE ENTRANCE FITTING
WIRE ENTRANCE FITTING
PLUMBIZER
PLUMBIZER
SLIP FITTER
SLIP FITTER
SLIP FITTER
SLIP FITTER
SLIP FITTER
SPANWIRE CLAMP
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
FLAT PN 2053
2053 F
2053 C
2042
2021
2022
2031
2032
2041
P.N. 370-371 HORIZONTAL MT.
2 WAY BOTTOM 25" CENTER PN 2021-XL
2022-XL
2 WAY EXTENDER PN 2022SXL
BOTTOM COMBINE 3-WAY W/5 SECT.CLST. PN 2033T
3075
P.N. 2020 XL
2023
PN 2078
3008
3012
PN 3008 12
2150
1150-12-T
1150-18-T
1155-18T
1155-12T
12 CIRCUIT 3 1/2 X 3 1/2 HUB PN 1130-12T
18 CIRCUIT 3 1/2 X 3 1/2 HUB PN 1130-18T
12 CIRCUIT 1 1/2 ON TOP PN 1135-12T
18 CIRCUIT 1 1/2 ON TOP PN 1135-18T
PN 1120-18T, TRI-STUD HUB
PN 1120-12T, TRI-STUD HUB
2075T
2075N
P.N. 2083N ADJUSTABLE HANGER
P.N. 2083T
P.N. 2085T ADJUSTABLE HANGER
P.N. 2087T
P.N. 2084T
P.N. 2084N
P.N. 3082
2086
3004T
2" PIPE ADAPTER PN 3002
3" PIPE ADAPTER PN 3003
4" PIPE ADAPTER PN 3004
4" SLIP FITTER PN 3004-F
2079
2093,2093-XL,2094,2094-XL
P.N. 2091 ADJUSTABLE HANGER
P.N. 2092 ADJUSTABLE HANGER
2093-SWXL
3075-SB
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
563
564
565
566
567
568
569
570
571
572
573
574
575
576
577
578
579
580
659-011-018
659-011-019
659-011-024
659-011-025
659-013-002
659-014-003
659-015-002
659-016-001
659-016-002
659-016-004
659-017-001
659-018-001
659-018-002
659-018-004
659-018-005
659-022-001
665-003-005
676-005-002
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
ENGINEERED CASTINGS
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
TRI-STUD TO NIPPLE ADAPTER
BALANCER
EXTENSION BAR
SPANWIRE CLAMP ADAPTER
SPANWIRE CLAMP ADAPTER
SPANWIRE CLAMP ADAPTER
UNIVERSAL
ADAPTOR HUB PLATE
ADAPTOR HUB PLATE
ADAPTOR HUB PLATE
ADAPTOR HUB PLATE
SERRATED SPACER RING
PEDESTRIAN DETECTOR
CONTROLLER CABINET UNWIRED TYPE I
P.N. 2097-10
P.N. 2097-20
P.N. 3097-SB-10
P.N. 3097-SB-20
2051
1157-BT
2076
1 1/2" PIPE W/ OR W/OUT S/S BUSHING PN 1156
1156-T
1156-C
65
2152-N
2152-T
PN 2132-N
PN 2132-T
3025
PN 2060-P-B
13 X 7-3/4 X 5 1/2 LESS LOCK PN 2012
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
581
700-015-027
ENGINEERED CASTINGS
QSN SERIES
1 Ea.
582
744-004-001
ERICO
LPC227 1/2" x 36" Copper Air Terminal
1 Ea.
583
584
585
586
587
588
589
590
590a
684-002-002
684-002-002
684-002-002
684-002-002
684-002-002
684-002-002
684-002-002
684-002-002
684-002-002
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - LIGHTNING ROD
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$1,469.00
$989.00
$1,517.00
$1,205.00
$725.00
$695.00
$1,157.00
$1,349.00
$1,000.00
EtherWAN Systems
EtherWAN Systems
EtherWAN Systems
EtherWAN Systems
EtherWAN Systems
EtherWAN Systems
EtherWAN Systems
EtherWAN Systems
EtherWAN Systems
590b
684-002-002
ETHERWAN SYSTEMS
MANAGED FIELD ETHERNET SWITCH
1
30 days
$1,100.00
EtherWAN Systems
590c
684-002-002
ETHERWAN SYSTEMS
MANAGED FIELD ETHERNET SWITCH
1
30 days
$1,157.00
EtherWAN Systems
591
592
592a
684-002-002
684-002-002
684-002-002
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
1 Ea.
1 Ea.
1
30 days
$1,829.00
EtherWAN Systems
30 days
$1,200.00
EtherWAN Systems
592b
684-002-002
ETHERWAN SYSTEMS
MANAGED FIELD ETHERNET SWITCH
1
30 days
$1,300.00
EtherWAN Systems
592c
684-002-002
ETHERWAN SYSTEMS
MANAGED FIELD ETHERNET SWITCH
EX73000 Series, EX73222-ABB
EX73000 Series, EX73320-A0B
EX73000 Series, EX73322-ABB
EX73000 Series, EX73402-0BB
EX73000 Series, EX73400-00B
EX73000 Series, EX73300-00B
EX73000 Series, EX73302-0BB
EX73000 Series, EX73240-A0B
Model EX73202-0AB = 8 10/100 + 2 1000LX 10KM SM
SC/Combo Ports
EX73202-0BB = 8 10/100 + 2 1000LX 20KM SM SC/Combo
Ports
EX73302-0BB = 8 10/100 + 2 100FX 20KM SM SC + 2
1000LX 20KM SM SC/Combo Ports
EX73000 Series, EX73242-ABB
EX70900 Series
EX70962-0AB = 6 - 10/100/1000T + 2 1000 10KM SM SC
Fiber Ports
EX70962-0BB = 6 - 10/100/1000T + 2 1000 20KM SM SC
Fiber Ports
EX70971-0VB = 6 - 10/100/1000TX + 2- 1000 SFP Ports
1
30 days
$1,100.00
EtherWAN Systems
592d
684-002-002
ETHERWAN SYSTEMS
MANAGED FIELD ETHERNET SWITCH
EX70962-0VB = 6 - 10/100/1000TX + 2- 1000 SFP Ports
1
30 days
$1,000.00
EtherWAN Systems
592e
592f
684-002-002
684-002-002
ETHERWAN SYSTEMS
ETHERWAN SYSTEMS
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
1
1
30 days
30 days
$950.00
$900.00
EtherWAN Systems
EtherWAN Systems
593
594
595
663-001-008
678-020-002
650-010-034
EVIEWS SAFETY SYSTEMS
EVIEWS SAFETY SYSTEMS
EXCELLENCE OPTO
PREEMPTION SYSTEM
GPS TIME SWITCH
12" LED RED SIGNAL
EX70971-0VB = 7 - 10/100/1000TX + 1-1000SFP Ports
EX70980-00B = 8-Port 10/100/1000BASE-TX Managed
Hardened Ethernet Switch
IntelliCorr/IntelliTran
TS800
MODEL TRV-R12SG-D2T
1 Ea.
1 Ea.
1 Ea.
596
597
598
599
600
601
650-011-023
650-012-018
650-013-022
650-014-015
650-015-015
653-017-016
EXCELLENCE OPTO
EXCELLENCE OPTO
EXCELLENCE OPTO
EXCELLENCE OPTO
EXCELLENCE OPTO
EXCELLENCE OPTO
12" LED RED ARROW SIGNAL
12” LED YELLOW SIGNAL
12" LED GREEN SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
16" X 18" LED HAND & PERSON MODULE
MODEL TRA-R12DG-IN
MODEL TRV-Y12SG-D1T
MODEL TRV-G12SG-D2T
MODEL TRA-Y12DG-IN2
MODEL TRA-G12DG-IN
TRP-C45DG-W2
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
602
603
653-022-013
660-015-023
EXCELLENCE OPTO
FLIR
COUNTDOWN PEDESTRIAN SIGNAL
VEHICLE DETECTOR- VIDEO
1 Ea.
1 Ea.
30 days
$2,925.00
Control Tech
603a
660-015-023
CONTROL TECHNOLOGIES VEHICLE DETECTOR
MODEL TRP-C45D3154C10
VIP3D.1s System (Bid functional system that includes a
single camera, video detection board, and up to 100’ of
camera cable)
PIM module
1 Ea.
30 days
$395.00
Control Tech
604
660-015-024
FLIR
1 Ea.
30 days
$5,850.00
Control Tech
604a
660-015-024
CONTROL TECHNOLOGIES VEHICLE DETECTOR
VIP3D.2s System (Bid functional system that includes 2
cameras, video detection board, and up to 200’ of camera
cable)
PIM module
1 Ea.
30 days
$395.00
Control Tech
605
606
660-015-024
660-015-024
FLIR
FLIR
VEHICLE DETECTOR- VIDEO
VEHICLE DETECTOR- VIDEO
VIP3D.1s Video Detection Board
VIP3D2s Video Detection Board
1 Ea.
1 Ea.
30 days
30 days
$2,000.00
$3,500.00
Control Tech
Control Tech
607
608
660-015-024
660-015-034
FLIR
FLIR
VEHICLE DETECTOR- VIDEO
VEHICLE DETECTOR- VIDEO
1 Ea.
1 Ea.
30 days
30 days
$1,979.00
$1,900.00
Control Tech
Control Tech
609
610
682-004-001
660-005-029
CAMERA - THERMAL/VISIBLE HYBRID
LOOP SEALANT ASPHALT PAVEMENT
1 Ea.
30 days
$22,185.00
Control Tech
611
612
684-002-005
684-002-005
FLIR
FREEDOM ROC
INDUSTRIES
GARRETCOM
GARRETCOM
FC-Series Thermal Camera for detection system
Traficam2 (Bid functional system that includes a single
camera, processor, and up to 100’ of camera cable)
D Series, Model D-618
MODEL TA-500 (One Part, 90 Minute Tack Free Time)
30 days
14-30 days
$1,850.00
$141.43
Blackhawk
Tesco
613
684-002-005
GARRETCOM
MANAGED FIELD ETHERNET SWITCH
Model: 6KL
1 Ea.
MODEL 6KL AC, (8) 10/100 RJ45 and (2) GigE SFP with SFP- 1 Ea.
LX10 installed, P/N= 6KL-AC+6KL4-RJ45+6KL-2GSFP+(2)SFPLX10
MODEL 6KL AC, (4) 10/100 RJ45 and (2) GigE SFP with SFP- 1 Ea.
LX10 installed, P/N= 6KL-AC+6KL-2GSFP+(2)SFP-LX10
14-30 days
$270.90
Tesco
614
684-002-005
GARRETCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,340.00
Blackhawk
615
684-002-005
GARRETCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,150.00
Blackhawk
616
684-002-005
GARRETCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,295.00
Blackhawk
617
684-002-005
GARRETCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,850.00
Blackhawk
618
650-010-019
GE LIGHTING SOLUTIONS
12" LED RED SIGNAL
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+6KL42SLC2RJ+6KL-2GSFP
MODEL 6KL AC, (6) 10/100 RJ45 and (2) 100Mb LC/SM,
P/N= 6KL-AC+6KL4-2SLC2RJ
MODEL 6KL AC, (4) 10/100 RJ45 and (4) 100Mb LC/SM,
P/N= 6KL-AC+6KL4-4SLC
MODEL 6KL AC, (4) 10/100 RJ45, (4) 100Mb LC/SM and (2)
GigE SFP with SFP-LX10 installed, P/N= 6KL-AC+6KL44SLC+6KL-2GSFP+(2)SFP-LX10
DR6-RTFB-20A-40
619
650-010-037
GE LIGHTING SOLUTIONS
12" LED RED SIGNAL
DR6-RTFB-VLA-013
1 Ea.
30 days
$30.00
TCS
620
650-011-013
GE LIGHTING SOLUTIONS
12" LED RED ARROW SIGNAL
DR6-RTAAN-21A
621
650-011-021
GE LIGHTING SOLUTIONS
12" LED RED ARROW SIGNAL
DR6-RTAAN-17A-FL
1 Ea.
30 days
$33.00
TCS
VEHICLE DETECTOR- VIDEO
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
622
650-012-005
GE LIGHTING SOLUTIONS
12" LED YELLOW SIGNAL
MODEL DR6-YTFB-20A-40-FL
623
650-012-022
GE LIGHTING SOLUTIONS
12" LED YELLOW SIGNAL
MODEL DR6-YTFB-VLA-013
1 Ea.
30 days
$30.00
TCS
624
650-013-025
GE LIGHTING SOLUTIONS
12" LED GREEN SIGNAL
DR6-GTFB-VLA-013
1 Ea.
30 days
$30.00
TCS
625
650-014-005
GE LIGHTING SOLUTIONS
12" LED YELLOW ARROW SIGNAL
DR6-YTAAN-21A
626
650-014-012
GE LIGHTING SOLUTIONS
12" LED YELLOW ARROW SIGNAL
DR6-YTAAN-17A-FL
1 Ea.
30 days
$33.00
TCS
627
650-015-006
GE LIGHTING SOLUTIONS
12" LED GREEN ARROW SIGNAL
DR6-GTAAN-21A FULL
628
650-015-013
GE LIGHTING SOLUTIONS
12" LED GREEN ARROW SIGNAL
DR6-GTAAN-17A-FL
1 Ea.
30 days
$33.00
TCS
629
650-018-001
GE LIGHTING SOLUTIONS
PROGRAMMABLE VISIBILITY RED LED LAMP DR3-RCFB-01A
FOR OPTICALLY PROGRAMMABLE SIGNAL
1 Ea.
30 days
$66.00
TCS
630
650-019-001
GE LIGHTING SOLUTIONS
DR3-YCFB-01A
1 Ea.
30 days
$70.00
TCS
631
650-020-001
GE LIGHTING SOLUTIONS
DR3-GCFB-01A
1 Ea.
30 days
$73.00
TCS
632
653-015-004
GE LIGHTING SOLUTIONS
PROGRAMMABLE VISIBILITY YELLOW LED
LAMP FOR OPTICALLY PROGRAMMABLE
SIGNAL
PROGRAMMABLE VISIBILITY GREEN LED
LAMP FOR OPTICALLY PROGRAMMABLE
SIGNAL
12" LED ORANGE HAND MODULE
633
653-017-006
GE LIGHTING SOLUTIONS
16" X 18" LED HAND & PERSON MODULE
MODEL PS7-CFL1-01A OVERLAY/FILLED/FILLED
634
653-017-013
GE LIGHTING SOLUTIONS
16" X 18" LED HAND & PERSON MODULE
PS7-CFL1-01A
635
653-022-012
GE LIGHTING SOLUTIONS
COUNTDOWN PEDESTRIAN SIGNAL
PS7-CFF1-26A
636
653-022-017
GE LIGHTING SOLUTIONS
COUNTDOWN PEDESTRIAN SIGNAL
PS7-CFF1-27A
1 Ea.
30 days
$118.00
TCS
637
653-023-002
GE LIGHTING SOLUTIONS
12" LED WALKING PERSON MODULE
PS6-WFM3-26A
638
660-008-036
VEH. LOOP DET. 2-CH. AUTO RACK MT.
900 SERIES
639
660-009-014
VEH. LOOP DET. 4-CH. AUTO RACK MT.
900 SERIES
640
660-025-001
MAGNETOMETER PROBE
30 days
$178.80
TCS
660-025-001
1 Ea.
30 days
$208.00
TCS
642
660-025-001
1 Ea.
30 days
$247.00
TCS
643
660-025-001
1 Ea.
30 days
$344.50
TCS
644
660-025-001
1 Ea.
30 days
$539.50
TCS
645
660-025-001
1 Ea.
30 days
$331.00
TCS
646
660-025-001
Single Microloop Assy., Model 701-1, 75' cable, 75-03013114-0
Single Microloop Assy., Model 701-1, 150' cable, 75-03013115-7
Single Microloop Assy., Model 701-1, 250' cable, 75-03013116-5
Single Microloop Assy., Model 701-1, 500' cable, 75-03013117-3
Single Microloop Assy., Model 701-1, 1000' cable, 75-03013118-1
Double Microloop Assy., Model 701-2, 75' cable, 75-03013119-9
Double Microloop Assy., Model 701-2, 150' cable, 75-03013120-7
1 Ea.
641
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
1 Ea.
30 days
$360.30
TCS
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
PS6-PFH1-26A
647
660-025-001
648
660-025-001
649
660-025-001
650
660-025-001
651
660-025-001
652
660-025-001
653
660-025-001
654
660-025-001
655
660-025-002
656
660-025-002
657
660-025-002
658
660-025-002
659
660-025-002
660
660-025-002
661
660-025-002
662
660-025-002
663
660-025-002
664
660-025-002
665
660-025-002
666
660-025-002
667
660-025-002
668
660-025-002
669
660-025-002
670
660-025-002
671
660-025-002
672
660-025-002
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE
30 days
$399.30
TCS
30 days
$496.80
TCS
30 days
$691.80
TCS
30 days
$482.40
TCS
30 days
$511.70
TCS
30 days
$550.70
TCS
30 days
$648.20
TCS
30 days
$843.20
TCS
30 days
$204.85
TCS
30 days
$234.10
TCS
30 days
$243.85
TCS
30 days
$370.60
TCS
30 days
$565.60
TCS
30 days
$382.00
TCS
30 days
$411.30
TCS
30 days
$421.00
TCS
30 days
$547.80
TCS
30 days
$742.80
TCS
30 days
$585.48
TCS
30 days
$616.25
TCS
30 days
$626.75
TCS
30 days
$723.40
TCS
30 days
$918.40
TCS
MAGNETOMETER PROBE
Double Microloop Assy., Model 701-2, 250' cable, 75-0301- 1 Ea.
3121-5
Double Microloop Assy., Model 701-2, 500' cable, 75-0301- 1 Ea.
3122-3
Double Microloop Assy., Model 701-2, 1000' cable, 75-0301- 1 Ea.
3123-1
Triple Microloop Assy., Model 701-3, 75' cable, 75-03011 Ea.
3124-9
Triple Microloop Assy., Model 701-3, 150' cable, 75-0301- 1 Ea.
3125-6
Triple Microloop Assy., Model 701-3, 250' cable, 75-0301- 1 Ea.
3126-4
Triple Microloop Assy., Model 701-3, 500' cable, 75-0301- 1 Ea.
3127-2
Triple Microloop Assy., Model 701-3, 500' cable, 75-0301- 1 Ea.
3128-0
Single Microloop Assy., Model 702-1, 75' cable, 75-03011 Ea.
3129-8
Single Microloop Assy., Model 702-1, 150' cable, 75-0301- 1 Ea.
2203-2
Single Microloop Assy., Model 702-1, 175' cable, 75-0301- 1 Ea.
3130-6
Single Microloop Assy., Model 702-1, 500' cable, 75-0301- 1 Ea.
3131-4
Single Microloop Assy., Model 702-1, 1000' cable, 75-0301- 1 Ea.
3132-2
Double Microloop Assy., Model 702-2, 75' cable, 75-0301- 1 Ea.
3133-0
Double Microloop Assy., Model 702-2, 150' cable, 75-0301- 1 Ea.
2204-0
Double Microloop Assy., Model 702-2, 175' cable, 75-0301- 1 Ea.
3134-8
Double Microloop Assy., Model 702-2, 500' cable, 75-0301- 1 Ea.
3135-5
Double Microloop Assy., Model 702-2, 1000' cable, 75-0301- 1 Ea.
3136-3
Triple Microloop Assy., Model 702-3, 75' cable, 75-03011 Ea.
3137-1
Triple Microloop Assy., Model 702-3, 150' cable, 75-0301- 1 Ea.
2205-7
Triple Microloop Assy., Model 702-3, 175' cable, 75-0301- 1 Ea.
3138-9
Triple Microloop Assy., Model 702-3, 500' cable, 75-0301- 1 Ea.
3139-7
Triple Microloop Assy., Model 702-3, 1000' cable, 75-0301- 1 Ea.
3140-5
Model 702, Installation Kit, 78-8114-5717-1
1 Ea.
30 days
$114.00
TCS
MAGNETOMETER PROBE
Model 702, Carrier, Single, 78-8114-5707-2
1 Ea.
30 days
$65.00
TCS
MAGNETOMETER PROBE
Model 702, Carrier Package, 25 Units, 78-8118-6123-2
1 Ea.
30 days
$177.45
TCS
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
MAGNETOMETER PROBE
673
660-025-002
674
663-001-001
675
663-001-002
676
663-001-002
677
663-001-002
678
663-001-002
679
663-001-002
680
663-001-002
681
663-001-002
682
663-001-002
683
663-001-002
684
663-001-002
685
663-001-002
686
663-001-002
687
663-001-002
688
663-001-002
689
663-001-002
690
663-001-002
691
663-001-002
692
663-001-002
693
663-001-002
694
663-001-002
695
663-001-002
696
663-001-002
697
663-001-002
698
663-001-002
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
MAGNETOMETER PROBE
Model 702, Carrier Package, 50 Units, 78-8118-6124-0
1 Ea.
30 days
$354.90
TCS
PREEMPTION SYSTEM
1012
1 Ea.
PREEMPTION SYSTEM
30 days
$205.00
TCS
30 days
$410.00
TCS
30 days
$1,025.00
TCS
30 days
$81.90
TCS
30 days
$425.60
TCS
30 days
$483.90
TCS
30 days
$675.10
TCS
PREEMPTION SYSTEM
Series 700, Model 138, Detector cable, 500' spool, 78-8009- 1 Ea.
6556-4
Series 700, Model 138, Detector cable, 1000' spool,78-8009- 1 Ea.
6557-2
Series 700, Model 138, Detector cable, 2500' spool, 781 Ea.
8009-6393-2
Series 700, Model 575, Confirmation light kit, 78-8060-1634- 1 Ea.
7
Series 700, Model 711, Detector, 1ch., 1 direction, 78-8095- 1 Ea.
3852-9
Series 700, Model 721, Detector, 1ch., 2 directions, 78-8095- 1 Ea.
3853-7
Series 700, Model 722, Detector, 2ch., 2 directions, 78-8095- 1 Ea.
3854-5
Series 700, Model 708, Span wire clamp, 78-8009-5667-0 1 Ea.
30 days
$18.90
TCS
PREEMPTION SYSTEM
Series 700, Model 755, 4ch. Adapter card, 78-8114-5920-1 1 Ea.
30 days
$52.50
TCS
PREEMPTION SYSTEM
Series 700, Model 760, Card rack w/P1 harness, 78-8114- 1 Ea.
5300-6
Series 700, Model 760-P1, Harness assembly, 78-8118-6560- 1 Ea.
5
Series 700, Model 762, Phase selector, 2ch., 76-1000-1056- 1 Ea.
0
Series 700, Model 764, Multimode phase selector, 76-1000- 1 Ea.
1054-0
Series 700, Model 768, Multimode AIP, 76-1000-1059-0
1 Ea.
30 days
$168.00
TCS
30 days
$68.25
TCS
30 days
$1,758.75
TCS
30 days
$2,751.00
TCS
30 days
$300.00
TCS
Series 700, Model 770, Gate opener card rack w/cable, 75- 1 Ea.
0301-4462-2
Series 700, Model 794H, LED Emitter, High priority, 76-1000- 1 Ea.
1039-0
Series 700, Model 794L, LED Emitter, Low priority, 76-1000- 1 Ea.
1040-0
Series 700, Model 794R, LED Emitter, Range control, 761 Ea.
1000-1041-0
Series 700, Model 794T, LED Emitter, Low priority transit, 1 Ea.
76-1000-1047-0
Series 700, Model RC790, Remote coding unit, 76-10001 Ea.
1043-0
Series 700, Model 793B, Emitter switch, on/off "L" bracket, 1 Ea.
78-8113-4960-0
Series 700, Model 793R, Emitter switch, range control box, 1 Ea.
78-8118-6441-8
Series 700, Model 793S, Emitter switch, on/off box, 781 Ea.
8113-4965-9
Series 700, Model 792H, Emitter, High priority, 78-81131 Ea.
4540-0
30 days
$315.00
TCS
30 days
$995.00
TCS
30 days
$995.00
TCS
30 days
$995.00
TCS
30 days
$995.00
TCS
30 days
$300.00
TCS
30 days
$75.00
TCS
30 days
$330.00
TCS
30 days
$140.00
TCS
30 days
$995.00
TCS
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
699
663-001-002
700
663-001-002
701
663-001-002
702
663-001-002
703
663-001-003
703a
663-001-003
704
663-001-003
705
663-001-003
706
663-001-003
707
663-001-003
707a
663-001-003
708
663-001-003
709
663-001-003
710
663-001-004
711
663-001-004
712
663-001-004
713
663-001-004
714
663-001-004
715
663-001-005
716
663-001-006
717
717a
718
718a
719
719a
720
720a
721
721a
682-001-003
682‐001‐003
682-001-003
682‐001‐003
682-001-003
682‐001‐003
682-001-003
682‐001‐003
682-002-009
682‐002‐009
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM
Series 700, Model 992HF, Emitter, High priority, filter, 788113-4603-6
Series 700, Model 792R, Emitter, Range control, 78-81134600-2
Series 700, Model 792L, Emitter, Low priority, 78-81134550-9
Series 700, Model 792T, Emitter, Low priority, filter, 788113-4560-8
Opticom GPS, Model 1010, GPS Radio, Mast mount, 788118-6978-9
Opticom GPS, Model 1010, GPS Radio, Mast mount, (PART
NUMBER REVISED TO 3100 MAST ARM MOUNT (73-10001189-00) REVIEWED W/ 764 8-18-2014)
Opticom GPS, Installation cable, 500' spool, 78-8125-04211
Opticom GPS, Installation cable, 1000' spool, 78-8125-04229
Opticom GPS, Installation cable, 2500' spool, 78-8125-04237
Opticom GPS, Model 1012, Radio Unit, Cabinet mount, 761000-1027-0
Opticom GPS, Model 1012, Radio Unit, Cabinet Mount,
(PART NUMBER REVISED TO 3101 CABINET MOUNT (73100-1198-00) REVIEWED W/ 764 8/18-2014)
1 Ea.
30 days
$995.00
TCS
1 Ea.
30 days
$995.00
TCS
1 Ea.
30 days
$995.00
TCS
1 Ea.
30 days
$995.00
TCS
1 Ea.
30 days
$2,680.00
TCS
1 Ea.
30 days
$2,680.00
TCS
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
PREEMPTION SYSTEM
1 Ea.
30 days
$350.00
TCS
1 Ea.
30 days
$700.00
TCS
1 Ea.
30 days
$1,750.00
TCS
1 Ea.
30 days
$2,680.00
TCS
1 Ea.
30 days
$2,680.00
TCS
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GLOBAL TRAFFIC
TECHNOLOGIES
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
PREEMPTION SYSTEM
GPS Vehicle Kit, High priority, 76-1000-1155-0
1 Ea.
30 days
$3,000.00
TCS
PREEMPTION SYSTEM
GPS Vehicle Kit, Transit, 76-1000-1156-0
1 Ea.
30 days
$3,000.00
TCS
PREEMPTION SYSTEM
PREEMPTION SYSTEM
Series 400, Model 462 Phase Selector (2ch.), 76-1000-1057- 1 Ea.
0
Series 400, Model 464 Phase Selector (4ch.), 76-1000-1055- 1 Ea.
0
Series 400, Model 494H LED Emitter, 76-1000-1042-0
1 Ea.
PREEMPTION SYSTEM
Series 400, Model 494H Emitter, 78-8118-6605-8
1 Ea.
PREEMPTION SYSTEM
Series 400, Model 494HF. 78-8113-4604-4
1 Ea.
PREEMPTION SYSTEM
762 IR Phase Selector
1 Ea.
30 days
$1,758.75
TCS
PREEMPTION SYSTEM
764 GPS & IR Phase Selector
1 Ea.
30 days
$2,751.00
TCS
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
CAMERA - DOME
CAMERA - DOME
GC-ICPO-1IZDE
GC‐ICPO‐1IZD(E) / 1.3 MP 30X
GC-ICPO-FIZDE
GC‐ICPO‐FIZD(E) / 2 MP 30X
GC-ICPO-3IZDE
ICPO‐3I2D(E) 20X / 3 MP 20X
GC-ICPO-312DE
GC‐ICPO‐3IZD(E) / 3 MP 30X
GC-IMPO-312DE
GC‐IMPO‐1IZD(E) / 1.3 MP 30X
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$3,087.00
$3,087.00
$3,267.00
$3,267.00
$3,997.00
$3,187.00
$4,297.00
$3,567.00
$3,697.00
$2,757.00
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
PREEMPTION SYSTEM
721a
722
722a
723
723a
724
724a
725
725a
726
727
728
729
730
731
682‐002‐009
682-002-009
682‐002‐009
682-002-009
682‐002‐009
682-002-009
682‐002‐009
682-002-009
682‐002‐009
676-004-012
676-004-028
676-004-029
676-004-033
676-004-034
102-055-001
732
102-055-002
733
660-020-003
734
741-001-001
735
736
737
738
739
740
741
742
743
684-003-001
684-003-006
684-004-001
684-004-001
684-004-001
684-004-001
684-004-001
684-004-004
700-019-001
743a
700-019-001
743b
700-019-001
743c
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
GOVCOMM
HESCO RLS
HESCO RLS
HESCO RLS
HESCO RLS
HESCO RLS
HORIZON SIGNAL
TECHNOLOGIES
HORIZON SIGNAL
TECHNOLOGIES
IMAGE SENSING SYSTEMS
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
SURGE PROTECTIVE DEVICE
SURGE PROTECTIVE DEVICE
SURGE PROTECTIVE DEVICE
SURGE PROTECTIVE DEVICE
SURGE PROTECTIVE DEVICE
PORTABLE TRAFFIC SIGNAL (FOR WORK
ZONE USE ONLY)
PORTABLE TRAFFIC SIGNAL (FOR WORK
ZONE USE ONLY)
VEHICLE DETECTION SYSTEM MICROWAVE
IMAGE SENSING SYSTEMS TRAFFIC MONITORING SITE VEHICLE
SENSOR - MICROWAVE RADAR VEHICLE
SENSOR
IMPATH NETWORKS
VIDEO DECODER
IMPATH NETWORKS
VIDEO DECODER
IMPATH NETWORKS
VIDEO ENCODER
IMPATH NETWORKS
VIDEO ENCODER
IMPATH NETWORKS
VIDEO ENCODER
IMPATH NETWORKS
VIDEO ENCODER
IMPATH NETWORKS
VIDEO ENCODER
IMPATH NETWORKS
VIDEO ENCODER
INFORMATION DISPLAY
ELECTRONIC SPEED FEEDBACK SIGN
COMPANY
INFORMATION DISPLAY
ELECTRONIC SPEED FEEDBACK SIGN
COMPANY
INFORMATION DISPLAY
ELECTRONIC SPEED FEEDBACK SIGN
COMPANY
GC‐IMPO‐3I2D(E) / 3 MP 20X
GC-IMPO-FIZDE
GC‐IMPO‐FIZD(E) / 2 MP 30X
GC-IMPO-FIZ6DE
GC‐IMPO‐FIZD(E) / 3 MP 30X
GC-IMPO-31ZDE
GC‐IMPO‐FIZ6D(E) / 2 MP 36X
GC-IMPO-31Z6DE
GC‐IMPO‐3IZ6D(E) / 3 MP 36X
HE 300-15
HE1700
HE642C
HE1800
VLP SERIES
MODEL SQ3TS
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
25 days
25 days
25 days
25 days
25 days
14-28 days
$3,037.00
$2,937.00
$2,937.00
$3,597.00
$3,367.00
$3,797.00
$3,597.00
$4,997.00
$3,972.00
$43.10
$45.65
$32.50
$56.25
$10.00
$49,500.00
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
GovComm
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Horizon Signal Tech.
MODEL SQ2
1 Ea.
14-28 days
$30,750.00
Horizon Signal Tech.
G4 Model K4
1 Ea.
30 days
$3,995.00
Blackhawk
RTMS
1 Ea.
30 days
$3,995.00
Blackhawk
i1000D
Model: i5110-D
Model i4110
Model i4022
Model i4021
Model i1410
Model i1422
i5110ET
VSC-1520F SERIES
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
$4,015.00
$1,075.00
$1,995.00
Blackhawk
Blackhawk
Blackhawk
30 days
$1,995.00
Blackhawk
VSC‐1520F/ SC‐15 SERIES ‐15" digit ‐ DeviceController ™
1 Ea.
Onsite; AC Power
VSC-1520F/SC-15 SERIES - Slow Down message;
1 Ea.
TrafficAnalyzer & SchedulePro™ AC Power, 15" LED digits
45 days
$3,124.00
Information Display Co.
45 days
$3,724.00
Information Display Co.
700-019-001
INFORMATION DISPLAY
COMPANY
ELECTRONIC SPEED FEEDBACK SIGN
1 Ea.
45 days
$4,829.00
Information Display Co.
744
700-019-002
ELECTRONIC SPEED FEEDBACK SIGN
744a
700-019-002
45 days
$4,833.00
Information Display Co.
700-019-002
1 Ea.
45 days
$5,799.00
Information Display Co.
745
700-022-003
ELECTRONIC WARNING SIGN
745a
700-022-003
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
VSC‐1820F / SC‐18 SERIES ‐ DeviceController™ Onsite; AC
Power, 18" LED digits
VSC‐1820F / SC‐18 SERIES ‐ DeviceController™ Onsite;
TrafficAnalyzer & SchedulePro™ Solar Power, 18" LED
digits
SpeedCheck - Model SDA Series - Slow Down Alert Sign
1 Ea.
744b
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
VSC-1520F /SC-15 SERIES - Slow Down message;
TrafficAnalyzer & Schedule Pro™ Solar Power, 15" LED
digits
VSC-1820F SERIES
SpeedCheck, Model SDA Series - SlowDown Alert Sign; AC
Power
1 Ea.
45 days
$4,499.00
Information Display Co.
ELECTRONIC SPEED FEEDBACK SIGN
ELECTRONIC SPEED FEEDBACK SIGN
ELECTRONIC WARNING SIGN
1 Ea.
1 Ea.
745b
700-022-003
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN
746
700-022-004
746a
700-022-004
748a
700-022-004
746b
700-022-004
747
700-022-004
748
700-022-004
748b
700-022-004
749
700-022-004
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN
750
700-026-001
750a
700-026-001
750b
700-026-001
751
700-029-001
751a
700-029-001
INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN
751b
700-029-001
INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN
752
700-029-001
INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN
752a
700-029-001
INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN
752b
700-029-001
INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN
752c
700-029-001
INFORMATION DISPLAY
COMPANY
ELECTRONIC GUIDE SIGN
753
700-029-001
ELECTRONIC GUIDE SIGN
754
700-029-001
755
700-029-001
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
INFORMATION DISPLAY
COMPANY
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
SIGN BEACON (VEHICLE ACTIVATED
BEACON)
SIGN BEACON (VEHICLE ACTIVATED
BEACON)
SIGN BEACON (VEHICLE ACTIVATED
BEACON)
ELECTRONIC GUIDE SIGN
ELECTRONIC GUIDE SIGN
ELECTRONIC GUIDE SIGN
SpeedCheck, Model SDA Series - SlowDown Alert Sign;
TrafficAnalyzer, Solar Power
SpeedCheck, Model ASL Series, Advisory Speed Limit Sign,
Solar power, 15" LED digits
SpeedCheck, Model ASL Series - Advisory Speed Limit Sign,
Solar power, 15" LED digits, No Radar
SpeedCheck, Model ASL Series - Advisory Speed Limit Sign,
Solar power, 18" LED digits, No Radar
SpeedCheck, Model ASL Series - Advisory Speed Limit Sign,
Solar power, 15" LED digits- Violation Alert
SpeedCheck, Model ASL Series, Advisory Speed Limit Sign,
Solar power, SlowDown, 15" LED digits
SpeedCheck, Model ASL Series, Advisory Speed Limit Sign,
Solar power, 18" LED digits
SpeedCheck, Model ASL Series - Advisory Speed Limit Sign,
Solar power, 18" LED digits; TrafficAnalyzer, Violation Alert
1 Ea.
45 days
$5,199.00
Information Display Co.
1 Ea.
45 days
$4,499.00
Information Display Co.
1 Ea.
45 days
$4,999.00
Information Display Co.
1 Ea.
45 days
$5,699.00
Information Display Co.
1 Ea.
45 days
$5,499.00
Information Display Co.
1 Ea.
45 days
$5,999.00
Information Display Co.
SpeedCheck, Model ASL Series, Advisory Speed Limit Sign,
Solar power, ViolationAlert, 18" LED digits
FlashAlert Series
1 Ea.
45 days
$5,699.00
Information Display Co.
FlashAlert series; Solar Power; Single Beacon, Static sign not
included.
FlashAlert series; Solar Power; Single Beacon,
TrafficAnalyzer; Static sign not included.
GS Series, Guide Sign with 15" LED digits, Ethernet
interface, sign panel up to 48" x 72" (legend to be specified
at time order is placed), mounting hardware
GS Series, Guide Sign with 15" LED digits, Ethernet
interface, sign panel up to 30"x42" (legend to be specified
at time order is placed), mounting hardware
GS Series, Guide Sign with 15" LED digits, Ethernet
interface, sign panel up to 36"x48" (legend to be specified
at time order is placed), mounting hardware
GS Series, Guide Sign with 18" LED digits, Ethernet
interface, sign panel up to 48" x 72" (legend to be specified
at time order is placed), mounting hardware
GS Series, Guide Sign with 18" LED digits, Ethernet
interface, sign panel up to 36"x48" (legend to be specified
at time order is placed), mounting hardware
GS Series, Guide Sign with 18" LED digits, Ethernet
interface, sign panel up to 48"x60" (legend to be specified
at time order is placed), mounting hardware
GS Series, Guide Sign with 18" LED digits, Ethernet
interface, sign panel up to 48" x 72" (legend to be specified
at time order is placed), mounting hardware
GS Series, Guide Sign with 15" LED digits, Ethernet
interface, mounting hardware, no static sign panel
GS Series, Guide Sign with 18" LED digits, Ethernet
interface, mounting hardware, no static sign panel
GS Series option, solar power system
1 Ea.
45 days
$3,954.00
Information Display Co.
1 Ea.
45 days
$4,279.00
Information Display Co.
1 Ea.
45 days
$4,179.00
Information Display Co.
1 Ea.
45 days
$4,429.00
Information Display Co.
1 Ea.
45 days
$4,699.00
Information Display Co.
1 Ea.
45 days
$4,999.00
Information Display Co.
1 Ea.
45 days
$5,199.00
Information Display Co.
1 Ea.
45 days
$3,999.00
Information Display Co.
1 Ea.
45 days
$4,379.00
Information Display Co.
1 Ea.
45 days
$1,039.00
Information Display Co.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
756
700-029-001
INFORMATION DISPLAY
COMPANY
INTELIGHT
ELECTRONIC GUIDE SIGN
GS Series option, cellular modem
1 Ea.
45 days
$779.00
Information Display Co.
757
671-019-002
2070 UNIT (FULL UNIT FOR 170 CABINET)
MODEL 2070-LDX
1 Ea.
60 days
$2,650.00
Control Tech
758
741-002-004
INTERNATIONAL ROAD
DYNAMICS
TRAFFIC MONITORING SITE VEHICLE
SENSOR - BONDING AGENT
AS475 ASPHALT
1 Gal. 30 DAYS
(90 cu.
In.)
$185.00
TCS
759
742-003-002
1 Ea.
742-003-003
Model 1068 iSINC/DC (2 KLK + 2 LPL) 12-volt DC
1 Ea.
761
742-003-004
Model 1068 iSINC/DC (2 KLK + 4 LPL) 12-volt DC
1 Ea.
762
102-046-009
TRAFFIC MONITORING SITE WEIGH-INMOTION - ELECTRONICS UNIT
TRAFFIC MONITORING SITE WEIGH-INMOTION - ELECTRONICS UNIT
TRAFFIC MONITORING SITE WEIGH-INMOTION - ELECTRONICS UNIT
TYPE A WARNING LIGHT LOW INTENSITY
Model 1068 iSINC/DC (4 KLK + 2 LPL) 12-volt DC
760
INTERNATIONAL ROAD
DYNAMICS
INTERNATIONAL ROAD
DYNAMICS
INTERNATIONAL ROAD
DYNAMICS
INTERPLEX SOLAR
Maverick M1121A
1 Ea.
763
764
102-047-011
744-001-003
TYPE C WARNING LIGHT STEADY BURN
Maverick M1121C
TRAFFIC MONITORING SITE SOLAR POWER DCM0100L
UNIT - BATTERY
1 Ea.
1 Ea.
765
660-015-011
INTERPLEX SOLAR
INTERSTATE BATTERY
SYSTEM INTERNATIONAL,
INC.
ITERIS
VEHICLE DETECTOR- VIDEO
1 Ea.
30 days
$7,272.00
Iteris
765a
660-015-011
ITERIS
VEHICLE DETECTOR- VIDEO
1
30 days
$10,509.05
Iteris
765b
660-015-011
ITERIS
VEHICLE DETECTOR- VIDEO
1
30 days
$11,165.55
Iteris
765c
660-015-011
ITERIS
VEHICLE DETECTOR- VIDEO
1
30 days
$14,402.60
Iteris
766
660-015-012
ITERIS
VEHICLE DETECTOR- VIDEO
VANTAGE EDGE2-1N +/-EXT MODULES, includes EDGE2-1N- 1 Ea.
PAK, CAM-RZ4C, PELCO0175, SURGPAN, 250' ISOCBL
30 days
$3,903.65
Iteris
767
660-015-020
ITERIS
VEHICLE DETECTOR- VIDEO
VANTAGE EDGE 2-4N WITH VANTAGE ACCESS, includes
EDGE2-4N-PAK, EDGE2-TS2IO-PAK, CAM-RZ4C (x4),
PELCO0175 (x4), SURGEPAN, 1000' ISOCBL
1 Ea.
30 days
$15,639.85
Iteris
767a
660-015-020
ITERIS
VEHICLE DETECTOR- VIDEO
1
30 days
$17,861.85
Iteris
767b
660-015-020
ITERIS
VEHICLE DETECTOR- VIDEO
1
30 days
$555.50
Iteris
767c
660-015-020
ITERIS
VEHICLE DETECTOR- VIDEO
1
30 days
$555.50
Iteris
767d
660-015-020
ITERIS
VEHICLE DETECTOR- VIDEO
Vantage Edge2-4N includes Edge2-4N PAK, EDGECONNECT,
EDGE2-TS2IO PAK, CAM-RZ4C (x4), PELCO0175 (x4),
SURGEPAN, 1000' ISOCBL
Vantage VRACK TS2 Detector Rack - includes - VRACK3-TS2PS
Vantage VRACK TS1 Detector Rack - includes - VRACK3-TS1PS
Vantage Edge - TS2 BIU Input / Output Module - TS2IO PAK
1
30 days
$1,015.05
Iteris
768
660-015-026
ITERIS
VEHICLE DETECTOR- VIDEO
30 days
$2,528.28
Iteris
769a
660-015-031
ITERIS
VEHICLE DETECTOR- VIDEO
30 days
$13,059.30
Iteris
VANTAGE EDGE2-2N +/-EXT MODULES, includes EDGE2-2NPAK, CAM-RZ4C (x2), PELCO0175 (x2), SURGPAN, 500'
ISOCBL
2 Camera System - Vantage Edge2 Remote / TS2 - includes
Edge2-2N PAK, EdgeConnect, TS2 IM, CAM-RZ4C (x2),
PELCO0175 (x2), SURGEPAN, 500' ISOCBL
3 Camera System - Vantage Edge2-2N - Edge2-1N - includes
Edge2-2N PAK, Edge2-1N PAK, CAM-RZ4C (x3), PELCO0175
(x3), SURGEPAN, 750' ISOCBL
3 Camera System - Vantage Edge2-2N - Edge2-1N - includes
Edge2-2N PAK, Edge2-1N PAK, EdgeConnect, TS2 IM, CAMRZ4C (x3), PELCO0175 (x3), SURGEPAN, 750' ISOCBL
VersiCam-SM with ICC Module, includes VCSM-PAK,
1 Ea.
CAMBRKT4, VC-SURGE, 200' VCABLE
Vantage Vector 2 Sensor System - includes VEC-Edge2-2N- 1
PAK, VECTOR (x2), SURGEPAN, 500' ISOCBL
769b
660-015-031
ITERIS
VEHICLE DETECTOR- VIDEO
769
660-015-031
ITERIS
VEHICLE DETECTOR- VIDEO
770
660-015-032
ITERIS
VEHICLE DETECTOR- VIDEO
771
660-015-033
ITERIS
VEHICLE DETECTOR- VIDEO
771a
660-015-033
ITERIS
VEHICLE DETECTOR- VIDEO
771b
772
772a
660-015-033
660-027-002
660-027-002
ITERIS
ITERIS
ITERIS
VEHICLE DETECTOR- VIDEO
VEHICLE DETECTOR - AVI
VEHICLE DETECTOR - AVI
773
774
775
776
776a
777
778
779
780
781
782
783
784
785
684-002-007
684-002-007
684-002-007
682-003-001
682-003-004
102-044-029
102-044-030
102-044-032
102-044-033
102-044-034
102-050-003
102-052-003
102-052-012
742-004-003
ITS EXPRESS
ITS EXPRESS
ITS EXPRESS
JUPITER SYSTEMS
JUPITER SYSTEMS
K&K SYSTEMS
K&K SYSTEMS
K&K SYSTEMS
K&K SYSTEMS
K&K SYSTEMS
K&K SYSTEMS
K&K SYSTEMS
K&K SYSTEMS
KISTLER INSTRUMENT
786
742-004-004
KISTLER INSTRUMENT
787
742-004-005
KISTLER INSTRUMENT
788
742-004-006
KISTLER INSTRUMENT
789a
700-020-003
LEDSTAR
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
VIDEO DISPLAY CONTROL SYSTEM
VIDEO DISPLAY CONTROL SYSTEM
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
PORTABLE REGULTORY SIGN
PORTABLE RADAR SPEED DISPLAY UNIT
PORTABLE RADAR SPEED DISPLAY UNIT
TRAFFIC MONITORING SITE WEIGH-INMOTION - QUARTZ ELEMENT
PIEZOELECTRIC WEIGHT SENSOR
TRAFFIC MONITORING SITE WEIGH-INMOTION - QUARTZ ELEMENT
PIEZOELECTRIC WEIGHT SENSOR
TRAFFIC MONITORING SITE WEIGH-INMOTION - QUARTZ ELEMENT
PIEZOELECTRIC WEIGHT SENSOR
TRAFFIC MONITORING SITE WEIGH-INMOTION - QUARTZ ELEMENT
PIEZOELECTRIC WEIGHT SENSOR
DYNAMIC MESSAGE SIGN - WALK-IN
789b
700-020-003
LEDSTAR
DYNAMIC MESSAGE SIGN - WALK IN
790a
790b
700-020-004
700-020-004
LEDSTAR
LEDSTAR
DYNAMIC MESSAGE SIGN - WALK-IN
DYNAMIC MESSAGE SIGN - WALK IN
Vantage Vector 2 Sensor System - Remote / TS2 - includes 1
VEC-Edge2-2N-PAK, EDGECONNECT, TS2IO PAK, VECTOR
(x2), SURGEPAN, 500' ISOCBL
Vantage Vector (Bid functional system that includes a single 1 Ea.
video/radar sensor, Vector Processor, and up to 100’ of
camera cable)
VersiCam Wireless (Bid functional system that includes a
1 Ea.
single camera, ICC-2W, antennas, and cabling)
30 days
$16,296.35
Iteris
30 days
$6,741.75
Iteris
30 days
$6,201.40
Iteris
Vantage SmartSpan (Bid functional system that includes a 1 Ea.
single camera, Vantage SmatSpan Processor, and up to 100’
of camera cable)
Vantage SmartSpan - 4 Camera System Remote / TS2 1
includes SPAN-EDGE2-1N-PAK (x4), SMARTSPAN-SS-PAK
(x4), EDGECONNECT, TS2 IM, SURGEPAN, 1000' ISOCBL
30 days
$3,918.80
Iteris
30 days
$18,548.65
Iteris
Vantage EdgeConnect - includes - EDGECONNECT
Vantage Velocity
Vantage Velocity Host Server - Dell Server including
Windows OS to operate Velocity host software and 3 year
hardware warranty
ITS-8040
ITS-8012
ITS-8020+
Fusion Catalyst System
Canvas
KKAB5015 (Current QPL #S102-0927)
KKAB5025
Model - KKAB3060-15TM (Current QPL # S102-1122)
Model - KKAB3060-25TM (Current QPL # S102-1123)
Model - KKAB4896-25TM (Current QPL # S102-1124)
Model KKWS30-4 (Current QPL # S102-1302)
Model 2000R-18" (Current QPL # S102-1906)
2000R-18"
9195F421
1
1 Ea.
1
30 days
30 days
30 days
$2,222.00
$1,969.50
$1,131.20
Iteris
Iteris
Iteris
45 days
45 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$51,000.00
$35,500.00
$3,417.40
$3,744.07
$1,272.84
$1,530.99
$1,777.78
$3,518.52
$5,755.91
$5,755.91
Jupiter Sys.
Jupiter Sys.
K&K Sys.
K&K Sys.
K&K Sys.
K&K Sys.
K&K Sys.
K&K Sys.
K&K Sys.
K&K Sys.
9195F511
1 Ea.
9195F411
1 Ea.
9195F521
1 Ea.
VMS-105-27x125 (Monochrome Amber 66mm pitch)
1 Ea.
20 weeks
$74,500.00
Ledstar
VMS-105-27X125 (Monochrome Amber 66mm pitch + 2
Hour UPS)
VMS-133 Series (Full Color 33 and 20mm pitch)
VMS-133-54X210C-33 (Full Color 33mm pitch + 2 Hour
UPS)
1Ea.
20 weeks
$78,000.00
Ledstar
1 Ea.
1Ea.
20 weeks
20 weeks
$79,500.00
$83,000.00
Ledstar
Ledstar
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
790c
790d
700-020-004
700-020-004
LEDSTAR
LEDSTAR
DYNAMIC MESSAGE SIGN - WALK IN
DYNAMIC MESSAGE SIGN - WALK IN
VMS-133-54X250C-33 (Full Color 33mm pitch)
VMS-133-54X250C-33 (Full Color 33mm pitch + 2 Hour
UPS)
VMS-133-96x400C-20 (Full Color 20mm pitch)
VMS-133-96x400C-20 (Full Color 20mm pitch + 2 Hour UPS)
1Ea.
1Ea.
20 weeks
20 weeks
$84,500.00
$91,500.00
Ledstar
Ledstar
790e
790f
700-020-004
700-020-004
LEDSTAR
LEDSTAR
DYNAMIC MESSAGE SIGN - WALK IN
DYNAMIC MESSAGE SIGN - WALK IN
1Ea.
1Ea.
20 weeks
20 weeks
$109,500.00
$116,500.00
Ledstar
Ledstar
791
792
700-020-004
700-023-004
LEDSTAR
LEDSTAR
DYNAMIC MESSAGE SIGN - WALK-IN
VMS133C-54x210 (Full-Color): OBSOLETE
DYNAMIC MESSAGE SIGN - FRONT ACCESS Model: VMS-136 Series (Full Color)
792a
792b
700-023-004
700-023-004
LEDSTAR
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x140C-33 (Full Color 33mm pitch)
1Ea.
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x140C-33 (Full Color 33mm pitch + 2 Hour UPS) 1Ea.
20 weeks
20 weeks
$49,500.00
$53,000.00
Ledstar
Ledstar
792c
700-023-004
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x150C-33 (Full Color 33mm pitch)
1Ea.
20 weeks
$52,000.00
Ledstar
792d
700-023-004
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x150C-33 (Full Color 33mm pitch + 2 Hour UPS) 1Ea.
20 weeks
$55,500.00
Ledstar
792e
700-023-004
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x200C-33 (Full Color 33mm pitch)
1Ea.
20 weeks
$56,500.00
Ledstar
792f
700-023-004
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-36x200C-33 (Full Color 33mm pitch + 2 Hour UPS) 1Ea.
20 weeks
$60,000.00
Ledstar
792g
700-023-004
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-24x352C-20 (Full Color 20mm pitch)
1Ea.
20 weeks
$51,000.00
Ledstar
792h
700-023-004
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-24x352C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea.
20 weeks
$54,500.00
Ledstar
792i
700-023-004
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-16x304C-20 (Full Color 20mm pitch)
1Ea.
20 weeks
$32,250.00
Ledstar
792j
700-023-004
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-16x304C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea.
20 weeks
$35,750.00
Ledstar
793a
700-023-005
LEDSTAR
1 Ea.
20 weeks
$40,500.00
Ledstar
793b
700-023-005
LEDSTAR
1Ea.
20 weeks
$44,000.00
Ledstar
794
794a
794b
700-024-003
700-024-003
700-024-003
LEDSTAR
LEDSTAR
LEDSTAR
DYNAMIC MESSAGE SIGN - FRONT ACCESS Model: VMS-136 Series (Amber) (Model Tested: VMS-13627x80-46-X)
DYNAMIC MESSAGE SIGN - FRONT ACCESS VMS-136-27x80A-46 (Monochrome Amber 46mm pitch + 2
Hour UPS)
DYNAMIC MESSAGE SIGN - EMBEDDED
VMS-136 Series (Monochrome Amber 66mm pitch) (Full
DYNAMIC MESSAGE SIGN - EMBEDDED
VMS-136-7x45-33C (Full color 33mm pitch)
DYNAMIC MESSAGE SIGN - EMBEDDED
VMS-136-7x45-33C (Full color 33mm pitch + 2 Hour UPS)
1Ea.
1Ea.
20 weeks
20 weeks
$13,000.00
$15,000.00
Ledstar
Ledstar
Ledstar
794c
700-024-003
LEDSTAR
DYNAMIC MESSAGE SIGN - EMBEDDED
VMS-136-24x144C-20 (Full Color 20mm pitch)
1Ea.
20 weeks
$24,000.00
Ledstar
794d
700-024-003
LEDSTAR
DYNAMIC MESSAGE SIGN - EMBEDDED
VMS-136-24x144C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea.
20 weeks
$26,000.00
Ledstar
794e
794f
700-024-003
700-024-003
LEDSTAR
LEDSTAR
DYNAMIC MESSAGE SIGN - EMBEDDED
DYNAMIC MESSAGE SIGN - EMBEDDED
VMS-136-16x96C-20 (Full Color 20mm pitch)
1Ea.
VMS-136-16x96C-20 (Full Color 20mm pitch + 2 Hour UPS) 1Ea.
20 weeks
20 weeks
$11,100.00
$13,100.00
Ledstar
Ledstar
795
796
653-016-004
653-017-012
LEOTEK
LEOTEK
12" LED HAND AND PERSON MODULE
16" X 18" LED HAND & PERSON MODULE
TP12H-HM
TSL-PED-DP-16-FS
1 Ea.
1 Ea.
30 days
30 days
$84.50
$82.50
Control Tech
Control Tech
797
798
799
800
801
802
803
653-022-009
653-022-016
650-010-018
650-010-029
650-010-032
650-010-036
650-011-014
LEOTEK
LEOTEK
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
COUNTDOWN PEDESTRIAN SIGNAL
COUNTDOWN PEDESTRIAN SIGNAL
12" LED RED SIGNAL
12" LED RED SIGNAL
12" LED RED SIGNAL
12" LED RED SIGNAL
12" LED RED ARROW SIGNAL
TSL-PED-16-CIL-9-FL
TSL-PED-16-CIL-P1
TSL-EV12R-HP3-A1
TSL-12R-LX-IL1-A1
TSL-12R-LX-IL3-A1
Model TSL-12R-LX-IL6-A1-P2
TSL-12RA-MF-A1
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
$96.50
Control Tech
30 days
30 days
$25.00
$39.00
Control Tech
RainbowDistr
Ledstar
Ledstar
804
805
806
807
808
809
810
811
812
813
814
815
816
817
818
819
820
821
650-011-024
650-011-026
650-012-008
650-012-012
650-012-015
650-012-019
650-012-021
650-013-010
650-013-017
650-013-020
650-013-024
650-014-009
650-014-016
650-014-018
650-015-007
650-015-016
650-015-018
102-059-002
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LEOTEK ELECTRONICS
LITESYS
TSL-12RA-LD-A1
Model TSL-12RA-IL6-A1
TSL-EV12Y-HP5-A1
TSL-12Y-LX-IL2-A1
TSL-12Y-LX-IL3-A1
TSL-12Y-LX-IL3-A1-C
Model TSL-12Y-LX-IL6-A1-P2
TSL-EV12G-HP3-A1
TSL-12G-LX-IL1-A1
TSL-12G-LX-IL3-A1
Model TSL-12G-LX-IL6-A1-P2
TSL-12YA-MF-A1
TSL-12YA-LD-A1
Model TSL-12YA-IL6-A1
TSL-12GA-MF-A1
TSL-12GA-LD-A1
Model TSL-12GA-IL6-A1
LiteReader VCMS 1020A
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
LiteReader VCMS 1020F
M.H. CORBIN
12" LED RED ARROW SIGNAL
12" LED RED ARROW SIGNAL
12" LED YELLOW SIGNAL
12" LED YELLOW SIGNAL
12" LED YELLOW SIGNAL
12” LED YELLOW SIGNAL
12" LED YELLOW SIGNAL
12" LED GREEN SIGNAL
12" LED GREEN SIGNAL
12" LED GREEN SIGNAL
12" LED GREEN SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
TRUCK MOUNTED CHANGEABLE MESSAGE
SIGN
TRUCK MOUNTED CHANGEABLE MESSAGE
SIGN
TRUCK MOUNTED CHANGEABLE MESSAGE
SIGN
PORTABLE HIGHWAY ADVISORY RADIO
822
102-059-003
LITESYS
823
102-059-004
LITESYS
824
102-053-001
825
635-001-056
MARTIN ENTERPRISES
826
635-001-056
827
30 days
$27.00
Control Tech
30 days
$27.25
Control Tech
30 days
$27.25
Control Tech
30 days
$28.50
Control Tech
30 days
30 days
$28.50
$9,295.00
Control Tech
LITESYS
1 Ea.
30 days
$10,895.00
LITESYS
LiteReader VCMS 1030F
1 Ea.
30 days
$12,695.00
LITESYS
Solar Max (Current QPL # S102-0400, old QPL # WK1R1)
1 Ea.
45 days
$43,500.00
JaceChandler & Assoc.
PULL BOX AND COVER
Model PC3048 (12” depth) W/COVER AND HARDWARE
1 Ea.
MARTIN ENTERPRISES
PULL BOX AND COVER
Model PC3048 (18” depth) W/COVER AND HARDWARE
1 Ea.
635-001-057
MARTIN ENTERPRISES
PULL BOX AND COVER
Model PC1730 (12” depth) W/COVER AND HARDWARE
1 Ea.
828
635-001-057
MARTIN ENTERPRISES
PULL BOX AND COVER
Model PC1730 (18” depth) W/COVER AND HARDWARE
1 Ea.
829
635-001-058
MARTIN ENTERPRISES
PULL BOX AND COVER
Model PC2436 (12” depth) W/COVER AND HARDWARE
1 Ea.
830
635-001-058
MARTIN ENTERPRISES
PULL BOX AND COVER
Model PC2436 (18” depth) W/COVER AND HARDWARE
1 Ea.
831
635-001-058
MARTIN ENTERPRISES
PULL BOX AND COVER
Model PC2436 (24” depth) W/COVER AND HARDWARE
1 Ea.
832
635-001-059
MARTIN ENTERPRISES
PULL BOX AND COVER
Model PC1324 (12” depth) W/COVER AND HARDWARE
1 Ea.
833
635-001-059
MARTIN ENTERPRISES
PULL BOX AND COVER
Model PC1324 (18” depth) W/COVER AND HARDWARE
1 Ea.
834
653-003-004
MCCAIN TRAFFIC SUPPLY
12" X 12" POLY PED SIGNAL
MPS TP013PT3
1 Ea.
835
653-009-003
MCCAIN TRAFFIC SUPPLY
SERIES 1000
1 Ea.
836
653-019-001
MCCAIN TRAFFIC SUPPLY
8000
1 Ea.
30 days
$94.00
TCS
837
653-020-001
MCCAIN TRAFFIC SUPPLY
INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
16" X 18" DIE CAST ALUMINUM
PEDESTRIAN SIGNAL
16" X 18" POLYCARBONATE PEDESTRIAN
SIGNAL
8000
1 Ea.
30 days
$54.00
TCS
838
671-012-001
MCCAIN TRAFFIC SUPPLY
170E CONTROLLER UNIT
170E
1 Ea.
30 days
$1,966.00
TCS
839
671-012-003
MCCAIN TRAFFIC SUPPLY
170E CONTROLLER UNIT
170E-HC11
1 Ea.
30 days
$1,993.00
TCS
840
671-016-011
MCCAIN TRAFFIC SUPPLY
NEMA TS2 TYPE 1 CONTROLLER UNIT
XATC eX Type 1
1 Ea.
30 days
$2,200.00
TCS
841
671-017-009
MCCAIN TRAFFIC SUPPLY
NEMA TS2 TYPE 2 CONTROLLER UNIT
XATC eX Type 2
1 Ea.
30 days
$2,560.00
TCS
842
671-018-005
MCCAIN TRAFFIC SUPPLY
2070L UNIT (LITE UNIT FOR 170 CABINET)
2070E
1 Ea.
30 days
$2,333.00
TCS
843
676-033-001
MCCAIN TRAFFIC SUPPLY
170 UNWIRED CABINET TYPE 552
552 ENCLOSURE
1 Ea.
120 days
$9,462.00
TCS
844
676-037-001
MCCAIN TRAFFIC SUPPLY
170 WIRED CABINET TYPE 332
332 170 CABINET
1 Ea.
120 days
$8,000.00
TCS
845
676-038-001
MCCAIN TRAFFIC SUPPLY
170 WIRED CABINET TYPE 334
334C 170 CABINET
1 Ea.
846
676-039-001
MCCAIN TRAFFIC SUPPLY
170 WIRED CABINET TYPE 336
336 170 CABINET
1 Ea.
120 days
$6,500.00
TCS
847
676-042-001
MCCAIN TRAFFIC SUPPLY
170/2070 WIRED CABINET TYPE 333
333JP
1 Ea.
120 days
$8,937.00
TCS
848
650-001-008
MCCAIN TRAFFIC SUPPLY
12" POLYCARBONATE VEHICLE SIGNAL
Single Section with tunnel visor
1 Ea.
30 days
$49.00
TCS
849
650-002-007
MCCAIN TRAFFIC SUPPLY
12" DIE CAST VEHICLE SIGNAL
Single Section with tunnel visor
1 Ea.
30 days
$53.00
TCS
850
650-005-002
MCCAIN TRAFFIC SUPPLY
1 Ea.
90 days
$1,820.00
TCS
851
650-008-002
MCCAIN TRAFFIC SUPPLY
1 Ea.
30 days
$125.00
TCS
852
650-021-005
MCCAIN TRAFFIC SUPPLY
12" DIE CAST OPTICALLY PROGRAMMABLE HPSTS-30-3
SIGNAL HEAD
12" POLYCARBONATE 3 SECTION VEHICLE M71645
SIGNAL HOUSING
BACKPLATE (STANDARD)
3 SECTION LOUVERED BLK ALUM. BACKPLATE
853
650-021-006
MCCAIN TRAFFIC SUPPLY
BACKPLATE (STANDARD)
5 SECTION LOUVERED BLK ALUM. BACKPLATE
1 Ea.
854
650-022-002
MCCAIN TRAFFIC SUPPLY
BACKPLATE (RETROREFLECTIVE)
M44287 - 1 SECTION
1 Ea.
30 days
$38.00
TCS
855
650-022-002
MCCAIN TRAFFIC SUPPLY
BACKPLATE (RETROREFLECTIVE)
M44288 - 2 SECTION
1 Ea.
30 days
$50.00
TCS
856
650-022-002
MCCAIN TRAFFIC SUPPLY
BACKPLATE (RETROREFLECTIVE)
M66677 - 3 SECTION
1 Ea.
30 days
$56.00
TCS
857
650-022-002
MCCAIN TRAFFIC SUPPLY
BACKPLATE (RETROREFLECTIVE)
M44289 - 4 SECTION
1 Ea.
30 days
$62.00
TCS
858
650-022-002
MCCAIN TRAFFIC SUPPLY
BACKPLATE (RETROREFLECTIVE)
M66679 - 5 SECTION (In-line)
1 Ea.
30 days
$85.00
TCS
859
650-022-002
MCCAIN TRAFFIC SUPPLY
BACKPLATE (RETROREFLECTIVE)
M66678 - 5 SECTION (Cluster)
1 Ea.
30 days
$107.00
TCS
860
741-003-001
1 Ea.
30 days
$355.00
TCS
741-003-001
Series BL- 100' PIEZOBL-1
1 Ea.
30 days
$355.00
TCS
860b
741-003-001
Series BL- 150' PIEZOBL-2
1 Ea.
30 days
$390.00
TCS
860c
741-003-001
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Series BL
860a
MEASUREMENT
SPECIALTIES
MEASUREMENT
SPECIALTIES
MEASUREMENT
SPECIALTIES
MEASUREMENT
SPECIALTIES
Series BL- 200' PIEZOBL-3
1 Ea.
30 days
$420.00
TCS
1 Ea.
860d
741-003-001
860e
741-003-001
860f
741-003-001
860g
741-003-001
860h
741-003-001
860i
741-003-001
861
620-002-008
MEASUREMENT
SPECIALTIES
MEASUREMENT
SPECIALTIES
MEASUREMENT
SPECIALTIES
MEASUREMENT
SPECIALTIES
MEASUREMENT
SPECIALTIES
MEASUREMENT
SPECIALTIES
METER-TREATER
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
SURGE PROTECTIVE DEVICE (POWER
ENTRY)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
SURGE PROTECTIVE DEVICE (LOW
VOLTAGE)
CAMERA LOWERING DEVICE
Series BL- 250' PIEZOBL-4
1 Ea.
30 days
$450.00
TCS
Series BL- 300' PIEZOBL-5
1 Ea.
30 days
$480.00
TCS
Series BL- 350' PIEZOBL-6
1 Ea.
30 days
$510.00
TCS
Series BL- 400' PIEZOBL-7
1 Ea.
30 days
$540.00
TCS
Series BL- 450' PIEZOBL-8
1 Ea.
30 days
$570.00
TCS
Series BL- 500' PIEZOBL-9
1 Ea.
30 days
$600.00
TCS
RCHW Series
1 Ea.
862
620-004-004
METER-TREATER
CLT-CCV-2-M-5 Video SPD
1 Ea.
863
620-004-005
METER-TREATER
SLT/IM-04S-232-TS (12VDC)
1 Ea.
864
620-004-005
METER-TREATER
SLT/IM-04S-CL1-TS (24VAC)
1 Ea.
865
620-004-005
METER-TREATER
SLT/IM-04S-CL2-TS (48VDC)
1 Ea.
866
620-004-005
METER-TREATER
SLT/IM-04S-TR0-TS (T1)
1 Ea.
867
620-004-005
METER-TREATER
SLT/IM-04S-422-TS-5 (RS422/RS485)
1 Ea.
868
641-008-002
MG-SQUARED
MODEL CLDMG2 - Lowering Device System only, including 1 Ea.
lowering device, lowering tool, up to 100' or lowering cable,
up to 100' of composite cable, and assembly hardware.
30-45 days
$6,242.00
MG-Squared
869
641-008-002
MG-SQUARED
CAMERA LOWERING DEVICE/CONCRETE
POLE BUNDLE
MODEL CLDMG2 Series and Concrete Pole Bundle
including, including lowering device, lowering tool,
concrete pole in accordance with FDOT standard index
18113 (H=50), appropriate length of lowering cable,
assembly hardware, and up to 100' of composite cable.
1 Ea.
45-90 days
$16,995.00
MG-Squared
870
641-008-002
MG-SQUARED
CAMERA LOWERING DEVICE/STEEL POLE
BUNDLE
MODEL CLDMG2 Series and Steel Pole Bundle including,
including lowering device, lowering tool, concrete pole in
accordance with FDOT standard index 18111 (H=50),
appropriate length of lowering cable, assembly hardware,
and up to 100' of composite cable.
1 Ea.
60-90 days
$15,442.00
MG-Squared
871
641-008-002
MG-SQUARED
CAMERA LOWERING DEVICE
30-45 days
$9,275.00
MG-Squared
872
744-002-005
4 weeks
$65.00
873
744-002-006
2-4 week
$54.00
Intelligent Transp.
Srvcs.
Tesco
874
744-002-007
2-4 week
$92.00
Tesco
875
684-002-011
MORNINGSTAR
CORPORATION
MORNINGSTAR
CORPORATION
MORNINGSTAR
CORPORATION
MOXA
MODEL CLDMG2-EXT including lowering device, lowering 1 Ea.
winch and cabinet, exterior conduit, lowering cable for up
to 50' mounting height, assembly hardware, and up to 100'
of composite cable.
TRAFFIC MONITORING SITE SOLAR POWER SS-10-12
1 Ea.
UNIT - VOLTAGE REGULATOR
TRAFFIC MONITORING SITE SOLAR POWER SS-6-12
1 Ea.
UNIT - VOLTAGE REGULATOR
TRAFFIC MONITORING SITE SOLAR POWER SS-20L-12V
1 Ea.
UNIT - VOLTAGE REGULATOR
MANAGED FIELD ETHERNET SWITCH
EDS Series, EDS-510x-3GTXSFP-CT-T
1 Ea.
2-4 weeks
$1,125.80
Tesco
876
877
684-002-011
660-018-002
MOXA
MS SEDCO
EDS Series, EDS-G5xxE-4GSFP-CT-T
TC-26B
1 Ea.
1 Ea.
2-4 weeks
30 days
$1,619.80
$521.00
Tesco
Temple
TC-CK1-SBE
1 Ea.
30 days
$5,598.00
Temple
MULTILINK
MULTILINK
NATIONAL SIGNAL
MANAGED FIELD ETHERNET SWITCH
VEHICLE DETECTION SYSTEM MICROWAVE
VEHICLE DETECTION SYSTEM MICROWAVE
ITS FIELD CABINET TYPE 336S
UNINTERRUPTIBLE POWER SUPPLY
TRAILER MOUNTED ARROW BOARD
878
660-018-005
MS SEDCO
879
880
881
676-035-011
685-002-003
102-044-012
TP-030-238-50
EP 2200-T
1923-25 (Current QPL # S102-1116)
1 Ea.
1 Ea.
1 Ea.
30 days
$3,100.00
JaceChandler & Assoc.
882
102-044-013
NATIONAL SIGNAL
TRAILER MOUNTED ARROW BOARD
1923-15 (Current QPL # S102-1117)
1 Ea.
30 days
$3,000.00
JaceChandler & Assoc.
883
102-044-021
NATIONAL SIGNAL
TRAILER MOUNTED ARROW BOARD
Sun-Up LED (25 Led Lamps) (Current QPL # S102-1012)
1 Ea.
30 days
$5,100.00
JaceChandler & Assoc.
884
102-048-003
NATIONAL SIGNAL
PORTABLE CHANGEABLE MESSAGE SIGN
Sunray 340 (Current QPL # S102-1205)
1 Ea.
885
102-048-013
NATIONAL SIGNAL
PORTABLE CHANGEABLE MESSAGE SIGN
Vu Pointe (Current QPL # S102-1221)
1 Ea.
886
635-001-034
NEW BASIS
PULL BOX AND COVER
1 Ea.
887
635-001-034
NEW BASIS
PULL BOX AND COVER
888
635-001-034
NEW BASIS
PULL BOX AND COVER
889
635-001-034
NEW BASIS
PULL BOX AND COVER
890
635-001-035
NEW BASIS
PULL BOX AND COVER
891
635-001-035
NEW BASIS
PULL BOX AND COVER
892
635-001-035
NEW BASIS
PULL BOX AND COVER
893
635-001-035
NEW BASIS
PULL BOX AND COVER
894
635-001-036
NEW BASIS
PULL BOX AND COVER
895
635-001-036
NEW BASIS
PULL BOX AND COVER
896
635-001-036
NEW BASIS
PULL BOX AND COVER
897
684-005-001
NITEK
MEDIA CONVERTER
MODEL PCA1730 SERIES POLYMER CONCRETE (17x30x12)
W/COVER AND HARDWARE
MODEL PCA1730 SERIES POLYMER CONCRETE (17x30x18)
W/COVER AND HARDWARE
MODEL PCA1730 SERIES POLYMER CONCRETE (17x30x22)
W/COVER AND HARDWARE
MODEL PCA1730 SERIES POLYMER CONCRETE (17x30x24)
W/COVER AND HARDWARE
MODEL PCA2436 SERIES POLYMER CONCRETE (24x36x18)
W/COVER AND HARDWARE
MODEL PCA2436 SERIES POLYMER CONCRETE (24x36x24)
W/COVER AND HARDWARE
MODEL PCA2436 SERIES POLYMER CONCRETE (24x36x36)
W/COVER AND HARDWARE
MODEL PCA2436 SERIES POLYMER CONCRETE (24x36x48)
W/COVER AND HARDWARE
MODEL PCA1324 SERIES POLYMER CONCRETE (13x24x12)
W/COVER AND HARDWARE
MODEL PCA1324 SERIES POLYMER CONCRETE (13x24x18)
W/COVER AND HARDWARE
MODEL PCA1324 SERIES POLYMER CONCRETE (13x24x24)
W/COVER AND HARDWARE
EL1500C
1 Ea.
4 weeks
$550.00
898
102-055-003
1 Ea.
30 days
$25,060.00
635-001-001
PORTABLE TRAFFIC SIGNAL (FOR WORK
ZONE USE ONLY)
PULL BOX AND COVER
Model PTL2.4x
899
38 SERIES (13x24x12) W/COVER AND HARDWARE
1 Ea.
900
635-001-005
PULL BOX AND COVER
635-001-006
100 SERIES UTILITY BOX (24x36x36) W/COVER AND
HARDWARE
66 SERIES (17x30x12) W/COVER AND HARDWARE
1 Ea.
901
902
635-001-007
635-001-016
200 SERIES UTILITY BOX (30x48x36) W/COVER AND
HARDWARE
1624 SERIES (16x24x24) W/COVER AND HARDWARE
1 Ea.
903
NORTH AMERICA TRAFFIC,
INC.
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
Intelligent Transp.
Srvcs.
N. America Traffic
PULL BOX AND COVER
PULL BOX AND COVER
PULL BOX AND COVER
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
904
635-001-018
PULL BOX AND COVER
S1324 SERIES (13x24x12) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S1324 SERIES (13x24x18) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S1730 SERIES (17x30x12) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S1730 SERIES (17x30x18) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S1324 SERIES (13x24x12) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S1324 SERIES (13x24x18) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S2436B Series (24x36x18) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S2436B Series (24x36x24) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S2436B Series (24x36x36) W/COVER AND HARDWARE
1 Ea.
PULL BOX AND COVER
S3660HCB0A Series (36x60x24) W/COVER AND HARDWARE 1 Ea.
PULL BOX AND COVER
S3660HCB0A Series (36x60x36) W/COVER AND HARDWARE 1 Ea.
PULL BOX AND COVER
S3048HCB0A Series (30x48x18) W/COVER AND HARDWARE 1 Ea.
PULL BOX AND COVER
S3048HCB0A Series (30x48x24) W/COVER AND HARDWARE 1 Ea.
635-001-068
684-002-013
650-001-006
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OLDCASTLE ENCLOSURE
SOLUTIONS
OTN SYSTEMS
OTN SYSTEMS
905
635-001-018
906
635-001-021
907
635-001-021
908
635-001-022
909
635-001-022
910
635-001-033
911
635-001-033
912
635-001-033
913
635-001-066
914
635-001-066
915
635-001-068
916
635-001-068
917
918
918a
PULL BOX AND COVER
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
1 Ea.
1 Ea.
1 Ea.
60 days
60 days
$863.00
$108.00
Temple
Temple
919
920
650-001-006
650-002-005
PEEK TRAFFIC
PEEK TRAFFIC
12" POLYCARBONATE VEHICLE SIGNAL
12" DIE CAST VEHICLE SIGNAL
1 Ea.
1 Ea.
60 days
60 days
$47.99
$112.00
Peek
Peek
921
922
923
924
925
926
927
928
929
650-002-009
650-007-001
650-021-007
650-021-007
650-021-007
650-021-007
650-021-007
650-021-007
653-002-001
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
60 days
60 days
60 days
60 days
60 days
60 days
60 days
60 days
$61.50
$90.00
$37.50
$42.50
$42.50
$55.50
$57.50
$105.00
Peek
Peek
Peek
Peek
Peek
Peek
Peek
Peek
930
653-002-002
PEEK TRAFFIC
7037FL
1 Ea.
931
653-002-006
PEEK TRAFFIC
12" BLK. D.C. W/ALZAK REF.GLASS LENS
1 Ea.
932
653-007-001
PEEK TRAFFIC
12" DIE CAST VEHICLE SIGNAL
8" POLYCARBONATE VEHICLE SIGNAL
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
12" PEDESTRIAN SIGNAL HOUSING
(ALUMINUM)
12" PEDESTRIAN SIGNAL HOUSING
(ALUMINUM)
12" PEDESTRIAN SIGNAL HOUSING
(ALUMINUM)
12" X 12" PEDESTRIAN SIGNAL DIE CAST
S3048HCB0A Series (30x48x36) W/COVER AND HARDWARE
ETS-3GC7F-X
Optical GigE SFP 1310nm SM module, LX up to 10 km, part
# V30813-S20-A2
Single Section with tunnel visor
Single Section with tunnel visor, BLACK ALZAK SWING
REFLECTOR, GLASS
Single Section with tunnel visor
Single Section with tunnel visor
1 SECTION
2 SECTION
3 SECTION
4 SECTION
5 SECTION (In-Line)
5 SECTION (Cluster)
7037FL
4037
1 Ea.
933
653-007-002
PEEK TRAFFIC
12" X 12" PEDESTRIAN SIGNAL DIE CAST
4090
1 Ea.
934
653-009-001
PEEK TRAFFIC
INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
4094 D.C.
1 Ea.
935
653-009-002
PEEK TRAFFIC
7090 D.C.
1 Ea.
MODEL PED-100
1 Ea.
8090 FB
PEEK TRAFFIC
INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
INTERNATIONAL SYMBOL PEDESTRIAN
SIGNAL
16" X 18" LED HAND & PERSON MODULE
60 days
$93.50
Peek
936
653-009-007
PEEK TRAFFIC
937
653-009-008
PEEK TRAFFIC
1 Ea.
60 days
$93.50
Peek
938
653-017-008
MODEL LEDP-HMM-002 (IDC)
1 Ea.
60 days
$120.00
Peek
939
660-001-001
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MOD 823 UPGRADED
1 Ea.
940
660-001-002
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
823 UPGRADED TO C OF C
1 Ea.
941
660-001-013
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 821-2 RELAY OUTPUT
1 Ea.
942
660-001-016
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 821-2T RELAY OUTPUT W/DELAY-EXTENSION
1 Ea.
943
660-001-017
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
SERIES 3DLD MODEL R23B
1 Ea.
944
660-001-018
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
SERIES 3DLD MODEL R23T W/TIMING
1 Ea.
945
660-001-019
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 921-2 RELAY OUTPUT
1 Ea.
946
660-001-020
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 921-2T RELAY OUTPUT W/DELAY-EXTENSION
1 Ea.
947
660-001-021
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 921-2SS S.S. OUTPUT
1 Ea.
948
660-001-022
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 921-2TSS S.S. OUTPUT W/DELAY-EXTENSION
1 Ea.
949
660-001-023
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 536B/MS GP5 SS TYPE 5
1 Ea.
950
660-001-024
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 536B/MS GP5 RELAY TYPE 5
1 Ea.
951
660-001-026
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
MODEL 536T/MS GP5 RELAY TYPE 6
1 Ea.
952
660-002-001
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
3803
1 Ea.
953
660-002-002
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
3800
1 Ea.
954
660-003-001
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
810
1 Ea.
955
660-003-002
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
810
1 Ea.
956
660-003-003
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
813
1 Ea.
957
660-003-004
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
813
1 Ea.
958
660-003-005
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
813-1
1 Ea.
959
660-003-006
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
813-1
1 Ea.
960
660-003-007
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
813-SS
1 Ea.
961
660-003-008
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
813-SS
1 Ea.
962
660-003-011
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
810-SS
1 Ea.
963
660-003-012
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
810-SS
1 Ea.
964
660-003-019
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
MODEL 3803 W/DELAY EXT RELAY: AUTO TUNE ONLY
1 Ea.
965
660-003-020
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
MODEL 3800 W/RELAY OUTPUT: AUTO TUNE ONLY
1 Ea.
966
660-003-021
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
910-SS
1 Ea.
967
660-003-022
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
913
1 Ea.
968
660-003-023
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
913-SS
1 Ea.
969
660-003-024
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
910
1 Ea.
970
660-003-025
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
913
1 Ea.
971
660-003-026
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
913-SS
1 Ea.
972
660-003-027
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
MODEL 535B/MS TYPE 1
1 Ea.
973
660-003-028
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
MODEL 535T/MS TYPE 2
1 Ea.
974
660-003-029
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
MODEL 535B/MS GP5 SS TYPE1
1 Ea.
975
660-003-030
PEEK TRAFFIC
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
MODEL 535T/MS GP5 SS TYPE2
1 Ea.
976
660-006-002
PEEK TRAFFIC
VEH. LOOP DET. 4-CH. AUTO SHELF MT.
MOD.840 UPGRADED 12/20/85
1 Ea.
977
660-006-003
PEEK TRAFFIC
VEH. LOOP DET. 4-CH. AUTO SHELF MT.
840 UPGRADED TO C OF C 12/20/85
1 Ea.
978
660-006-009
PEEK TRAFFIC
VEH. LOOP DET. 4-CH. AUTO SHELF MT.
940-SS
1 Ea.
979
660-006-011
PEEK TRAFFIC
VEH. LOOP DET. 4-CH. AUTO SHELF MT.
MODEL 537B/MS GP5 RELAY TYPE 7
1 Ea.
980
981
982
983
984
985
986
987
660-008-007
660-008-008
660-008-009
660-008-020
660-008-021
660-015-018
660-015-019
660-015-030
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEHICLE DETECTOR- VIDEO
VEHICLE DETECTOR- VIDEO
VEHICLE DETECTOR- VIDEO
MODEL 222C
MODEL 222D
MODEL 262C W/TIMERS
MODEL 222N GP6 (SARASOTA PEEK/TRAFFIC INC.)
MODEL 222T GP62 (SARASOTA PEEK/TRAFFIC INC.)
UniTrakTM
UniTrakTM
VideoTrak IQ, 1 Camera system, includes 90-180-05, 821773, CAMMTG-OVERARM, VIDSURGPNL, CX06MI, 250'
Cable, Mouse, Monitor, Cabinet rack, power supply
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
988
660-015-030
PEEK TRAFFIC
VEHICLE DETECTOR- VIDEO
VideoTrak IQ, 2 Camera system, includes 90-180-06, 821 Ea.
1773 (x2), CAMMTG-OVERARM (x2), VIDSURGPNL, CX06MI
(x2), 500' Cable, Mouse, Monitor, Cabinet rack, power
supply
45 days
$3,990.00
Peek
45 days
$6,200.00
Peek
989
660-015-030
PEEK TRAFFIC
990
660-015-030
PEEK TRAFFIC
991
992
993
994
995
671-004-026
671-007-017
671-012-002
671-016-001
671-016-004
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
996
997
998
999
1000
1001
1002
1003
1004
1005
1006
1007
1008
1009
1010
1011
1012
1013
1014
1015
1016
1017
1018
1019
1020
1021
1022
671-016-009
671-017-001
671-017-007
676-001-001
676-002-001
676-003-003
676-003-008
676-003-011
676-004-005
676-004-018
676-009-007
676-009-009
676-018-004
676-018-005
676-018-006
676-018-007
676-023-002
676-025-001
676-026-001
676-027-001
678-003-001
678-003-014
678-003-017
678-003-018
678-003-020
678-003-021
678-016-003
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
1023
1024
678-018-004
678-019-001
PEEK TRAFFIC
PEEK TRAFFIC
1025
1026
1027
1028
680-001-001
680-001-004
680-001-005
743-001-001
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
PEEK TRAFFIC
1029
1029a
1029b
650-021-009
650-021-009
650-021-009
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
VEHICLE DETECTOR- VIDEO
VideoTrak IQ, 3 Camera system, includes 90-180-08, 821773 (x3), CAMMTG-OVERARM (x3), VIDSURGPNL, CX06MI
(x3), 750' Cable, Mouse, Monitor, Cabinet rack, power
supply
VEHICLE DETECTOR- VIDEO
VideoTrak IQ, 4 Camera system, includes 90-180-08, 821773 (x4), CAMMTG-OVERARM (x4), VIDSURGPNL, CX06MI
(x4), 1000' Cable, Mouse, Monitor, Cabinet rack, power
supply
CONTROLLER - TYPE D4-4
3000E
CONTROLLER - TYPE D8
3000E
170E CONTROLLER UNIT
MODEL 170E (IDC)
NEMA TS2 TYPE 1 CONTROLLER UNIT
MODEL 3000 TS2-1 (PEEK)
NEMA TS2 TYPE 1 CONTROLLER UNIT
MODEL 3000E Note: Re-evaluated new firmware 3.7.3 build
420 with Flashing Yellow Arrow Operation
NEMA TS2 TYPE 1 CONTROLLER UNIT
Model ATC-1000
NEMA TS2 TYPE 2 CONTROLLER UNIT
MODEL 3000 TS2-2 (PEEK)
NEMA TS2 TYPE 2 CONTROLLER UNIT
Model ATC-1000
WIRED CABINET ASSEMBLY TYPE II
TYPE II CAB
WIRED CABINET ASSEMBLY TYPE IV
TYPE IV CAB
WIRED CABINET ASSEMBLY TYPE V
TYPE V
WIRED CABINET ASSEMBLY TYPE V
TYPE V
WIRED CABINET ASSEMBLY TYPE V
8030-100480 TYPE V
SURGE PROTECTIVE DEVICE
V150HE150
SURGE PROTECTIVE DEVICE
V150HE150
WIRED CABINET ASSEMBLY TYPE III
TYPE III WIRED
WIRED CABINET ASSEMBLY TYPE III
TYPE III WIRED
LOAD BAY PANEL
DRAWING # TX-8631 4 POS LOADSWITCH
LOAD BAY PANEL
DRAWING # TX-8634 8 POS LOADSWITCH
LOAD BAY PANEL
DRAWING # TX-8635 12 POS LOADSWITCH
LOAD BAY PANEL
DRAWING # TX-8637 16 POS LOADSWITCH
WIRED CABINET ASSEMBLY TS-2 SIZE 6
CWD-1241
LOAD BAY PANEL TS2
8600 SERIES
CABINET POWER SUPPLY (TS2)
PS100
BUS INTERFACE UNIT (TS2)
BIU100
CONFLICT MONITOR TYPE 12
1200
CONFLICT MONITOR TYPE 12
12EL
CONFLICT MONITOR TYPE 12
12ELL
CONFLICT MONITOR TYPE 12
12ELR
CONFLICT MONITOR TYPE 12
12ELRA
CONFLICT MONITOR TYPE 12
12ELRB
MALFUNCTION MANAGEMENT UNIT TYPE TS2-MMU "DOUBLE DIAMOND"
16
BUS INTERFACE UNIT (TS2)
BIU 2012 Model 82-1933-01
MALFUNCTION MANAGEMENT UNIT TYPE TS1-CMU "DOUBLE DIAMOND"
12
CONTROLLER - ROADSIDE MASTER
3000
CONTROLLER - ROADSIDE MASTER
MDM 100
CONTROLLER - ROADSIDE MASTER
3800 EL
TRAFFIC MONITORING SITE VEHICLE
ADR-3000 TRAFICOMP III
SPEE/CLASSIFICATION UNIT
BACKPLATE (STANDARD)
3 SECTION PLASTIC
BACKPLATE (STANDARD)
BK1003-E-PNC, Backplate w/ hdwr kit, VF, 12" 3-sect
BACKPLATE (STANDARD)
BK1003-F-PNC, Backplate w/ hdwr kit, VF, 12" 3-sect
1 Ea.
45 days
$8,000.00
Peek
1 Ea.
45 days
$9,900.00
Peek
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
$1,794.00
Peek
30 days
$1,996.00
Peek
90 days
90 days
$7,000.00
$7,000.00
Peek
Peek
90 days
90 days
$1,650.00
$1,750.00
Peek
Peek
60 days
$644.00
Peek
30 days
$499.00
Peek
1 Ea.
1 Ea.
30 days
30 days
$199.00
$570.00
Peek
Peek
30 days
30 days
$55.00
$55.00
Temple
Temple
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1029c
1029d
1029e
650-021-009
650-021-009
650-021-009
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BK1003-N-PNC, Backplate w/ hdwr kit, VF, 12" 3-sect
1 Ea.
BK1003-C-PNC, Backplate w/ hdwr kit, VF, 12" 3-sect
1 Ea.
BK5003-E-PNC, Backplate w/ hdwr kit, Louvered, 12" 3-sect 1 Ea.
30 days
30 days
30 days
$55.00
$55.00
$98.00
Temple
Temple
Temple
1029f
650-021-009
PELCO PRODUCTS
BACKPLATE (STANDARD)
BK5003-F-PNC, Backplate w/ hdwr kit, Louvered, 12" 3-sect 1 Ea.
30 days
$98.00
Temple
1029g
650-021-009
PELCO PRODUCTS
BACKPLATE (STANDARD)
BK5003-N-PNC, Backplate w/ hdwr kit, Louvered, 12" 3-sect 1 Ea.
30 days
$98.00
Temple
1029h
650-021-009
PELCO PRODUCTS
BACKPLATE (STANDARD)
BK5003-C-PNC, Backplate w/ hdwr kit, Louvered, 12" 3-sect 1 Ea.
30 days
$98.00
Temple
1030
1030a
1030b
1030c
1030d
1030e
650-021-010
650-021-010
650-021-010
650-021-010
650-021-010
650-021-010
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
5 SECTION PLASTIC
BK-1007-E-PNC, Backplate w/ hdwr kit, VF, 12" 5-sec
BK-1007-F-PNC, Backplate w/ hdwr kit, VF, 12" 5-sec
BK-1007-N-PNC, Backplate w/ hdwr kit, VF, 12" 5-sec
BK-1007-C-PNC, Backplate w/ hdwr kit, VF, 12" 5-sec
BK-1021-E-PNC, Backplate w/ hdwr kit, VF12" 5-sect cluster
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
$117.00
$117.00
$117.00
$117.00
$131.00
Temple
Temple
Temple
Temple
Temple
1030f
650-021-010
PELCO PRODUCTS
BACKPLATE (STANDARD)
BK-1021-F-PNC, Backplate w/ hdwr kit, VF12" 5-sect cluster 1 Ea.
30 days
$131.00
Temple
1030g
650-021-010
PELCO PRODUCTS
BACKPLATE (STANDARD)
BK-1021-N-PNC, Backplate w/ hdwr kit, VF12" 5-sect cluster 1 Ea.
30 days
$131.00
Temple
1030h
650-021-010
PELCO PRODUCTS
BACKPLATE (STANDARD)
BK-1021-C-PNC, Backplate w/ hdwr kit, VF12" 5-sect cluster 1 Ea.
30 days
$131.00
Temple
1030i
1030j
1030k
1030l
1030m
650-021-010
650-021-010
650-021-010
650-021-010
650-021-010
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
$154.00
$154.00
$154.00
$154.00
$146.00
Temple
Temple
Temple
Temple
Temple
1030n
650-021-010
PELCO PRODUCTS
BACKPLATE (STANDARD)
1 Ea.
30 days
$146.00
Temple
1030o
650-021-010
PELCO PRODUCTS
BACKPLATE (STANDARD)
1 Ea.
30 days
$146.00
Temple
1030p
650-021-010
PELCO PRODUCTS
BACKPLATE (STANDARD)
1 Ea.
30 days
$146.00
Temple
1031
1032
1033
650-023-001
650-024-001
653-001-003
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
VISOR
LOUVER
PEDESTRIAN SIGNAL BRACKET SAND CAST
BK-5007-E-PNC, Backplate w/ hdwr kit, VF, 5-sect
BK-5007-E-PNC, Backplate w/ hdwr kit, VF, 5-sect
BK-5007-N-PNC, Backplate w/ hdwr kit, VF, 5-sect
BK-5007-C-PNC, Backplate w/ hdwr kit, VF, 5-sect
BK-5021-E-PNC, Backplate w/ hdwr kit, Louvered, 5-sec
cluster
BK-5021-F-PNC, Backplate w/ hdwr kit, Louvered, 5-sec
cluster
BK-5021-N-PNC, Backplate w/ hdwr kit, Louvered, 5-sec
cluster
BK-5021-C-PNC, Backplate w/ hdwr kit, Louvered, 5-sec
cluster
SM-1028
GL-1010-07 Programmable louver
SP-1012-FL
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$139.67
$32.79
TCS
TCS
1034
653-001-004
PELCO PRODUCTS
PEDESTRIAN SIGNAL BRACKET SAND CAST
SP-1011-FL
1 Ea.
30 days
$30.26
TCS
1035
1036
1037
1038
1039
1040
1041
1042
1043
1044
1045
1045a
653-006-004
653-006-005
659-001-029
659-001-030
659-001-031
659-001-034
659-001-035
659-001-036
659-001-037
659-001-044
659-001-045
659-001-045
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
POLE END
POLE END
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
VEHICLE SIGNAL BRACKET
SE-0111-SS FLAT POLE FLANGE
SE-0381
SP-1028-FL
SP-1026-FL
SP-1027-FL
SP-1016-FL
SP-1018-FL
SP-1015-FL
SP-1017-FL
SP-2016-FL
SP-1084-FL
SP-1084-FL (SP-1084-FL-1-62-PNC 1S1W 62" cable)
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$14.41
$14.61
TCS
TCS
30 days
30 days
30 days
30 days
30 days
30 days
$51.98
$23.91
$40.68
$43.54
$82.98
$91.46
TCS
TCS
TCS
TCS
TCS
TCS
1 Ea.
30 days
$136.45
TCS
1045b
659-001-045
PELCO PRODUCTS
VEHICLE SIGNAL BRACKET
SP-1084-FL (SP-1084-FL-3-120-PNC 3S1W 120" cable)
1 Ea.
30 days
$181.67
TCS
1045c
659-001-045
PELCO PRODUCTS
VEHICLE SIGNAL BRACKET
1 Ea.
30 days
$193.74
TCS
1046
1046a
659-004-018
659-004-018
PELCO PRODUCTS
PELCO PRODUCTS
DISCONNECT HANGER
DISCONNECT HANGER
1 Ea.
30 days
$132.48
TCS
1046b
659-004-018
PELCO PRODUCTS
DISCONNECT HANGER
1 Ea.
30 days
$154.13
TCS
1047
1048
1049
1050
1051
1052
1053
1054
1055
1056
1057
1058
1059
1060
659-004-019
659-005-005
659-005-008
659-009-008
659-009-011
659-009-012
659-009-013
659-010-005
659-010-006
659-010-010
659-011-020
659-011-021
659-011-028
659-011-031
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
DISCONNECT HANGER
ADJUSTABLE HANGER
ADJUSTABLE HANGER
SLIP FITTER
SLIP FITTER
SLIP FITTER
SLIP FITTER
SPANWIRE CLAMP
SPANWIRE CLAMP
SPANWIRE CLAMP
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
SIGN BRACKET
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$170.33
$33.96
$55.86
$48.25
$22.67
$34.23
$41.22
$16.88
$25.50
$28.00
$127.30
$92.25
TCS
TCS
TCS
TCS
TCS
TCS
TCS
TCS
Temple
TCS
TCS
TCS
1 Ea.
30 days
$217.41
TCS
1061
659-011-031
PELCO PRODUCTS
SIGN BRACKET
1 Ea.
30 days
$247.54
TCS
1062
1063
1064
1065
1066
1067
1068
1069
1070
1071
1072
1073
1074
1075
1076
1077
1077a
1077b
1077c
1077d
659-015-003
659-016-003
659-020-002
659-020-003
659-021-003
659-021-004
659-031-008
659-031-008
659-031-008
659-031-008
659-031-009
659-031-009
659-031-009
659-031-009
659-031-010
659-031-011
659-031-011
659-031-011
659-031-011
659-031-011
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
EXTENSION BAR
SPANWIRE CLAMP ADAPTER
TETHER CLAMP
TETHER CLAMP
POLE END
POLE END
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
1 Ea.
1 Ea.
30 days
30 days
$24.81
$9.79
TCS
TCS
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$4.93
$12.00
$11.00
$122.00
$124.00
$128.00
$136.00
$72.23
$75.26
$78.25
$86.51
TCS
Temple
Temple
Temple
Temple
Temple
Temple
TCS
TCS
TCS
TCS
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
$109.81
$139.15
$144.98
$153.00
TCS
TCS
TCS
TCS
1078
1079
1080a
1080b
1080c
1080d
659-031-012
659-034-002
659-034-003
659-034-003
659-034-003
659-034-003
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
MAST ARM SIGNAL MOUNTING
MAST ARM SIGN MOUNTING
MAST ARM SIGN MOUNTING
MAST ARM SIGN MOUNTING
MAST ARM SIGN MOUNTING
MAST ARM SIGN MOUNTING
SP-1084-FL (SP-1084-FL-5-120-PNC 5S In -line 1W 120"
cable)
SP-1021-FL
SP-1021-FL-2-P33 12 CIRCUIT DISCONNECT, NO JONES
PLUG
SP-1021-FL-1-P33 12 CIRCUIT DISCONNECT, WITH JONES
PLUG
SP-1022-FL
SE-5055
SP-1029-FL
SE-3002
SP-1033-FL
SE-3106-SS
SP-1034-FL
SE-0321
SE-0338
SE-3211
SP-1031-FL
SP-1032-FL
SP-1071-FL
SP-1072-FL (Free-Swinging Mast Arm Sign Bracket w/MiniBrac and Stainless Steel 45" Cable Mount)
SP-1072-FL (Free-Swinging Mast Arm Sign Bracket w/MiniBrac and Stainless Steel 84" Cable Mount)
SE-0507-72
SE-0371
SE-0536
SE-0544
SE-0357-SS HUB
SE-0415-SS HUB
SP-1005-FL-62, Astro-Brac Clamp Kit, 62" cable
SP-1005-FL-84, Astro-Brac Clamp Kit, 84" cable
SP-1005-FL-96, Astro-Brac Clamp Kit, 96" cable
SP-1005-FL-120, Astro-Brac Clamp Kit, 120" cable
SP-1079-FL-62, Astro-Stellar Clamp Kit, 62" cable
SP-1079-FL-84, Astro-Stellar Clamp Kit, 84" cable
SP-1079-FL-96, Astro-Stellar Clamp Kit, 96" cable
SP-1079-FL-120, Astro-Stellar Clamp Kit, 120" cable
SP-1110-FL
SP-1006-FL
SP-1006-FL (SP-1006-1-62-PNC 1S1W 120" CABLE)
SP-1006-FL (SP-1006-3-120-PNC 3S1W 120" CABLE)
SP-1006-FL (SP-1006-4-120-PNC 4S1W 120" CABLE)
SP-1006-FL (SP-1006-5-120-PNC 5S(in-line) 1W 120"
CABLE)
SP-1008-FL
SP-1074-FL
SP-1010-FL-12-120-PNC (12" ARM, 120" CABLE)
SP-1010-FL-18-120-PNC (18" ARM, 120" CABLE)
SP-1010-FL-24-120-PNC (24" ARM, 120" CABLE)
SP-1010-FL-30-120-PNC (30" ARM, 120" CABLE)
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
$251.27
$211.00
$92.28
$100.67
$105.35
$109.04
TCS
Temple
TCS
TCS
TCS
TCS
1080e
1080
1081
1082
1083
1084
659-034-003
659-034-003
659-036-002
659-037-001
659-037-002
665-002-001
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
PELCO PRODUCTS
MAST ARM SIGN MOUNTING
MAST ARM SIGN MOUNTING
SPAN WIRE SIGN MOUNTING
SPAN WIRE SIGNAL MOUNTING
SPAN WIRE SIGNAL MOUNTING
PEDESTRIAN DETECTOR SIGN
1085
1086
665-003-010
665-003-015
PELCO PRODUCTS
PELCO PRODUCTS
PEDESTRIAN DETECTOR
PEDESTRIAN DETECTOR
1087
746-001-002
PELCO PRODUCTS
1088
746-001-003
PELCO PRODUCTS
1088a
746-001-003
PELCO PRODUCTS
1088b
746-001-003
PELCO PRODUCTS
1088c
746-001-003
PELCO PRODUCTS
1089
746-001-004
PELCO PRODUCTS
1090
746-001-005
PELCO PRODUCTS
1091
746-001-008
PELCO PRODUCTS
1092
746-001-008
PELCO PRODUCTS
1093
746-001-008
PELCO PRODUCTS
1094
746-001-008
PELCO PRODUCTS
1095
746-001-008
PELCO PRODUCTS
1096
746-001-008
PELCO PRODUCTS
1097
746-001-008
PELCO PRODUCTS
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
SP-1010-FL-36-120-PNC (36" ARM, 120" CABLE)
SP-1010-FL
SP-1050-FL
SP-1082-FL
SP-1083-FL
PN SF SERIES (SF-XXXX PART NUMBER TO BE SPECIFIED BY
PURCHASER WHEN ORDER PLACED)
Model SP-1090-FL
PASSPORT PIEZO PUSH BUTTON ASSEMBLY (SP-1111-FL)
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
$113.71
$92.28
$75.49
$63.11
$85.16
TCS
TCS
TCS
TCS
TCS
1 Ea.
1 Ea.
30 days
30 days
$40.91
$77.68
TCS
TCS
PB-5336
1 Ea.
30 days
$172.00
TCS
PB-5337
1 Ea.
30 days
$125.00
TCS
PB-5337 ALUMINUM BODY W/ PLASTIC DOOR
1 Ea.
30 days
$125.00
TCS
PB-5334 ALUMINUM BODY W/ ALUMINUM DOOR
1 Ea.
30 days
$118.00
TCS
PB-5334-NL-GL-PNC ALUMINUM BODY W/ ALUMINUM
DOOR (NO LOGO) AND FACTORY PG-5323 GROUND LUG
1 Ea.
30 days
$150.00
TCS
PB-5323
1 Ea.
30 days
$5.00
Temple
PB-5325
1 Ea.
30 days
$54.06
TCS
PN: PB-5102-6, 6' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
PN: PB-5102-8, 8' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
PN: PB-5102-10, 10' Pedestal pole, 4" Schedule 80, one end 1 Ea.
threaded)
PN: PB-5102-12, 12' Pedestal pole, 4" Schedule 80, one end 1 Ea.
threaded)
PN: PB-5102-14, 14' Pedestal pole, 4" Schedule 80, one end 1 Ea.
threaded)
PN: PB-5102-16, 16' Pedestal pole, 4" Schedule 80, one end 1 Ea.
threaded)
PN: PB-5102-20, 20' Pedestal pole, 4" Schedule 80, one end 1 Ea.
threaded)
1098
746-001-008
PELCO PRODUCTS
1099
746-001-009
PELCO PRODUCTS
1100
1101
1102
1103
1104
635-001-053
635-001-053
635-001-054
635-001-054
635-001-067
PENCELL PLASTICS
PENCELL PLASTICS
PENCELL PLASTICS
PENCELL PLASTICS
PENCELL PLASTICS
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
TRAFFIC MONITORING SITE POLE AND
PEDESTAL MOUNTED HARDWARE FOR
CABINET MOUNTING
PULL BOX AND COVER
PULL BOX AND COVER
PULL BOX AND COVER
PULL BOX AND COVER
PULL BOX AND COVER
PN: PB-5102-6, 6' Pedestal pole, 4" Schedule 80, one end
threaded)
1 Ea.
PN: PB-5401 (Pole cap, 4.5 inch OD)
1 Ea.
MODEL DT1324 (17.25” depth – with concrete ring)
MODEL DT1324 (15” depth – without concrete ring)
MODEL DT1730 (17.25” depth – with concrete ring)
MODEL DT1730 (15” depth – without concrete ring)
MODEL DT-2-2436PC (18" depth) W/COVER AND
HARDWARE
MODEL DT-2-2436PC (24" depth) W/COVER AND
HARDWARE
MODEL DT-2-2436PC (30" depth) W/COVER AND
HARDWARE
MODEL DT-2-2436PC (36" depth) W/COVER AND
HARDWARE
EZ Comm EN43CN0-x, 9x15 4-wire detector, special voice
message, ped head control unit, & 12' interconnect cable
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1105
635-001-067
PENCELL PLASTICS
PULL BOX AND COVER
1106
635-001-067
PENCELL PLASTICS
PULL BOX AND COVER
1107
635-001-067
PENCELL PLASTICS
PULL BOX AND COVER
1107b
665-004-005
POLARA ENGINEERING
AUDIBLE/TACTILE PEDESTRIAN DETECTOR
1108
1109
1110
1111
665-003-007
665-003-008
665-003-009
665-004-004
POLARA ENGINEERING
POLARA ENGINEERING
POLARA ENGINEERING
POLARA ENGINEERING
PEDESTRIAN DETECTOR
PEDESTRIAN DETECTOR
PEDESTRIAN DETECTOR
AUDIBLE/TACTILE PEDESTRIAN DETECTOR
BULL DOG SERIES
BDLL2-X WITH LPBCU
BDLL2-X WITH LPBCU
NAVIGATOR EZ COMMUNICATOR SYSTEM, INCLUDES (8)
ECN23CN1-B, APS W/"C" OPTION COUNTDOWN SIGN, (8)
NAVIGATOR SPECIAL VOICE MESSAGE, (1) NAVIGATOR
CCUEN 2-WIRE CONTROL UNIT, (2) NPA 4X2 POLE SPACER
SETS, (1) NAVIGATOR CONFIGURATOR
1112
665-005-001
POLARA ENGINEERING
MID-BLOCK PEDESTRIAN DETECTOR
665-005-002
POLARA ENGINEERING
MID-BLOCK PEDESTRIAN DETECTOR
(2) MODEL XAV2-LED-12 PED STATION W/LED, (1) XAVCU2 1 Ea.
CONTROL UNIT
(2) MODEL XAV2 PED STATION, (1) XAVCU2 CONTROL UNIT
1113
1114
1115
1116
665-005-003
665-005-004
665-005-005
POLARA ENGINEERING
POLARA ENGINEERING
POLARA ENGINEERING
MID-BLOCK PEDESTRIAN DETECTOR
MID-BLOCK PEDESTRIAN DETECTOR
AUDIBLE/TACTILE PEDESTRIAN DETECTOR
(2) MODEL X2-LED PED STATION W/LED
(2) MODEL X2 PED STATION
MODEL XAV2E-LED
1117
665-003-011
POLARA ENGINEERING
PEDESTRIAN DETECTOR
1118
678-004-009
1119
678-004-011
1120
678-004-015
1121
678-007-007
1122
678-007-014
1123
744-001-004
POWER DISTRIBUTION &
CONTROL
POWER DISTRIBUTION &
CONTROL
POWER DISTRIBUTION &
CONTROL
POWER DISTRIBUTION &
CONTROL
POWER DISTRIBUTION &
CONTROL
POWER SONIC
30 days
$12.69
TCS
1 Ea.
42 days
$664.00
Temple
1 Ea.
42 days
$94.00
Temple
1 Ea.
42 day
$5,962.00
Temple
42 days
$936.00
Temple
1 Ea.
42 days
$334.00
Temple
42 days
$1,020.00
Temple
LOAD SWITCH
LATCHING BULL DOG SYSTEM, INCLUDES (8) BDL3
1 Ea.
W/UNIVERSAL POLE MOUNT, (1) PUSH BUTTON CONTROL
UNIT
SSS-86-3
1 Ea.
30 days
$19.75
Control Tech
LOAD SWITCH
SSS-87 I/O
1 Ea.
30 days
$34.50
Control Tech
LOAD SWITCH
SSS-87
1 Ea.
30 days
$33.75
Control Tech
FLASHER TYPE 3
SSF-86-3
1 Ea.
30 days
$19.75
Control Tech
FLASHER TYPE 3
SSF-87
1 Ea.
30 days
$33.75
Control Tech
TRAFFIC MONITORING SITE SOLAR POWER PS-121000
UNIT - BATTERY
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1124
744-001-005
POWER SONIC
1125
102-050-004
1126
102-044-005
PRECISION SOLAR
CONTROLS
PROTECTION SERVICES
1127
102-044-016
PROTECTION SERVICES
1128
102-044-018
PROTECTION SERVICES
1129
102-044-019
PROTECTION SERVICES
1130
1131
1132
1133
1134
1135
1136
102-044-035
102-044-040
102-044-041
102-044-042
102-045-005
102-045-008
102-049-001
PROTECTION SERVICES
PROTECTION SERVICES
PROTECTION SERVICES
PROTECTION SERVICES
PROTECTION SERVICES
PROTECTION SERVICES
PROTECTION SERVICES
1137
1138
1139
1140
1141
1142
1143
1144
1145
1146
1147
1148
1149
1150
1151
1152
1153
1154
1155
1156
1157
1158
1159
1160
1161
1162
1163
1164
102-050-001
102-052-007
635-001-012
635-001-012
635-001-012
635-001-012
635-001-014
635-001-014
635-001-014
635-001-014
635-001-014
635-001-014
635-001-025
635-001-025
635-001-049
635-001-049
635-001-049
635-001-049
635-001-050
635-001-050
635-001-050
635-001-050
635-001-051
635-001-051
635-001-052
635-001-052
635-001-052
635-001-060
PROTECTION SERVICES
PROTECTION SERVICES
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
QUAZITE
TRAFFIC MONITORING SITE SOLAR POWER PG-12V103FR
UNIT - BATTERY
PORTABLE REGULTORY SIGN
Solar Assist Sign Trailer (Current QPL # S102-1303, Last QPL
recert 2/19/2009)
TRAILER MOUNTED ARROW BOARD
M90 (15 Led Lamps) (Current QPL # S102-0911, Last QPL
recert 2/20/2009)
TRAILER MOUNTED ARROW BOARD
M-90B (15 Led Lamps) (Current QPL # S102-0919, Last QPL
recert 2/20/2009)
TRAILER MOUNTED ARROW BOARD
M-90D (15 Led Lamps) (Current QPL # S102-0922, Last QPL
recert 4/20/2009)
TRAILER MOUNTED ARROW BOARD
M-90C (15 Led Lamps) (Current QPL # S102-0923, Last QPL
recert 4/20/2009)
TRAILER MOUNTED ARROW BOARD
M90 E-Z
TRAILER MOUNTED ARROW BOARD
M90 E 15 Light (Current QPL # S102-1021)
TRAILER MOUNTED ARROW BOARD
M90 E-Z
TRAILER MOUNTED ARROW BOARD
M90 E 25 Light (Current QPL # S102-1022)
VEHICLE MOUNTED ARROW BOARD
MiniPar36 PFVM-15-PC
VEHICLE MOUNTED ARROW BOARD
4896
TYPE B WARNING LIGHT HIGH INTENSITY
200-1 Led (Current QPL #S102-3002, Last QPL recert
4/20/2009)
PORTABLE REGULTORY SIGN
Protect-O-Flash Regulatory Sign
PORTABLE RADAR SPEED DISPLAY UNIT
Con-SAM
PULL BOX AND COVER
PG2436BAxx (24x36x18) W/COVER AND HARDWARE
PULL BOX AND COVER
PG2436BAxx (24x36x24) W/COVER AND HARDWARE
PULL BOX AND COVER
PG2436BAxx (24x36x30) W/COVER AND HARDWARE
PULL BOX AND COVER
PG2436BAxx (24x36x36) W/COVER AND HARDWARE
PULL BOX AND COVER
PG1730BAxx (17x30x12) W/COVER AND HARDWARE
PULL BOX AND COVER
PG1730BAxx (17x30x18) W/COVER AND HARDWARE
PULL BOX AND COVER
PG1730BAxx (17x30x22) W/COVER AND HARDWARE
PULL BOX AND COVER
PG1730BAxx (17x30x24) W/COVER AND HARDWARE
PULL BOX AND COVER
PG1730BAxx (17x30x28) W/COVER AND HARDWARE
PULL BOX AND COVER
PG1730BAxx (17x30x30) W/COVER AND HARDWARE
PULL BOX AND COVER
PG1324BAxx (13x24x12) W/COVER AND HARDWARE
PULL BOX AND COVER
PG1324BAxx (13x24x18) W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A22390014A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A22390028A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A22390030A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A22390036A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24243618A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24243624A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24243630A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24243642A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24132412A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24132418A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24173012A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24173018A W/COVER AND HARDWARE
PULL BOX AND COVER
MODEL A24173022A W/COVER AND HARDWARE
PULL BOX AND COVER
Model PG3060BAxx (30x60x21) W/COVER AND HARDWARE
1165
635-001-060
QUAZITE
PULL BOX AND COVER
1166
635-001-060
QUAZITE
PULL BOX AND COVER
1 Ea.
30 days
$250.00
TCS
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$300.00
$355.00
$422.00
$462.00
$182.00
$200.00
$275.00
$272.00
$289.00
$280.00
$102.00
$124.00
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
Rainbow Distr
30 days
$645.00
Rainbow Distr
Model PG3060BAxx (30x60x30) W/COVER AND HARDWARE 1 Ea.
30 days
$750.00
Rainbow Distr
Model PG3060BAxx (30x60x36) W/COVER AND HARDWARE 1 Ea.
30 days
$835.00
Rainbow Distr
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1167
635-001-061
QUAZITE
PULL BOX AND COVER
Model PG3048BAxx (30x48x18) W/COVER AND HARDWARE 1 Ea.
30 days
$638.00
Rainbow Distr
1168
635-001-061
QUAZITE
PULL BOX AND COVER
Model PG3048BAxx (30x48x24) W/COVER AND HARDWARE 1 Ea.
30 days
$635.00
Rainbow Distr
1169
635-001-061
QUAZITE
PULL BOX AND COVER
Model PG3048BAxx (30x48x36) W/COVER AND HARDWARE 1 Ea.
30 days
$808.00
Rainbow Distr
1170
635-001-062
QUAZITE
PULL BOX AND COVER
1 Ea.
30 days
$506.00
Rainbow Distr
1171
635-001-062
QUAZITE
PULL BOX AND COVER
1 Ea.
30 days
$859.00
Rainbow Distr
1172
635-001-063
QUAZITE
PULL BOX AND COVER
1 Ea.
30 days
$610.00
Rainbow Distr
1173
635-001-063
QUAZITE
PULL BOX AND COVER
1 Ea.
30 days
$813.00
Rainbow Distr
1174
635-001-064
QUAZITE
PULL BOX AND COVER
1 Ea.
30 days
$919.00
Rainbow Distr
1175
635-001-065
QUAZITE
PULL BOX AND COVER
1 Ea.
30 days
$708.00
Rainbow Distr
1176
1177
1178
1179
1180
1181
1182
1183
1184
1185
1186
1187
1188
1189
1190
1191
1192
1193
684-002-009
684-002-009
684-002-009
684-002-009
684-002-010
660-001-032
660-001-033
660-001-034
660-003-038
660-003-039
660-003-040
660-003-041
660-006-016
660-006-017
660-008-024
660-008-031
660-009-010
660-016-002
RED LION CONTROLS
RED LION CONTROLS
RED LION CONTROLS
RED LION CONTROLS
RED LION CONTROLS
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
RENO A&E
1 Ea.
1 Ea.
2-4 weeks
2-4 weeks
$1,078.96
$515.25
Tesco
Tesco
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
2-4 weeks
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$1,697.64
$225.00
$306.00
$175.00
$120.00
$161.00
$75.00
$100.00
$213.00
$313.00
$75.00
$174.00
$266.00
$75.00
Tessco
TCS
TCS
TCS
TCS
TCS
TCS
TCS
TCS
TCS
TCS
TCS
TCS
TCS
1194
660-017-003
RENO A&E
C-1200 SERIES
1 Ea.
30 days
$174.00
TCS
1195
660-017-004
RENO A&E
C-1201 SERIES
1 Ea.
30 days
$254.00
TCS
1196
660-017-005
RENO A&E
GT-200 SERIES
1 Ea.
30 days
$113.00
TCS
1197
660-022-001
RENO A&E
E-1200 SERIES
1 Ea.
30 days
$266.00
TCS
1198
660-022-002
RENO A&E
E/2-1200 SERIES
1 Ea.
30 days
$266.00
TCS
1199
660-023-001
RENO A&E
Y-200 SERIES
1 Ea.
30 days
$150.00
TCS
1200
1201
1202
678-004-014
678-007-013
678-016-004
RENO A&E
RENO A&E
RENO A&E
LS-200
FL-200
MMU-1600
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
$26.00
$26.00
$813.00
TCS
TCS
TCS
1203
680-002-001
RHYTHM ENGINEERING
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
VEH. LOOP DET. 2-CH. AUTO SHELF MT.
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
VEH. LOOP DET. 4-CH. AUTO SHELF MT.
VEH. LOOP DET. 4-CH. AUTO SHELF MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEH. LOOP DET. 4-CH. AUTO RACK MT.
VEH. DETECTOR- LOOP 2CH TS2 TYPE A
(NO TIMINGS)
VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
VEH. DETECTOR- LOOP 4CH TS2 TYPE D
(WITH TIMINGS)
VEH. DETECTOR- LOOP 4CH TS2 TYPE D
(WITH TIMINGS)
VEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO
TIMINGS)
LOAD SWITCH
FLASHER TYPE 3
MALFUNCTION MANAGEMENT UNIT TYPE
16
ADAPTIVE SIGNAL CONTROL SYSTEM
Model PR3943BAxx (36" Round, 18"D) W/COVER AND
HARDWARE
Model PR3943BAxx (36" Round, 36"D) W/COVER AND
HARDWARE
Model PR3944BAxx (36" Round, 24"D) W/COVER AND
HARDWARE
Model PR3944BAxx (36" Round, 48"D) W/COVER AND
HARDWARE
Model PR2733BAxx (27" Round, 48"D) W/COVER AND
HARDWARE
Model PR2732BAxx (27" Round, 36"D) W/COVER AND
HARDWARE
Sixnet SLX-8MG
InSync - NEMA
1 Ea.
Sixnet SLX-8MS
Sixnet SLX-10MS
Sixnet SLX-18MS
Sixnet Series EL228-AA-1
S-1200 SERIES
S-1201 SERIES
T-210 SERIES
L-1200 SERIES
L-1201 SERIES
T-100 SERIES
T-110 SERIES
T-400 SERIES
U-1200 SERIES
222 SERIES
C-1100 SERIES
E-1100-SS
G-200 SERIES
1203a
1203b
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1203c
1204
1204a
680-002-001
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1205
1205a
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1206
1206a
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1207
1207a
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1208
1208a
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1208b
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
1209
1210
1211
1212
1213
680-002-001
680-002-001
680-002-001
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
RHYTHM ENGINEERING
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
InSync - NEMA / 170/2070 (eliminates item # 1209)
InSync - NEMA / 170/2070 with Enhanced Camera (coldweather system, extended sun-shield)
InSync - NEMA / 170/2070 with FLIR Detection
InSync - NEMA Option, Ped Intercept Module
InSync - NEMA / 170/2070 Option, Ped Intercept Module
(eliminates item # 1210)
InSync - NEMA Option, Monitor and Keyboard
InSync - NEMA / 170/2070 Option, Monitor and Keyboard
(eliminates item # 1211)
InSync - NEMA Option, Spare System
InSync - NEMA / 170/2070 Option, Spare System
(eliminates item # 1212)
InSync - NEMA Option, Additional InSync Processor
InSync - NEMA / 170/2070 Option, Addition InSync
Processor (eliminates item # 1213)
InSync - NEMA Option, Additional Video Camera
InSync - NEMA / 170/2070 Option, Additional Video
Camera (eliminates item # 1214)
InSync - NEMA / 170/2070 Option, Additional Enhanced
Camera
InSync - 170/2070
InSync - 170/2070 Option, Ped Intercept Module
InSync - 170/2070 Option, Monitor and Keyboard
InSync - 170/2070 Option, Spare System
InSync - 170/2070 Option, Additional InSync Processor
1 Ea.
1 Ea.
30 days
30 days
$27,000.00
$29,500.00
Rhythm Eng.
Rhythm Eng.
1 Ea.
1 Ea.
2 Ea.
30 days
$34,500.00
Rhythm Eng.
30 days
$5,000.00
Rhythm Eng.
1 Ea.
3 Ea.
30 days
$700.00
Rhythm Eng.
1 Ea.
1 Ea.
30 days
$12,500.00
Rhythm Eng.
1 Ea.
1 Ea.
30 days
$4,500.00
Rhythm Eng.
1 Ea.
1 Ea.
30 days
$1,750.00
Rhythm Eng.
1 Ea.
30 days
$2,350.00
Rhythm Eng.
1214
1215
1215a
680-002-001
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
InSync - 170/2070 Option, Additional Video Camera
1 Ea.
InSync Fusion - NEMA
1 Ea.
InSync Fusion - NEMA / 170/2070 (eliminates item # 1221) 1 Ea.
30 days
$32,000.00
Rhythm Eng.
1215b
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
1215c
1216
1216a
680-002-001
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1217
1217a
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1218
1218a
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
1219
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
InSync Fusion - NEMA / 170/2070 with Enhanced Camera
(cold-weather system, extended sun-shield)
InSync Fusion - NEMA / 170/2070 with FLIR Detection
InSync Fusion - NEMA Option, Ped Intercept Module
InSync Fusion - NEMA / 170/2070 Option, Ped Intercept
Module (eliminates item # 1222)
InSync Fusion - NEMA Option, Monitor and Keyboard
InSync Fusion - NEMA / 170/2070 Option, Monitor and
Keyboard (eliminates item # 1223)
InSync Fusion - NEMA Option, Spare System
InSync Fusion - NEMA / 170/2070 Option, Spare System
(eliminates item # 1224)
InSync Fusion - NEMA Option, Additional InSync Processor
1 Ea.
30 days
$34,500.00
Rhythm Eng.
1 Ea.
1 Ea.
1 Ea.
30 days
$39,500.00
Rhythm Eng.
30 days
$5,000.00
Rhythm Eng.
1 Ea.
30 days
$700.00
Rhythm Eng.
1 Ea.
1 Ea.
30 days
$12,500.00
Rhythm Eng.
1219a
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
1220
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
InSync Fusion - NEMA / 170/2070 Option, Addition InSync
Processor (eliminates item # 1225)
InSync Fusion - NEMA Option, Additional Video Camera
1 Ea.
30 days
$4,500.00
Rhythm Eng.
1220a
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
InSync Fusion - NEMA / 170/2070 Option, Additional Video 1 Ea.
Camera (eliminates item # 1226)
InSync - NEMA / 170/2070 Option, Additional Enhanced
1 Ea.
Camera
30 days
$1,750.00
Rhythm Eng.
1220b
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
30 days
$2,350.00
Rhythm Eng.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1220c
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
1221
1222
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
InSync Comprehensive Hardware / Software Extended
Warranty (per intersection, per year, up to 5 years)
InSync Fusion - 170/2070
InSync Fusion - 170/2070 Option, Ped Intercept Module
1 Ea.
30 days
$1,250.00
Rhythm Eng.
1223
680-002-001
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
InSync Fusion - 170/2070 Option, Monitor and Keyboard
1224
1225
680-002-001
680-002-001
RHYTHM ENGINEERING
RHYTHM ENGINEERING
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
ADAPTIVE SIGNAL CONTROL SYSTEM
InSync Fusion - 170/2070 Option, Spare System
InSync Fusion - 170/2070 Option, Additional InSync
Processor
InSync Fusion - 170/2070 Option, Additional Video Camera
1226
680-002-001
RHYTHM ENGINEERING
1227
676-011-009
RTC MANUFACTURING
WIRED CABINET ASSEMBLY TYPE I
Model 502598LCB24 Series (Solar, 2 Batteries, 17¼ x26 x17) 1 Ea.
42 days
$2,383.00
Temple
1228
1229
676-011-010
676-011-011
RTC MANUFACTURING
RTC MANUFACTURING
WIRED CABINET ASSEMBLY TYPE I
WIRED CABINET ASSEMBLY TYPE I
Model 502507-24 (AC, 15x15x12)
Model 502598SW24 Series (Solar, 1 Battery, 18x17x14)
1 Ea.
1 Ea.
42 days
42 days
$639.00
$1,661.00
Temple
Temple
1230
700-026-009
RTC MANUFACTURING
SIGN BEACON (SCHOOL ZONE)
1 Ea.
42 days
$2,667.00
Temple
1231
1232
700-026-010
700-026-011
RTC MANUFACTURING
RTC MANUFACTURING
SIGN BEACON (SCHOOL ZONE)
SIGN BEACON (SCHOOL ZONE)
1 Ea.
1 Ea.
42 days
42 days
$1,374.00
$2,050.00
Temple
Temple
1233
1234
1235
1236
678-008-012
678-008-021
678-009-005
678-011-005
RTC MANUFACTURING
RTC MANUFACTURING
RTC MANUFACTURING
RTC MANUFACTURING
TIME SWITCH, TYPE 1
TIME SWITCH, TYPE 1
TIME SWITCH, TYPE 2
TIME SWITCH, TYPE 3
Model 502598LCB Series (Solar, 2 Batteries with time
switch, 17¼ x 26 x 17)
Model 502507 (AC with time switch, 15 x 15 x 12)
Model 502598SW Series (Solar, 1 Battery with time switch,
18 x 17 x 14)
MODEL AP21
MODEL CPR-2102 PAGER
MODEL AP-22
MODEL AP41
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
$334.00
$743.00
$439.00
$575.00
1237
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,179.00
1238
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,542.00
TCS
1239
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,833.00
TCS
1240
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,032.00
TCS
1241
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,396.00
TCS
1242
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1 Ea.
30 days
$1,032.00
TCS
1243
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1244
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
RS900-HI-D-C2-C2-T2 (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-C5-C5-T2 (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-C9-C9-T2 (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-C2-C2-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-C5-C5-XX(Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-T2-T2-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-T5-T5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-L2-L2-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
Temple
Temple
Temple
RTC Mfg. or See
Ordering Inst.
TCS
30 days
$1,032.00
TCS
1 Ea.
1 Ea.
1245
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1246
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1247
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1248
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1249
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1250
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1251
1252
1253
1254
684-002-001
684-002-001
684-002-001
684-002-001
RUGGEDCOM
RUGGEDCOM
RUGGEDCOM
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
MANAGED FIELD ETHERNET SWITCH
1255
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1256
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1257
684-002-001
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1258
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1259
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1260
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1261
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
RS900-HI-D-L5-L5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-XX-XX-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-2SFP (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-T5-T5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-T5-T5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
RS900-HI-D-T5-T5-XX (Alternate power supply voltage and
mounting options may be specified by purchaser when
order is placed).
25-10-0100 10km LC optics
25-10-0101 25km LC optics
25-10-0109 70km LC optics
RS900G-HI-D-2LC10 (Alternate Power Supply Voltage and
Mounting Options may be specified by purchaser when
order is placed)
RS900G-HI-D-2SC10 (Alternate Power Supply Voltage and
Mounting Options may be specified by purchaser when
order is placed)
RS900G-HI-D-2LC25 (Alternate Power Supply Voltage and
Mounting Options may be specified by purchaser when
order is placed)
RS900G-HI-D-2SC25 (Alternate Power Supply Voltage and
Mounting Options may be specified by purchaser when
order is placed)
RSG2100P-F-RM-HI-TX01-TX01-xxxx-xxxx-xxxx-xxxxx-xxxxxxxx-SS01 (Alternate Power Supply Voltage and Mounting
Options may be specified by purchaser when order is
placed)
RSG2100-F-RM-HI-TX01-TX01-xxxx-xxxx-xxxx-xxxxx-xxxxxxxx-SS01 (Alternate Power Supply Voltage and Mounting
Options may be specified by purchaser when order is
placed)
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)
FX04 Ethernet Module for RSG2100 (Module is an option
that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order. Alternate connector
configurations may be specified by purchaser when order is
placed.)
1 Ea.
30 days
$1,396.00
TCS
1 Ea.
30 days
$740.00
TCS
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
$219.00
$401.00
$1,455.00
$1,411.00
TCS
TCS
TCS
TCS
1 Ea.
30 days
$1,411.00
TCS
1 Ea.
30 days
$1,629.00
TCS
1 Ea.
30 days
$1,629.00
TCS
1 Ea.
30 days
$1,988.00
TCS
1 Ea.
30 days
$1,551.00
TCS
1 Ea.
30 days
$136.00
TCS
1 Ea.
30 days
$752.00
TCS
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1262
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1263
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1264
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1265
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1266
684-002-003
RUGGEDCOM
MANAGED FIELD ETHERNET SWITCH
1267
684-002-003
RUGGEDCOM
1268
1269
1270
660-024-001
660-024-002
700-024-002
1271
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.)
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.)
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.)
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)
FG71 Gigabit Ethernet Module for RSG2100 (Module is an
option that cannot be ordered separately. Modules must be
specified as part of the complete device listed under item
822A/B at time of order. SFP optics may be specified by
purchaser when order is placed).
1 Ea.
30 days
$752.00
TCS
1 Ea.
30 days
$1,141.00
TCS
1 Ea.
30 days
$1,529.00
TCS
1 Ea.
30 days
$243.00
TCS
1 Ea.
30 days
$874.00
TCS
MANAGED FIELD ETHERNET SWITCH
FG72 Gigabit Ethernet Module for RSG2100 (Module is an 1 Ea.
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).
30 days
$1,359.00
TCS
SENSYS NETWORKS
SENSYS NETWORKS
SES AMERICA
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
DYNAMIC MESSAGE SIGN - EMBEDDED
1 Ea.
1 Ea.
30 days
30 days
$6,729.00
$8,016.00
Temple
Temple
700-025-001
SES AMERICA
DYNAMIC MESSAGE SIGN - RETROFIT KIT
VDS240
APCC Series
M5000 (Monochrome Amber 66mm pitch) (Full Color
33mm pitch)
M6000 DMS Retrofit Kit (Amber)
1272
744-003-002
SHARP
NE-80EJEA (80W)
1273
744-003-002
SHARP
1274
744-003-002
SHARP
1275
671-016-012
1276
671-017-011
SIEMENS TRAFFIC
SOLUTIONS
SIEMENS TRAFFIC
SOLUTIONS
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - SOLAR PANEL
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - SOLAR PANEL
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - SOLAR PANEL
NEMA TS2 TYPE 1 CONTROLLER UNIT
NEMA TS2 TYPE 2 CONTROLLER UNIT
EPAC M-52
1 Ea.
42 days
$2,141.00
Temple
ND-123UJF (123W)
ND-130UJF (130W)
EPAC M-51
1277
671-018-007
SIEMENS TRAFFIC
SOLUTIONS
2070L UNIT (LITE UNIT FOR 170 CABINET)
1277a
671-018-007
2070 UNIT FOR 170 CABINETS
1278
671-019-004
1279
671-020-006
1280
671-021-002
1281
1282
1283
747-001-003
747-001-004
659-032-002
SIEMENS TRAFFIC
SOLUTIONS
SIEMENS TRAFFIC
SOLUTIONS
SIEMENS TRAFFIC
SOLUTIONS
SIEMENS TRAFFIC
SOLUTIONS
SIERRA WIRELESS
SIERRA WIRELESS
SIGNAL SAFE
1284
1285
1286
1286a
1286b
1287
1287a
1287b
1288
1288a
1288b
1289
1289a
1289b
1290
1291
1292
1293
1294
1295
1296
1297
1298
1299
1300
1301
1302
659-031-006
659-031-006
659-031-013
659-031-013
659-031-013
659-031-015
659-031-015
659-031-015
659-031-016
659-031-016
659-031-016
659-031-017
659-031-017
659-031-017
659-034-001
659-034-001
659-035-001
659-035-001
659-035-002
659-035-003
659-035-003
700-020-001
102-044-001
102-044-002
102-044-008
102-044-009
102-048-004
1303
Model 2070 ATMS (NO VME BUSS), INCLUDES 2070
CHASSIS, 1B ENGINE BOARD W/DATAKEY SLOT, 2A I/O
MODULE, 3B FRONT PANEL, 4A POWER SUPPLY MODULE,
7A MODULE
Model 2070E Series, Comm, Software
1 Ea.
42 days
$2,025.00
Temple
2070L UNIT (FULL UNIT FOR 170 CABINET) 2070ATMS
1 Ea.
2070LCN UNIT (LITE UNIT FOR TS1
CABINET)
2070LCN UNIT (FULL UNIT FOR TS1
CABINET)
TRAFFIC MONITORING SITE MODEM
TRAFFIC MONITORING SITE MODEM
PIVOTAL ADJUSTABLE HANGER ASSEMBLY
MODEL 2070N (NO VME BUSS)
1 Ea.
LS300
GX400
8880
1 Ea.
1 Ea.
1 Ea.
2-4 weeks
2-4 weeks
$409.55
$500.74
Tessco
Tessco
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKY BRACKET
SKYLINE PRODUCTS
SOLAR TECHNOLOGY
SOLAR TECHNOLOGY
SOLAR TECHNOLOGY
SOLAR TECHNOLOGY
SOLAR TECHNOLOGY
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGNAL MOUNTING
MAST ARM SIGN MOUNTING
MAST ARM SIGN MOUNTING
MAST ARM CAMERA MOUNTING
MAST ARM CAMERA MOUNTING
MAST ARM CAMERA MOUNTING
MAST ARM CAMERA MOUNTING
MAST ARM CAMERA MOUNTING
DYNAMIC MESSAGE SIGN - WALK-IN
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
PORTABLE CHANGEABLE MESSAGE SIGN
SS-SB29-46 W/BAND
SS-SBC66-46 W/CABLE
SS-SBxx-HPB-xx
SS-SB29-HPB-18 W/BAND
SS-SBC66-HPB-18 W/CABLE
SS-SBxx-3M-xx
SS-SB29-3M-46
SS-SBC66-3M-46
SS-SBxx-3MCB-xx
SS-SB29-3MCB-46
SS-SBC66-3MCB-46
SS-SBxx-SCB-xx
SS-SB29-SCB-46
SS-SBC66-SCB-46
SS-SB29-SBK-46TK-23 W/BAND
SS-SBC66-SBK-46TK-23 W/CABLE
SS-SB29-RCM W/BAND (rigid)
SS-SBC66-RCM W/CABLE (rigid)
SS-SB29-CM W/BAND (standard)
SS-SB29-ACM-74 W/BAND (adjustable)
SS-SBC66-ACM-74 W/CABLE (adjustable)
"I" Series (Monochrome Amber 66mm pitch)
AB-2015 (15 Led Lamps) (Current QPL # S102-0900)
AB-2025 (25 Led Lamps) (Current QPL # S102-1000)
AB-0515 (15 Led Lamps) (Current QPL # S102-0917)
AB-0525 (25 Led Lamps) (Current QPL # S102-1006)
MB-1548 (Current QPL # S102-1207)
1 Ea.
1 Ea.
30 Days
30 Days
$147.50
$164.50
Sky Bracket
Sky Bracket
1 Ea.
1 Ea.
30 days
30 days
$233.25
$256.75
Sky Bracket
Sky Bracket
1 Ea.
1 Ea.
30 days
30 days
$183.50
$210.75
Sky Bracket
Sky Bracket
1 Ea.
1 Ea.
30 days
30 days
$263.75
$277.00
Sky Bracket
Sky Bracket
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
$252.00
$264.75
$148.50
$165.75
$92.00
$112.25
$69.25
$170.25
$192.25
Sky Bracket
Sky Bracket
Sky Bracket
Sky Bracket
Sky Bracket
Sky Bracket
Sky Bracket
Sky Bracket
Sky Bracket
30 days
30 days
30 days
$4,045.00
$4,375.00
$17,125.10
Safety Zone
Safety Zone
Safety Zone
102-048-012
SOLAR TECHNOLOGY
PORTABLE CHANGEABLE MESSAGE SIGN
MB-II-2248 (Current QPL # S102-1220)
1 Ea.
30 days
$14,675.55
Safety Zone
1304
1305
102-052-013
676-005-001
PORTABLE RADAR SPEED DISPLAY UNIT
CONTROLLER CABINET UNWIRED TYPE I
Silent Advisor RST-1000 (Current QPL # S102-1913)
TYPE 1 UNWIRED
1 Ea.
1 Ea.
30 days
30 days
$7,550.35
$295.00
Safety Zone
Southern Mfg.
1306
676-006-001
CONTROLLER CABINET UNWIRED TYPE II
TYPE II UNWIRED
1 Ea.
30 days
$395.00
Southern Mfg.
1307
676-007-004
SOLAR TECHNOLOGY
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
CONTROLLER CABINET UNWIRED TYPE IV
TYPE IV UNWIRED
1 Ea.
30 days
$895.00
Southern Mfg.
MODEL 2070N W/VME BUSS
1308
676-008-009
1309
676-010-001
1310
676-014-001
1311
676-015-001
1312
676-024-001
1313
676-029-003
1314
676-031-001
1315
676-035-003
1315a
676-035-003
1316
676-035-005
1316a
676-035-005
1317
676-035-012
1317a
676-035-012
1318
685-002-004
1319
700-012-010
1320
700-015-019
1321
700-015-021
1322
700-015-022
1323
700-015-023
1324
746-006-001
1325
746-008-001
1326
746-009-001
1327
744-002-004
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SOUTHERN
MANUFACTURING
SPECIALTY CONCEPTS
1328
1329
1330
654-002-004
678-008-022
663-001-007
SPOT DEVICES
SPOT DEVICES
STC ELECTRONICS
1331
1332
663-001-007
654-001-001
STC ELECTRONICS
STOP EXPERTS
CONTROLLER CABINET UNWIRED TYPE V
59"H X 40"W X 27"D
1 Ea.
30 days
$995.00
Southern Mfg.
CONTROLLER CABINET UNWIRED SPECIAL
BC4T UNWIRED
1 Ea.
30 days
$1,395.00
Southern Mfg.
CONTROLLER CABINET UNWIRED TYPE VI
TYPE VI UNWIRED
1 Ea.
30 days
$1,395.00
Southern Mfg.
CONTROLLER CABINET UNWIRED TYPE III
TYPE III UNWIRED
1 Ea.
30 days
$575.00
Southern Mfg.
170 UNWIRED CABINET TYPE 332/334
DWG # 332ALUM.PRT
1 Ea.
30 days
$1,645.00
Southern Mfg.
170 UNWIRED CABINET TYPE 336
MODEL SM‐336 (39” x 24¼” x 20¼”)
1 Ea.
30 days
$1,375.00
Southern Mfg.
170 UNWIRED CABINET TYPE 336 STRETCH MODEL SM‐336S (46” x 24¼” x 20¼”)
1 Ea.
30 days
$1,475.00
Southern Mfg.
ITS FIELD CABINET (340)
340-DMS-FL-SS-GEN
1 Ea.
30 days
$8,195.00
Southern Mfg.
ITS FIELD CABINET 340
1RU8126MS Remote Power Manager/Enviromental
Monitoring System
WE3RAL-334-FLDMS-G
1 Ea.
30 days
$1,095.00
Southern Mfg.
1 Ea.
30 days
$4,495.00
Southern Mfg.
1RU8126MS Remote Power Manager/Enviromental
Monitoring System
WE3RAL-336S-FLITS
1 Ea.
30 days
$1,095.00
Southern Mfg.
1 Ea.
30 days
$3,725.00
Southern Mfg.
1RU8126MS Remote Power Manager/Enviromental
Monitoring System
SM-UPS-1
1 Ea.
30 days
$1,095.00
Southern Mfg.
1 Ea.
90 days
$4,295.00
Southern Mfg.
MODEL LED BLANKOUT SERIES - Legend to be defined by
purchaser at time of order
FF-1.1.S-SERIES
1 Ea.
90 days
$2,750.00
Southern Mfg.
1 Ea.
30 days
$1,595.00
Southern Mfg.
SSLED SERIES
1 Ea.
30 days
$2,795.00
Southern Mfg.
ThinLine(TM) LED STREET NAME SIGN
1 Ea.
30 days
$2,295.00
Southern Mfg.
Clean Profile Series
1 Ea.
30 days
$3,395.00
Southern Mfg.
Type IV unwired
1 Ea.
30 days
$895.00
Southern Mfg.
Type 332/334 unwired
1 Ea.
30 days
$1,645.00
Southern Mfg.
Type III unwired
1 Ea.
30 days
$795.00
Southern Mfg.
ASC12-8
1 Ea.
Model Road Spot 320 Series
Model SC305
EMTRAC GPS-FHSS
1 Ea.
1 Ea.
1 Ea.
GPS-FHSS
MODEL Enhancer Series
1 Ea.
1 Ea.
ITS FIELD CABINET TYPE 334
ITS FIELD CABINET 340
ITS FIELD CABINET TYPE 336S
ITS FIELD CABINET 340
UNINTERRUPTIBLE POWER SUPPLY
BLANKOUT SIGN
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
TRAFFIC MONITORING SITE CABINET - TYPE
IV CABINET
TRAFFIC MONITORING SITE CABINET - TYPE
334 CABINET
TRAFFIC MONITORING SITE CABINET - TYPE
III CABINET
TRAFFIC MONITORING SITE SOLAR POWER
UNIT - VOLTAGE REGULATOR
IN-ROADWAY LIGHTS ASSEMBLY
TIME SWITCH, TYPE 1
EMERG. VEH. DETECTOR (PRE-EMPTION)
PREEMPTION SYSTEM
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
1333
654-001-007
STOP EXPERTS
Enhancer Kit
1 Ea.
RRFB-XL Series
1 Ea.
30 days
$6,110.00
Univ. Signs & Access.
BlinkerSign® LED Sign 2180 Series (24/7 Operation)
TL-30-SS
1 Ea.
1 Ea.
30 days
$1,695.00
Univ. Signs & Access.
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TELESTE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
TEMPLE
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
HIGHLIGHTED SIGNS
TRANSFER SWITCH - RETROFIT
(AUTOMATIC)
VIDEO DECODER
VIDEO DECODER
VIDEO DECODER
VIDEO DECODER
VIDEO ENCODER
VIDEO ENCODER
VIDEO ENCODER
VIDEO ENCODER
VIDEO ENCODER
VIDEO ENCODER
VIDEO ENCODER
VIDEO ENCODER
VIDEO ENCODER
VIDEO ENCODER
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (STANDARD)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
BACKPLATE (RETROREFLECTIVE)
IN-ROADWAY LIGHTS ASSEMBLY
WIRED CABINET ASSEMBLY TYPE V
CONTROLLER CABINET UNWIRED TYPE I
1334
654-001-003
TAPCO
1335
1336
700-027-001
639-004-001
TAPCO
1337
1338
1339
1340
1341
1342
1343
1344
1345
1346
1347
1348
1349
1350
1351
1352
1353
1354
1355
1356
1357
1358
1359
1360
1361
1362
1363
1364
1365
1366
1367
684-003-002
684-003-002
684-003-002
684-003-003
684-004-002
684-004-002
684-004-002
684-004-002
684-004-008
684-004-008
684-004-008
684-004-008
684-004-008
684-004-008
650-021-014
650-021-014
650-021-014
650-021-014
650-021-014
650-021-014
650-021-014
650-022-003
650-022-003
650-022-003
650-022-003
650-022-003
650-022-003
650-022-003
654-002-001
676-003-012
676-005-008
Model MPC-D1
Model MPC-D2
Model MPC-D4
Model MPX D8
Model MPC-E1
Model MPC-E2
Model MPC-E4
Model MPX-E8
MPH101
MPH111
MPH102
MPH112
MPH241
MPH242
BPA500FL Series – 1 SECTION
BPA500FL Series – 2 SECTION
BPA500FL Series – 3 SECTION
BPA500FL Series – 4 SECTION
BPA500FL Series – 5 SECTION (In‐line)
BPA500FL Series – 5 SECTION (Cluster – span)
BPA500FL Series – 5 SECTION (Cluster – mast arm)
BPA(R)500FL Series – 1 SECTION
BPA(R)500FL Series – 2 SECTION
BPA(R)500FL Series – 3 SECTION
BPA(R)500FL Series – 4 SECTION
BPA(R)500FL Series – 5 SECTION (In‐line)
BPA(R)500FL Series – 5 SECTION (Cluster – span)
BPA(R)500FL Series – 5 SECTION (Cluster – mast arm)
19000-LLC-FL
TF4008TFL0101
SMTF161412TSD
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
56 days
$881.00
$972.00
$1,623.00
$2,833.00
$740.00
$881.00
$1,347.00
$2,553.00
$1,020
$1,020
$1,299
$1,299
$1,812
$2,044
$41.00
$48.00
$49.00
$65.00
$80.00
$139.00
$132.00
$65.00
$73.00
$74.00
$90.00
$105.00
$165.00
$160.00
$17,690.00
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Control Tech
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
1 Ea.
30 days
$368.00
Temple
1368
1369
1369a
676-011-012
676-023-006
676-023-006
TEMPLE
TEMPLE
TEMPLE
WIRED CABINET ASSEMBLY TYPE I
WIRED CABINET ASSEMBLY TS-2 SIZE 6
WIRED CABINET ASSEMBLY TS-2 SIZE 6
TF4001F-FL
1 Ea.
TF5116TFL02
1 Ea.
Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL- 1 Ea.
2 EL712FLG alum enclosure w/ generator compartment &
generator transfer switch. Includes 16-channel card rack,
MMU 16LE ip signal monitor, 16 load switches, 1 flasher,
Cabinet power supply, Multilink fiber termination panel
w/ (2) fiber adapters, (4) fiber patch cords , & photo cell,
Less controller
42 days
84 days
84 days
$531.00
$9,424.00
$9,889.00
Temple
Temple
Temple
TECHNOLOGIA ELECTRONICA
DEL RIPOLLES
1369b
676-023-006
TEMPLE
WIRED CABINET ASSEMBLY TS-2 SIZE 6
Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL- 1 Ea.
2 ELS1008FL Single door Size 6 Stretch Cabinet , 67" H,
w/out generator compartment or transfer switch. Includes:
MMU2-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher Multilink fiber termination panel w/
(2) fiber adapters, (4) fiber patch cords, & Photo cell , less
controller
84 days
$9,729.00
Temple
1369c
676-023-006
TEMPLE
WIRED CABINET ASSEMBLY TS-2 SIZE 6
Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 1 Ea.
ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/
generator compartment & transfer switch. Includes:
MMU2-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher, Multilink fiber termination panel
w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell ,
less controller
84 days
$10,165.00
Temple
1369d
676-023-006
TEMPLE
WIRED CABINET ASSEMBLY TS-2 SIZE 6
84 days
$10,580.00
Temple
1369e
676-023-006
TEMPLE
WIRED CABINET ASSEMBLY TS-2 SIZE 6
Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 1 Ea.
ELS1008FL2 Doublele door Size 6 Stretch Cabinet, 67" H,
Front & back doors, w/out generator compartment or
transfer switch. Includes: MMU-16LEip signal monitor, (1)
16-channel card rack, 16 load switches, 1 flasher, Multilink
fiber termination panel w/ (2) fiber adapters, (4) fiber patch
cords, & Photo cell, less controler
Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 1 Ea.
ELS1008FLG2 Size 6 Stretch Cabinet, 67" H, Front & back
doors, w/generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, Multilinlk fiber termination panel w/
(2) fiber adapters, (4) fiber patch cords, & Photo cell. Less
controller
84 days
$10,962.00
Temple
1369f
676-023-006
TEMPLE
WIRED CABINET ASSEMBLY TS-2 SIZE 6
Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 1 Ea.
ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/
generator compartment & transfer switch. Includes:
MMU2-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher, Multilink fiber termination panel
w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell ,
less controller. Painted white inside
84 days
$11,023.00
Temple
1369g
676-023-006
TEMPLE
WIRED CABINET ASSEMBLY TS-2 SIZE 6
Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 1 Ea.
ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/
generator compartment & transfer switch. Includes:
MMU2-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher, Multilink fiber termination panel
w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell ,
less controller. Painted white inside and painted outside
84 days
$12,023.00
Temple
1369h
676-023-006
TEMPLE
WIRED CABINET ASSEMBLY TS-2 SIZE 6
Temple, Wired Cabinet Assy, Model TF5116FL-2
1 Ea.
ELS1008FLG2 Size 6 Stretch Cabinet, 67" H, Front & back
doors, w/generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, Multilinlk fiber termination panel w/
(2) fiber adapters, (4) fiber patch cords, & Photo cell. Less
controller. Painted white inside
84 days
$11,819.00
Temple
1370
676-034-001
TEMPLE
TF4116MT
1 Ea.
84 days
$9,093.00
Temple
1370a
676-034-001
TEMPLE
HYBRID NEMA TS1 - TS2 WIRED CABINET
ASSEMBLY
HYBRID NEMA TS1-TS2 CABINET ASSY
84 days
$9,546.00
Temple
1370b
676-034-001
TEMPLE
HYBRID NEMA TS1-TS2 CABINET ASSY
Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
1 Ea.
TF4116MT-2 ELS712FLG Single door Size 6 Cabinet, 56" H,
w/ generator compartment & transfer switch. Includes:
MMU-16LEip signal monitor, (1) 16-channel card rack, 16
load switches, 1 flasher Multilink fiber termination panel w/
(2) fiber adapters, (4) fiber patch cords, & Photo cell. Less
controller
Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
1 Ea.
TF4116MT-2 ELS1008FL Single door Size 6 Stretch Cabinet ,
67" H, w/out generator compartment or transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, 1 flasher Multilink fiber termination
panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo
cell. Less controller
84 days
$9,512.00
Temple
1370c
676-034-001
TEMPLE
HYBRID NEMA TS1-TS2 CABINET ASSY
Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
1 Ea.
TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet
, 67" H, w/ generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, 1 flasher, Multilink fiber termination
panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo
cell. Less controller
84 days
$9,904.00
Temple
1370d
676-034-001
TEMPLE
HYBRID NEMA TS1-TS2 CABINET ASSY
Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
1 Ea.
TF4116MT-2 ELS1008FL2 Size 6 Stretch Cabinet, Front &
back doors , 67" H, w/out generator compartment or
transfer switch. Includes: MMU-16LEip signal monitor, (1)
16-channel card rack, 16 load switches, 1 flasher Multilink
fiber termination panel w/ (2) fiber adapters, (4) fiber patch
cords, & Photo cell. Less controller
84 days
$10,191.00
Temple
1370e
676-034-001
TEMPLE
HYBRID NEMA TS1-TS2 CABINET ASSY
Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
1 Ea.
TF4116MT-2 ELS1008FLG2 Size 6 Stretch Cabinet, Front &
back doors , 67" H, w/ generator compartment and
transfer switch. Includes: MMU-16LEip signal monitor, (1)
16-channel card rack, 16 load switches, 1 flasher Multilink
fiber termination panel w/ (2) fiber adapters, (4) fiber patch
cords, & Photo cell. Less controller
84 days
$10,582.00
Temple
1370f
676-034-001
TEMPLE
HYBRID NEMA TS1-TS2 CABINET ASSY
Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
1 Ea.
TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet
, 67" H, w/ generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, 1 flasher, Multilink fiber termination
panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo
cell. Less controller. Painted white inside
84 days
$10,761.00
Temple
1370g
676-034-001
TEMPLE
HYBRID NEMA TS1-TS2 CABINET ASSY
84 days
$11,761.00
Temple
1370h
676-034-001
TEMPLE
HYBRID NEMA TS1-TS2 CABINET ASSY
Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
1 Ea.
TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet
, 67" H, w/ generator compartment & transfer switch.
Includes: MMU-16LEip signal monitor, (1) 16-channel card
rack, 16 load switches, 1 flasher, Multilink fiber termination
panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo
cell. Less controller. Painted white inside, and painted
outside
Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model
1 Ea.
TF4116MT-2 ELS1008FLG2 Size 6 Stretch Cabinet, Front &
back doors , 67" H, w/ generator compartment and
transfer switch. Includes: MMU-16LEip signal monitor, (1)
16-channel card rack, 16 load switches, 1 flasher Multilink
fiber termination panel w/ (2) fiber adapters, (4) fiber patch
cords, & Photo cell. Less controller. Painted white inside
84 days
$11,439.00
Temple
1371
1371a
676-035-006
676-035-006
TEMPLE
TEMPLE
ITS FIELD CABINET TYPE 334
ITS FIELD CABINET TYPE 334
11000ITS-FL
ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet,
Base mount cabinet w/ Generator compartment, Dual
fans, Power panel, Cable management, Power Surge
Suppresssion, & Drawer, Sun Shields
1 Ea.
1 Ea.
70 days
70 days
$3,401.00
$5,132.00
Temple
Temple
1371b
676-035-006
TEMPLE
ITS FIELD CABINET TYPE 334
ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet, 1 Ea.
Base mount cabinet w/ out Generator compartment, Dual
fans, Power panel, Cable management, Power Surge
Suppresssion, & Drawer, No Sun Shields
70 days
$3,038.00
Temple
1371c
676-035-006
TEMPLE
ITS FIELD CABINET TYPE 334
ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet, 1 Ea.
Base mount cabinet w/ out Generator compartment, Dual
fans, Power panel, Cable management, Power Surge
Suppresssion, & Drawer, w/ Sun Shields
70 days
$4,263.00
Temple
1372
1372a
676-035-013
676-035-013
TEMPLE
TEMPLE
ITS FIELD CABINET TYPE 336S
ITS FIELD CABINET TYPE 336S
12000ITS-FL
ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS Pole mount Cabinet, Generator Compartment,
Dual Fans, Power Panel, Cable Management, Power Surge
Suppression & drawer, Sun Shields
1 Ea.
1 Ea.
70 days
70 days
$2,875.00
$3,503.00
Temple
Temple
1372b
676-035-013
TEMPLE
ITS FIELD CABINET TYPE 336S
ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
1 Ea.
HUB ITS, Base mount Cabinet with Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer
70 days
$2,845.00
Temple
1372c
676-035-013
TEMPLE
ITS FIELD CABINET TYPE 336S
ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
1 Ea.
HUB ITS Base mount Cabinet with Sun Shield, Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer
70 days
$3,627.00
Temple
1372d
676-035-013
TEMPLE
ITS FIELD CABINET TYPE 336S
ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
1 Ea.
HUB ITS Pole mount Cabinet, w/ out Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer, No Sun Shields
70 days
$2,307.00
Temple
1372e
676-035-013
TEMPLE
ITS FIELD CABINET TYPE 336S
ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
1 Ea.
HUB ITS Pole mount Cabinet, w/out Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer, Sun Shields
70 days
$2,970.00
Temple
1372f
676-035-013
TEMPLE
ITS FIELD CABINET TYPE 336S
ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
1 Ea.
HUB ITS, Base mount Cabinet w/ out Generator
Compartment, Dual Fans, Power Panel, Cable Management,
Power Surge Suppression & drawer. No Sun Shields
70 days
$2,277.00
Temple
1372g
676-035-013
TEMPLE
ITS FIELD CABINET TYPE 336S
ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL
HUB ITS Base mount Cabinet with Sun Shield, w/ out
Generator Compartment, Dual Fans, Power Panel, Cable
Management, Power Surge Suppression & drawer
1 Ea.
70 days
$2,940.00
Temple
1373
676-037-002
TEMPLE
170 WIRED CABINET TYPE 332
1 Ea.
84 days
$7,839.00
Temple
1374
1375
1375a
676-039-002
685-002-005
685-002-005
TEMPLE
TEMPLE
TEMPLE
1 Ea.
84 days
$7,155.00
Temple
1 Ea.
42 days
$1,264.00
Temple
1375b
685-002-005
TEMPLE
1 Ea.
42 days
$4,020.00
Temple
1375c
685-002-005
TEMPLE
1 Ea.
42 days
$4,415.00
Temple
1376
1376a
685-002-006
685-002-006
TEMPLE
TEMPLE
1 Ea.
1 Ea.
60 days
60 days
$8,081.00
$7,118.00
Temple
Temple
1377
685-003-002
TEMPLE
1378
700-015-026
TEMPLE
MODEL TF332FL, INCLUDES (12) MODEL 200 LOAD
SWITCHES, EDI 242J DC ISOLATOR, EDI 2010ECL MONITOR.
CONTROLLER NOT INCLUDED.
170 WIRED CABINET TYPE 336
MODEL TF336FL
UNINTERRUPTIBLE POWER SUPPLY
FXM 500/1100/1500/2000 & CABINET
UNINTERRUPTIBLE POWER SUPPLY
System Auxiliaries, Uninterruptible Power Source / CCTV
Alpha FXM650 w/ SNMP, (2) 85GXL 50 aH batteries, battery
cable kit, rack mount kit
UNINTERRUPTIBLE POWER SUPPLY
System Auxiliaries, Uninterruptible Power Source: Alpha
FXM 1100 UPS w/ SNMP, (4) 195 GXL 100 aH batteries,
battery cable kit, Alpha S6 aluminum enclosure w/
generator compartment, universal automatic transfer
switch, interior lamp, external on-battery LED
UNINTERRUPTIBLE POWER SUPPLY
System Auxiliaries, Uninterruptible Power Source: Alpha
FXM2000 UPS w/ SNMP, (4) 220 GXL 109 aH batteries,
battery cable kit, Alpha S6 aluminum enclosure w/
generator compartment, universal automatic transfer
switch, interior lamp, external on-battery LED
UNINTERRUPTIBLE POWER SUPPLY
17000-UP-FL-W/BATT
UNINTERRUPTIBLE POWER SUPPLY
System Auxiliaries, UPS: # 17000-UP-FL-w/ Batteries Clary
SP1250LX-N UPS w/ SNMP network adapter, 41 aH battery
& cable set, alum enclousre w/ generator plug, LED
confirmation light
UNINTERRUPTIBLE POWER SUPPLY (REAL- 17000-UP-FL-W/O BATT
TIME ACTIVE POWER CONDITIONER)
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A Series
1378a
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 48" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 24" x 48" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 18" x 60" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 24" x 60" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 18" x 72" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 24" x 72" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 18" x 84" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 24" x 84" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 18" x 108" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 24" x 108" Single sided EdgeLit sign (2) SP-1079-FL144-PNC, AstroBrac clamp kit
R409A 18" x 48" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,194.00
Temple
1378b
700-015-026
TEMPLE
1 Ea.
42 days
$1,258.00
Temple
1378c
700-015-026
TEMPLE
1 Ea.
42 days
$1,307.00
Temple
1378d
700-015-026
TEMPLE
1 Ea.
42 days
$1,382.00
Temple
1378e
700-015-026
TEMPLE
1 Ea.
42 days
$1,544.00
Temple
1378f
700-015-026
TEMPLE
1 Ea.
42 days
$1,618.00
Temple
1378g
700-015-026
TEMPLE
1 Ea.
42 days
$1,683.00
Temple
1378h
700-015-026
TEMPLE
1 Ea.
42 days
$1,698.00
Temple
1378i
700-015-026
TEMPLE
1 Ea.
42 days
$1,820.00
Temple
1378j
700-015-026
TEMPLE
1 Ea.
42 days
$1,934.00
Temple
1378k
700-015-026
TEMPLE
1 Ea.
42 days
$1,329.00
Temple
1378l
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 48" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,460.00
Temple
1378m 700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 60" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,393.00
Temple
1378n
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 60" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,474.00
Temple
1378o
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 72" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,634.00
Temple
1378p
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 72" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,727.00
Temple
1378q
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 84" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,835.00
Temple
1378r
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 84" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,938.00
Temple
1378s
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 18" x 108" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$1,923.00
Temple
1378t
700-015-026
TEMPLE
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
R409A 24" x 108" Double sided EdgeLit sign, free swinging
(1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr
1 Ea.
42 days
$2,045.00
Temple
1379
1380
685-002-007
741-003-002
TESCO CONTROLS, INC.
THERMOCOAX
UNINTERRUPTIBLE POWER SUPPLY
TRAFFIC MONITORING SITE VEHICLE
SENSOR - PIEZOELECTRIC AXLE SENSOR
Traffic 24-FLBBS
VB80 Series
1 Ea.
1 Ea.
30 days
$7,298.00
Control Tech
1381
744-004-002
1382
1382a
684-004-006
684-004-006
THOMPSON LIGHTNING
PROTECTION
TKH SECURITY
TKH SECURITY
1383
1384
1384a
1384b
1384c
1385
1385a
1385b
1385c
1386
1386a
1386b
1386c
1387
1387a
1387b
1387c
1388
1389
1390
1391
1392
1393
1394
1395
1396
1397
1398
1399
1400
1401
1402
1403
682-002-006
682-002-006
684-002-006
684-002-006
684-002-006
682-002-006
684-002-006
684-002-006
684-002-006
682-002-006
684-002-006
684-002-006
684-002-006
682-002-010
684-002-010
684-002-010
684-002-010
684-002-012
684-002-012
684-003-007
102-044-003
102-044-003
102-044-006
102-044-027
102-044-031
102-045-006
102-045-006
102-045-009
102-045-009
102-045-010
102-045-010
102-045-010
654-002-002
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TKH SECURITY
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFCON INDUSTRIES
TRAFFIC SAFETY CORP
1404
654-002-003
TRAFFIC SAFETY CORP
1405
1406
1406a
1406b
700-019-004
660-027-004
660-027-004
660-027-004
TRAFFICALM SYSTEMS
TRAFFICAST
TRAFFICAST
TRAFFICAST
TRAFFIC MONITORING SITE SOLAR POWER 660 1/2" x 36" Copper Air Terminal
UNIT - LIGHTNING ROD
VIDEO ENCODER
Model: C-60 E-MC
VIDEO ENCODER
Siqura C-60 E-MC/SA Video encoder w/ audio, data, & CCs,
stand alone
CAMERA - DOME
HSD62x Series, HSD620PRH
CAMERA - DOME
HSD62x Series, HSD621PRH
CAMERA - DOME
PA 02 -US, Power supply
CAMERA - DOME
WM01A, Bracket, Wall mount, short, with gasket
CAMERA - DOME
Siqura PTM01 Bracket, Adapter, 1 1/2Inch NPT
CAMERA - DOME
HSD62x Series, HSD622
CAMERA - DOME
PA 02 -US, Power supply
CAMERA - DOME
WM01A, Bracket, Wall mount, short, with gasket
CAMERA - DOME
Siqura PTM01 Bracket, Adapter, 1 1/2Inch NPT
CAMERA - DOME
HSD62x Series, HSD626
CAMERA - DOME
PA 02 -US, Power supply
CAMERA - DOME
WM01A, Bracket, Wall mount, short, with gasket
CAMERA - DOME
Siqura PTM01 Bracket, Adapter, 1 1/2Inch NPT
CAMERA - DOME
HSD820H3-E
CAMERA - DOME
PA 02 -US, Power supply
CAMERA - DOME
WM01A, Bracket, Wall mount, short, with gasket
CAMERA - DOME
Siqura PTM01 Bracket, Adapter, 1 1/2Inch NPT
MANAGED FIELD ETHERNET SWITCH
XSNet C4100SW Series, C4104SW
MANAGED FIELD ETHERNET SWITCH
XSNet C4100SW Series, C4108SW
VIDEO DECODER
S620D
TRAILER MOUNTED ARROW BOARD
TC1 Series (15 lamps, 48 by 96 inches)
TRAILER MOUNTED ARROW BOARD
TC1 Series (25 lamps, 48 by 96 inches)
TRAILER MOUNTED ARROW BOARD
TC3-15D
TRAILER MOUNTED ARROW BOARD
TC1-25D
TRAILER MOUNTED ARROW BOARD
TC1-25D
VEHICLE MOUNTED ARROW BOARD
MB4 Series (15 lamps, 36 by 72 inches)
VEHICLE MOUNTED ARROW BOARD
MB4 Series (25 lamps, 36 by 72 inches)
VEHICLE MOUNTED ARROW BOARD
MB5 Series (15 lamps, 48 by 96 inches)
VEHICLE MOUNTED ARROW BOARD
MB5 Series (25 lamps, 48 by 96 inches)
VEHICLE MOUNTED ARROW BOARD
MB3 Series (13 lamps, 30 by 60 inches)
VEHICLE MOUNTED ARROW BOARD
MB3 Series (15 lamps, 30 by 60 inches)
VEHICLE MOUNTED ARROW BOARD
MB3 Series (25 lamps, 30 by 60 inches)
IN-ROADWAY LIGHTS ASSEMBLY
TS1100 Series Push Button Activation (Model SC-TS1100AC2A)
IN-ROADWAY LIGHTS ASSEMBLY
TS1100 Series Push Button and Loop Detector Activation
(Model SC-TS1100-AC3A)
ELECTRONIC SPEED FEEDBACK SIGN
Urban DFB Series
VEHICLE DETECTION SYSTEM - AVI
BlueTOAD (solar/cellular)
VEHICLE DETECTION SYSTEM - AVI
BlueTOAD (Solar/Cellular)
VEHICLE DETECTION SYSTEM - AVI
BlueTOAD (Solar/Cellular) with 1 year of backend and cell
1407
1407a
1407b
1407c
1407d
660-027-004
660-027-004
660-027-004
660-027-004
660-027-004
TRAFFICAST
TRAFFICAST
TRAFFICAST
TRAFFICAST
TRAFFICAST
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
1407e
660-027-004
TRAFFICAST
VEHICLE DETECTION SYSTEM - AVI
BlueTOAD (AC/Ethernet)
BlueTOAD (AC/Ethernet)
BlueTOAD (AC/Ethernet) with 1 year of backend
BlueTOAD Ethernet w/ cellular
BlueTOAD Ethernet w/ cellular with 1 year of backend and
cell
BlueTOAD Server & Software with 25 licenses
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$1,393.00
$1,393.00
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
45 days
45 days
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Temple
Trafcon
Trafcon
45 days
45 days
45 days
45 days
45 days
45 days
45 days
$3,168.00
$75.00
$74.00
$41.00
$1,950.00
$75.00
$74.00
$41.00
$2,142.00
$75.00
$74.00
$41.00
$2,283.00
$75.00
$74.00
$41.00
$728.00
$913.00
$1,393.00
$4,884.00
$5,080.00
Discontinued
Discontinued
Discontinued
$1,663.00
$2,002.00
$1,949.00
$2,461.00
$1,431.00
$1,653.00
$1,923.00
1 Ea.
1 Ea.
30 days
30 days
$5,050.00
$6,070.00
TrafficCast or TCS
TrafficCast or TCS
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
$4,070.00
$4,730.00
$4,540.00
$5,560.00
TrafficCast or TCS
TrafficCast or TCS
TrafficCast or TCS
TrafficCast or TCS
1 Ea.
45 days
$53,000.00
TrafficCast or TCS
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
Temple
Trafcon
Trafcon
Trafcon
Trafcon
Trafcon
Trafcon
Trafcon
1 Ea.
1 Ea.
1407f
1407g
1407h
1407i
1407j
1407k
1408
660-027-004
660-027-004
660-027-004
660-027-004
660-027-004
660-027-004
660-003-035
TRAFFICAST
TRAFFICAST
TRAFFICAST
TRAFFICAST
TRAFFICAST
TRAFFICAST
TRAFFICWARE GROUP
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
VEHICLE DETECTION SYSTEM - AVI
VEH. LOOP DET. 1-CH. AUTO SHELF MT.
BlueTOAD Server & Software with 50 licenses
BlueTOAD Server & Software with 75 licenses
BlueTOAD Server & Software with 100 licenses
BlueTOAD Ethernet Cable (75')
BlueTOAD Ethernet Cable (150')
BlueTOAD backend after year 1
MODEL 722-TX / I
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
45 days
45 days
45 days
30 days
30 days
30 days
30 days
$88,000.00
$123,000.00
$158,000.00
$75.00
$110.00
$660.00
$206.25
TrafficCast or TCS
TrafficCast or TCS
TrafficCast or TCS
TrafficCast or TCS
TrafficCast or TCS
TrafficCast or TCS
TrafficWare
1409
1410
1411
660-008-012
660-015-025
660-017-002
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
MODEL 710-TX / I
MODEL VU 2F
Model 722 TXC
1 Ea.
1 Ea.
1 Ea.
30 days
45 days
30 days
$187.50
$3,937.50
$187.50
TrafficWare
TrafficWare
TrafficWare
1412
660-017-009
TRAFFICWARE GROUP
MODEL 722L
1 Ea.
30 days
$281.25
TrafficWare
1413
660-022-004
TRAFFICWARE GROUP
MODEL 724L
1 Ea.
30 days
$437.50
TrafficWare
1414
1414a
1414b
1414c
1414d
1414e
1414f
1414g
1414h
1414i
1414j
1414k
1414l
1415
1416
1417
1418
1419
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
660-024-003
671-016-005
671-016-008
671-016-010
671-017-003
671-017-006
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
VEH. LOOP DET. 2-CH. AUTO RACK MT.
VEHICLE DETECTOR- VIDEO
VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
VEH. DETECTOR- LOOP 2CH TS2 TYPE C
(WITH TIMINGS)
VEH. DETECTOR- LOOP 4CH TS2 TYPE D
(WITH TIMINGS)
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
WIRELESS MAGNETOMETER ASSEMBLY
NEMA TS2 TYPE 1 CONTROLLER UNIT
NEMA TS2 TYPE 1 CONTROLLER UNIT
NEMA TS2 TYPE 1 CONTROLLER UNIT
NEMA TS2 TYPE 2 CONTROLLER UNIT
NEMA TS2 TYPE 2 CONTROLLER UNIT
VDS-POD
Valence Pod Sensor
Access Point, (3) Radios
Base Station, Standard
Epoxy, Joint sealant
Omni Antenna, 900 MHz
Lightning Suppression for Antenna
Mounting Bracket for Omni Antenna
RF Cable, 6 ft, for Omni Antenna
Antenna, Panel, Directional, 900 MHz
Pipe, 36', Antenna Mount
Mounting Bracket for Antenna Mount, 120"
Clamshell
MODEL 980-A2100
MODEL 980 ATC Type 1
ATC Type 1
MODEL 981-A1100
MODEL 980 ATC Type 2 Note: Evaluated firmware version
76.1a Build 2627 with Flashing Yellow Arrow Operation
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45 days
45days
$9,000.00
$480.00
$3,300.00
$4,200.00
$58.00
$192.00
$186.00
$36.00
$90.00
$204.00
$6.00
$210.00
$11.00
$2,937.50
$3,562.50
$3,593.75
$3,312.50
$3,687.50
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
1420
1421
671-017-008
671-018-004
TRAFFICWARE GROUP
TRAFFICWARE GROUP
NEMA TS2 TYPE 2 CONTROLLER UNIT
2070L UNIT (LITE UNIT FOR 170 CABINET)
ATC Type 2
MODEL 2070
1 Ea.
1 Ea.
45 days
45 days
$4,125.00
$4,000.00
TrafficWare
TrafficWare
1422
671-020-001
TRAFFICWARE GROUP
1 Ea.
45 days
$3,775.00
TrafficWare
1423
671-021-001
TRAFFICWARE GROUP
2070LCN UNIT (LITE UNIT FOR TS1
MODEL 2070N
CABINET)
2070N UNIT (FULL UNIT FOR 170 CABINET) 2070N W/VME BUSS
1 Ea.
45 days
$5,250.00
TrafficWare
1424
671-024-001
TRAFFICWARE GROUP
NEMA-170 CONTROLLER UNIT
1 Ea.
45 days
$2,812.50
TrafficWare
1425
671-028-001
TRAFFICWARE GROUP
1 Ea.
45 days
$4,750.00
TrafficWare
1426
1427
1428
1429
1430
1431
676-003-010
676-004-040
676-004-041
676-023-004
676-032-001
678-003-019
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRAFFICWARE GROUP
2070LC UNIT (LITE UNIT FOR ITS & TS2
CABINETS)
WIRED CABINET ASSEMBLY TYPE V
SURGE PROTECTIVE DEVICE
SURGE PROTECTIVE DEVICE
WIRED CABINET ASSEMBLY TS-2 SIZE 6
WIRED CKT ASSM. TS-2 19" RACK
CONFLICT MONITOR TYPE 12
MODEL 970 (19" Rack controller with NEMA Software &
170 C1 Connector)
2070LN2
MODEL P-44 70006-FL
MODEL SRA-6LC LOOP - CUBE
MODEL SRA-6LCP LOOP - TERMINAL STRIP
Model 70006-TS2/FL
MODEL 70006-NITS
MODEL SERIES 500
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
60 days
30 days
30 days
60 days
60 days
30 days
$7,762.50
$67.50
$90.00
$15,312.50
$22,787.50
$812.50
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
TrafficWare
1432
1433
678-008-020
678-016-002
TRAFFICWARE GROUP
TRAFFICWARE GROUP
1434
678-016-007
TRAFFICWARE GROUP
1435
1436
1437
1438
678-017-002
678-018-002
660-027-001
676-008-014
1439
676-009-006
1440
676-010-006
1441
676-011-002
1442
676-015-008
1443
676-018-008
1444
676-023-007
1445
650-016-001
1446
650-021-015
1447
650-021-015
1448
650-021-015
1449
650-021-015
1450
650-021-015
1451
650-021-015
1452
650-021-015
1453
650-021-015
1454
650-021-015
1455
650-021-015
1456
650-021-015
1457
650-021-015
1458
650-021-015
1459
650-021-015
TRAFFICWARE GROUP
TRAFFICWARE GROUP
TRANSCORE
TRANSPORTATION
CONTOL SYSTEMS
TRANSPORTATION
CONTOL SYSTEMS
TRANSPORTATION
CONTOL SYSTEMS
TRANSPORTATION
CONTOL SYSTEMS
TRANSPORTATION
CONTOL SYSTEMS
TRANSPORTATION
CONTOL SYSTEMS
TRANSPORTATION
CONTOL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TIME SWITCH, TYPE 1
MALFUNCTION MANAGEMENT UNIT TYPE
16
MALFUNCTION MANAGEMENT UNIT TYPE
16
CABINET POWER SUPPLY (TS2)
BUS INTERFACE UNIT (TS2)
VEH. DETECTOR - AVI
CONTROLLER CABINET UNWIRED TYPE V
MODEL 100
Model MMU-516
1 Ea.
1 Ea.
30 days
30 days
$375.00
$937.50
TrafficWare
TrafficWare
MODEL MMU-516L
1 Ea.
30 days
$1,187.50
TrafficWare
Model 500098-2000
Model BUI-130
Encompass E5
TCS-5
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$437.50
$375.00
TrafficWare
TrafficWare
60 days
$1,519.00
TCS
WIRED CABINET ASSEMBLY TYPE III
TYPE III W/PEEK LOAD BAY TX8631 9/16/99
1 Ea.
60 days
$7,550.00
TCS
CONTROLLER CABINET UNWIRED SPECIAL
TCS-4T
1 Ea.
60 days
$2,217.00
TCS
WIRED CABINET ASSEMBLY TYPE I
2266082AT/S
1 Ea.
60 days
$425.00
TCS
CONT. CAB. UNWIRED TYPE III
TCS-3
1 Ea.
60 days
$993.00
TCS
LOAD BAY PANEL
TCSMP4
1 Ea.
WIRED CABINET ASSEMBLY TS-2 SIZE 6
TCSMPXX TS2-T1 SERIES
1 Ea.
60 days
$10,770.00
TCS
12" DIE CAST ALL LED VEHICLE SIGNAL
ASSEMBLY
BACKPLATE (STANDARD)
HSS83ELED
1 Ea.
30 days
$263.00
TCS
BP-5001-C
1 Ea.
30 days
$27.00
TCS
BACKPLATE (STANDARD)
BP-5002-C
1 Ea.
30 days
$37.00
TCS
BACKPLATE (STANDARD)
BP-5003-12128-C
1 Ea.
BACKPLATE (STANDARD)
BP-5003-C
1 Ea.
30 days
$38.00
TCS
BACKPLATE (STANDARD)
BP-5003-C-TAB
1 Ea.
BACKPLATE (STANDARD)
BP-5003-F
1 Ea.
BACKPLATE (STANDARD)
BP-5004-C
1 Ea.
30 days
$58.00
TCS
BACKPLATE (STANDARD)
BP-5005-C
1 Ea.
30 days
$65.00
TCS
BACKPLATE (STANDARD)
BP-5005-F
1 Ea.
BACKPLATE (STANDARD)
BP-5007-C
1 Ea.
30 days
$100.00
TCS
BACKPLATE (STANDARD)
BP-5007-F
1 Ea.
BACKPLATE (STANDARD)
BP-5021-C
1 Ea.
30 days
$105.00
TCS
BACKPLATE (STANDARD)
BP-5021-F
1 Ea.
BACKPLATE (STANDARD)
BP-5021-N
1 Ea.
1460
650-022-004
1461
650-022-004
1462
650-022-004
1463
650-022-004
1464
650-022-004
1465
650-022-004
1466
650-022-004
1467
650-022-004
1468
650-022-004
1469
650-022-004
1470
650-022-004
1471
650-022-004
1472
650-022-004
1473
650-022-004
1474
650-022-004
1475
650-024-002
1476
653-021-003
1477
654-001-008
1477a
654-001-008
1477b
654-001-008
1477c
654-001-008
1478
676-002-013
1479
676-003-006
1480
676-005-006
1481
676-006-005
1482
676-007-014
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
BACKPLATE (RETROREFLECTIVE)
BP-5001B-C
1 Ea.
30 days
$44.00
TCS
BACKPLATE (RETROREFLECTIVE)
BP-5002B-C
1 Ea.
30 days
$53.00
TCS
BACKPLATE (RETROREFLECTIVE)
BP-5003B-C
1 Ea.
30 days
$56.00
TCS
BACKPLATE (RETROREFLECTIVE)
BP-5003B-F
1 Ea.
BACKPLATE (RETROREFLECTIVE)
BP-5003B-ICC
1 Ea.
BACKPLATE (RETROREFLECTIVE)
BP-5003B-NAZ
1 Ea.
BACKPLATE (RETROREFLECTIVE)
BP-5004B-C
1 Ea.
30 days
$78.00
TCS
BACKPLATE (RETROREFLECTIVE)
BP-5005B-C
1 Ea.
30 days
$85.00
TCS
BACKPLATE (RETROREFLECTIVE)
BP-5007B-C
1 Ea.
30 days
$136.00
TCS
BACKPLATE (RETROREFLECTIVE)
BP-5007B-F
1 Ea.
30 days
BACKPLATE (RETROREFLECTIVE)
BP-5007B-N
1 Ea.
BACKPLATE (RETROREFLECTIVE)
BP-50218-C
1 Ea.
30 days
$135.00
TCS
BACKPLATE (RETROREFLECTIVE)
BP-5021B-F
1 Ea.
BACKPLATE (RETROREFLECTIVE)
BP-5021B-ICC
1 Ea.
BACKPLATE (RETROREFLECTIVE)
BP-5021B-N
1 Ea.
LOUVER
TCS-LOUVER
1 Ea.
30 days
$100.00
TCS
16" X 18" ALL LED PEDESTRIAN SIGNAL
7090LED
1 Ea.
30 days
$230.00
TCS
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
RECTANGULAR RAPID FLASHING BEACON
ASSEMBLY
WIRED CABINET ASSEMBLY TYPE IV
TCSFLN202-PED-RRFB-SERIES
TCSFLN202-PED-RRFB-SERIES (SINGLE, 1 SIDE)
1 Ea.
45 days
$2,370.00
TCS
TCSFLN202-PED-RRFB-SERIES (DUAL BEACONS, 2 SIDES)
1 Ea.
45 days
$2,850.00
TCS
TCSFLN202-PED-RRFB-SERIES (15' Pedestal - Base, Pole,
Collar, Anchor Bolts)
TYPE4ASSY
1 Ea.
45 days
$450.00
TCS
1 Ea.
60 days
$7,550.00
TCS
WIRED CABINET ASSEMBLY TYPE V
TYPE V
1 Ea.
60 days
$7,950.00
TCS
CONTROLLER CABINET UNWIRED TYPE I
TCS-1
1 Ea.
60 days
$272.00
TCS
CONTROLLER CABINET UNWIRED TYPE II
TCS-2
1 Ea.
60 days
$380.00
TCS
CONTROLLER CABINET UNWIRED TYPE IV
TCS-4
1 Ea.
60 days
$1,086.00
TCS
1483
676-034-002
1484
685-002-008
1484a
685-002-008
1484b
685-002-008
1485
700-012-012
1485a
700-012-012
1485b
700-012-012
1485c
700-012-012
1485d
700-012-012
1485e
700-012-012
1485f
700-012-012
1485g
700-012-012
1485h
700-012-012
1485i
700-012-012
1486
700-015-020
1487
700-015-020
1488
700-015-020
1489
700-015-020
1490
700-015-020
1491
700-015-020
1492
700-015-020
1493
700-015-024
1494
700-015-024
1495
700-015-024
1496
700-015-024
1497
700-015-024
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
HYBRID NEMA TS1 - TS2 WIRED CABINET
ASSEMBLY
UNINTERRUPTIBLE POWER SUPPLY
B563826B2D2PGSLG
1 Ea.
60 days
$10,050.00
TCS
UNINTERRUPTIBLE POWER SUPPLY
UNINTERRUPTIBLE POWER SUPPLY
PB2000-ITS/PIGGYBACK SERIES (PIGGYBACK CABINET
MOUNT)
PB2000-ITS/PIGGYBACK SERIES (BASE MOUNT)
1 Ea.
60 days
$4,500.00
TCS
1 Ea.
60 days
$4,850.00
TCS
BLANKOUT SIGN
TCSLEDBO Series
BLANKOUT SIGN
TCSLEDBO Series. 24X24 SINGLE MESSAGE
1 Ea.
60 days
$2,200.00
TCS
BLANKOUT SIGN
TCSLEDBO Series. 30X30 SINGLE MESSAGE
1 Ea.
60 days
$2,450.00
TCS
BLANKOUT SIGN
TCSLEDBO Series. 30X36 SINGLE MESSAGE
1 Ea.
60 days
$2,800.00
TCS
BLANKOUT SIGN
TCSLEDBO Series. 36X36 SINGLE MESSAGE
1 Ea.
60 days
$3,050.00
TCS
BLANKOUT SIGN
TCSLEDBO Series. 24X24 DUAL MESSAGE
1 Ea.
60 days
$2,400.00
TCS
BLANKOUT SIGN
TCSLEDBO Series. 30X30 DUAL MESSAGE
1 Ea.
60 days
$2,650.00
TCS
BLANKOUT SIGN
TCSLEDBO Series. 30X36 DUAL MESSAGE
1 Ea.
60 days
$3,000.00
TCS
BLANKOUT SIGN
TCSLEDBO Series. 36X36 DUAL MESSAGE
1 Ea.
60 days
$3,250.00
TCS
BLANKOUT SIGN
TCSLEDBO Series. 24X24 TO 36X36 SIGN, NEW, NON
INVENTORY MUTCD MESSAGE
TCSSIGNFLO3, SINGLE SIDED, FLOURESCENT, 3'
1 Ea.
90 days
$8,900.00
TCS
TCSSIGNFLO4, SINGLE SIDED, FLOURESCENT, 4'
1 Ea.
30 days
$1,210.00
TCS
TCSSIGNFLO5, SINGLE SIDED, FLOURESCENT, 5'
1 Ea.
30 days
$1,390.00
TCS
TCSSIGNFLO6, SINGLE SIDED, FLOURESCENT, 6'
1 Ea.
30 days
$1,520.00
TCS
TCSSIGNFLO7, SINGLE SIDED, FLOURESCENT, 7'
1 Ea.
$1,710.00
TCS
TCSSIGNFLO8, SINGLE SIDED, FLOURESCENT, 8'
1 Ea.
30 days
$1,840.00
TCS
TCSSIGNFLO9, SINGLE SIDED, FLOURESCENT, 9'
1 Ea.
30 days
$2,360.00
TCS
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN,
FLUORESCENT STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
PB2000-ITS/PIGGYBACK SERIES
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-3-12
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-4-20
1 Ea.
30 days
$1,040.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-4-24
1 Ea.
30 days
$1,040.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-5-20
1 Ea.
30 days
$1,080.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-5-24
1 Ea.
30 days
$1,080.00
TCS
1498
700-015-024
1499
700-015-024
1500
700-015-024
1501
700-015-024
1502
700-015-024
1503
700-015-024
1504
700-015-024
1505
700-015-024
1506
700-015-024
1507
700-015-024
1508
700-015-024
1509
700-015-024
1510
700-015-024
1511
700-015-024
1512
700-015-024
1513
700-015-024
1514
700-015-024
1515
700-015-024
1516
700-015-024
1517
700-015-024
1518
700-015-024
1519
700-015-025
1520
700-015-025
1521
700-015-025
1522
700-015-025
1523
700-015-025
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-6-20
1 Ea.
30 days
$1,170.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-6-24
1 Ea.
30 days
$1,170.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-7-20
1 Ea.
30 days
$1,250.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-7-24
1 Ea.
30 days
$1,250.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-8-20
1 Ea.
30 days
$1,310.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-8-24
1 Ea.
30 days
$1,310.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-9-20
1 Ea.
30 days
$1,360.00
TCS
BRITELITE, SINGLE FACE, TCSSIGNBL-SF-9-24
1 Ea.
30 days
$1,360.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-3-12
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-4-20
1 Ea.
30 days
$1,110.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-4-24
1 Ea.
30 days
$1,110.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-5-20
1 Ea.
30 days
$1,160.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-5-24
1 Ea.
30 days
$1,160.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-6-20
1 Ea.
30 days
$1,260.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-6-24
1 Ea.
30 days
$1,260.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-7-20
1 Ea.
30 days
$1,350.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-7-24
1 Ea.
30 days
$1,350.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-8-20
1 Ea.
30 days
$1,410.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-8-24
1 Ea.
30 days
$1,410.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-9-20
1 Ea.
30 days
$1,460.00
TCS
BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-9-24
1 Ea.
30 days
$1,460.00
TCS
TCSSIGNLED SERIES, SINGLE FACE, 4', TCSSIGNLED-4
TCSSIGNLED SERIES, SINGLE FACE, 5', TCSSIGNLED-5
TCSSIGNLED SERIES, SINGLE FACE, 6', TCSSIGNLED-6
TCSSIGNLED SERIES, SINGLE FACE, 7', TCSSIGNLED-7
TCSSIGNLED SERIES, SINGLE FACE, 8', TCSSIGNLED-8
1524
700-015-025
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
INTERNALLY ILLUMINATED SIGN, LED
STREET NAME SIGN
SIGN BEACON
TCSSIGNLED SERIES, SINGLE FACE, 9', TCSSIGNLED-9
FL1412
1 Ea.
30 days
$1,995.00
TCS
SIGN BEACON (SCHOOL ZONE)
TCSFLN202S
1 Ea.
60 days
$2,455.00
TCS
TRAFFIC MONITORING SITE CABINET - TYPE
IV CABINET
TRAFFIC MONITORING SITE CABINET - TYPE
III CABINET
12" LED RED SIGNAL
12" LED RED ARROW SIGNAL
12" LED YELLOW SIGNAL
12" LED GREEN SIGNAL
12" LED YELLOW ARROW SIGNAL
12" LED GREEN ARROW SIGNAL
COUNTDOWN PEDESTRIAN SIGNAL
SEQUENTIAL FLASHING WARNING LIGHTS
SEQUENTIAL FLASHING WARNING LIGHTS
TCS-4 unwired
1 Ea.
60 days
$1,800.00
TCS
TCS-3C unwired
1 Ea.
60 days
$1,800.00
TCS
650-010-035
650-011-025
650-012-020
650-013-023
650-014-017
650-015-017
653-022-015
102-056-001
102-056-001
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRANSPORTATION
CONTROL SYSTEMS
TRASTAR
TRASTAR
TRASTAR
TRASTAR
TRASTAR
TRASTAR
TRASTAR
UNIPART DORMAN
UNIPART DORMAN
1525
700-015-025
1526
700-015-025
1527
700-015-025
1528
700-015-025
1529
700-015-025
1530
700-015-025
1531
700-026-005
1532
700-026-012
1533
746-006-002
1534
746-009-002
1535
1536
1537
1538
1539
1540
1541
1542
1543
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
$116.25
$116.25
RoadSafe
RoadSafe
1544
1545
1545a
1545b
1546
1546a
1546b
1546c
1546d
1547
1547a
1547b
1547c
1547d
1548
1548a
700-019-003
700-019-005
700-019-005
700-019-005
700-021-001
700-021-001
700-021-001
700-021-001
700-021-001
700-022-001
700-022-001
700-022-001
700-022-001
700-022-001
700-022-002
700-022-002
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
UNIPART DORMAN
ELECTRONIC SPEED FEEDBACK SIGN
ELECTRONIC SPEED FEEDBACK SIGN
ELECTRONIC SPEED FEEDBACK SIGN
ELECTRONIC SPEED FEEDBACK SIGN
ELECTRONIC REGULATORY SIGN
ELECTRONIC REGULATORY SIGN
ELECTRONIC REGULATORY SIGN
ELECTRONIC REGULATORY SIGN
ELECTRONIC REGULATORY SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
ELECTRONIC WARNING SIGN
DuraLight Model JXC-300HFTR
DuraLight Model JXJ300-07TR03
DuraLight Model JXC-300HFTY02
DuraLight Model JXC-300HFTG
DuraLight Model JXJ300-07TY03
DuraLight Model JXJ300-07TG03
DuraLight Model JXM-400VIEIL
SynchroGUIDE Model BAB6N/AW/P/H/A1 (Lamp complete
SynchroGUIDE Model BAB6N/AW/P/H/L1 (Lamp without
mounting bolt)
SFD/12/YS SERIES
DF15 Series
DF15 Series - AC Power
DF15 Series - Solar Power
VATCS POSTED SPEED SERIES
VATCS POSTED SPEED SERIES - 18 X 24 AC Power
VATCS POSTED SPEED SERIES - 24 X 30 AC Power
VATCS POSTED SPEED SERIES - 18 X 24 Solar Power
VATCS POSTED SPEED SERIES - 24 X 30 Solor Power
VATCS CURVE WARNING SERIES
VATCS CURVE WARNING SERIES - AC Power 24 X 24
VATCS CURVE WARNING SERIES - Solor Power 30 X 30
VATCS CURVE WARNING SERIES - AC Power 30 x 30
VATCS CURVE WARNING SERIES - Solar Power 24 x 24
VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE
VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE - AC Power 30 X 30
1 Ea.
1 Ea.
60 days
60 days
$5,454.00
$5,905.00
TCS
TCS
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
60 days
60 days
60 days
60 days
$7,465.00
$7,820.00
$8,120.00
$8,615.00
TCS
TCS
TCS
TCS
60 days
60 days
60 days
60 days
$7,820.00
$10,310.00
$9,555.00
$8,575.00
TCS
TCS
TCS
TCS
1 Ea.
60 days
$7,820.00
TCS
1548b
700-022-002
UNIPART DORMAN
ELECTRONIC WARNING SIGN
60 days
$8,575.00
TCS
1549
1550
684-004-003
102-044-023
VBRICK SYSTEMS
VER-MAC
VIDEO ENCODER
TRAILER MOUNTED ARROW BOARD
VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE - Solor Power 30 X 1 Ea.
30
9170-4200-0003
VM-95SL
TCSSIGNLED SERIES, DOUBLE FACE, 4', TCSSIGNLED-4
TCSSIGNLED SERIES, DOUBLE FACE, 5', TCSSIGNLED-5
TCSSIGNLED SERIES, DOUBLE FACE, 6', TCSSIGNLED-6
TCSSIGNLED SERIES, DOUBLE FACE, 7', TCSSIGNLED-7
TCSSIGNLED SERIES, DOUBLE FACE, 8', TCSSIGNLED-8
TCSSIGNLED SERIES, DOUBLE FACE, 9', TCSSIGNLED-9
1 Ea.
1551
1551a
1551b
1552
102-044-044
102-044-044
102-044-044
102-048-006
VER-MAC
VER-MAC
VER-MAC
VER-MAC
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
TRAILER MOUNTED ARROW BOARD
PORTABLE CHANGEABLE MESSAGE SIGN
ST-4815
ST-4815 Option Pintle Hitch
St-4815 Option Internal Charger / 110 VAC
Northern Lights PCMS
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
$4,483.00
$25.00
$350. 00
Ver-Mac
Ver-Mac
Ver-Mac
1553a
102-048-018
VER-MAC
PORTABLE CHANGEABLE MESSAGE SIGN
PCMS-1210 Option Pintle Hitch
1 Ea.
30 days
$25.00
Ver-Mac
1553b
102-048-018
VER-MAC
PORTABLE CHANGEABLE MESSAGE SIGN
PCMS-1210 Option Internal Charger / 110 VAC
1 Ea.
30 days
$350.00
Ver-Mac
1553
102-048-018
VER-MAC
PORTABLE CHANGEABLE MESSAGE SIGN
PCMS-1210
1 Ea.
30 days
$13,300.00
Ver-Mac
1554a
102-048-019
VER-MAC
PORTABLE CHANGEABLE MESSAGE SIGN
PCMS-1210 QS Option Pintle Hitch
1 Ea.
30 days
$25.00
Ver-Mac
1554b
102-048-019
VER-MAC
PORTABLE CHANGEABLE MESSAGE SIGN
PCMS-1210QS Option Internal Charger/110 VAC
1 Ea.
30 days
$350.00
Ver-Mac
1554
102-048-019
VER-MAC
PORTABLE CHANGEABLE MESSAGE SIGN
PCMS-1210 QS
1 Ea.
30 days
$12,300.00
Ver-Mac
1555
1556
1557
1558
1559
1560
1561
1562
1563
1564
1565
1566
1567
682-002-002
682-002-002
682-002-002
682-002-002
682-002-002
682-002-002
682-002-005
682-002-005
682-002-005
682-002-005
682-002-005
682-002-005
102-044-020
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
VICON INDUSTRIES
WANCO
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
CAMERA - DOME
TRAILER MOUNTED ARROW BOARD
SVFT Series, SVFT-PRS23
SVFT Series, SVFT-W23
SVFT Series, SVFT-PRS35
SVFT Series, SVFT-W35
SVFT Series, SVFT-PRS36
SVFT Series, SVFT-W36
Surveyor HD SN Series Dome, SN220W
Surveyor HD SN Series Dome, SN220W-L
Surveyor HD SN Series Dome, SN220P
Surveyor HD SN Series Dome, SN220P-L
Surveyor HD SN Series Dome, SN130W
Surveyor HD SN Series Dome, SN130P
WTSP 110-LSA (15 Led Lamps) (Current QPL # S102-0924)
1 Ea.
1 Ea.
30 days
30 days
$2,355.00
$1,625.00
Blackhawk
Blackhawk
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
30 days
30 days
30 days
30 days
30 days
30 days
30 days
30 days
45 days
$2,535.00
$1,800.00
$2,755.00
$2,755.00
$3,790.00
$3,790.00
$2,550.00
$3,575.00
$4,091.67
Blackhawk
Blackhawk
Blackhawk
Blackhawk
Blackhawk
Blackhawk
Blackhawk
Blackhawk
Wanco
1568
102-044-025
WANCO
TRAILER MOUNTED ARROW BOARD
WTSP 75-LSA C (25 Led Lamps) (Current QPL # S102-1017)
1 Ea.
45 days
$4,372.22
Wanco
1569
102-044-026
WANCO
TRAILER MOUNTED ARROW BOARD
WTSP 110-LSA C (25 Led Lamps) (Current QPL # S102-1018) 1 Ea.
45 days
$4,372.22
Wanco
1570
1571
1572
1573
1574
1575
102-044-043
102-045-002
102-045-003
102-045-004
102-0450991
102-048-007
WANCO
WANCO
WANCO
WANCO
WANCO
WANCO
TRAILER MOUNTED ARROW BOARD
VEHICLE MOUNTED ARROW BOARD
VEHICLE MOUNTED ARROW BOARD
VEHICLE MOUNTED ARROW BOARD
VEHICLE MOUNTED ARROW BOARD
PORTABLE CHANGEABLE MESSAGE SIGN
WTSP-08 (15 LED Lamps) (Current QPL # S102-1030)
WFB6-SA (15 Led Lamps) (Current QPL # S102-1101)
WFB6-SAC (25 Led Lamps) (Current QPL # S102-1111)
WFB5-SAC (25 Led Lamps) (Current QPL # S102-1112)
WFB5-SA
WTLMB-S-LL-(A) (Current QPL # S1 02-1212)
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
45 days
45 days
45 days
45 days
45 days
45 days
$4,091.67
$1,839.90
$1,970.08
$1,763.59
$1,619.94
$15,760.00
Wanco
Wanco
Wanco
Wanco
Wanco
Wanco
1576
102-048-008
WANCO
PORTABLE CHANGEABLE MESSAGE SIGN
WTLMB-S-LL-(B)M (Current QPL # S102-1214)
1 Ea.
45 days
$16,433.33
Wanco
1577
102-048-009
WANCO
PORTABLE CHANGEABLE MESSAGE SIGN
WTLMB-S-LL-(B) (Current QPL # S102-1215)
1 Ea.
45 days
$15,423.33
Wanco
1578
102-048-010
WANCO
PORTABLE CHANGEABLE MESSAGE SIGN
WTLMB-S-LL-(A)M (Current QPL # S102-1216)
1 Ea.
45 days
$16,770.00
Wanco
1579
1580
102-050-002
102-051-001
WANCO
WANCO
45 days
45 days
$4,203.89
$15,340.00
Wanco
Wanco
102-052-009
WANCO
Fold-N-Go (Current QPL # S102-1300)
WVT3-S(A) Mini Message Director (Current QPL # S1023401)
WSDT-S (Current QPL # S102-1910)
1 Ea.
1 Ea.
1581
PORTABLE REGULTORY SIGN
TRAILER MOUNTED INCIDENT
MANAGEMENT SIGN
PORTABLE RADAR SPEED DISPLAY UNIT
1 Ea.
45 days
$7,149.72
Wanco
1582
660-018-004
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
MODEL SS225 SmartSensor Matrix, 1 approach package,
includes WX-SS-225 SmartSensor, WX-SS-WARR-3, WX-SSB03-0004, WX-SS-710, WX-SS-611, WX-SS-704-020
1582a
660-018-004
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
1582b
660-018-004
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
1582c
660-018-004
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
1582d
660-018-004
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
1583
660-018-004
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
SS-225 Matrix 1 approach package includes: (1) SS-225 , (1) 1 Ea.
SS-Warr-3, (1) SS-611, (1) SS-704-040, (1) SS-710, (1) 1020416
SS-225 Matrix 2 Approach Package, includes: (2) SS-225, (2) 1 Ea.
SS-WARR-3 (2) SS-611, (2) SS-704-040, (2) SS-710, (1) 1020416
SS-225 Matrix 3 Approach Package, includes: (3) SS-225, (3) 1 Ea.
SS-WARR-3 (3) SS-611, (3) SS-704-040, (3) SS-710, (1) 1020416
SS-225 Matrix 4 Approach Package, includes: (4) SS-225, (4) 1 Ea.
SS-WARR-3 (4) SS-611, (4) SS-704-040, (4) SS-710, (1) 1020416
MODEL SS225 SmartSensor Matrix, 2 approach package,
includes (2) WX-SS-225 SmartSensors, (2) WX-SS-WARR-3,
(2) WX-SS-710, (1) WX-SS-B03-004, (2) WX-SS-704-100, (1)
WX-100-0281, (2) WX-SS-611, (4) WX-CLK-112
1584
660-020-004
WAVETRONIX
1584a
660-020-004
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
VEHICLE DETECTION SYSTEM MICROWAVE
1584b
660-020-004
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
1585
660-020-005
WAVETRONIX
1585a
660-020-005
1585b
6 weeks
$6,800.63
Wavetronix
6 weeks
$10,851.26
Wavetronix
6 weeks
$14,579.39
Wavetronix
6 weeks
$18,952.52
Wavetronix
6 weeks
$5,547.19
Wavetronix
6 weeks
$5,784.69
Wavetronix
VEHICLE DETECTION SYSTEM MICROWAVE
SS-126 ITS or Mid-Block package includes: (1) HD 101-0415, 1 Ea.
(1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1) 100-0064, (1)
CLK-201
(Retrofit) SS-126-001 ITS or Mid-Block package includes: (1) 1 Ea.
HD 101-0416, (1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1)
100-0064, (1) CLK-201
SS105V ITS Package, includes WX-SS-105V, WX-SS-WARR-3,
WX-SS-708060, WX-SS-611, WX-CLK-201, WX-100-0064
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
SS-105V ITS package includes: (1) SS-105V, (1) SS-Warr-3,
(1) SS-611, (1) SS-706-060, (1) 100-0064, (1) CLK-201
1 Ea.
6 weeks
$3,212.00
Wavetronix
660-020-006
WAVETRONIX
VEHICLE DETECTION SYSTEM MICROWAVE
6 weeks
$3,922.19
Wavetronix
1586
741-001-003
WAVETRONIX
TRAFFIC MONITORING SITE VEHICLE
SENSOR - MICROWAVE RADAR VEHICLE
SENSOR
(Retrofit) SS-105V ITS package includes: (1) SS-105V-001,
1 Ea.
(1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1) 100-0064, (1)
CLK-201
SS105V TMS Package, includes WX-SS-105V, WX-SS-WARR3, WX-SS-701-060, WX-SS-611, WX-CLK-201, WX-100-0064,
PG12V103FR, PB-5100-15, PB-5100-15, PB-5335, PB-5325,
PB-5306, SX65U, SOLAR PANEL MOUNT, SFM13.51811
1587
1587a
660-026-002
660-026-002
WAVETRONIX
WAVETRONIX
DILEMMA ZONE PROTECTION SYSTEM
DILEMMA ZONE PROTECTION SYSTEM
6 weeks
$7,064.38
Wavetronix
1587b
660-026-002
WAVETRONIX
DILEMMA ZONE PROTECTION SYSTEM
6 weeks
$11,365.01
Wavetronix
1587c
660-026-002
WAVETRONIX
DILEMMA ZONE PROTECTION SYSTEM
6 Weeks
$15,665.64
Wavetronix
SmartSensor HD
SS-200V and SS-200E (SmartSensor Advance)
SS-200V or SS-200E/1 approach package includes: (1) SS1 Ea.
200V or SS-200E, (1) SS-Warr-3, (1) SS-611, (1) SS-704-060,
(1) SS-710, (1) 102-0416
SS-200V or SS-200E 2 approach package includes: (2) SS1 Ea.
200V or SS-200E, (2) SS-Warr-3, (2) SS-611, (2) SS-704-060,
(2) SS-710, (1) 102-0416
SS-200V or SS-200E/3 approach package includes: (3) SS1 Ea.
200V or SS-200E, (3) SS-Warr-3, (3) SS-611, (3) SS-704-060,
(3) SS-710, (1) 102-0416
1587d
660-026-002
WAVETRONIX
DILEMMA ZONE PROTECTION SYSTEM
SS-200V or SS-200E/4 approach package includes: (4) SS200V or SS-200E, (4) SS-Warr-3, (4) SS-611, (4) SS-704-060,
(4) SS-710, (1) 102-0416
SS-705-003 (500' Cable Spool)
Ss-705-001 (1000' Cable Spool)
SS-705-002 (5000' Cable Spool)
CLK-112 (2 Channel Contact Closure Rack Card)
CLK-114 (4 Channel Contact Closure Rack Card)
CLK-104 (4 Channel Din Rail Mount Contact Closure)
SW720-H.264-SD
75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
SW720-H.264-HD30
75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
SW720-H.264-SD-ENG
75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG
SW720-H.264-HD30-ENG
75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER
PLUG W/ANALOG VIDEO COAX & SERIAL DATA
WAAW 15 SB (Current QPL # S102-0915)
1 Ea.
6 Weeks
$19,966.27
Wavetronix
1587e
1587f
1587g
1587h
1587i
1587j
1588
1588a
660-026-002
660-026-002
660-026-002
660-026-002
660-026-002
660-026-002
682-001-002
682-001-002
WAVETRONIX
WAVETRONIX
WAVETRONIX
WAVETRONIX
WAVETRONIX
WAVETRONIX
WIRELESS TECHNOLOGY
WIRELESS TECHNOLOGY
DILEMMA ZONE PROTECTION SYSTEM
DILEMMA ZONE PROTECTION SYSTEM
DILEMMA ZONE PROTECTION SYSTEM
DILEMMA ZONE PROTECTION SYSTEM
DILEMMA ZONE PROTECTION SYSTEM
DILEMMA ZONE PROTECTION SYSTEM
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
1 Ea.
6 weeks
6 weeks
6 weeks
6 weeks
6 weeks
6 weeks
60 days
60 days
$900.00
$1,462.50
$7,312.50
$307.50
$322.50
$343.75
$4,069.00
$352.00
Wavetronix
Wavetronix
Wavetronix
Wavetronix
Wavetronix
Wavetronix
TCS
TCS
1588b
682-001-002
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
1 Ea.
60 days
$704.00
TCS
1588c
682-001-002
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
1 Ea.
60 days
$1,172.00
TCS
1589
1589a
682-001-002
682-001-002
WIRELESS TECHNOLOGY
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
1 Ea.
1 Ea.
60 days
60 days
$5,657.00
$446.00
TCS
TCS
1589b
682-001-002
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
1 Ea.
60 days
$891.00
TCS
1589c
682-001-002
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
1 Ea.
60 days
$1,485.00
TCS
1590
1590a
682-001-002
682-001-002
WIRELESS TECHNOLOGY
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
1 Ea.
1 Ea.
60 days
60 days
$4,319.00
$352.00
TCS
TCS
1590b
682-001-002
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
1 Ea.
60 days
$704.00
TCS
1590c
682-001-002
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
1 Ea.
60 days
$1,172.00
TCS
1591
1591a
682-001-002
682-001-002
WIRELESS TECHNOLOGY
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
CAMERA - EXTERNAL POSITIONER
1 Ea.
1 Ea.
60 days
60 days
$5,907.00
$446.00
TCS
TCS
1591b
682-001-002
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
1 Ea.
60 days
$891.00
TCS
1591c
682-001-002
WIRELESS TECHNOLOGY
CAMERA - EXTERNAL POSITIONER
1 Ea.
60 days
$1,485.00
TCS
1592
102-044-007
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
1593
102-044-010
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
1594
102-044-011
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
Protect-O-Flash (25 Led Lamps) (Current QPL # S102-1008, 1 Ea.
Last QPL recert 6/23/2009)
Arrow Master III (25 Led Lamps) (Current QPL # S102-1007) 1 Ea.
1595
102-044-014
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
WAAW 155BWA (Current QPL # S102-0921)
1596
102-044-015
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
1597
102-044-017
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
1598
102-044-036
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
Arrowmaster Led46 (15 Led Lamps) (Current QPL # S102- 1 Ea.
0918)
WAAW 155BSTD (Current QPL # S102-0920, Last QPL recert 1 Ea.
3/2/2009)
M90 E-Z 25
1 Ea.
1599
102-044-037
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
M90 E 15 Light (Current QPL # S102-1025)
1 Ea.
1 Ea.
1 Ea.
1600
102-044-037
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
M90 E-Z 15 Light
1 Ea.
1601
102-044-039
WORK AREA PROTECTION TRAILER MOUNTED ARROW BOARD
M90 E 25 Light (Current QPL # S102-1027)
1 Ea.
1602
102-046-003
WORK AREA PROTECTION TYPE A WARNING LIGHT LOW INTENSITY
800 Auto Dim (Current QPL # S102-2902)
1 Ea.
1603
102-046-004
WORK AREA PROTECTION TYPE A WARNING LIGHT LOW INTENSITY
800 Man Dim (Current QPL # S102-2903)
1 Ea.
1604
102-047-002
WORK AREA PROTECTION TYPE C WARNING LIGHT STEADY BURN
00sb (Current QPL#S102-3101)
1 Ea.
1605
102-048-014
WORK AREA PROTECTION - PORTABLE CHANGEABLE MESSAGE SIGN
PRECISION SOLAR
CONTROLS, INC.
SMC 1000HE (Current QPL # S102-1224)
1 Ea.
1606
102-048-015
WORK AREA PROTECTION - PORTABLE CHANGEABLE MESSAGE SIGN
PRECISION SOLAR
CONTROLS, INC.
SMC 2000FM (Current QPL # S102-1223)
1 Ea.
1607
102-048-016
WORK AREA PROTECTION - PORTABLE CHANGEABLE MESSAGE SIGN
PRECISION SOLAR
CONTROLS, INC.
SMC 1000 HE06
1 Ea.
1608
102-048-017
WORK AREA PROTECTION - PORTABLE CHANGEABLE MESSAGE SIGN
PRECISION SOLAR
CONTROLS, INC.
SMC 2000-FM06
1 Ea.
1609
102-048-021
WORK AREA PROTECTION - PORTABLE CHANGEABLE MESSAGE SIGN
PRECISION SOLAR
CONTROLS, INC.
SMC 1000 ST
1 Ea.
CR6826
-004
ORDERING INSTRUCTIONS
MFMP Contract #: CR6828
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with Advanced Protection Technologies, Inc., Transporation
Control Systems, Control Technologies, Inc., Intelligent Transportation Services, Inc., or
Rainbow Distributors USA, Inc.
Advanced Protection Technologies, Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-2370604-001
VENDOR: Advanced Protection Technologies, Inc.
ADDRESS: 14550 58th Street North
CITY, STATE, ZIP: Clearwater, FL, 33760
TELEPHONE: 727-535-6339
TOLL FREE NO.: 800-237-4567
FAX NO.: 727-531-3008
E-MAIL: pete.ganci@emerson.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
8-10
DAYS AFTER RECEIPT
Transporation Control Systems Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59 1673144-001
VENDOR: Transporation Control Systems
ADDRESS:
1030 South 86th St.
CITY, STATE, ZIP: Tampa, FL 33619
TELEPHONE:
813-630-2800
TOLL FREE NO.:
E-MAIL:
800-886-2735
sgillis@tcstraffic.com
FAX NO.:
813-630-2801
DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
Control Technologies, Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-2038877-001
VENDOR: Control Technologies, Inc.
ADDRESS: 2776 S. Financial Court
CITY, STATE, ZIP: Sanford, FL, 32773
TELEPHONE: 407-330-2800
TOLL FREE NO.: 800-865-2745
FAX NO.: 407-330-2804
E-MAIL: mike@cttraffic.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
Intelligent Transportation Services, Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3003934-001
VENDOR: Intelligent Transportation Services, Inc.
ADDRESS: PO Box 3787
CITY, STATE, ZIP: Placida, FL 33946
TELEPHONE: 407-492-6664
TOLL FREE NO.:
FAX NO.: 941-473-8166
E-MAIL: tmalone@itstraffic.us
DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
Rainbow Distributors USA, Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3337206-001
VENDOR: Rainbow Distributors USA, Inc.
ADDRESS: 204 N. Elm Ave
CITY, STATE, ZIP: Sanford, FL, 32771
TELEPHONE: 407-330-6363
TOLL FREE NO.:
FAX NO.: 407-330-6360
E-MAIL: Kyle@rainbowdistributorsusa.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Pete Ganci, Sales Engineer
ADDRESS: 14550 58th Street North
CITY, STATE, ZIP: Clearwater, FL, 33760
TELEPHONE: 727-535-6339
TOLL FREE NO.: 800-237-4567
FAX NO.: 727-531-3008
E-MAIL ADDRESS: pete.ganci@emerson.com
WEB ADDRESS: www.aptsurge.com / www.emersonnetworkpower.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6829
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 58-1765732-001
VENDOR: American Signal Company
ADDRESS:
2755 Bankers Industrial Drive
CITY, STATE, ZIP: Atlanta, GA 30360
TELEPHONE:
770.448.6650
TOLL FREE NO.:
E-MAIL:
FAX NO.: 770.448.8970
info@amsig.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Casey Inoue, National Sales Manager
ADDRESS:
2755 Bankers Industrial Drive
CITY, STATE, ZIP: Atlanta, GA 30360
TELEPHONE: 770.448.6650 ext 128
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.: 770.448.8970
cinoue@amsig.com
www.amsig.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
x
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6831
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with Asco Power Technologioes, Transporation Control Systems,
Control Technologies, Inc., Intelligent Transportation Services, Inc., or Rainbow
Distributors USA, Inc.
Asco Power Technologies, Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 22-3693502-001
VENDOR: Asco Power Technologies
ADDRESS: 50 Hanover Road
CITY, STATE, ZIP: Florham Park, NJ, 07932
TELEPHONE: 727-535-6339
TOLL FREE NO.: 800-237-4567
FAX NO.: 727-531-3008
E-MAIL: pete.ganci@emerson.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
8-10
DAYS AFTER RECEIPT
Transporation Control Systems Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59 1673144-001
VENDOR: Transporation Control Systems
ADDRESS:
1030 South 86th St.
CITY, STATE, ZIP: Tampa, FL 33619
TELEPHONE:
813-630-2800
TOLL FREE NO.:
E-MAIL:
800-886-2735
sgillis@tcstraffic.com
FAX NO.:
813-630-2801
DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
Control Technologies, Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-2038877-001
VENDOR: Control Technologies, Inc.
ADDRESS: 2776 S. Financial Court
CITY, STATE, ZIP: Sanford, FL, 32773
TELEPHONE: 407-330-2800
TOLL FREE NO.: 800-865-2745
FAX NO.: 407-330-2804
E-MAIL: mike@cttraffic.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
Intelligent Transportation Services, Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3003934-001
VENDOR: Intelligent Transportation Services, Inc.
ADDRESS: PO Box 3787
CITY, STATE, ZIP: Placida, FL 33946
TELEPHONE: 407-492-6664
TOLL FREE NO.:
FAX NO.: 941-473-8166
E-MAIL: tmalone@itstraffic.us
DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
Rainbow Distributors USA, Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3337206-001
VENDOR: Rainbow Distributors USA, Inc.
ADDRESS: 204 N. Elm Ave
CITY, STATE, ZIP: Sanford, FL, 32771
TELEPHONE: 407-330-6363
TOLL FREE NO.:
FAX NO.: 407-330-6360
E-MAIL: Kyle@rainbowdistributorsusa.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Pete Ganci, Sales Engineer
ADDRESS: 14550 58th Street North
CITY, STATE, ZIP: Clearwater, FL, 33760
TELEPHONE: 727-535-6339
TOLL FREE NO.: 800-237-4567
FAX NO.: 727-531-3008
E-MAIL ADDRESS: pete.ganci@emerson.com
WEB ADDRESS: www.aptsurge.com / www.emersonnetworkpower.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6837
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3152989-001
VENDOR: Blackhawk Enterprises Inc.
ADDRESS:
1400 Village Sq. #3-216
CITY, STATE, ZIP: Tallahassee, FL 32312
TELEPHONE:
850-668-5293
TOLL FREE NO.:
E-MAIL:
FAX NO.:
blhawk99@aol.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
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.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.:
blhawk99@aol.com
www.blackhawkenterprises.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
No XX
CR6838
================
//////////////////////////////////
================
CR6839
-001
ORDERING INSTRUCTIONS
MFMP Contract #: CR6840
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 41-1598480-003
VENDOR:
Comtrol Corporation
ADDRESS:
100 5th Avenue NW
CITY, STATE, ZIP:
TELEPHONE:
New Brighton, MN, 55112
763-957-6000
TOLL FREE NO.:
E-MAIL:
1-800-926-6876
FAX NO.:
763-957-6001
Katya.lee@comtrol.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30 DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Katya Lee Traffic and Transportation Account Manager
ADDRESS:
100 5th Avenue NW
CITY, STATE, ZIP:
New Brighton, MN, 55112
TELEPHONE: 7639576000
TOLL FREE NO.:
1-800-926-6876
E-MAIL ADDRESS:
katya.lee@comtrol.com
WEB ADDRESS:
FAX NO.: 763-957-6001
www.comtrol.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6841
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
VENDOR:
Control Technologies, Inc.
ADDRESS:
2776 S. Financial Court
CITY, STATE, ZIP:
59-2038877-001
Sanford, FL 32773
TELEPHONE: 407-330-2800
TOLL FREE NO.: 800-865-2745
FAX NO.:
407-330-2804
E-MAIL: mike@cttraffic.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Bryan Kaeser, Technical Support Manager
ADDRESS: 2776 S. Financial Court
CITY, STATE, ZIP: Sanford, FL 32773
TELEPHONE: 407-330-2800
TOLL FREE NO.: 800-865-2745
E-MAIL ADDRESS:
FAX NO.:
407-330-2804
bryan@cttraffic.com
WEB ADDRESS: www.cttraffic.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
CR6842
-003
CR6842
-003
ORDERING INSTRUCTIONS
MFMP Contract #: CR6843
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 46-0306862-002
VENDOR:
Daktronics, Inc.
ADDRESS:
117 Prince Drive
CITY, STATE, ZIP:
TELEPHONE:
Brookings, SD 57006
605-692-0200
TOLL FREE NO.: 1-800-833-3157
FAX NO.:
605-697-4700
E-MAIL: trevor.slaight@daktronics.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 120
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Trevor Slaight, Senior Project Manager
ADDRESS: 117 Prince Drive
CITY, STATE, ZIP: Brookings, SD 57006
TELEPHONE: 605-692-0200
TOLL FREE NO.: 1-800-833-3157
FAX NO.: 605-697-4700
E-MAIL ADDRESS: trevor.slaight@daktronics.com
WEB ADDRESS:
www.daktronics.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6844
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3223520-001
VENDOR: Earnest Products, Inc. dba Southern Manufacturing
ADDRESS:
2000 E Lake Mary Blvd
CITY, STATE, ZIP: Sanford, FL 32773
TELEPHONE:
407-894-8851
TOLL FREE NO.:
E-MAIL:
800-866-5699
FAX NO.: 407-831-1508
orders@southernmfg.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30 DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Jeremy Huffman - Product Manager
ADDRESS:
2000 E Lake Mary Blvd
CITY, STATE, ZIP: Sanford, FL 32773
TELEPHONE: 407-894-8851
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
800-866-5699
FAX NO.: 407-831-1508
jhuffman@southernmfg.com
www.southernmfg.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6845
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 95-3196532-002
VENDOR: Econolite Control Products
ADDRESS:
PO Box 550897
CITY, STATE, ZIP: Jacksonville, FL 32255
TELEPHONE:
904-448-5619
TOLL FREE NO.:
E-MAIL:
FAX NO.:
904-212-1320
nlatona@econolite.com and cbraithwaite@econolite.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
60 DAYS AFTER RECEIPT
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.:
E-MAIL ADDRESS:
FAX NO.: 904-212-1320
nlatona@econolite.com
www.econolite.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number:
CR6846
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
33-722304-002
VENDOR: EtherWAN Systems, Inc
ADDRESS:
2301 East Winston Rd.
CITY, STATE, ZIP:
TELEPHONE:
Anaheim, CA 92806
714-779-3800 x118
TOLL FREE NO.:
E-MAIL:
FAX NO.:
714-779-3806
orderentry@etherwan.com // paul.tai@etherwan.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE:
ADDRESS:
Bill Starkey; Manager, Southeast Region
3300 Hula Drive
CITY, STATE, ZIP: Mesquite, TX 757150
TELEPHONE: 817-812-3138
Mobile: 214-929-0340
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.:
714-889-3806
bill.starkey@etherwan.com
www.etherwan.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes XX
No
CR6847
-001
ORDERING INSTRUCTIONS
MFMP Contract #: CR6848
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
232851564-003
VENDOR: Horizon Signal Technologies
ADDRESS: 5 Corporate Blvd
CITY, STATE, ZIP:
Reading, PA 19608
TELEPHONE: 404-782-7765
TOLL FREE NO.: 800-852-8796
E-MAIL:
FAX NO.: 610-743-5188
mstubblefield@horizonsignal.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 14
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE:
Matt Stubblefield Regional Sales Manager
ADDRESS: 5 Corporate Blvd
CITY, STATE, ZIP: Reading, PA 19608
TELEPHONE:
404-782-7765
TOLL FREE NO.:
E-MAIL ADDRESS:
800-852-8796
FAX NO.: 610-743-5188
mstubblefield@horizonsignal.com
WEB ADDRESS: www.horizonsignal.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6849
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
VENDOR:
06-1642511-001
Information Display Company
ADDRESS:
10950 SW 5th, Suite 330
CITY, STATE, ZIP:
TELEPHONE:
(401)965-6973
TOLL FREE NO.:
E-MAIL:
Beaverton, Oregon 97005
(800)421-8325
FAX NO.:
(503)626-3417
linda@informationdisplay.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
45
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE:
ADDRESS:
Linda Davey, Eastern Sales Manager
10950 SW 5th, Suite 330
CITY, STATE, ZIP:
TELEPHONE:
(401)965-6973
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
Beaverton, Oregon 97005
(800)421-9325
FAX NO.:
(503)626-3417
linda@informationdisplay.com
www.informationdisplay.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
CR6850
-001
ORDERING INSTRUCTIONS
MFMP Contract #: CR6851
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 95-2588496 -002
VENDOR: Iteris, Inc.
ADDRESS: 1700 Carnegie Avenue - Suite 100
CITY, STATE, ZIP: Santa Ana, CA 92705-5551
TELEPHONE:
949-270-9615
TOLL FREE NO.:
E-MAIL:
FAX NO.:
RS-Sales-Support@iteris.com
949-270-9441
attn: Marilyn Holden
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Stokes Wallace
ADDRESS:
1501 Arthur Street
CITY, STATE, ZIP: Orlando, FL 32804-2804
TELEPHONE: 407-292-9776 pr 407-383-1845
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.:
wsw@iteris.com
www.iteris.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6852
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
26-0794038-001
VENDOR: Jace Chandler & Associates, Inc.
ADDRESS: P.O. Box 59387
CITY, STATE, ZIP: Homewood, Alabama 35259
TELEPHONE:
(205) 879-7336
TOLL FREE NO.:
E-MAIL:
FAX NO.:
(205) 879-7356
jchandler@jcasouth.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 - 45 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Jace Chandler, President
ADDRESS:
2906 Crescent Avenue
CITY, STATE, ZIP:
Homewood, Alabama 35209
TELEPHONE: (205) 879-7336
TOLL FREE NO.:
E-MAIL ADDRESS:
FAX NO.: (205) 879-7356
jchandler@jcasouth.com
WEB ADDRESS: www.jcasouth.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
CR6854
-001
ORDERING INSTRUCTIONS
MFMP Contract #: CR6855
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 72-1370925 -003
VENDOR: K & K SYSTEMS, INC.
ADDRESS: 687 PALMETTO RD.
CITY, STATE, ZIP: TUPELO, MS 38801
TELEPHONE: 662-566-2025
TOLL FREE NO.: 888-414-3003
FAX NO.: 662-566-7123
E-MAIL: info@k-ksystems.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: TROY G. KEITH
ADDRESS: 687 PALMETTO RD.
CITY, STATE, ZIP: TUPELO, MS 38801
TELEPHONE: 662-566-2025
TOLL FREE NO.: 888-414-3003
FAX NO.: 662-566-7123
E-MAIL ADDRESS: info@k-ksystems.com
WEB ADDRESS: www.k-ksystems.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6856
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 98-0383252 - 001
VENDOR: LEDSTAR INC.
ADDRESS:
131 WESTCREEK DR.
CITY, STATE, ZIP: WOODBRIDGE, ONTARIO CANADA L4L 9N6
TELEPHONE:
905-265-7800 EXT. 206
TOLL FREE NO.:
E-MAIL:
FAX NO.:
MILAN@LEDSTAR.COM
DELIVERY: DELIVERY WILL BE MADE WITHIN 20 WEEKS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: GREG BARTLETT, VP BUSINESS DEVELOPMENT
ADDRESS:
131 WESTCREEK DR.
CITY, STATE, ZIP: WOODRBIDGE, ONTARIO, CANADA L4L 9N6
TELEPHONE: 905-265-7800 EXT. 218
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.:
GBARTLETT@LEDSTAR.COM
WWW.LEDSTAR.COM
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
No X
ORDERING INSTRUCTIONS
MFMP Contract #: CR6857
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
81-0489057 -001
VENDOR: Intelicom Inc. dba LiteSys Inc.
ADDRESS:
PO Box 239, 150 Pollywog lane
CITY, STATE, ZIP: Belgrade, MT 59714
TELEPHONE:
(406)388-9317
TOLL FREE NO.: 800-533-7441
FAX NO.: (406)388-9319
E-MAIL: kendall@litesys.com and info@litesys.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Kendall Kanning, Corporate Sales Representative
ADDRESS: P.O. Box 239, 150 Pollywog Lane
CITY, STATE, ZIP: Belgrade, MT 59714
TELEPHONE: (406)388-9317
TOLL FREE NO.:
800-533-7441
FAX NO.: (406)388-9317
E-MAIL ADDRESS: kendall@litesys.com
WEB ADDRESS:
www.litesys.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
CR6858
-002
ORDERING INSTRUCTIONS
MFMP Contract #: CR6859
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
98-0575785-001
VENDOR: North America Traffic, Inc
ADDRESS:
7 Petersburg Circle
CITY, STATE, ZIP: Port Colborne, ON, Canada, L3K 5V5
TELEPHONE:
905-835-0800
TOLL FREE NO.: 1-877-352-4626
E-MAIL:
FAX NO.:
905-835-0453
angela@northamericatraffic.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Dave Cornish, VP of Operations
ADDRESS:
7 Petersburg Circle
CITY, STATE, ZIP: Port Colborne, ON, Canada, L3K 5V5
TELEPHONE: 905-835-0800
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
1-877-352-4626
FAX NO.: 905-835-0453
dave@northamericatraffic.com
www.northamericatraffic.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
CR6860
-002
Accepts State of Florida Purchasing Card (VISA)? YES
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number:
CR6861
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-3337206-001
VENDOR: Rainbow Distributors USA, Inc.
ADDRESS: 204 N Elm Ave
CITY, STATE, ZIP: Sanford, FL 32771
TELEPHONE:
407-330-6363
TOLL FREE NO.:
N/A
FAX NO.:
407-330-6360
E-MAIL: kyle@rainbowdistributorsusa.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Kyle Kilger, Vice President
ADDRESS: 204 N Elm Ave
CITY, STATE, ZIP: Sanford, FL 32771
TELEPHONE: 407-330-6363
TOLL FREE NO.: N/A
FAX NO.: 407-330-6360
E-MAIL ADDRESS: kyle @rainbowdistributorsusa.com
WEB ADDRESS:
www.rainbowdistributorsusa.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number:
CR6862
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
80-0280265-001
VENDOR: Rhythm Engineering LLC
ADDRESS:
11228 Thompson Ave
CITY, STATE, ZIP: Lenexa, KS 66219
TELEPHONE:
913-227-0603
TOLL FREE NO.:
N/A
FAX NO.: 913-227-0674
E-MAIL: jim.clark@rhythmtraffic.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 30
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Jim Clark, Regional Account Director
ADDRESS: 11228 Thompson Ave
CITY, STATE, ZIP: Lenexa, KS 66219
TELEPHONE: 703-300-4147 or 913-227-0603
TOLL FREE NO.: N/A
FAX NO.: 913-227-0674
E-MAIL ADDRESS: jim.clark@rhythmtraffic.com
WEB ADDRESS: http://www.rhythmtraffic.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
No
X
CR6864
-002
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number:
CR6885
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with RTC or Temple Inc.
RTC Manufacturing Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75 2160908 -002
VENDOR: RTC Manufacturing, Inc.
ADDRESS:
1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE:
817-860-1217
TOLL FREE NO.:
E-MAIL:
FAX NO.:
817-274-3610
info@rtc-traffic.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30-45
DAYS AFTER RECEIPT
RTC Manufacturing, Inc Order Information
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75 2160908
VENDOR: RTC Manufacturing, Inc.
ADDRESS:
1016 Enterprise PL
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE:
817-860-1217
TOLL FREE NO.:
E-MAIL:
info@rtc-traffic.com
FAX NO.:
817-274-3610
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30-45
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Ronald Featherston, VP
ADDRESS:
1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-307-7045
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.: 817-274-3610
ron@rtc-traffic.com
www.rtc-traffic.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number:
CR6885 or CR6876
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with RTC or Transporation Control Systems
RTC Manufacturing Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75 2160908
VENDOR: RTC Manufacturing, Inc.
ADDRESS:
1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE:
817-860-1217
TOLL FREE NO.:
E-MAIL:
FAX NO.:
817-274-3610
info@rtc-traffic.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30-45
DAYS AFTER RECEIPT
Transporation Control Systems Information
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59 1673144
VENDOR: Transporation Control Systems
ADDRESS:
1030 South 86th St.
CITY, STATE, ZIP: Tampa, FL 33619
TELEPHONE:
813-630-2800
TOLL FREE NO.:
E-MAIL:
800-886-2735
sgillis@tcstraffic.com
FAX NO.:
813-630-2801
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30-45
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Ronald Featherston, VP
ADDRESS:
1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-307-7045
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.: 817-274-3610
ron@rtc-traffic.com
www.rtc-traffic.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6885 or CR6870
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with RTC or Temple Inc.
RTC Manufacturing Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 75 2160908
VENDOR: RTC Manufacturing, Inc.
ADDRESS:
1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE:
817-860-1217
TOLL FREE NO.:
E-MAIL:
FAX NO.:
817-274-3610
info@rtc-traffic.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30-45
DAYS AFTER RECEIPT
Temple Inc. information
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 630573758
VENDOR: Temple, Inc.
ADDRESS:
305 Bank Street
CITY, STATE, ZIP: Decatur, AL 35601
TELEPHONE:
256-353-3820
TOLL FREE NO.:
E-MAIL:
keith.frasier@temple-inc.com
FAX NO.:
256-353-4578
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30-45
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Ronald Featherston, VP
ADDRESS:
1016 Enterprise Place
CITY, STATE, ZIP: Arlington, TX 76001
TELEPHONE: 817-307-7045
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.: 817-274-3610
ron@rtc-traffic.com
www.rtc-traffic.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #:
CR6868
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
VENDOR:
Safety Zone Specialists, Inc.
ADDRESS:
PO Box 90764
CITY, STATE, ZIP:
TELEPHONE:
Lakeland, FL 33804-0764
863-984-1385
TOLL FREE NO.:
E-MAIL:
59-3122879-002
FAX NO.:
863-984-0058
sales@safetyzonespecialists.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: David Vespa, President
ADDRESS:
PO Box 90764
CITY, STATE, ZIP: Lakeland, FL 33804-0764
TELEPHONE: 863-984-1385
TOLL FREE NO.:
E-MAIL ADDRESS:
FAX NO.: 863-984-0058
david@safetyzonespecialists.com
WEB ADDRESS:
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6869
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID):
362369792-001
VENDOR: SKY BRACKET
ADDRESS: 2135 15th Street
CITY, STATE, ZIP: Rockford, IL 61104
TELEPHONE:
815-229-1600
TOLL FREE NO.:
E-MAIL:
FAX NO.:
815-229-7082
mwilton@skybracket.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE:
ADDRESS:
Mel Wilton
2135 15th Street
CITY, STATE, ZIP: Rockford, IL 61104
TELEPHONE:
815-229-1600
TOLL FREE NO.:
FAX NO.: 815-229-7082
E-MAIL ADDRESS: mwilton@skybracket.com
WEB ADDRESS: www.skybracket.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6870
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 630573758-001
VENDOR: Temple, Inc.
ADDRESS:
305 Bank St
CITY, STATE, ZIP: Decatur, AL 35601
TELEPHONE:
256-353-3820
TOLL FREE NO.: 800-633-3221
E-MAIL:
FAX NO.: 256-353-4578
keith.frasier@temple-inc.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Keith Frasier, Florida Sales & Support
ADDRESS:
305 Bank St
CITY, STATE, ZIP: Decatur, AL 35601
TELEPHONE: 256-353-3820
TOLL FREE NO.: 800-633-3221
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.: 256-353-45478
keith.frasier@temple-inc.com
www.temple-inc.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
x
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6871
Bid Number: ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 52-1868893-006
VENDOR: TESSCO Inc.
ADDRESS:
11126 McCormick Road
CITY, STATE, ZIP: Hunt Valley, MD, 21031
TELEPHONE:
775 689 5573
TOLL FREE NO.: 800-472-7373
E-MAIL:
FAX NO.: 410-527-0005
martinezs@tessco.com
DELIVERY: Time of delivery is subject to product selection
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Sergio Martinez, Development Executive
ADDRESS:
11126 McCormick Road
CITY, STATE, ZIP: Hunt Valley, MD, 21031
TELEPHONE: 775 689 5573
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
800-472-7373
FAX NO.: 410-527-0005
martinezs@tessco.com
www.tessco.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
x
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6873
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 232289978-002
VENDOR: TRAFCON
ADDRESS:
81 TEXACO ROAD
CITY, STATE, ZIP: MECHANICSBURG PA 17050
TELEPHONE:
717-691-8007
TOLL FREE NO.:
E-MAIL:
FAX NO.:
717-697-0813
sales@trafcon.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 45
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: MARK MACSKIMMING
ADDRESS:
81 TEXACO ROAD
CITY, STATE, ZIP: MECHANICSBURG PA 17050
TELEPHONE: 717-691-8007
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.: 717-697-0813
markmac130@aol.com
www.trafcon.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
ORDERING INSTRUCTIONS
MFMP Contract #: CR6874
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
Orders can be placed with TrafficCast or Transporation Control Systems
TrafficCast International Inc. Information:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 20 5191348-001
VENDOR: TrafficCast International Inc.
ADDRESS:
2801 Coho St. Suite 10
CITY, STATE, ZIP: Madison, WI 53713
TELEPHONE:
678-575-0958
TOLL FREE NO.:
E-MAIL:
FAX NO.:
770-864-1390
pmisticawi@trafficcast.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30-45
DAYS AFTER RECEIPT
Transporation Control Systems Information
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59 1673144-001
VENDOR: Transporation Control Systems
ADDRESS:
1030 South 86th St.
CITY, STATE, ZIP: Tampa, FL 33619
TELEPHONE:
813-630-2800
TOLL FREE NO.:
E-MAIL:
800-886-2735
sgillis@tcstraffic.com
FAX NO.:
813-630-2801
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30-45
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Paul Misticawi, VP of Public Sector Sales
ADDRESS:
2801 Coho St. Suite 100
CITY, STATE, ZIP: Madison, WI 53713
TELEPHONE: 678-575-0958
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.: 770-864-1390
pmisticawi@trafficcast.com
www.trafficcast.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
No X
ORDERING INSTRUCTIONS
MFMP Contract #: CR6875
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 74-2019144-001
VENDOR: Trafficware Group, Inc.
ADDRESS:
522 Gillingham
CITY, STATE, ZIP: Sugar Land, TX 77478
TELEPHONE:
281-240-7233
TOLL FREE NO.:
E-MAIL:
1-800-952-7285
FAX NO.:
281-240-7238
gregfreel@trafficware.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 60
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Greg Freel
ADDRESS:
11817 Loretto Square Dr. S.
CITY, STATE, ZIP: Jacksonville, FL 32223
TELEPHONE: 904-613-9331
TOLL FREE NO.:
E-MAIL ADDRESS:
WEB ADDRESS:
1-800-952-7285
FAX NO.: 281-240-7238
gregfreel@trafficware.com
www.trafficware.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
CR6876
-001
ORDERING INSTRUCTIONS
MFMP Contract #: CR6877
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 59-1053866-001
VENDOR: McCain Sales of Florida, Inc. dba Universal Signs & Accessories
ADDRESS:
3001 Orange Avenue
CITY, STATE, ZIP: Fort Pierce, FL 34947
TELEPHONE:
772-461-0665
TOLL FREE NO.: 1-800-432-0331
E-MAIL:
FAX NO.:772-461-0669
bmccain@UniversalSignsFL.com
DELIVERY: DELIVERY WILL BE MADE WITHIN 45
OF PURCHASE ORDER.
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Bret R. McCain, Vice President
ADDRESS:
3001 Orange Avenue
CITY, STATE, ZIP: Fort Pierce, FL 34947
TELEPHONE: 772-461-0665
TOLL FREE NO.: 1-800-432-0331
E-MAIL ADDRESS:
WEB ADDRESS:
FAX NO.: 772-461-0669
bmccain@UniversalSignsFL.com
http://www.UniversalSignsFL.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes X
No
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number:
CR6878
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 98-0223271-002
VENDOR: Signalisation Ver-Mac Inc.
ADDRESS:
1781 Bresse
Quebec QC G2G 2V2
418-654-1303
TOLL FREE NO.:
E-MAIL:
1-888.488.7446
FAX NO.: 418 654-0517
kim.jack@ver-mac.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
30
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
Kimberly Jack Inside Sales Coordinator
ADDRESS:
1781 Bresse
Quebec Quebec City G2G 2V2
418 -654-1303
1-888.488.7446
E-MAIL ADDRESS:
WEB ADDRESS:
Kim.jack@ver-mac.com
www.ver-mac.com
yes: Accepts State of Florida Purchasing Card (VISA)
yes
ORDERING INSTRUCTIONS
MFMP Contract #:
Bid Number:
CR6879
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 84-1051014-002
VENDOR: Wanco, Inc.
ADDRESS:
5870 Tennyson St.
CITY, STATE, ZIP: Arvada, CO, 80003
TELEPHONE:
470-233-9831
TOLL FREE NO.: 800-972-0755
E-MAIL:
FAX NO.: 303-867-3450
tpaulino@wanco.com
DELIVERY: DELIVERY WILL BE MADE WITHIN
OF PURCHASE ORDER.
45
DAYS AFTER RECEIPT
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Tim Paulino
ADDRESS:
5870 Tennyson St.
CITY, STATE, ZIP: Arvada, CO 80003
TELEPHONE: 470-233-9831
TOLL FREE NO.: 800-972-0755
E-MAIL:
WEB ADDRESS:
FAX NO.: 303-867-3450
tpaulino@wanco.com
www.wanco.com
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
No X
ORDERING INSTRUCTIONS
MFMP Contract #: CR6880
Bid Number:
ITB-DOT-15/16-9005-GH
Title: FDOT APL Traffic Equipment
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): 82-0525153-001
VENDOR: Wavetronix LLC.
ADDRESS:
78 E. 1700 South, Bldg. B
CITY, STATE, ZIP: Provo, UT 84606
TELEPHONE:
407-366-5144
TOLL FREE NO.:
E-MAIL:
801-734-7200
FAX NO.: 801-734-7201
Flsales@Wavetronix.com
DELIVERY: DELIVERY WILL BE MADE WITHIN (6 weeks) 42 DAYS AFTER RECEIPT
OF PURCHASE ORDER.
PRODUCT INFORMATION: DIRECT QUESTIONS TO:
NAME & TITLE: Florida Sales (Regional Sales Manager) or Michael Kline
ADDRESS:
3000 Dovera Drive Suite 100
CITY, STATE, ZIP: Oviedo, Florida, 32765
TELEPHONE: 407-366-5144
TOLL FREE NO.:
801-734-7200
FAX NO.: 801-734-7201
E-MAIL ADDRESS: Flsales@Wavetronix.com
WEB ADDRESS:
HTTP://WWW.WAVETRONIX.COM
Will you accept the State of Florida Purchasing Card (VISA)?
Yes
X
No
BID SHEET
BID #: ITB-DOT-15/16-9005-GH
FOB: Destination
BID TITLE: FDOT APL Traffic Equipment

BID AS SPECIFIED

A BID SHEET (Excel Format) IS ATTACHED SEPARATELY TO THIS BID
ADVERTISEMENT IN THE VENDOR BID SYSTEM.

DOWNLOAD THE BID SHEET AND ELECTRONICALLY ENTER BID AMOUNT(s).

SAVE THE COMPLETED BID SHEET TO A CD-ROM or USB FLASH DRIVE AND
SUBMIT WITH YOUR BID.

INCLUDE A PRINTED HARD COPY OF THE COMPLETED BID SHEET AND A SIGNED
COPY OF THIS BID SHEET WITH YOUR BID.
RENEWAL: see Introduction Section #7.
THE UNIT PRICE(s) WILL APPLY TO THE INITIAL TERM AND ANY RENEWAL PERIODS.
MFMP Transaction Fee:
All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the 1% MFMP
Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14.
NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation
terms and conditions and their submission is made in conformance with those terms and conditions.
ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this
solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in
conformance with all requirements of the solicitation.
Bidder:
FEIN:
Address:
Phone:
City, State, Zip:
Fax:
.
E-mail:
Authorized Signature:
Printed/Typed:
.
Date:
Title:
.
FORM 375-040-18
PROCUREMENT OFFICE
06/12
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
DRUG-FREE WORKPLACE PROGRAM CERTIFICATION
287.087 Preference to businesses with drug-free workplace programs. Whenever two or more bids,
proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any
political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received
from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the
award process. In order to have a drug-free workplace program, a business shall:
(1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be
taken against employees for violations of such prohibition.
(2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,
and the penalties that may be imposed upon employees for drug abuse violations.
(3) Give each employee engaged in providing the commodities or contractual services that are under bid
a copy of the statement specified in subsection (1).
(4) In the statement specified in subsection (1), notify the employees that, as a condition of working on
the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and
will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or
of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later
than 5 days after such conviction.
(5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community by, any employee who is so convicted.
(6)
this section.
Make a good faith effort to continue to maintain a drug-free workplace through implementation of
Does the individual responding to this solicitation certify that their firm has implemented a drug-free workplace
program in accordance with the provision of Section 287.087, Florida Statutes, as stated above?
[ ] YES
[ ] NO
NAME OF BUSINESS: _______________________________________________________________
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
IN-STATE PREFERENCE FORM
For Invitation-to-Bid Commodity
375-040-56
PROCUREMENT
OGC – 03/13
Bid Number:
Title:
Pursuant to Section 287.084, Florida Statutes, relating to the Florida-based business preference, effective
July 1, 2012:
In a competitive solicitation in which the lowest bid is submitted by a vendor whose principal place of
business is located outside the state of Florida and that state where the vendor’s principal place of business
is located does not grant a preference in competitive solicitation to vendors having a principal place of
business in that state, the preference to the lowest responsible and responsive vendor having a principal
place of business in this state shall be 5 percent.
Note: The Vendor is required to complete and submit this form with its bid to be considered for this
preference.
Vendor Name:
Vendor FEIN:
The Vendor (does
) (does not
) have a principal place of business located in the state of Florida.
If so, please provide an address:
Note: A vendor whose principal place of business is outside the state of Florida must accompany any
written bid documents with a written opinion of an attorney licensed to practice law in that foreign state, as
to the preferences, if any or none, granted by the law of that state to its own business entities whose
principal places of business is in that foreign state in the letting of any or all public contracts.
Authorized Signature:
Title:
Date:
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
VENDOR CERTIFICATION REGARDING
Florida Statutes
375-030-60
PROCUREMENT
SCRUTINIZED COMPANIES LISTS
287.135
06/11
Respondent Vendor Name: _____________________________________________________
Vendor FEIN: ___________________
Vendor’s Authorized Representative Name and Title: ___________________________________
Address: ______________________________________________________________________
City: _____________________ State: _____________________________ Zip: ______________
Phone Number: ____________________________________
Email Address:
_
Section 287.135, Florida Statutes, prohibits agencies from contracting with companies, for goods or services of
$1 million or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section
215.473, Florida Statutes.
As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in
the section entitled “Respondent Vendor Name” is not listed on either the Scrutinized Companies with Activities
in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand
that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to
civil penalties, attorney’s fees, and/or costs.
CERTIFIED BY: __________________________________________________________,
WHO IS AUTHORIZED TO SIGN ON BEHALF OF THE ABOVE REFERENCED COMPANY.
Authorized Signature Print Name and Title:_________________________________________
INTRODUCTION SECTION
1) INVITATION
The purpose of this Invitation to Bid is to obtain competitive bids to establish a three (3) year contract for the
purchase of Approved Product List (APL) Traffic Equipment by the Department of Transportation,
hereafter referred to as the "Department". The contract will become effective on the date the successful
bidder(s) is approved for award and will expire three years from that date. After the award, said bidder(s) will
be referred to as the "Vendor(s)".
All commodities identified in this Invitation to Bid will be subject to the availability of identical commodities as
provided by mandatory Department of Management Services' State Contract(s) at such time these
commodities become available. In the event of duplication(s) of commodities, the Department of
Management Services' mandatory State Contract shall prevail.
2) TIMELINE
Provided below is a list of critical dates and actions. These dates are subject to change. Notices of
changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on
“BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”,
click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this bid number. It is the
responsibility of all potential bidders to monitor this site for any changing information prior to submitting
your bid.
ACTION / LOCATION
DATE
LOCAL TIME
DEADLINE FOR TECHNICAL QUESTIONS (There is no deadline for administrative questions)
08-19-2015
5:00 PM
BIDS DUE (On or Before) -
09-01-2015
3:00 PM
PUBLIC OPENING Florida Department of Transportation
Procurement Office Rm. 429
Greg Hill (850) 414-4482
605 Suwannee Street, MS 20
Tallahassee, FL 32399-0450
09-01-2015
3:00 PM
POSTING OF INTENDED DECISION/AWARD -
09-03-2015
4:00 PM
Florida Department of Transportation
Procurement Office Rm. 429
Greg Hill (850) 414-4482
605 Suwannee Street, MS 20
Tallahassee, FL 32399-0450
3)
BID OPENING AGENDA
The sealed bids will be opened by the Department's Procurement Office personnel at the date, time and
location in the Timeline. All bid openings are open to the public and will be conducted according to the
following agenda:
Opening remarks – Approximate time of 2 minutes by Department Procurement Office personnel.
Public input period – To allow a maximum of 15 minutes total for public input related to the bid solicitation.
Bids opened – At conclusion of public input or 15 minutes, whichever occurs first, bids received timely will be
opened with bidder’s name read aloud. Bid prices will not be announced at this time. Bid prices will be
recorded on the bid tab as determined by the Procurement Office.
Adjourn - After all bids received timely have been opened, the meeting will be adjourned.
4) SPECIAL ACCOMMODATIONS
Any person with a qualified disability requiring special accommodations at a pre-bid conference, public
meeting, and/or opening shall contact the contact person at the phone number, e-mail address or fax
number provided on the title page at least five (5) working days prior to the event. If you are hearing or
speech impaired, please contact this office by using the Florida Relay Services which can be reached at
1 (800) 955-8771 (TDD).
5)
CONTRACT USE
Use of the contract resulting from this bid will be optional for the Department. The Department reserves the
right to solicit separate bids for any unusual or abnormal quantity requirements that may arise during the term
of the contract.
6) ESTIMATED PURCHASES
The Department anticipates purchasing the estimated quantities, shown on the bid sheet(s), for a one (1)
year period of any contract resulting from this bid. The estimated quantities are given only as a guideline for
preparing your bid and should not be construed as representing the actual quantities to be purchased under
this contract. The Vendor(s) shall supply, at bid prices, the actual quantities ordered regardless of whether
the total of such quantities is more or less than anticipated. This bid and the resulting contract will be subject
to annual appropriated funding.
7) RENEWAL
Upon mutual agreement, the Department and the Contract Vendor may renew the contract for a period that
may not exceed 3 years or the term of the original contract, whichever is longer. The renewal must be in
writing and signed by both parties, and is subject to the same terms and conditions set forth in the initial
contract and any written amendments signed by the parties. Any renewal shall specify the renewal price, as
set forth in the solicitation response except that an agency may negotiate lower pricing. Renewal is
contingent upon satisfactory performance evaluations and subject to the availability of funds.
SPECIAL
CONDITIONS
1) MyFloridaMarketPlace
BIDDERS
MUST
BE
ACTIVELY
REGISTERED
IN
THE
STATE
OF
FLORIDA’S
MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE BID OPENING OR THEY MAY
BE CONSIDERED NON-RESPONSIVE (see Special Condition 21). All prospective bidders that are not
registered should go to https://vendor.myfloridamarketplace.com/ to complete on-line registration, or call 1866-352-3776 for assisted registration.
All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the 1% MFMP
Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14.
2) Florida Department of Financial Services (DFS) W-9 INITIATIVE
The Florida Department of Financial Services (DFS) requires all vendors that do business with the state
to submit an electronic Substitute Form W-9. Vendors must submit their W-9 forms electronically at
https://flvendor.myfloridacfo.com to receive payments from the state. Contact the DFS Customer Service
Desk at (850) 413-5519 or FLW9@myfloridacfo.com with any questions.
3) QUESTIONS & ANSWERS
In accordance with section 287.057(23), Florida Statutes, respondents to this solicitation or persons acting on
their behalf may not contact, between the release of the solicitation and the end of the 72-hour period
following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays,
any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except
in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision
may be grounds for rejecting a response.
Any technical questions arising from this Invitation to Bid must be forwarded, in writing, to the procurement
agent identified below. Questions must be received no later than the time and date reflected on the Timeline.
The Department’s written response to written inquiries submitted timely by bidders will be posted on the
Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the
State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search
Advertisements”), under this bid number. It is the responsibility of all potential bidders to monitor this site for
any changing information prior to submitting their bid.
WRITTEN TECHNICAL QUESTIONS should be submitted to:
greg.hill@dot.state.fl.us, or mailed to FDOT Procurement Office, Greg Hill, 605 Suwannee St., MS20,
Tallahassee, FL 32399.
Questions regarding administrative aspects of the bid process should be directed to the Procurement Agent
in writing at the address above, by phone, or via email.
4)
ORAL INSTRUCTIONS / CHANGES TO THE INVITATION TO BID (ADDENDA)
No negotiations, decisions, or actions will be initiated or executed by a bidder as a result of any oral
discussions with a State employee. Only those communications which are in writing from the Department will
be considered as a duly authorized expression on behalf of the Department.
Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click
on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”,
click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this bid number. It is the
responsibility of all potential bidders to monitor this site for any changing information prior to submitting your
bid. All Addenda will be acknowledged by signature and subsequent submission of Addenda with bid when
so stated in the Addenda.
5) DIVERSITY ACHIEVEMENT
The Department, in accordance with Title VI of the Civil Rights Act of 1964, 42 USC 2000d- 2000d-4,
Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the
Secretary, Part 21, Nondiscrimination in federally-assisted programs of the Department of Transportation
issued pursuant to such Act, hereby notifies all bidders that the Department will affirmatively ensure
that in any contract/agreement entered into pursuant to this advertisement, minority and disadvantaged
business enterprises will be afforded the full opportunity to submit bids in response to this invitation and
will not be discriminated on the basis of race, color, national origin, or sex in consideration for an award.
The Department encourages the recruitment and utilization of small, minority, women, and service-disabled
veteran businesses. The Department, its vendors, suppliers, and consultants should take all necessary and
reasonable steps to ensure that small, minority, women, and service-disabled veteran businesses have the
opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment.
6) PRICES/DELIVERY
Prices shall be firm, net, delivered prices, F.O.B. destination.
Delivery must be made within thirty (30) calendar days or less upon receipt of a purchase order by the
contract vendor at their designated ordering location. If more time is needed, the bidder should state the
extra time required and the reasons why, in their bid response. Acceptance will be subject to the
Department’s approval.
7) IN-STATE PREFERENCE FOR COMMODITY BIDS
In accordance with Section 287.084, Florida Statutes, when the lowest responsible and responsive bid is
submitted by a vendor whose principal place of business is located outside the state of Florida, a 5% price
preference shall be awarded to the lowest responsible and responsive vendor whose principal place of
business is located in the state of Florida unless the state where the out-of-state vendor is located provides a
price preference for businesses having a principal place of business in that state. In that case, the same
price preference shall be awarded to the lowest responsible and responsive vendor whose principal place of
business is located in the state of Florida responding to this Invitation to Bid (ITB).
All bidders should complete the attached “In-State Preference Form” and submit with their bid response. A
vendor whose principal place of business is located outside the state of Florida, must accompany their bid
response documents with a written opinion of an attorney licensed to practice law in that foreign state, as to
the preferences granted by that state to its own business entities in the letting of public contracts.
For the 5% preference, the Department will apply 5% to the bid price(s) of the lowest out of state vendor
whose state does not grant a preference if that vendor has submitted the lowest responsible and responsive
bid.
8) INTENDED AWARD
As the best interest of the State may require, the right is reserved to make award(s) by individual item, group
of items, all or none, or a combination thereof: on a geographical district basis and / or on a statewide basis
with one or more suppliers to reject any and all bids or waive any minor irregularity or technicality in bids
received. When it is determined there is competition to the lowest responsible bidder, evaluation of other bids
is not required. Bidders are cautioned to make no assumptions, unless their bid has been evaluated as being
responsive. All awards made as a result of this bid shall conform to applicable Florida Statute. If the
Department is confronted with identical pricing or scoring from multiple vendors, the Department shall
determine the order of award in accordance with section 295.187(4), Florida Statutes, and Rule 60A-1.011
Florida Administrative Code.
9) PRE-BID CONFERENCE: A PRE-BID CONFERENCE WILL NOT BE HELD.
10) ALTERNATES
ALTERNATE BRANDS WILL NOT BE CONSIDERED FOR THIS BID. BID AS SPECIFIED.
11) WARRANTY/SUBSTITUTIONS
A warranty is required on all items purchased against defective materials, workmanship, and failure to
perform in accordance with required industry performance criteria, for a period of not less than ninety (90)
days from the date of acceptance by the purchaser. Any deviation from this criteria must be documented in
the bid response or the above statement shall prevail. Delivery of substitute commodities requires prior
written approval from the ordering location.
12) REPLACEMENT/RESTOCKING
Replacement of all materials found defective within the warranty period shall be made without cost to the
purchaser, including transportation if applicable. All fees associated with restocking cancelled orders shall be
the responsibility of the vendor.
13) PRODUCT REQUIREMENTS/SPECIFICATIONS
Items furnished shall be standard products of the manufacturer or their suppliers, shall be new, unused,
clean, and free from any defects or features affecting appearance, serviceability, or the safety of the user in
normal intended use.
Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered
that items offered are in strict compliance with these specifications, and successful bidder will be held
responsible therefore. Deviations must be explained in detail on separate attached sheet(s).
14) ACCEPTANCE
All items listed in the specifications, delivered to the Department not meeting specifications or found to be
poorly manufactured will not be accepted, but returned to the vendor, at their expense, for replacement.
Replacement of all items found defective shall be made without cost to the Department, including
transportation, if applicable. As it may be impossible for each facility to inspect all items upon arrival, a
reasonable opportunity must be given to these facilities for inspection of the items, and returning those that
are defective.
15) REVIEW OF BIDDER'S FACILITIES & QUALIFICATIONS
After the bid due date and prior to contract execution, the Department reserves the right to perform or to have
performed, an on-site review of the bidder's facilities and qualifications. This review will serve to verify data
and representations submitted by the bidder and may be used to determine whether the bidder has adequate
facilities, equipment, qualified and experienced staff, and overall management capabilities to provide the
required items. The review may also serve to verify whether the bidder has financial capabilities adequate to
meet the contract requirements.
Should the Department determine that the bid package has material misrepresentations or that the size or
nature of the bidder's facilities, equipment, management capabilities, or the number of experienced personnel
(including technical staff) are not adequate to ensure satisfactory contract performance, the Department has
the right to reject the bid.
16) PROTEST OF INVITATION TO BID SPECIFICATIONS
Any person who is adversely affected by the contents of this Invitation to Bid must file the following with the
Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee
Street, Mail Station 58, Tallahassee, Florida 32399-0450:
1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, (the notice
of protest may be Faxed to 850-414-5264), and
2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days 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.
17) UNAUTHORIZED ALIENS
The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the
Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall
be cause for unilateral cancellation of the contract.
18) SCRUTINIZED COMPANIES LISTS
Section 287.135, Florida Statutes, requires that at the time a company submits a bid or proposal for a
contract for goods or services of $1 million or more, the company must certify that the company is not on
either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in
the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes.
Bid responses of $1 million or more must include the attached Scrutinized Companies Lists Form to certify
the respondent is not on either of those lists.
19) RESERVATIONS
The Department reserves the right to accept or reject any or all bids received and reserves the right to make
an award without further discussion of the bids submitted. Therefore, the bidder should make sure that the
bid package submitted is complete and accurate and submitted to ensure delivery on or before the bid
opening time and date specified in this solicitation. It is understood that the bid will become a part of the
Department's official file, without obligation to the Department.
20) ADDITIONAL TERMS & CONDITIONS
No conditions may be applied to any aspect of the ITB by the bidder. Any conditions placed on any aspect of
the bid documents by the bidder may result in the bid being rejected as a conditional bid (see
“RESPONSIVENESS OF BIDS”). DO NOT WRITE IN CHANGES ON ANY ITB SHEET. The only
recognized changes to the ITB prior to bid opening will be a written Addenda issued by the Department.
21) RESPONSIVENESS OF BIDS
Bids will not be considered if not received by the Department on or before the date and time specified as the
due date for submission. All bids must be typed or printed in ink. A responsive bid is an offer to provide the
items specified in this Invitation to Bid in accordance with all requirements of this Invitation to Bid. Bids found
to be non-responsive will not be considered. Bids may be rejected if found to be irregular or not in
conformance with the specifications and instructions herein contained. A bid may be found to be irregular or
non-responsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms,
modifying the bid specifications, submitting conditional bids or incomplete bids, submitting indefinite or
ambiguous bids, or executing forms or the bid sheet with improper and/or undated signatures. Other
conditions which may cause rejection of bids include, evidence of collusion among bidders, obvious lack of
experience or expertise to provide the required items, and failure to perform or meet financial obligations on
previous contracts.
22) REQUIRED DOCUMENTS
The bidder must use the attached Bid Sheet to submit its bid. Submit an electronic copy saved to a
CD-ROM or USB flash drive and a printed hard copy. The Bid Sheet must be signed and dated in 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.
23) "DRUG-FREE WORK PLACE" PREFERENCE
Whenever two or more bids which are equal with respect to price, quality, and service are received, the
Department shall determine the order of award in accordance with section 295.187(4), Florida Statutes, and
Rule 60A-1.011 Florida Administrative Code, which includes a preference for bid responses that certify the
business has implemented a drug-free workplace program in accordance with Section 287.087, F.S. The
“Drug-Free Workplace Program Certification” must be completed and submitted with the bid response to be
eligible for this preference.
24) COPYRIGHTED MATERIAL
Copyrighted material will be accepted as part of a bid only if accompanied by a waiver that will allow the
Department to make paper and electronic copies necessary for the use of Department staff and agents. It is
noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes.
Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided
to the public.
25) ATTACHMENT TO ITB SUBMITTAL - CONFIDENTIAL MATERIAL
The Bidder must include any materials it asserts to be exempted from public disclosure under Chapter 119,
Florida Statutes, in a separate bound document labeled "Attachment to Invitation to Bid, Number ITB-DOT(bid #) - Confidential Material". The Bidder must identify the specific Statute that authorizes exemption from
the Public Records Law. Any claim of confidentiality on materials the Bidder asserts to be exempt from public
disclosure and placed elsewhere in the bid will be considered waived by the Bidder upon submission,
effective after opening.
26) MAIL OR DELIVER BIDS TO: (DO NOT EMAIL or FAX)
Florida Department of Transportation
605 Suwannee Street, MS 20
Procurement Office Rm. 429
Tallahassee, Florida 32399-0450
Attn: Greg Hill (850) 414-4482
It is the bidder's responsibility to assure that the bid is delivered to the proper place on or before the Bid Due
date and time (See Introduction Section 2, Timeline). Bids which for any reason are not so delivered will not
be considered.
27) MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL
Bidders may modify submitted bids at any time prior to the bid due date. Requests for modification of a
submitted bid shall be in writing and must be signed by an authorized signatory of the bidder. Upon receipt
and acceptance of such a request, the entire bid will be returned to the bidder and not considered unless
resubmitted by the due date and time. Bidders may also send a change in a sealed envelope to be opened at
the same time as the bid. The ITB number, opening date and time should appear on the envelope of the
modified bid.
28) POSTING OF INTENDED DECISION/AWARD
28.1 - General:
The Department’s decision will be posted on the Florida Vendor Bid System at www.myflorida.com, (click on
“BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click
on “Vendor Bid System (VBS)”, on date and time in the Timeline, and will remain posted for a period of
seventy-two (72) hours. Any bidder who is adversely affected by the Department's recommended award or
intended decision must file
the following with the Department of Transportation, Clerk of Agency
Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida
32399-0450:
1. A written notice of protest within seventy-two (72) hours after posting of the Intended Award, (the
notice of protest may be Faxed to 850-414-5264), and
2. A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes,
within ten (10) days of the date on which the written notice of protest is filed. At the time of filing 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 28.1, above) or by mail, fax, and/or
telephone. The Department will provide notification of any future posting in a timely manner.
28.3 - Request to Withdraw Bid:
Requests for withdrawal will be considered if received by the Department, in writing, within seventytwo (72) hours after the bid opening time and date. Requests received in accordance with this
provision will be granted by the Department upon proof of the impossibility to perform based upon
obvious error on the part of the bidder. Bidders that do not withdraw as stated above will forfeit their
bid bond, if applicable.
29) RECYCLED MATERIAL
The Department encourages the use of products and materials with recycled content and post-consumer
recovered materials. If the item(s) specified in the Technical Specification is available with recycled content,
we request that you provide product information to help in our search for recycled products. However, this bid
request is for the product as specified herein and does not require prices for recycled product. This
information should be sent as part of your bid response or may be sent separately.
30) PRICE ADJUSTMENTS
Price(s) shall remain firm for the life of the contract. Price increases will not be allowed.
31) DELIVERY LOCATION(S)
The point of delivery for this contract will be specified by the customer. Bid prices will include delivery.
32) CANCELLATION
All contract obligations shall prevail for at least one hundred and eighty (180) days after the effective date of
the contract. For the protection of both parties, this contract may be cancelled in whole or in part after one
hundred and eighty (180) days by either party giving thirty (30) days prior written notice to the other contract
party. The contract may, also, be cancelled by the Department for nonperformance (default) in accordance
with Rule 60A-1.006(3), F.A.C.
33) ORDERING INSTRUCTIONS
Manufacturers are encouraged to bid direct naming dealers who will accept orders and complete deliveries.
Bidders must include complete ordering instructions, including FEDERAL EMPLOYER IDENTIFICATION
NUMBER (FEID), for invoicing dealers, with the bid on a separate sheet.
34) ORDER QUANTITIES
The Department will, at its discretion, place orders with the Vendor(s) for various quantities of the items, as
needed, during the contract period. Bidders are encouraged to identify the standard packaging quantity and
minimum order quantity acceptable for each item or group of items bid. Excessive minimum order quantities
will not be accepted.
35) OPEN PURCHASE ORDERS
The Department may, at its discretion, establish an open (estimated quantity) purchase order with the
contract vendor(s) to facilitate the purchasing of materials. The purchase of materials may be placed by; (1)
written purchase order, (2) telephone orders by authorized Department personnel, or (3) an itemized order in
writing. The Department will supply the contract vendor(s) with a list of personnel authorized to order.
Delivery of items on these open purchase orders shall not exceed the contract effective period.
36) INVOICING
Invoices must match units specified on the Purchase Order.
37) FORMS
The Bidder must complete all required items below and submit them as part of the Bid package. Any Bid in
which these forms are not used or in which these forms are improperly executed may be considered nonresponsive and the bid may be subject to rejection.
Bid Sheet (electronic copy and printed copy)
Ordering Instructions
Drug-Free Workplace Program Certification (if applicable)
In-State Preference
Scrutinized Companies Lists (bids of $1 million or more)
38) TERMS AND CONDITIONS
All responses are subject to the terms and conditions of this solicitation, which, in case of conflict, shall
have the following order of precedence listed:
Special Conditions
Technical Specification
Bid Sheet
Purchase Order Terms and Conditions
Instructions to Respondents (PUR 1001)
General Conditions (PUR 1000)
Introduction Section
39) ATTACHED FORMS PUR 1000, GENERAL CONTRACT CONDITIONS AND PUR 1001, GENERAL
INSTRUCTIONS TO RESPONDENTS
These are standard forms that the Department is required to include in all formal solicitations. The
following paragraphs do not apply to this Invitation to Bid:
Paragraph 31, Dispute Resolution - PUR 1000
Paragraph 3, Electronic Submission – PUR 1001
Paragraph 4, Terms and Conditions – PUR 1001
Paragraph 5, Questions – PUR 1001
40) E-VERIFY
Vendors/Contractors:
1. shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment
eligibility of all new employees hired by the Vendor/Contractor during the term of the contract; and
2. shall expressly require any subcontractors performing work or providing services pursuant to the state
contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the
employment eligibility of all new employees hired by the subcontractor during the contract term.
41) INSPECTOR GENERAL
The contractor/consultant/vendor agrees to comply with s.20.055(5), Florida Statutes, and to incorporate
in all subcontracts the obligation to comply with s.20.055(5), Florida Statutes.
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
Section 1. Introduction.
A. Composition of Agreement and Priority.
The Agency contracts with Vendor to furnish, within the manner and at the location specified,
certain services, information and items as specified in the completed Purchase Order, and
attachments which are integral parts of this Purchase Order. The Purchase Order Terms and
Conditions, whether generic or specific, shall take precedence over and supersede any
inconsistent or conflicting provision in the State of Florida, General Contract Conditions,
PUR1000. Additionally, the terms of this Purchase Order supersede the terms of any and all prior
agreements with respect to this purchase.
B. Initial Term.
Unless otherwise specified, this Purchase Order begins on the date of issuance. Services to be
rendered by the Vendor shall be completed by the date specified on the Purchase Order End
Date.
Section 2. Performance.
A. Performance Standards.
The Vendor agrees to perform all tasks and provide deliverables as set forth in the Statement of
Work and contractual documents attached to the Purchase Order. The Agency shall be entitled at
all times to be advised, at its request, as to the status of work being done by the Vendor and of
the details thereof. Coordination shall be maintained by the Vendor with representatives of the
Agency, or of other agencies interested in the project on behalf of the Agency.
B. Performance Deficiency.
If the Agency determines that the performance of the Vendor is unsatisfactory, the Agency will
notify the Vendor of the deficiency to be corrected, which correction shall be made within a timeframe specified by the Agency. The Vendor shall, within the time specified in the contractual
documents after notice from the Agency, provide the Agency with a corrective action plan
describing how the Vendor will address all issues of contract non-performance, unacceptable
performance, and failure to meet the minimum performance levels, deliverable deficiencies, or
contract non-compliance. If the corrective action plan is unacceptable to the Agency, the Vendor
may be assessed a non-performance retainage equivalent to 10% of the total invoice amount or
as specified in the contractual documents. The retainage will be applied to the invoice for the
then-current billing period. The retainage will be withheld until the Vendor resolves the deficiency.
If the deficiency is subsequently resolved, the Vendor may bill the Agency for the retained amount
during the next billing period. If the Vendor is unable to resolve the deficiency, the funds retained
may be forfeited at the end of the agreement period.
1|Page
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
Section 3. Payment and Fees.
A. Payment Invoicing.
The Vendor will be paid upon submission of properly certified invoice(s) to the Agency after
delivery and acceptance of commodities or services is confirmed in writing by the Agency.
Invoices shall contain detail sufficient for a proper pre-audit and post audit thereof and shall
contain the Purchase Order and the Vendor’s Federal Employer Identification Number or Social
Security Number.
B. Payment Timeframe.
Section 215.422, F.S., provides that agencies have 5 (five) working days to inspect and approve
commodities and services. Items may be tested for compliance with specifications. Items
delivered not conforming to specifications may be rejected and returned at Vendor’s expense. Any
increase in cost will be charged against the Vendor. Interest penalties for late payment are also
provided for in Section 215.422, F.S. A Vendor Ombudsman, whose duties include acting as an
advocate for Vendors who may be experiencing problems in obtaining timely payment(s) from an
Agency may be contacted at 850-413-5516 or by calling the State Comptroller’s Hotline, 1-800848-3792.
C. MyFloridaMarketPlace Fees.
The State of Florida, through the Department of Management Services, has instituted
MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057, F.S., all
payments shall be assessed a transaction fee of one percent (1%), which the Vendor shall pay to
the State. For payments within the State accounting system (FLAIR or its successor), the
transaction fee shall, when possible, be automatically deducted from payments to the Vendor. If
automatic deduction is not possible, the Vendor shall pay the transaction fee pursuant to Rule
60A-1.031, Florida Administrative Code. By submission of these reports and corresponding
payments, Vendor certifies their correctness. All such reports and payments shall be subject to
audit by the State or its designee. The Vendor shall receive a credit for any transaction fee paid by
the Vendor for the purchase of any item(s) if such item(s) are returned to the Vendor through no
fault, act, or omission of the Vendor. Notwithstanding the foregoing, a transaction fee is nonrefundable when an item is rejected or returned, or declined, due to the Vendor’s failure to
perform or comply with specifications or requirements of the Purchasing Order. Failure to comply
with these requirements shall constitute grounds for declaring the Vendor in default and
recovering re-procurement costs from the Vendor in addition to all outstanding fees. Vendors
delinquent in paying transaction fees may be excluded from conducting future business with the
State.
D. Payment Audit.
Records of costs incurred under terms of this Purchase Order shall be maintained and made
available upon request to the Agency at all times during the period of this Purchase Order. Copies
of these documents and records shall be furnished to the Agency upon request. Records of costs
incurred shall include the Vendor’s general accounting records and the project records, together
with supporting documents and records of the Vendor and all subcontractors performing work on
the project, and all other records of the Vendor and subcontractors considered necessary by the
Agency for a proper audit of project costs.
2|Page
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
E. Annual Appropriation.
Pursuant to section 287.0582, F.S., if this purchase order binds the State or an executive agency
for the purchase of services or tangible personal property for a period in excess of one (1) fiscal
year, the State of Florida's performance and obligation to pay under this contract is contingent
upon an annual appropriation by the Legislature. Travel expenses are not reimbursable unless
specifically authorized in writing, and shall be reimbursed only in accordance with section
112.061, F.S.
Section 4. Liability.
A. Indemnity.
To the extent permitted by Florida law, Vendor agrees to indemnify, defend, and hold the State of
Florida, its officers, employees and agents harmless from all fines, claims, assessments, suits,
judgments, or damages, consequential or otherwise, including court costs and attorney’s fees,
arising out of any acts, actions, breaches, neglect or omissions of Vendor, its employees, agents,
subcontractors, assignees or delegates related to this Purchase Order, as well as for any
determination arising out of or related to this Purchase Order, that Vendor or Vendor’s employees,
agents, subcontractors, assignees or delegates are not independent contractors in relation to the
Agency. This Purchase Order does not constitute a waiver of sovereign immunity or consent by
the Agency or the State of Florida or its subdivisions to suit by third parties.
B. Payment for Claims.
The Vendor guarantees the payment of all just claims for materials, supplies, tools, or labor and
other just claims against the Vendor or any subcontractor, assignee or delegate in connection with
the Purchase Order.
C. Liability Insurance.
The Vendor shall maintain insurance sufficient to adequately protect the Agency from any and all
liability and property damage/hazards which may result from the performance of this Purchase
Order. All insurance shall be with insurers qualified and duly licensed to transact business in the
State of Florida. If required by the Agency and prior to commencing any work Vendor shall provide
a Certification(s) of Insurance evidencing that all appropriate coverage is in full force and showing
the Agency to be an additional insured.
D. Workers’ Compensation.
The Vendor shall maintain Workers’ Compensation insurance as required under the Florida
Workers’ Compensation Law.
E. Performance Bond.
Unless otherwise prohibited by law, the Agency may require the Vendor to furnish, without
additional cost to the Agency, a performance bond or irrevocable letter of credit or other form of
security for the satisfactory performance of work hereunder. The Agency shall determine the type
and amount of security.
3|Page
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
Section 5. Compliance with Laws.
A. Conduct of Business.
The Vendor shall comply with all laws, rules, codes, ordinances, and licensing requirements that
are applicable to the conduct of its business, including those of federal, state, and local agencies
having jurisdiction and authority. For example, the Vendor shall comply with Section 247A of the
Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability
and Accountability Act, and all prohibitions against discrimination on the basis of race, religion,
sex, creed, national origin, handicap, marital status, or veteran’s status.
Pursuant to Section 287.058(1), F.S., the provisions of Section 287.058(1)(a)-(c), and (i), F.S., are
hereby incorporated by reference, to the extent applicable.
B. Lobbying.
Pursuant to Sections 11.062 and 216.347, F.S., the Vendor may not expend any State funds for
the purpose of lobbying the Legislature, the judicial branch, or an Agency.
C. Gratuities
Vendor 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 Inspector General
or any other authorized State official, the Vendor shall provide any type of information the
Inspector General deems relevant to the Vendor's integrity or responsibility. Such information may
include, but shall not be limited to, the Vendor's business or financial records, documents, or files
of any type or form that refer to or relate to the Purchase Order. The Vendor shall retain such
records for the longer of (1) three years after the expiration of the Purchase Order or (2) the
period required by the General Records Schedules maintained by the Florida Department of State
(available at: http://dos.myflorida.com/library-archives/records-management/general-recordsschedules/). The Vendor 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
Vendor's compliance with the terms of this or any other agreement between the Vendor and the
State which results in the suspension or debarment of the Vendor. 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 Vendor shall not be responsible for any costs of
investigations that do not result in the Vendor’s suspension or debarment.
D. Public Records.
To the extent required by the Florida Public Records Act, Chapter 119, F.S., Vendor shall
maintain and allow access to public records made or received in conjunction with this Purchase
Order. This Purchase Order may be unilaterally cancelled by the Agency for Vendor's refusal to
allow access to public records.
4|Page
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
E. Communications and Confidentiality.
The Vendor agrees that it shall make no statements, press releases, or publicity releases
concerning this Purchase Order or its subject matter or otherwise disclose or permit to be
disclosed any of the data or other information obtained or furnished in compliance with this
Purchase Order, or any particulars thereof, during the period of the Purchase Order, without first
notifying the Agency’s Contract Manager or the Agency’s designated contact person and securing
prior written consent. Vendor shall maintain confidentiality of all confidential data, files, and
records related to the services and/or commodities provided pursuant to this Purchase Order and
shall comply with all state and federal laws, including, but not limited to Sections 381.004, 384.29,
392.65, and 456.057, F.S. Vendor’s confidentiality procedures shall be consistent with the most
recent version of the Agency’s security policies, protocols, and procedures. The Vendor shall also
comply with any applicable professional standards with respect to confidentiality of information.
F. Intellectual Property.
Unless specifically addressed in the Purchase Order, intellectual property rights to all property
created or otherwise developed by Vendor for the Agency will be owned by the State of Florida
through the Agency at the completion of the Purchase Order. Proceeds to any Agency derived
from the sale, licensing, marketing or other authorization related to any such Agency-controlled
intellectual property right shall be handled in the manner specified by applicable state statute.
G. Convicted Vendors.
In accordance with Sections 287.133 and 287.134, F.S., an entity or affiliate who is on the
Convicted Vendor List or the Discriminatory Vendor List may not perform work as a contractor,
supplier, sub-contractor, or consultant under a Purchase Order with any Agency.
H. Competitive Advantage.
Section 287.057, Florida Statutes, provides, “A person who receives a contract that has not been
procured pursuant to subsections (1)-(3) to perform a feasibility study of the potential
implementation of a subsequent contract, who participates in the drafting of a solicitation or who
develops a program for future implementation, is not eligible to contract with the Agency for any
other contracts dealing with that specific subject matter, and any firm in which such person has
any interest is not eligible to receive such contract. However, this prohibition does not prevent a
Vendor who responds to a request for information from being eligible to contract with an Agency.”
The Agency considers participation through decision, approval, disapproval, recommendation,
preparation of any part of a purchase request, influencing the content of any specification or
procurement standard, rendering of advice, investigation, or auditing or any other advisory
capacity to constitute participation in the drafting of a competitive solicitation.
Section 6. Termination.
A. Termination for Convenience.
This Purchase Order may be terminated by the Agency in whole or in part at any time in the best
interest of the Agency. If the Purchase Order is terminated before performance is completed, the
Vendor shall be paid only for that work satisfactorily performed for which costs can be
substantiated. Such payment, however, may not exceed an amount which is the same percentage
of the agreement price as the amount of work satisfactorily completed is a percentage of the total
work called for by this Purchase Order. All work in progress shall become the property of the
Agency and shall be turned over promptly by the Vendor.
5|Page
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
B. Termination for Cause.
If the Agency determines that the performance of the Vendor is not satisfactory, the Agency shall
have the option of (a) immediately terminating the Purchase Order, or (b) notifying the Vendor of
the deficiency with a requirement that the deficiency be corrected within a specified time,
otherwise the Purchase Order will be terminated at the end of such time, or (c) take other action
deemed appropriate by the Agency.
Section 7. Subcontractors and Assignments .
A. Subcontractors.
The Vendor shall not subcontract any work under this Purchase Order without the prior written
consent of the Agency. The Vendor is fully responsible for satisfactory completion of all
subcontracted work.
B. Assignment.
The Vendor shall not sell, assign or transfer any of its rights, duties or obligations under the
Purchase Order without the prior written consent of the Agency. In the event of any assignment,
the Vendor remains secondarily liable for performance of the Purchase Order, unless the Agency
expressly waives such secondary liability. The Agency may assign the Purchase Order with prior
written notice to Vendor.
Section 7. RESPECT and PRIDE.
C. RESPECT.
In accordance with Section 413.036(3), F.S., if a product or service required for the performance
of this Purchase Order is on the procurement list established pursuant to subsection 413.035(2),
F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE
SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED
FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED
THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME
MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND
(2), FLORIDA STATUTES; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM,
OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT
SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS
DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED.
Additional information about the designated nonprofit Agency and the products it offers is
available at http://www.respectofflorida.org.
D. PRIDE.
In accordance with Section 946.515(6), F.S., if a product or service required for the performance
of this Purchase Order is certified by or is available from Prison Rehabilitative Industries and
Diversified Enterprises, Inc. (PRIDE) and has been approved in accordance with Section
946.515(2), F.S., the following statement applies:
IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE
SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED
6|Page
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME
MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND
(4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER
BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE
DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH
CORPORATION ARE CONCERNED.
Additional information about PRIDE and the products it offers is available at http://www.prideenterprises.org.
Section 8. Miscellaneous.
A. Independent Contractor.
The Vendor and its employees, agents, representatives, and subcontractors are not employees or
agents of the Agency and are not entitled to the benefits of State of Florida employees. The
Agency shall not be bound by any acts or conduct of the Vendor or its employees, agents,
representatives, or subcontractors. Vendor agrees to include this provision in all of its
subcontracts under this Purchase Order.
B. Governing Law and Venue.
The laws of the State of Florida shall govern this Purchase Order. The Parties submit to the
jurisdiction of the courts of the State of Florida exclusively for any legal action related to this
Purchase Order. Further, the Vendor hereby waives any and all privileges and rights relating to
venue it may have under Chapter 47, F.S., and any and all such venue privileges and rights it may
have under any other statute, rule, or case law, including, but not limited to those grounded on
convenience. Vendor hereby submits to venue in the county chosen by the Agency.
C. Waiver.
The delay or failure by the Agency to exercise or enforce any of its rights under this Purchase
Order shall not constitute waiver of such rights.
D. Modification and Severability.
The Purchase Order may only be modified by a change order agreed to by the Agency and the
Vendor. Should a court determine any provision of this Purchase Order is invalid, the remaining
provisions shall not be affected, and the rights and obligations of the parties shall be construed
and enforced as if the Purchase Order did not contain the provision held to be invalid.
E. Time is of the Essence.
Time is of the essence with regard to each and every obligation of Vendor. Each such obligation
is deemed material, and a breach of any such obligation (including a breach resulting from
untimely performance) is a material breach.
F. Background Check.
The Agency may require the Vendor and its employees, agents, representatives and
subcontractors to provide fingerprints and be subject to such background screen as determined
by the Agency and conducted by the Florida Department of Law Enforcement or the Federal
Bureau of Investigation. The cost of the background screen(s) shall be borne by the Vendor. The
Agency may require the Vendor to exclude the Vendor’s employees, agents, representatives or
subcontractors based on the background screening results.
7|Page
MFMP Purchase Order
Terms & Conditions
Effective May, 30, 2015
G. E-Verify.
In accordance with Executive Order 11-116, the Vendor agrees to utilize the U.S. Agency of
Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the employment
eligibility of all new employees hired during the term of the Purchase Order for the services
specified in the Purchase Order. Vendor shall also include a requirement in subcontracts that the
subcontractor shall utilize the E-Verify system to verify the employment eligibility of all new
employees hired by the subcontractor during the Purchase Order term.
H. Commodities Logistics.
The following provisions shall apply to all Purchase Orders unless otherwise indicated in the
contract documents:
1) All purchases are F.O.B. destination, transportation charges prepaid.
2) Each shipment must be shipped to the address indicated on the face of this Purchase Order
and marked to the attention of the individual identified, if any. Each shipment must be labeled
plainly with the Purchase Order number and must show the gross, tare, and net weight. A
complete packing list must accompany each shipment. This paragraph shall also apply to any
third party who ships items against this Purchase Order on behalf of the Vendor.
3) No extra charges shall be applied for boxing, crating, packing, or insurance.
4) The following delivery schedule shall apply: 8:00 AM – 4:00 PM, Monday through Friday,
excluding legal holidays.
5) If delivery to the specified destination cannot be made on or before the specified date, notify the
Agency immediately using the contact information provided in the MyFloridaMarketPlace system.
6) The Agency assumes no liability for merchandise shipped to other than the specified
destination.
7) Items received in excess of quantities specified may, at Agency’s option, be returned at the
Vendor’s expense. Substitutions are not permitted.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
8|Page
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
375-040-40
PROCUREMENT
05/15
Page 1 of 3
TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I):
CONTRACT (Purchase Order) #
During the performance of this contract, the contractor, for itself, its assignees and successors in interest
(hereinafter referred to as the “Contractor”) agrees as follows:
A.
It is understood and agreed that all rights of the Department relating to inspection, review, approval, patents,
copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this
Agreement shall also be reserved and held by authorized representatives of the United States of America.
B.
It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any
nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the
approval of U.S.D.O.T., anything to the contrary in this Agreement not withstanding.
C.
Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in
Federally-assisted programs of the U.S. Department of Transportation (hereinafter, “USDOT”) Title 49, Code of Federal
Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are
herein incorporated by reference and made a part of this Agreement.
D.
Nondiscrimination: The Contractor, with regard to the work performed during the contract, shall not discriminate on the
basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate
either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment
practices when the contract covers a program set forth in Appendix B of the Regulations.
E.
Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the
Contractor, either by competitive bidding or negotiation for work to be performed under a subcontract, including
procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the
Contractor of the Contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the
basis of race, color, national origin, sex, age, disability, religion or family status.
F.
Information and Reports: The Contractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information,
and its facilities as may be determined by the Florida Department of Transportation, the Federal Highway
Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety
Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any
information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this
information the Contractor shall so certify to the Florida Department of Transportation, the Federal Highway
Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety
Administration as appropriate, and shall set forth what efforts it has made to obtain the information.
G.
Sanctions for Noncompliance: In the event of the Contractor’s noncompliance with the nondiscrimination provisions of
this contract, the Florida Department of Transportation shall impose such contract sanctions as it or the Federal
Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor
Carrier Safety Administration may determine to be appropriate, including, but not limited to:
a.
b.
withholding of payments to the Contractor under the contract until the Contractor complies, and/or
cancellation, termination or suspension of the contract, in whole or in part.
H.
Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (C) through (I) in every
subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or
procurement as the Florida Department of Transportation, the Federal Highway Administration, Federal Transit
Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a
means of enforcing such provisions including sanctions for noncompliance. In the event a Contractor becomes involved
in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the Contractor may
request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida
Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation
to protect the interests of the United States.
I.
Compliance with Nondiscrimination Statutes and Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. §
2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21;
The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits
unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid
programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the
basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42
U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49
USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
375-040-40
PROCUREMENT
05/15
Page 2 of 3
The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of
the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by
expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federalaid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II
and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of
public entities, public and private transportation systems, places of public accommodation, and certain testing entities
(42 U.S.C. §§ 12131 -- 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and
38; The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on
the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental
Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority
populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or
environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services
for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take
reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to
74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because
of sex in education programs or activities (20 U.S.C. 1681 et seq).
J.
Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be
admitted to any share or part of this contract or to any benefit arising there from.
K.
Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during
his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds
thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions
of States; and public corporations, boards, and commissions established under the laws of any State.
L.
Participation by Disadvantaged Business Enterprises: The Contractor shall agree to abide by the following
statement from 49 CFR 26.13(b). This statement shall be included in all subsequent agreements between
the Contractor and any sub-Contractor or contractor.
The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements
of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor
to carry out these requirements is a material breach of this contract, which may result in the termination
of this contract or such other remedy as the recipient deems appropriate.
M.
It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to
any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly,
United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this
Agreement.
N.
It is understood and agreed that if the Contractor at any time learns that the certification it provided the
Department in compliance with 49 CFR, Section 26.51, was erroneous when submitted or has become
erroneous by reason of changed circumstances, the Contractor shall provide immediate written notice to the
Department. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section
29.510, shall be included by the Contractor in all lower tier covered transactions and in all aforementioned
federal regulation.
O.
The Department hereby certifies that neither the Contractor nor the Contractor's representative has been
required by the Department, directly or indirectly as an express or implied condition in connection with
obtaining or carrying out this contract, to
1. employ or retain, or agree to employ or retain, any firm or person, or
2. pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration
of any kind;
The Department further acknowledges that this agreement will be furnished to a federal agency, in connection
with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal
Laws, both criminal and civil.
P.
The Contractor hereby certifies that it has not:
1.
employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,
any firm or person (other than a bona fide employee working solely for me or the above contractor) to
solicit or secure this contract;
2. agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out this contract; or
3. paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working
solely for me or the above contractor) any fee contribution, donation, or consideration of any kind for, or in
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
375-040-40
PROCUREMENT
05/15
Page 3 of 3
connection with, procuring or carrying out the contract.
The Contractor further acknowledges that this agreement will be furnished to the State of Florida Department
of Transportation and a federal agency in connection with this contract involving participation of Federal-Aid
funds, and is subject to applicable State and Federal Laws, both criminal and civil.
Q.
Federal-aid projects for highway construction shall comply with the Buy America provisions of 23 CFR
635.410, as amended.
R.
Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of federally
assisted construction contract” in 41 CFR Part 60-1.3 shall comply with the equal opportunity clause
provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment
Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive
Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and
implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor.”
State of Florida
PUR 1000
General Contract Conditions
Contents
1. Definitions.
2. Purchase Orders.
3. Product Version.
4. Price Changes Applicable only to Term Contracts.
5. Additional Quantities.
6. Packaging.
7. Inspection at Contractor’s Site.
8. Safety Standards.
9. Americans with Disabilities Act.
10. Literature.
11. Transportation and Delivery.
12. Installation.
13. Risk of Loss.
14. Transaction Fee.
15. Invoicing and Payment.
16. Taxes.
17. Governmental Restrictions.
18. Lobbying and Integrity.
19. Indemnification.
20. Limitation of Liability.
21. Suspension of Work.
22. Termination for Convenience.
23. Termination for Cause.
24. Force Majeure, Notice of Delay, and No Damages for Delay.
25. Changes.
26. Renewal.
27. Purchase Order Duration.
28. Advertising.
29. Assignment.
30. Antitrust 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:
(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.
(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 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. CONTRACTORS
DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE
DEPARTMENT OF MANAGEMENT SERVICES’ VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C.
15. Invoicing and Payment. Invoices shall contain the Contract number, purchase order number 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
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, 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
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.
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, 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
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.
State of Florida
PUR 1001
General Instructions to Respondents
Contents
1. Definitions.
2. General Instructions.
3. Electronic Submission of Responses.
4. Terms and Conditions.
5. Questions.
6. Conflict of Interest.
7. Convicted Vendors.
8. Discriminatory Vendors.
9. Respondent’s Representation and Authorization.
10. Manufacturer’s Name and Approved Equivalents.
11. Performance Qualifications.
12. Public Opening.
13. Electronic Posting of Notice of Intended Award.
14. Firm Response.
15. Clarifications/Revisions.
16. Minor Irregularities/Right to Reject.
17. Contract Formation.
18. Contract Overlap.
19. Public Records.
20. Protests.
21. Limitation on Vendor Contact with Agency During Solicitation Period
1. Definitions. The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. The 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:
 Technical Specifications,
 Special Conditions and Instructions,



Instructions to Respondents (PUR 1001),
General Conditions (PUR 1000), and
Introductory Materials.
The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent,
including any appearing in documents attached as part of a respondent’s response. In submitting its
response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or
inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those
specifying information that must be submitted with a response, shall be grounds for rejecting a response.
5. Questions. Respondents shall address all questions regarding this solicitation to the Procurement Officer.
Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO
LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with
the Timeline. All questions submitted shall be published and answered in a manner that all respondents will
be able to view. Respondents shall not contact any other employee of the Buyer or the State for information
with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site
for new or changing information. The Buyer shall not be bound by any verbal information or by any written
information that is not contained within the solicitation documents or formally noticed and issued by the
Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not
constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of
these Instructions.
6. Conflict of Interest. This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall
disclose with their response the name of any officer, director, employee or other agent who is also an
employee of the State. Respondents shall also disclose the name of any State employee who owns, directly
or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates.
7. Convicted Vendors. A person or affiliate placed on the convicted vendor list following a conviction for a
public entity crime is prohibited from doing any of the following for a period of 36 months from the date of
being placed on the convicted vendor list:
 submitting a bid on a contract to provide any goods or services to a public entity;
 submitting a bid on a contract with a public entity for the construction or repair of a public building or
public work;
 submitting bids on leases of real property to a public entity;
 being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a
contract with any public entity; and
 transacting business with any public entity in excess of the Category Two threshold amount ($25,000)
provided in section 287.017 of the Florida Statutes.
8. Discriminatory Vendors. An entity or affiliate placed on the discriminatory vendor list pursuant to section
287.134 of the Florida Statutes may not:
 submit a bid on a contract to provide any goods or services to a public entity;
 submit a bid on a contract with a public entity for the construction or repair of a public building or
public work;
 submit bids on leases of real property to a public entity;
 be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract
with any public entity; or
 transact business with any public entity.
9. Respondent’s Representation and Authorization. In submitting a response, each respondent
understands, represents, and acknowledges the following (if the respondent cannot so certify to any of
following, the respondent shall submit with its response a written explanation of why it cannot do so).













The respondent is not currently under suspension or debarment by the State or any other
governmental authority.
To the best of the knowledge of the person signing the response, the respondent, its affiliates,
subsidiaries, directors, officers, and employees are not currently under investigation by any
governmental authority and have not in the last ten (10) years been convicted or found liable for any
act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on
any public contract.
Respondent currently has no delinquent obligations to the State, including a claim by the State for
liquidated damages under any other contract.
The submission is made in good faith and not pursuant to any agreement or discussion with, or
inducement from, any firm or person to submit a complementary or other noncompetitive response.
The prices and amounts have been arrived at independently and without consultation,
communication, or agreement with any other respondent or potential respondent; neither the prices
nor amounts, actual or approximate, have been disclosed to any respondent or potential respondent,
and they will not be disclosed before the solicitation opening.
The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as
defined in section 287.133(1)(a) of the Florida Statutes), and all directors, officers, and employees of
the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract
for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material
misrepresentation with respect to a public contract. This includes disclosure of the names of current
employees who were convicted of contract crimes while in the employ of another company.
Neither the respondent nor any person associated with it in the capacity of owner, partner, director,
officer, principal, investigator, project director, manager, auditor, or position involving the
administration of federal funds:
o Has within the preceding three years been convicted of or had a civil judgment rendered against
them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud
or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal,
state, or local government transaction or public contract; violation of federal or state antitrust
statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen property; or
o Has within a three-year period preceding this certification had one or more federal, state, or local
government contracts terminated for cause or default.
The product offered by the respondent will conform to the specifications without exception.
The respondent has read and understands the Contract terms and conditions, and the submission is
made in conformance with those terms and conditions.
If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the
Contract that is formed with the State.
The respondent has made a diligent inquiry of its employees and agents responsible for preparing,
approving, or submitting the response, and has been advised by each of them that he or she has not
participated in any communication, consultation, discussion, agreement, collusion, act or other
conduct inconsistent with any of the statements and representations made in the response.
The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any
cost, damage, or expense which may be incurred or be caused by any error in the respondent’s
preparation of its bid.
All information provided by, and representations made by, the respondent are material and important
and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as
fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A
misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the
Florida Statutes.
10. Manufacturer’s Name and Approved Equivalents. Unless otherwise specified, any manufacturers’
names, trade names, brand names, information or catalog numbers listed in a specification are descriptive,
not restrictive. With the Buyer’s prior approval, the Contractor may provide any product that meets or exceeds
the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog
materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a
product is acceptable as an equivalent.
11. Performance Qualifications. The Buyer reserves the right to investigate or inspect at any time whether
the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent
shall at all times during the Contract term remain responsive and responsible. In determining Respondent’s
responsibility as a vendor, the agency shall consider all information or evidence which is gathered or comes
to the attention of the agency which demonstrates the Respondent’s capability to fully satisfy the
requirements of the solicitation and the contract.
Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and
financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the
production, distribution, and servicing of the product bid. If the Buyer determines that the conditions of the
solicitation documents are not complied with, or that the product proposed to be furnished does not meet the
specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that
performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be
disqualified from receiving awards if respondent, or anyone in respondent’s employment, has previously failed
to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply
that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but
should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements.
12. Public Opening. Responses shall be opened on the date and at the location indicated on the Timeline.
Respondents may, but are not required to, attend. The Buyer may choose not to announce prices or release
other materials pursuant to s. 119.071(1)(b), Florida Statutes. Any person requiring a special accommodation
because of a disability should contact the Procurement Officer at least five (5) workdays prior to the
solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida
Relay Service at (800) 955-8771 (TDD).
13. Electronic Posting of Notice of Intended Award. Based on the evaluation, on the date indicated on
the Timeline the Buyer shall electronically post a notice of intended award at
http://fcn.state.fl.us/owa_vbs/owa/vbs_www.main_menu. If the notice of award is delayed, in lieu of posting
the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the
notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a
notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabulations or
notices of award by telephone.
14. Firm Response. The Buyer may make an award within sixty (60) days after the date of the opening,
during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty
(60) days, the response shall remain firm until either the Buyer awards the Contract or the Buyer receives
from the respondent written notice that the response is withdrawn. Any response that expresses a shorter
duration may, in the Buyer's sole discretion, be accepted or rejected.
15. Clarifications/Revisions. Before award, the Buyer reserves the right to seek clarifications or request any
information deemed necessary for proper evaluation of submissions from all respondents deemed eligible for
Contract award. Failure to provide requested information may result in rejection of the response.
16. Minor Irregularities/Right to Reject. The Buyer reserves the right to accept or reject any and all bids,
or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer
determines that doing so will serve the State’s best interests. The Buyer may reject any response not
submitted in the manner specified by the solicitation documents.
17. Contract Formation. The Buyer shall issue a notice of award, if any, to successful respondent(s),
however, no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract.
The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or
for any work performed before the Contract is effective.
18. Contract Overlap. Respondents shall identify any products covered by this solicitation that they are
currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor
authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its
best interest.
19. Public Records. Article 1, section 24, Florida Constitution, guarantees every person access to all public
records, and Section 119.011, Florida Statutes, provides a broad definition of public record. As such, all
responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that
its response contains information that is exempt from the public records law shall clearly segregate and mark
that information and provide the specific statutory citation for such exemption.
20. Protests. Any protest concerning this solicitation shall be made in accordance with sections 120.57(3)
and 287.042(2) of the Florida Statutes and chapter 28-110 of the Florida Administrative Code. Questions to
the Procurement Officer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that
specifications are written to obtain the best value for the State and that specifications are written to ensure
competitiveness, fairness, necessity and reasonableness in the solicitation process.
Section 120.57(3)(b), F.S. and Section 28-110.003, Fla. Admin. Code require that a notice of protest of the
solicitation documents shall be made within seventy-two hours after the posting of the solicitation.
Section 120.57(3)(a), F.S. requires the following statement to be included in the solicitation: "Failure to file a
protest within the time prescribed in section 120.57(3), Florida Statutes, shall constitute a waiver of
proceedings under Chapter 120, Florida Statutes."
Section 28-110.005, Fla. Admin. Code requires the following statement to be included in the solicitation:
"Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the
bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of
proceedings under Chapter 120, Florida Statutes.”
21. Limitation on Vendor Contact with Agency During Solicitation Period. Respondents to this
solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the
end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays,
Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any
aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation
documents. Violation of this provision may be grounds for rejecting a response.
Related documents
Download