1416 Chinchor Electric, piggy back w/Seminole Co./ft
p vo
i
�-. 5%i�4
PURCHASING DEPARTMENT
TRANSMITTAL MEMORANDUM 4 _
a
Kw
To: City Clerk F ,
RE: Chinchor Electric Contract and Piggy Back Contract with Seminole County
No. IFB 600940- 10 /GMG
The item(s) noted below is /are attached and forwarded to your office for the following action(s):
❑
Development Order
®
Mayor's signature
❑
Final Plat (original mylars)
❑
Rec
❑
Letter of Credit
❑
Maintenance Bond
Safe keeping (Vault)
❑
Ordinance
❑
Performance Bond
❑
Payment on
Resolution
❑
City Manager Signature
®
City Clerk Signature
Once completed, please:
❑ Return original
❑ Return copy
Special Instructions:
Please execute contract and return to Purchasing
Please advise if you
From
any*estions regarding the above. Thank you...
Date
TADept_ forms \City Clerk Transmittal Memo - 2009.doc
1 �
DOCUMENT APPROVAL
Contract/Agreement Name: Chinchor Electric Contract and Piggy back contract
with Seminole County IFB 600940.1OGMG
Approval:
Date
Finance director
da Attorney
1;0(U�o
Date
Date
Chinchor Electric, Inc. Pi- myback Contract
The City of Sanford ( "City ") enters this "Piggyback" Contract with Chinchor
Electric, Inc. (hereinafter referred to as the "Vendor"), under the terms and conditions
hereinafter provided. The City and the Vendor agree as follows:
1. The Purchasing Policy for the City of Sanford allows for
"piggybacking" contracts. Pursuant to this procedure, the City is allowed to
piggyback an existing government contract, and there is no need to obtain formal or
informal quotations, proposals or bids. The parties agree that the Vendor has
entered a contract with Seminole County, said contract being identified as "Term
Contract For Furnishing And Installation Of Traffic Signals, Systems And Related
Equipment (IFB 600940- 10 /GMG ", as amended, (said original contract being
referred to as the "original government contract ").
2. The original government contract is incorporated herein by reference
and is attached as Exhibit "A" to this contract. All of the terms and conditions set out
in the original government contract are fully binding on the parties and said terms
and conditions are incorporated herein.
3. Notwithstanding the requirement that the original government contract
is fully binding on the parties, the parties have agreed to modify certain technical
provisions of the original government contract as applied to this Contract between
the Vendor and the City, as follows:
a) Time Period ( "Term ") of this Contract: (state N/A if this is not
applicable). N /A.
b) Insurance Requirements of this Contract: (state N/A if this is not
applicable). N /A.
c) Any other provisions of the original government contract that
will be modified: (state N/A if this is not applicable). N /A.
1
d) Address change for the City: Notwithstanding the address and
contact information for the government entity as set out in the original government
contract, the Vendor agrees that he /she /it shall send notices, invoices and shall
conduct all business with the City to the attention of City Manager, at: City of
Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's
designated representative for this Contract is Bilal Iftikhar, P.E., Public Works
Director, City of Sanford, 300 North Park Avenue; Sanford, Florida 32771, telephone
number (407) 688 -5000 (Extension 5421) and whose e-mail address is
BILAL.IFTIKHAR@Sanfordfl.gov.
e) Notwithstanding anything in the original government contract to
the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation
between the parties arising out of this Contract shall be in Seminole County, Florida
in the Court of appropriate jurisdiction. The law of Florida shall control any dispute
between the parties arising out of or related to this Contract, the performance
thereof or any products or services delivered pursuant to such Contract.
f) Notwithstanding any other provision in the original government
contract to the contrary, there shall be no arbitration with respect to any dispute
between the parties arising out of this Contract. Dispute resolution shall be through
voluntary and non - binding mediation, negotiation or litigation in the court of
appropriate jurisdiction in Seminole County, Florida, with the parties bearing the
costs of their own legal fees with respect to any dispute resolution, including
litigation.
Oa
g) All other provisions in the original government contract are fully
binding on the parties and will represent the agreement between the City and the
Vendor.
Entered this 5 day of , 2011.
Attest:
Printed
Witnes # 1
Printed Name:
Witnes # 2
Attest:
Q W & ,
Ja fet Dougherty Ne
Chinchor Electr' , Inc., Florida
corporation.
Thy Z. Chinchor
Sole Cor orate Officer
Date: 5 20
City Of Sanford
By:
Jef
Dal
3
Approved as to form and legal sufficiency.
Exhibit "A"
[Attach original government contract]
FIRST AMENDMENT TO TERM CONTRACT FOR FURNISHING AND INSTALLATION OF
TRAFFIC SIGNALS, SYSTEMS, AND RELATED EQUIPMENT (IFB- 600940- 10 /GMG)
THIS FIRST AMENDMENT is made and entered into this /2 j ay of
20 and is to that certain Agreement made and
entered into on the 13 day of September, 2010, between CHINCHOR
ELECTRIC, INC., whose address is 935 Shadick Drive; Orange City, Florida
32763, hereinafter referred to as "CONTRACTOR ", and SEMINOLE COMM, a
political subdivision the State of Florida, whose address is Seminole
County Services Building, 1101 East First Street, Sanford, Florida
32771, hereinafter referred to as "COUNTY ".
W I T N E S S E T H:
WHEREAS, CONTRACTOR and COUNTY entered into the above referenced
Agreement on September 13, 2010, to furnish and install traffic signals,
systems, and related equipment; and
WHEREAS, the parties desire to °amend the Agreement so as to enable
both parties to continue to enjoy't'he.= mutual benefits it provides; and
WHEREAS, Section 21 of the Agreement provides that any amendments
shall be valid only when expressed in writing and duly signed by the
parties,
NOW, THEREFORE, in consideration of the mutual understandings and
agreements contained herein, the parties agree to amend the Agreement as
follows:
1. Section 29, "E- Verify Compliance" is hereby added to the
Contract:
SECTION 29. E- VERIFY COMPLIANCE. CONTRACTOR agrees to execute the
Affidavit of E- Verify Requirements Compliance, attached herein as
Exhibit C.
2. Exhibit C,.attached hereto, is added to the Contract as
Exhibit C. CERTIFIED COPY
MARYANNE MORSE
First Amendment to IFB- 600940- 10 /GMG CLERK OF CIRCUIT COURT
Chinchor Electric, Inc. WLl UrVT Page 1 of 2 CLERK
3. Except as herein modified, all terms and conditions of the
Agreement shall remain in full force and effect for the term of the
Agreement, as originally set forth in said Agreement.
IN WITNESS WHEREOF, the parties hereto have executed this
instrument for the uumose herein exptessed.
ATTEST: CHINCHOR EC C.
By:
! l✓ , Secretary : j' President
(CORPORATE SEAL) m 1(ate:.
By:
Date:
',As authorized by Section 3.554,
-,)'`=)Seminole County Administrative
-- !�. Code.
For the use and reliance
of Seminole County only.
Approved as to form and
legal su ici nc
Coun ey
AEC /lpk
6/6/11
P: \Users \Legal Secretary CSB \Purchasing 2011 \Agreements \IFB- 600940 lam Chinchor.doc
Attachment:
Exhibit C - E- Verify Requirements Compliance
>r
First Amendment to IFB- 600940- 10 /GMG
Chinchor Electric, Inc.
Page 2 of 2
EXHIBIT C
Contract Name: Term Contract for Furnishinq and Installation of Traffic Signals.Systems
and Related Equipment
Contract Number: IFB- 600940- 10 /GMG - Chinchor Electric, Inc.
AFFIDAVIT OF E- VERIFY REQUIREMENTS COMPLIANCE
I, the duly authorized representative /agent of C.h:n61rr- G-) cc 1iL
hereinafter referred to as Contractor, by this Affidavit attest to the following:
1. That the Contractor is currently in compliance with and throughout the term of Contract
Number 6 40 - io & *ill remain in compliance with Executive Order 11 -02, issued
by.-the Office of the Governor, State of Florida, requiring the use of the Department of
Homeland Security's Status Verification ( "E- Verify") System to ensure that all employees
of the Contract and the Contractor's subcontractors performing work under the above -
listed Contract are legally permitted to work in the United States.
2. That the Contractor will register and participate in the work status verification -for all .
newly hired employees of the contractor and for all subcontractors performing. work on
the above - listed Contract.
3. That the Contractor agrees to maintain records of its compliance with the verification
requirements as outlined in this Affidavit and, upon request of the County or the State of
Florida, agrees to provide a copy of each such verification to the County /State.
4. That all persons assigned by the Contractor or its subcontractors to perform work under
contract Number LwP1 D f(,in(a meet the employment eligibility requirements as
established by the Federal Government and the government of the State of Florida.
5. That the Contractor understands and agrees that its failure to comply with the verification
requirements as set forth herein or its failure to ensure that all employees. and
subcontracts performing work under Contract Numbers - )0 j6m6 are legally
authorized to work in the United States and the State of Florida constitute a breach of
Contract Number Lo - 10 J(6 for which Seminole County may immediately
terminate the Contract without notice and without penalty. Contractor further
understands and agrees that in the event of such termination, the Contractor shall be
liable to the county for any costs incurred by the County as a result of the Contractor's
breach.
6. That for the purposes of this Affidavit, the following definitions apply:
"Employee" - Any person who is hired to perform work in the State of Florida.
"Status Verification System" - the procedures developed under the Illegal
Immigration Reform and Immigration Responsibility Act of 1996, operated by the
Department of Homeland Security and known as the "E- Verify Program ", or any
successor electronic verification system that may replace the E- Verify Program.
[Balance of this page intentionally blank; signatory page follows]
Page 1 of 2
DATED this q day of a , 20 11
Contractor
Title:
STATE OF FLORIDA
COUNTY OF�SE- VIIN6I=
G
I HEREBY CERTIFY that, on this jj�- day of _ , 20 11 , before me,
an officer duly authorized in the State and County aforesaid to take acknowledgments, personally
appeared' I, . CLi-11ci'o , f &mho is personally known to me or ❑ who has
produced as identification.
r 7,
ti
Print Name
Notary Public in and for the County
and State Aforementioned
My commission expires:____ ---
4- rqLMt, -ERt:Y K. CAPMAN
*_ MY COMMISSION # DD927347
EXPIRES November 28, 2013
(a67)398.0153 FtoridalloterySSMCOXom
Page 2 of 2
TERM CONTRACT FOR FURNISHING AND INSTALLATION OF TRAFFIC SIGNALS,
SYSTEMS AND RELATED EQUIPMENT (IFB- 600940- 10 /GMG)
THIS AGREEMENT is made and entered into this J2"�" day of
20 _/i) , by and between CHINCHOR ELECTRIC, INC., duly
authorized to conduct business in the State of Florida, whose address is
935 Shadick Drive, Orange City, Florida 32763, hereinafter called
"CONTRACTOR ", and SEMINOLE COUNTY, a political subdivision of the State
of Florida, whose address is Seminole County Services Building, 1101
East First Street, Sanford, Florida 32771, hereinafter called "COUNTY ".
W I T N E S S E T H:
WHEREAS, COUNTY desires to retain the services of a competent and
qualified contractor -to furnish and install traffic signals, systems and
related equipment for Seminole County; and
WHEREAS, COUNTY has requested and received expressions of interest
for the retention of services of contractors; and
WHEREAS, CONTRACTOR is corgpq'enit and qualified to furnish and
te
install traffic signals, systems and related equipment and desires to
provide equipment and services according to the terms and conditions
stated herein,
NOW, THEREFORE, in consideration of the mutual understandings and
covenants set forth herein, COUNTY and CONTRACTOR agree as follows:
SECTION 1. SERVICES. COUNTY does hereby retain CONTRACTOR to
furnish equipment and services as further described in the Scope of
Services attached hereto as. Exhibit A and made a part hereof.
CONTRACTOR shall also be bound by all requirements as contained in the
solicitation package and all addenda thereto. Required equipment and
services shall be specifically enumerated, described and depicted in the
Purchase Orders authorizing purchase of specific equipment and services'. °'o
This Agreement standing alone does not authorize the purchase ct,0 x'12 Q
equipment and services or require COUNTY to place any orders for work.:_�',t�ia z 1.
�J
Term Contract for Furnishing and installation of Traffic Signals, -
Systems and Related Equipment (IFB- 600940- 10 /GMG) y� p
chinchor Electric, Inc. <
Page 1 of 17
CJ U3
m.
SECTION 2. TERM. This Agreement shall take effect on the date of
its execution by COUNTY and shall run for a period of three (3) years.
At the sole option of COUNTY, this Agreement may be renewed for two (2)
successive periods not to exceed one (1) year each. Expiration of the
term of this Agreement shall have no effect upon Purchase Orders issued
pursuant to this Agreement and prior to the expiration date.
Obligations entered therein by both parties shall remain in effect until
delivery and acceptance of the equipment and services authorized by the
Purchase Order.
SECTION 3. AUTHORIZATION FOR SERVICES. Authorization for
provision of equipment and services by CONTRACTOR under this Agreement
shall be in the form of written Purchase Orders issued and executed by
COUNTY. A sample Purchase Order is attached hereto as Exhibit B. Each
Purchase Order shall describe the equipment and services required and
shall state the dates for deliver of equipment and services and
establish the amount and method of` payment. The Purchase Orders will be
issued under and shall incorporate the terms of this Agreement. COUNTY
makes no covenant or promise as to the number of available Purchase
Orders or that CONTRACTOR will perform any Purchase Order for COUNTY
during the life of this Agreement. COUNTY reserves the right to
contract with other parties for the services contemplated by this Agree-
ment when it is determined by COUNTY to be in the best interest of
COUNTY to do so.
SECTION 4. TIME FOR COMPLETION. The equipment and services to be
provided by CONTRACTOR shall be delivered, as specified in such Purchase
Orders as may be issued hereunder, within the time specified therein.
SECTION 5. COMPENSATION. COUNTY agrees to compensate CONTRACTOR
for the professional services called for under this Agreement on a Fixed
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 2 of 17
Fee basis. When a Purchase Order is issued for a Fixed Fee basis, then
the applicable Purchase Order Fixed Fee amount shall include any and all
reimbursable expenses.
SECTION 6. PAYMENT AND BILLING.
(a) CONTRACTOR shall supply all equipment and services required
by the Purchase Order; but in no event shall CONTRACTOR be paid more
than the negotiated Fixed Fee amount stated within each Purchase Order.
(b) For Purchase Orders issued on a Fixed Fee basis, CONTRACTOR
may invoice the amount due based on the percentage of total Purchase
Order equipment and services actually provided; but in no event shall
the invoice amount exceed a percentage of the Fixed Fee amount equal to
a percentage of the total services actually completed.
(c) Payments shall be made by COUNTY to CONTRACTOR when requested
as equipment and services are furnished but not more than once monthly.
Each Purchase Order shall be invoic'$dzseparately. At the close of each
calendar month, CONTRACTOR shall render to COUNTY an itemized invoice,
properly dated, describing any equipment and services provided, the cost
of the equipment and services therein, the name and address of
CONTRACTOR, Purchase Order Number, Contract Number and any other
information required by this Agreement.
The original invoice and one (1) copy shall be sent to:
Director of County Finance
Seminole County Board of County Commissioners
Post Office Box 8080
Sanford, Florida 32772
Two (2) copies of the invoice shall be sent to:
Traffic Engineering Division
140 Bush Loop
Sanford, Florida 32773
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 3 of 17
N
(d) Payment shall be made after review and approval by COUNTY
within thirty (30) days of receipt of a proper invoice from CONTRACTOR.
SECTION 7. GENERAL TERMS OF PAYMENT AND BILLING.
(a) Upon satisfactory delivery of equipment and services required
hereunder and upon acceptance of the equipment and services by COUNTY,
CONTRACTOR may invoice COUNTY for the full amount of compensation
provided for under the terms of this Agreement less any amount already
paid by COUNTY. COUNTY shall pay CONTRACTOR within thirty (30) days of
receipt of proper invoice.
(b) COUNTY may perform or have performed an audit of the records
of CONTRACTOR after final payment to support final payment hereunder.
This audit would be performed at a time mutually agreeable to CONTRACTOR
and COUNTY subsequent to the close of the final fiscal period in which
the last equipment and services are provided. Total compensation to
CONTRACTOR may be determined subs °eqqent to an audit as provided for
herein and the total compensation -•so determined shall be used to
calculate final payment to CONTRACTOR. Conduct of this audit shall not
delay final payment as provided by subsection (a) of this Section.
(c) CONTRACTOR agrees to maintain all books, documents, papers,
accounting records and other evidence pertaining to equipment and
services provided under this Agreement in such a manner as will readily
conform to the terms of this Agreement and to make such materials
available at CONTRACTOR's office at all reasonable times during the
Agreement period and for five (5) years from the date of final payment
under the contract for audit or inspection as provided for in subsection
(b) of this Section.
(d) In the event any audit or inspection conducted after final
payment but within the period provided in paragraph (c) of this Section
reveals any overpayment by COUNTY under the terms of the Agreement,
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600944- 10IGMG)
Chinchor Electric, Inc.
Page 4 of 17
CONTRACTOR shall refund such overpayment to COUNTY within thirty (30)
days of notice by COUNTY.
SECTION S. RESPONSIBILITIES OF CONTRACTOR. Neither COUNTY's
review, approval or acceptance of, nor payment for any of the equipment
and services required shall be construed to operate as a waiver of any
rights under this Agreement or of any cause of action arising out of the
performance of this Agreement. CONTRACTOR shall be and always remain
liable to COUNTY in accordance with applicable law for any and all
damages to COUNTY caused by CONTRACTOR's negligent or wrongful provision
of any of the equipment and services furnished under this Agreement.
SECTION 9. TERMINATION.
(a) COUNTY may, by written notice to CONTRACTOR terminate this
Agreement or any Purchase Order issued hereunder, in whole or in part,
at any time, either for COUNTY's convenience or because of the failure
of CONTRACTOR to fulfill its Agreement obligations. Upon receipt of
such notice, CONTRACTOR shall fi &iTiately discontinue all services
affected, unless the notice directs otherwise, and deliver to COUNTY.all
data, drawings, specifications, reports, estimates, summaries and any
and all such other information and materials of whatever type or nature
as may have been accumulated by CONTRACTOR in performing this Agreement,
whether completed or in process.
(b) If the termination is for the convenience of COUNTY,
CONTRACTOR shall be paid compensation for services performed to the date
of termination.
(c) If the termination is due to the failure of CONTRACTOR to
fulfill its Agreement obligations, COUNTY may take over the work and
prosecute the same to completion by other agreements or otherwise. In
such case, CONTRACTOR shall be liable to COUNTY for all reasonable
additional costs occasioned to COUNTY thereby. CONTRACTOR shall not be
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 5 of 17
liable for such additional costs if the failure to perform the Agreement
arises without any fault or negligence of CONTRACTOR; provided, however,
that CONTRACTOR shall be responsible and liable for the actions of its
subcontractors, agents, employees and persons and entities of a similar
type or nature. Such causes may include acts of God or of the public
enemy, acts of COUNTY in its sovereign or contractual capacity, fires,
floods, epidemics, quarantine restrictions, strikes, freight embargoes,
and unusually severe weather; but in every case the failure to perform
must be beyond the control and without any fault or negligence of
CONTRACTOR.
(d) If after notice of termination for failure to fulfill its
Agreement obligations it is determined that CONTRACTOR had not so
failed, the termination shall be conclusively deemed to have been
effected for the convenience of COUNTY. In such event, adjustment in
the Agreement price shall be made,:d�'- provided in subsection (b) of this
Section.
(e) The rights and remedies of COUNTY provided for in this
Section are in addition and supplemental to any and all other rights and
remedies provided by law or under this Agreement.
SECTION 10. AGREE4ENT AND PURCHASE ORDER IN CONFLICT. Whenever
the terms of this Agreement conflict with any Purchase Order issued
pursuant to it, this Agreement shall prevail.
SECTION 11. EQUAL OPPORTUNITY EMPLOYMENT. CONTRACTOR agrees that
it will not discriminate against any employee or applicant for
employment for work under this Agreement because of race, color,
religion, sex, age, disability or national origin and will take steps to
ensure that applicants are employed and employees are treated during
employment without regard to race, color, religion, sex, age,
disability, or national origin. This provision shall include, but not
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 6 of 17
be limited to the following: employment, upgrading, demotion or
transfer, recruitment advertising, layoff or termination, rates of pay
or other forms of compensation and selection for training including
apprenticeship.
SECTION 12. NO CONTINGENT FEES. CONTRACTOR warrants that it has
not employed or retained any company or person other than a bona fide
employee working solely for CONTRACTOR to solicit or secure this
Agreement and that it has not paid or agreed to pay any person, company,
corporation, individual or firm other than a bona fide employee working
solely for CONTRACTOR, any fee, commission, percentage, gift or other
consideration contingent upon or resulting from award or making of this
Agreement. For the breach or violation of this provision, COUNTY shall
have the right to terminate the Agreement at its sole discretion,
without liability and to deduct from the Agreement price or otherwise
recover the full amount of such 4 ef,., commission, percentage, gift or
.iti�
consideration. --
SECTION 13. CONFLICT OF INTEREST.
(a) CONTRACTOR agrees that it will not contract for or accept
employment for the performance of any work or service with any
individual, business, corporation or government unit that would create a
conflict of interest in the performance of its obligations pursuant to
this Agreement with COUNTY.
(b) CONTRACTOR agrees that it will neither take any action nor
engage in any conduct that would cause any COUNTY employee to violate
the provisions of Chapter 112, Florida Statutes, relating to ethics in
government.
(c) In the event that CONTRACTOR causes or in any way promotes or
encourages a COUNTY officer, employee or agent to violate Chapter 112,
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 7 of 17
Florida Statutes, COUNTY shall have the right to terminate this
Agreement.
SECTION 14. ASSIGNMENT. This Agreement, or any interest herein,
shall not be assigned, transferred, or otherwise encumbered under any
circumstances by the parties hereto without prior written consent of the
other party and in such cases only by a document of equal dignity
herewith.
SECTION 15. SUBCONTRACTORS. In the event that CONTRACTOR, during
the course of the work under this Agreement, requires the services of
subcontractors or other professional associates in connection with
services covered by this Agreement, CONTRACTOR must first secure the
prior express written approval of COUNTY. If subcontractors or other
professional associates are required in connection with the services
covered by this Agreement, CONTRACTOR shall remain fully responsible for
the services of subcontractors or ;p`C' professional associates.
SECTION 16. INDEMNIFICATIO"( "COUNTY. CONTRACTOR agrees to hold
harmless and indemnify COUNTY and its commissioners, officers, employees
and agents against any and all claims, losses, damages or lawsuits for
damages arising from, allegedly arising from or related to the provision
of services hereunder by CONTRACTOR.
SECTION 17. INSURANCE.
(a) GENERAL CONTRACTOR shall, at its own cost, procure the
insurance required under this Section.
(1) Prior to commencement of work pursuant to this
Agreement, CONTRACTOR shall furnish COUNTY with a Certificate of
Insurance signed by an authorized representative of the insurer
evidencing the insurance required by this Section (Workers'
Compensation /Employer's Liability, Commercial General Liability, and
Business Auto). COUNTY and its officials, officers, and employees shall
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 8 of 17
be named additional insured under the Commercial General Liability
Policy. The Certificate of Insurance shall provide that COUNTY shall be
given not less than thirty (30) days written notice prior to the
cancellation or restriction of coverage. Until such time as the
insurance is no longer required to be maintained by CONTRACTOR,
CONTRACTOR shall provide COUNTY with a renewal or replacement
Certificate of Insurance not less than thirty (30) days before
expiration or replacement of the insurance for which a previous
certificate has been provided.
(2) The Certificate shall contain a statement that it is
being provided in accordance with the Agreement and that the insurance
is in full compliance with the requirements of the Agreement. In lieu
of the statement on the Certificate, CONTRACTOR will at the option of
COUNTY submit a sworn, notarized statement from an authorized
representative of the insurer that -f-he Certificate is being provided in
accordance with the Agreement an``that the insurance is in full
compliance with the requirements of the Agreement.
(3) In addition to providing the Certificate of Insurance,
if required by COUNTY, CONTRACTOR shall within thirty (30) days after
receipt of the request provide COUNTY with a certified copy of each of
the policies of insurance providing the coverage required by this
Section.
(4) Neither approval by COUNTY nor failure to disapprove
the insurance furnished by CONTRACTOR shall relieve CONTRACTOR of its
full responsibility for performance of any obligation including
CONTRACTOR indemnification of COUNTY under this Agreement.
(b) INSURANCE COMPANY REQUIREMENTS Insurance companies
providing the insurance under this Agreement must meet the following
requirements:
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 9 of 17
(1) Companies issuing policies other than Workers'
Compensation must be authorized to conduct business in the State of
Florida and prove same by maintaining Certificates of Authority issued
to the companies by the Department of Insurance of the State of Florida.
Policies for Workers' Compensation may be issued by companies authorized
as a group self- insurer by Section 624.4621, Florida Statutes.
(2) In addition, such companies other than those authorized
by Section 624.4621, Florida Statutes, shall have and maintain a Best's
Rating of "A -" or better and a Financial Size Category of "VII" or
better according to A.M. Best Company.
(3) If during the period which an insurance company is
providing the insurance coverage required by this Agreement, an
insurance company shall: (i) lose its Certificate of Authority, (ii.) no
longer comply with Section 624.4621, Florida Statutes, or (iii) fail to
maintain the requisite Best's Rafi-pg and Financial Size Category,
CONTRACTOR shall, as soon as CONTRACTOR has knowledge of any such
circumstance, immediately notify COUNTY and immediately replace the
insurance coverage provided by the insurance company with a different
insurance company meeting the requirements of this Agreement. Until
such time as CONTRACTOR has replaced the unacceptable insurer with an
insurer acceptable to COUNTY CONTRACTOR shall be deemed to be in default
of this Agreement.
(c) SPECIFICATIONS Without limiting any of the other
obligations or liability of CONTRACTOR, CONTRACTOR shall, at its sole
expense, procure, maintain, and keep in force amounts and types of
insurance conforming to the minimum requirements set forth in this
subsection. Except as otherwise specified in the Agreement, the
insurance shall become effective prior to the commencement of work by
CONTRACTOR and shall be maintained in force until the Agreement
Term Contract for Furnishing and installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 10 of 17
completion date. The amounts and types of insurance shall conform to
the following minimum requirements.
(1) Workers' Compensation /Employer's Liability.
(A) CONTRACTOR's insurance shall cover CONTRACTOR for
liability which would be covered by the latest edition of the standard
Workers' Compensation Policy as filed for use in Florida by the National
Council on Compensation Insurance, without restrictive endorsements.
CONTRACTOR will also be responsible for procuring proper proof of
coverage from its subcontractors of every tier for liability which is a
result of a Workers' Compensation injury to the subcontractor's
employees. The minimum required limits to be provided by both
CONTRACTOR and its subcontractors are outlined in subsection (c) below.
In addition to coverage for the Florida Workers' Compensation Act, where
appropriate, coverage is to be included for the United States
Longshoremen ..and Harbor Workers',�oxnpensation Act, Federal Employers'
Liability Act, and any other applia'ble Federal or State law.
(B) Subject to the restrictions of coverage found in
the standard Workers' Compensation Policy, there shall be no maximum
limit on the amount of coverage for liability imposed by the Florida
Workers' Compensation Act, the United States Longshoremen's and Harbor
Workers' Compensation Act or any other coverage customarily insured
under Part One of the standard Workers' Compensation Policy.
(C) The minimum amount of coverage under Part Two of
the standard Workers' Compensation Policy shall be:
$100,000.00 (Each Accident)
$100,000.00 (Disease - Policy Limit)
$100,000.00 (Disease -Each Employee)
(2) Commercial General Liability
(A) CONTRACTOR's insurance shall cover CONTRACTOR for
those sources of liability which would be covered by the latest edition
Term contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 11 of 17
of the standard Commercial General Liability Coverage Form (ISO Form CG
00 01) , as filed for use in the State of Florida by the Insurance
Services Office, without the attachment of restrictive endorsements
other than the elimination of Coverage C, Medical Payment and the
elimination of coverage for Fire Damage Legal Liability.
(B) The minimum limits to be maintained by CONTRACTOR
(inclusive of any amounts provided by an Umbrella or Excess policy)
shall be as follows: LIMITS
General Aggregate Three (3) Times the
Each Occurrence Limit
Personal & Advertising $300,000.00
Injury Limit
Each Occurrence Limit $300,000.00
(3) Business Auto Policy
(A) CONTRACTOR'S insurance shall cover CONTRACTOR for
those sources of liability which would be covered by Part IV of the
latest edition of the standard Bus-- 3�ie'ss Auto Policy (ISO Form CA 00 01),
1�, j'•
p r Vl
as filed for use in the State o1='�F"lorida by the Insurance Services
Office, without the attachment of restrictive endorsements. Coverage
shall include owned, non - owned, and hired autos.
(B) The minimum limits to be maintained by CONTRACTOR
(inclusive of any amounts provided by an Umbrella or Excess policy)
shall be per - accident, combined single limit for bodily injury liability
and property damage liability. If the coverage is subject to an
aggregate, CONTRACTOR shall maintain separate aggregate limits of
coverage applicable to claims arising out of or in connection with the
work under this Agreement. The separate aggregate limits to be
maintained by CONTRACTOR shall be a minimum of three (3) times the per -
accident limit required and shall apply separately to each policy year
or part thereof.
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 12 of 17
(C) The minimum amount of coverage under the Business
Auto Policy shall be: LIMITS
Each Occurrence Bodily $300,000.00
Injury and Property Damage
Liability Combined
(d) COVERAGE The insurance provided by CONTRACTOR pursuant to
this Agreement shall apply on a primary basis and any other insurance or
self - insurance maintained by COUNTY or COUNTY's officials, officers, or
employees shall be excess of and not contributing with the insurance
provided by or on behalf of CONTRACTOR.
(e) OCCURRENCE BASIS The Workers' Compensation Policy and the
Commercial General Liability required by this Agreement shall be
provided on an occurrence rather than a claims -made basis.
(f) OBLIGATIONS Compliance with the foregoing insurance
requirements shall not relieve CONTRACTOR, its employees, or its agents
of liability from any obligation r ueder a Section or any other portions
of this Agreement. It shall also be L -t — Ae responsibility of CONTRACTOR to
ensure that all of its subcontractors performing services under this
Agreement are in compliance with the insurance requirements of this
Agreement as defined above.
SECTION 18. DISPUTE RESOLUTION.
(a) In the event of a dispute related to any performance or
payment obligation arising under this Agreement, the parties agree to
exhaust COUNTY dispute resolution procedures prior to filing suit or
otherwise pursuing legal remedies. COUNTY dispute resolution procedures
for proper invoice and payment disputes are set forth in Section 22.15,
"Prompt Payment Procedures," Seminole County Administrative Code.
Contract claims include all controversies, except disputes addressed by
the "Prompt Payment Procedures," arising under this Agreement within the
dispute resolution procedures set forth in Section 3.5540, "Contract
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 13 of 17
Claims," Seminole County Administrative Code.
(b) CONTRACTOR agrees that it will file no suit or otherwise
pursue legal remedies based on facts or evidentiary materials that were
not presented for consideration in COUNTY dispute resolution procedures
set forth in subsection (a) above of which CONTRACTOR had knowledge and
failed to present during COUNTY dispute resolution procedures.
(c) In the event that COUNTY dispute resolution procedures are
exhausted and a suit is filed or legal remedies are otherwise pursued,
the parties shall exercise best efforts to resolve disputes through
voluntary mediation. Mediator selection and the procedures to be
employed in voluntary mediation shall be mutually acceptable to the
parties. Costs of voluntary mediation shall be shared equally among the
parties participating in the mediation
SECTION 19. REPRESENTATIVES OF COUNTY AND CONTRACTOR.
(a) It is recognized that questions in the day -to -day conduct of
performance pursuant to this Agreement` will arise. COUNTY, upon request
by CONTRACTOR, will designate and advise CONTRACTOR in writing of one or
more of its employees to whom all communications pertaining to the day-
to- day conduct of this Agreement shall be addressed. The designated
representative shall have the authority to transmit instructions,
receive information and interpret and define COUNTY'S policy and
decisions pertinent to the work covered by this Agreement.
(b) CONTRACTOR shall at all times during the normal work week
designate or appoint one or more representatives who are authorized to
act on behalf of and bind CONTRACTOR regarding all matters involving the
conduct of the performance pursuant to this Agreement and shall keep
COUNTY continually and effectively advised of such designation.
SECTION 20 -. ALL PRIOR AGREEMENTS SUPERSEDED. This document
incorporates and includes all prior negotiations, correspondence,
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 14 of 17
conversations, agreements or understandings applicable to the matters
contained herein and the parties agree that there are no commitments,
agreements, or understandings concerning the subject matter of this
Agreement that are not contained or referred to in this document.
Accordingly, it is agreed that no deviation from the terms hereof shall
be predicated upon any prior representations or agreements, whether oral
or written.
SECTION 21. MODIFICATIONS, AMENDMENTS, OR ALTERATIONS. No
modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written
document executed with the same formality and of equal dignity herewith.
SECTION 22. INDEPENDENT CONTRACTOR. It is agreed that nothing
herein contained is intended or should be construed as in any manner
creating or establishing a relationship of co- partners between the
parties, or as constituting C TRACTOR (including its officers,
L
employees, and agents) as an agent;; Zebresentative or employee of COUNTY
for any purpose or in any manner whatsoever. CONTRACTOR is to be and
shall remain forever an independent contractor with respect to all
services performed under this Agreement.
SECTION 23. EMPLOYEE STATUS. Persons employed by CONTRACTOR in
the performance of services and functions pursuant to this Agreement
shall have no claim to pension, workers' compensation, unemployment com-
pensation, civil service or other employee rights or privileges granted
to COUNTY'S officers and employees either by operation of law or by
COUNTY.
SECTION 24. SERVICES NOT PROVIDED FOR. No claim for services
furnished by CONTRACTOR not specifically provided for herein shall be
honored by COUNTY.
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 15 of 17
SECTION 25. PUBLIC RECORDS LAW. CONTRACTOR acknowledges COUNTY'S
obligations under Article I, Section 24, Florida Constitution, and
Chapter 119, Florida Statutes, to release public records to members of
the public upon request. CONTRACTOR acknowledges that. COUNTY is required
to comply with Article I, Section 24, Florida Constitution, and Chapter
119, Florida Statutes, in the handling of the materials created under
this Agreement and that said statute controls over the terms of this
Agreement_
SECTION 26. COMPLIANCE WITH LAWS AND REGULAATIONS. In providing
all services pursuant to this Agreement, CONTRACTOR shall abide by all
statutes, ordinances, rules, and regulations pertaining to or regulating
the provisions of such services including those now in effect and
hereafter adopted. Any violation of said statutes, ordinances, rules or
regulations shall constitute a material breach of this Agreement and
shall entitle COUNTY to terminate''-this Agreement immediately upon
delivery of written notice of terrdi:rfation to CONTRACTOR_
SECTION 27. NOTICES. Whenever either party desires to give
notice unto the other, it must be given by written notice, sent by
registered or certified 'United States mail, return receipt requested,
addressed to the party for whom it is intended at the place last
specified. The place for giving of notice shall remain such until it
shall have been changed by written notice in compliance with the
provisions of this Section. For the present, the parties designate the
following as the respective places for giving of notice, to -wit:
For COUNTY:
Traffic Engineering Division
140 Bush Loop
Sanford, FL 32773
For CONTRACTOR:
Chinchor Electric, Inc.
P.O. Box 4311
Enterprise, FL 32725
Term Contract for Furnishing and Installation of Traffic Signals,
Systems and Related Equipment (IFB- 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 16 of 17
SECTION 28. RIGHTS AT LAW RETAINED. The rights and remedies of
COUNTY provided for under this Agreement are in addition and
supplemental to any other rights and remedies provided by law.
IN WITNESS WHEV ties hereto have made and executed this
Agreement on the daten for execution by COUNTY. ATTEST: CHINCHOR ELECTRIC
" Secretary
(CORPORATE SEAL)
By:
, President
Witnes�
r i t Name N/ Witness
G l d P -14 / i Cz:� A-Ze flr
Print Name
Date:
SEMINOLE
FLORIDA
sing and
Contract and
j V
``"As authorized by Section 3.554,
Seminole County Administrative
For the use and reliance Code.
of Seminole County only.
Approved a to form and % f,,� cr ✓� L Y 2 -4
legal su 'ci
�J
County o n y
Attachments:
Exhibit A - Scope of Services
Exhibit B - Sample Purchase Order
AEC /lpk /sjs
6/24/10, 8/5/10
P: \Users \Legal Secretary CSB \Purchasing 2010\Agreements \IF5- 600940 -10 - Chinchor Electric.doc _
Term Contract for Furnishing and Installation of Traffic Signals,
systems and Related Equipment (IFB - 600940- 10 /GMG)
Chinchor Electric, Inc.
Page 17 of 17
2
ec ion
General Description of Services
Seminole County is looking for a competent Contractor (s) to furnish traffic signals construction
and system communication as indicated in the solicitation.
SECTION I. GENERAL REQUIREMENTS
1. Purpose
This contract is intended to enable Seminole County Traffic Engineering to construct traffic
signals in their entirety or individual components of signals and systems, including such items
as conduit, cable, mast arms, pre - emption and detection equipment, fiber and street lighting.
2. Performance Period
Because of the public safety implications, the
services for tasks included in this contract.
categories are listed below.
A. Traffic Signals
response time is an essential element of the
The specific performance periods for various
1) Traffic signals with Furnish & Install pay item numbers for signal support shall
have 45 days time limit for span -wire type construction and 90 days for mast -
arm type construction (if County provides the mast -arms) from the date of the
issuance of the purchase order. If mast -arms are to be provided by the
contractor, the completion date shall be based upon the delivery schedule.
2) Traffic signals with Install Only pay item numbers for signal support shall be
completely constructed in 30 days from the date of the issuance of the purchase
order.
B. Miscellaneous or Emergency Construction
1) Loop sensors shall have a construction period of 21 days from the date of the
issuance of the purchase order.
2) Mast -arm foundations shall have a construction period of 14 days from the date
of the issuance of the work order.
3. Inspection & Acceptance
County shall inspect all work upon completion of the work and formally accept the work. It
shall be contractor's responsibility to schedule and hold preliminary and final acceptance
meetings. Failure of County staff to detect discrepancies and poor workmanship and
material shall not relieve the contractor of the responsibility for completion of the task and
successful operation as required. The contractor shall warranty all work for a period of
twelve (12) months for workmanship and for period equal to the manufacturer's warranty
period for material.
IFB- 600940 - to /GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
4. Required Specifications and Standards
All work and material shall be in accordance with the latest applicable Florida
Department of Transportation specifications as required by the pay Item
designation, latest Roadway and Traffic Design Standards, and as modified by
Seminole County Special Seminole County specifications for modified pay items and /or
components and material are included with this document. Please refer to the FDOT's
Basis of Estimates Manual for additional item descriptions.
6. Project Release Orders and Costs
The County will issue Release Orders to the contractor on an as needed basis. There are
no minimums or maximums established. The quantities indicated in this document are
intended to provide a uniform base for bidding purposes only.
Each individual release order under non - emergency conditions shall contain the project
plans, breakdown of all the pay items and total costs, and the performance period required.
The time on the project begins 3 working days from the date of the release order. Under
emergency conditions, the requests shall be made verbally by the County's project
manager and followed by a fax containing the details. The time for the Release Order will
begin immediately after the telephone request.
6. Project Billing
For projects with a performance period equal to or less than 90 days, the contractor shall
issue only one invoice to the County for the total project amount. This invoice shall be
issued at the project's completion and following acceptance of the work by the County. For
projects with a performance period greater than 90 days, the contractor shall issue only
one invoice to the County for that work completed within the first 90 days and may
subsequently issue monthly invoices until the project's completion. The final invoice shall
be issued at the project's completion and following acceptance of the work by the County.
7. Project Management
Contractor shall identify a project manager (both prime and sub - contractor when
applicable) for the project and provide emergency and non - emergency telephone numbers
(office, home, pager, and cellular) to the County at the award of the contract. The project
manager shall remain with the project for the life of the contract unless requested in writing
by the contractor and approved by the County Traffic Engineer.
Contractor shall identify all sub - contractors participating in the contract with the bid
document The sub - contractors) shall remain the same for the life of the contract unless
requested in writing by the prime contractor and approved by the County Traffic Engineer.
8. Work Schedules & Maintenance of Traffic
Contractor shall schedule work to minimize impact on the peak traffic periods. Peak
periods are defined as 7:00 to 9:00 AM and 4:00 to 6:00 PM Monday through Friday. No
lane closures shall be permitted during the peak periods.
IFB-600940- 10 /GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
4
The contractor shall provide maintenance of traffic in accordance with the latest FDOT
Standards 600 series for the project. Failure to comply with this requirement will result in
complete shutdown by the County Traffic Engineer with no additional compensation to the
contractor.
8. Maintenance of Traffic (MOT)
The compensation for MOT shall be one percent (1 %) of the total project amount for each
work order. This item will be automatically added to each work order by the County and
does not require a bid price by the contractor. This pay item is intended as a lump sum
compensation to the contractor for the maintenance of traffic set up in accordance with the
latest FDOT and Seminole County requirements for the life of the project.
10. Mobilization
The compensation for Mobilization shall be five percent (5 %) of the total project amount for
each work order. This item will be automatically added to each work order by the County
and does not require a bid price by the contractor.
SECTION 2. PROJECT SPECIFICATIONS
Note: Pay item numbers not provided shall be in accordance with the latest
FDOT specification. Please refer to the latest FDOT's Basis of Estimates
Manual for item descriptions. The numbers in the contract were intended
to match FDOT's numbers as close as possible, but differences and
unique numbers may exist. Specifications for these items shall
conform to the latest applicable FDOT specifications as required by
the pay item designation, latest Roadway and Traffic Design
Standards, and as modified by Seminole County.
102 -1A Police Officer during MOT
This'item shall be used to hire one (1) off -duty police officer, whether Seminole County Sheriff, FHP or
local municipality, for traffic control per hour.
102 - 104 -002 Adiust Existing Signal Head (MOT)
This pay item is intended to compensation for signal head adjustment requirements during the maintenance of
traffic for lane shifts and other conditions. Compensation is for complete work including signal cable and all
necessary hardware.
575 -1 -1 & 2 Sodding (Bahia & St. Augustine)
This pay item is intended for restoration of disturbed work areas back to its original condition.
IFB- 600940- 10 /GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
580 -332 -2 Tree Removal 1 Trimming
This pay item is intended to be used for trimming branches and tree limbs that are interfering with the
installation of aerial communication cable. Payment shall be made based on the contractor clearing a 4 foot
radial path for 25 feet horizontally along the proposed cable route. If this item is used for tree removal than
multiples of this pay item will be negotiated based on the size of the tree.
630 -1 -11 Conduit Aboveground
All aboveground conduit shall be rigid 2" galvanized steel.
630 -1 -12 Conduit Underground
All underground conduit shall be schedule 40, 2" buried at depth of 36 ".
630 -1 -12A Conduit UndergroundJinterconnect
All underground conduit for the purpose of interconnect shall be schedule 40 two inch (2 "), buried at a
minimum 36 ". A 14 AWG insulated wire shall be installed inside the conduit for locating purposes. This wire
shall be continuous between pull boxes.
632 -6 -1 Signal Cable, LF
Signal Cable as needed and intended for a complete installation with 3 spare conductors.
632 -7 -1 Signal Cable, P1
A minimum of two 16 conductor cables per intersection with 3 spare wires per cable, one 10 gauge 2
conductor for street lights (14AWG /2 wire, IMSA 50 -2 cable is not an acceptable substitute for 10AWG /2 wire),
and one 6 pair 19AWG, PE -39 cable, and pedestrian feature cabling. This item also includes one (1) 16
AWG, 4 conductor shielded cable for 3M Opticom. Cable shall not be stepped down to fewer conductors in
overhead nor shall conductor colors be mismatched.
Wiring for mast arm intersections shall have a minimum of 3 spares for each assembly. Wiring shall include
provisions for Pedestrian features, street lighting, Opticom, loop beldons, and illuminated street signs. Wiring
shall be in accordance with IMSA cable specifications.
632 -8 -111 or 112 Cable Interconnect
Only fiber optic communication cable shall be used unless otherwise specified in plans. Hardwire
specifications is a minimum of 6 pair twisted and must meet REA Specifications. Aerial: P -38 Underground
PE -39.
634-4-112,112A, 113,113A Span -wire Assembly
Centenary and messenger spans shall be 3/8" diameter, EHS.
IFB- 600940- 10 /GMG -- Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
0
634- 4 -112B Temoorary San Greater than 200 ft. Dia onaf
This item shall consist construction, maintenance, and removal of a temporary span which shall include 2 (up
to 3 poles where there is an existing median) wood or concrete strain poles, single span, all necessary
hardware and cabling, and up to 4 light weight signal heads, one of which may be a 5- section head. This item
shall also include all required power service requirements and guying of the poles.
634 -6 -1 Messenger Wire Assembly
This item is intended for support for aerial interconnect communication cabling and shall be 1/4" diameter,
EHS. All required pole hardware and materials needed for the messenger installation shall be included in this
pay item.
635 -1 -11 Pull and Junction Box, Ground Mounted
All pull boxes are to be composite with a non - conductive lid (quasite type or approved equivalent), located a
minimum of 5 feet from radius and 10' from edge of pavement. Lids shall be marked Traffic Signal.
635-1-11B Pull and Junction Box, Ground Mounted w /Concrete Ap ron
All pull boxes are to be composite with a non - conductive lid (quasite type or approved equivalent), with
concrete apron per FDOT spec. Lids shall be marked Traffic Signal.
635 -1 -11C Pull and Junction Box, Ground Mounted
All pull boxes are to be composite, 24 "X36" with a non - conductive lid. (CDR Systems Corporation product or
approved equivalent), Lids shall be marked Seminole County Fiber Optic Cable.
635 -1 -11 D Fiber Junction Box
Round Vault Box shall be 48" Diameter with 6" extension marked Seminole County fiber optic and shall be
CDR Systems Corporation product or approved equivalent. A one foot by one foot by 4 inch concrete apron
shall be poured around junction box.
635 -1 -12 Pull and Junction Box Aerial
Shall 18 "x18" NEMA Enclosure PVC. A 25 pair 66m style punch down block shall be installed inside box.
635 -1 -13 & 33 Pad Mounted Junction Box
As per 676, Type 4 base mounted cabinet. Cabinet shall contain 15amp AC breaker, 115 volt receptacle, door
switch operated technician service light, thermostat controlled ventilation fan, and one (1) shelf. Cabinet shall
be mounted in accordance with F.D.O.T. Standard Specifications for Road and Bridge Construction. Pad shall
contain a minimum of four 2" conduits and one 1" conduit. All spares conduits shall be stubbed out in the
nearest pull box.
IFB- 600940- 10 /GMG - Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
635 -1 -14 & 34 Pad Mounted Junction Box
As per 676 Type 5 base mounted cabinet. Cabinet shall contain 15amp AC breaker, 115 volt receptacle, door
switch operated technician service light, thermostat controlled ventilation fan, and one (1) shelf. Cabinet shall
be mounted in accordance with F.D.O.T. Standard Specifications for Road and Bridge Construction. Pad shall
contain a minimum of one 1" and three 2" conduits. All spare conduits shall be stubbed out in the nearest pull
box.
639 -1 -12 & 22 Electrical Services
FPC Power Service 120v with meter
FPL Power Service 120V no meter
Mast Arm service shall be mounted on 4" x 4" x 10' concrete pole.
641 - 111 -xx Prestressed Concrete Pole
Pole schedule shall have handhole placed 14 feet from the bottom of the pole. A 2 inch knock out shall be
placed opposite of the handhole. A 1 Y2 inch wire entrance nipple shall be located 2 feet from the top of the
pole. A 6 AWG ground wire shall be included for pole grounding.
643 -1 Strain Poles Guying Wood
Down guy installation on a wood or concrete pole.
647 -A, B. C, D,E,F Design Tasks
The contractor shall hire a qualified professional engineer in the State of Florida to perform the foundation
design for mast -arms under 647-B, in accordance with FDOT standards. All required geotechnical testing
shall be performed under 647 -C. Item D shall consist of a pre -dig for a Mast Arm base or strain pole where
utilities may be a conflict. Item F shall be used for a FDOT qualified CEI to perform slump test and inspections
on concrete foundations to satisfy FDOT requirements. All shop drawings and reports must be signed and
sealed by a professional engineer in the State of Florida.
647 -G Signal Technician (per hour)
This is to furnish a signal technician (minimum IMSA Level 1 Signals Certified, preferably Level 2 Certified) for
various tasks.
648 -1A, B. C Foundation
This item shall include all required conduits, anchor bolts, steel rebars and concrete foundation for 48"
diameter for Seminole County Standard mast arms and strain poles. The compensation shall be per foot of
depth as stated in the plans.
IFB- 600940- 10 /GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
648- Mast Arms (Seminole County Standard
These are mast arms constructed according to the latest Seminole County Standard Mast Arm Drawings. At
the time of this bid letting, the latest Standards are 2007 (with July 2009 update).
IMPORTANT FOR PRICING. All mast arms listed, both fluted and non -fluted and both single and
double, assume a short upright (22' to 24' per the latest Standards). Items 648 -1 F through 648 -11 are
price add -ons for use when a tall upright (32') is requested. Items 715 -11 -111 through 715 -99 are the
add -ons for luminaires. For example, if a furnish and install 50' non -fluted arm with a tall upright and
shoe box luminaire is requested, the following 3 items needed would be 648- 11 -50NF, 648 -1E, and
715 -11 -114. Below is the assumed loading for the base arms. For arms with requested loadings more
than this, use items 648 -99L for the 1" additional item (signal head or sign) and item 648 -99M for each
additional item (signal head or sign). Items 648 -99L and 648 -99M are given in percent and represent
the percent increase over the base mast arm price for each item. These mast arm items DO NOT
include the price for foundations (items 648 -1 B and 648 -1 C).
Mast Arm Loading Specifications
Single Mast Arms
Assemblies with single arms 25 to 40 ft in length:
It shall be assumed that arms within this range will be loaded with one (1) 5- section head located two
(2) feet from the end of the arm, one (1) 3 section signal head located fourteen (14) feet from the end
of the arm and one (1) eight (8) foot illuminated street sign located eight (8) from the end of the arm.
Assemblies with single arms 45 to 65 ft in length:
It shall be assumed that arms within this range will be loaded with one (1) 5- section head located two
(2) feet from the end of the arm, one (1) 3 section signal head. located fourteen (14) feet from the end,
one (1) 3 section signal head located twenty -six (26) feet from the end of the arm and one (1) eight (8)
foot illuminated street sign located twenty (20) from the end of the arm.
Assemblies with single arms 70 to 90 ft in length:
It shall be assumed that arms within this range will be loaded with four (4) 3- section heads located at
two (2) feet, fourteen (14) feet, twenty -six (26) feet and thirty-eight (38) feet from the end of the arm,
plus one (1) eight (8) foot illuminated street sign located thirty -two (32) from the end of the arm.
Double Mast Arms
Double assemblies with arms totaling 60 to 90 ft in length:
It shall be assumed that assemblies within this range will have two (2) arms of equal length each with
one (1) 5- section head located two (2) feet from the end of the arm, one (1) 3 section signal head
located fourteen (14) feet from the end of the arm and one (1) eight (8) foot illuminated street sign
located eight (8) from the end of the arm.
Double assemblies with arms totaling 95 to 125 ft in length:
It shall be assumed that assemblies within this range will have two (2) arms of equal length each with
one (1) 5- section head located two (2) feet from the end of the arm, one (1) 3 section signal head
located fourteen (14) feet from the end, one (1) 3 section signal head located twenty -six (26) feet from
the end of the arm and one (1) eight (8) foot illuminated street sign located twenty (20) from the end of
the arm.
IFB- 600940- 10 /GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
Z
Double assemblies with arms totaling 130 to 160 ft in length:
It shall be assumed that assemblies within this range will have two (2) arms of equal length each with
four (4) 3- section heads located at two (2) feet, fourteen (14) feet, twenty -six (26) feet and thirty -eight
(38) feet from the end of the arm, plus one (1) eight (8) foot illuminated street sign located thirty-two
(32) from the end of the arm.
649- Mast Arms (FDOT standard)
These are mast arms constructed according to the latest FDOT standards. These mast arms DO INCLUDE
the foundation as is typical with these FDOT items.
650- Traffic Sianal Assembly
All disconnects shall be full size (12 "w x 6 "h x 4 Y2 "D) with hinged doors and 18 position terminal strip, no
Jones plugs will be accepted. All unused wires shall be terminated on the terminal strip. No wire nuts on
unused conductors. All disconnects & hanging hardware shall be Engineered Casting or approved equivalent.
All signals must meet the latest FDOT Specification for vehicular traffic signal assembly in accordance with
Section A650 FDOT standard specifications and shall be Engineered Casting or an approved equivalent. The
inside face of each door will have 4 lens gasket clamps and stainless steel screws for securing the lens to
door. Only tunnel visors will be accepted. All signals will have FDOT approved glass lenses.
All LED Signals shall be FDOT approved. All LED balls and arrows (items 650- 1 -111B through 650- 1 -111S)
shall be lenses only; no housings.
653- Pedestrian Signal Head LED Countdown
These items shall be FDOT approved and meet the latest FDOT Specifications for pedestrian signal assembly
Section A653. The items provided shall be [CC Brand or approved equivalent. Only LED international symbol
will be accepted. Each head assembly shall include all necessary mounting hardware.
All LED Pedestrian Heads shall be one unit with Hand /Man, Countdown and must be FDOT approved.
659 -107 Aluminum Pedestal
4 inch Diameter Aluminum Post 12ft long
659 -107A Aluminum Pedestal with Hand Hole
Pedestrian pole mounted base, Pelco Brand PB -5335 Aluminum or approved equivalent. Pay item shall
include all items needed for proper Installation.
659 -109 Concrete Pedestal Type II
Shall meet FDOT Specifications
IFB- 600940- 10 /GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
10
660- Loop Sensors & Loop Detectors
Naztec menu driven LCD detector, dual and quad channel, rack mount or an approved equivalent. All Type F
loops shall be 6x40, front of loop shall be cut 5ft in front of stop bar. Homerun shall be out from the back of the
loop to the window, no loop windows or homeruns shall be cut in radius.
660 -70 -122 124,126 Permanent Count Stations Assembly
This item shall include a complete assembly with pull boxes, conduit, concrete pad for a type 4 cabinet, power
service pole (if applicable), etc. Loop layout per FDOT standards, without piezo sensors.
663 -70A through 663-70M. OPTICOM Vehicle Detectors
This pay item number is intended to install a complete Global Traffic Technologies OPTICOM emergency pre-
emption system. This item shall include 700 series controller Phase selector unit, 4 optical detectors, and
required cabling.
Items 663 -70F through 663 -701 are intended to relocate existing single or dual channel, span or mast arm
mounted OPTICOM detectors. These pay item numbers shall be used in conjunction with overhead
rebuilds /modifications. Mast arm intersections may have to have detectors separated when switching from
span to mast arm. Detector not included in this pay item.
664 -70A through 664 -701 Video Vehicle Detection
This item shall consist of a vehicle detection system by processing of video images and provide detector
outputs to the signal controller via TS2 SDLC. Under this item the contractor is to provide a system that
detects vehicles on a roadway via processing of video images and provides detector outputs to the traffic
signal controller. The system shall consist of four specialty cameras. Each camera shall have motorized zoom
lens. The unit shall have the ability to be programmed / setup without the need for a laptop computer.
The camera and lens assembly shall be housed in a light - colored environmental NEMA -4 enclosure with a sun
shield. The enclosure shall be watertight, and dust proof. The connection between the cameras and the video
interface panel shall be coaxial cable suitable for outdoor installation, Naztec video cable or equal. System
shall include all necessary camera mounting hardware and other related materials. Traficon (by Naztec) or
approved equivalent.
Item 664 -70A is for the video control unit in the cabinet capable of managing 1 to 4 directions. The remaining
items are for the video detectors per number of directions and either furnish and install or install only.
664 -70J through 664 -70L Microwave Vehicle Detection
This system will be used for presence /pulse detection. Vehicular counting and other related functions are not
required. The system provided under this item shall be completely compatible with all Seminole County
control equipment. Microwave Detectors shall be Microwave Sensors Model TC26B or approved equivalent,
item shall include all associated cabling and-hardware for a complete working installation. .
665 -13 Pedestrian Detector (Detector With Sian Only)
Polara Engineering "Bulldog" Brand vandal resistant push button or approved equivalent.
IFB- 600940- 101GMG -- Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
11
670 -110A Cabinet, Base Only
This pay item is intended as a lump sum compensation to the contractor for the installation of FDOT standard
controller pad and service slab for a type 5 signal cabinet. The base shall have (6) 2 inch, (1) 3 inch, and (1) 1
inch PVC conduits. All conduits shall be stubbed out in the closest pull box i.e. (no stub outs of spare conduits
below grade).
670 -1106 Cabinet, Install Only
This pay item is intended as lump sum compensation to the contractor for the installation of TS 2 type 1 traffic
signal controller cabinet on an existing base.
670 -110C Cabinet, Base Only
This pay item is intended as a lump sum compensation to the contractor for the installation of 60 inch x 60 inch
x 6 inch pad for a communication hub cabinet. The base shall have (5) 2 inch, (2) 4 inch, and (2) 1 inch PVC
conduits. All conduits shall be stubbed out in the closest pull box i.e. (no stub outs of spare conduits below
grade).
670 -113 Nema Controller Only
All Controllers to be Naztec ATC (type 1 or type 2). Controller shall have internal (if available) Ethernet
capabilities. Naztec or approved equivalent.
670 - 113 -234B Type V Cabinet / Naztec TS2 Type 1
Cabinets shall consist of 1 Naztec TS2 type 1 ATC Controller, 68 inch Cabinet Assembly 70006 - TS2 /FL (68
inch, type 6, Rear Door, UPS ready wl aux relay) , NaztecTS2 MMU Model 516L w/ Ethernet, 4 Naztec TS2
BIU Model 130, 16 Nema Load Switches, 1 Nema flasher, 8 Transfer Relays, Luminaire interface on Power
supply, Naztec TS2 Cabinet power supply, 32 Channel Detector rack, 4 Channel Opticom Rack & Field Panel,
32 Loop Detector panel wl 32 SRA -6LC surge arrestors, Ped isolator card, all loop detectors to be Naztec
menu driven LCD detectors, set of FLDOT Spec load resistors for back panel, one ball bearing roller drawer.
683 -104 & 204 Radio Modem, Remote Site
Multiple address system remote data radio with AC power supply. Equipment to include directional Yagi
antenna TY 900 (12.1 dbi gain), mounting bracket, sixty (60) feet of '/2" semi -rigid coax, appropriate "N type"
connectors, and coax surge suppressors. Radio to be configured with: an asynchronous RS 232 interface
(DB -25) capable of bit rates of 19,200 bps, synthesized 800 -960 MHz, transmitter Power output of 5 watts @
13.6 vdc (as per MDS 9710A DSP remote radio transceiver). The cost of aerial conduit (i.e. signal pole riser)
and other materials found elsewhere in this contract shall not be considered in this bid price.
685 -106, 206 System Auxiliary - UPS
Traffic Signal Uninterruptible Power Source as per Alpha model FXM 1100 w/ SNMP capabilities. System shall
include 4 batteries and power interface module. This system will be used in conjunction with LED technology.
Additional battery cabinet, if required, will not be included in this pay item.
IFB- 600940- 101GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
12
690- Removal Items
All signal items and equipment removed by the contractor are property of Seminole County. This equipment
may or may not be required to be returned to Seminole County depending on its condition.
Item 690 -30, Remove Concrete Strain Pole shall include cutting pole 18' below grade and disposal in
accordance with all local, state, and federal laws. Item 690 -31 shall include removal of the foundation for
concrete strain poles and mast -arms, disposal of the foundation in accordance with all local, state, and federal
laws, and back -fill and return of the disturbed areas to their original grade and condition. All mast arm
assembly shall remain property of Seminole County and shall be delivered to County yard.
690 -90 Fiber optic cable removal. Pay item is intended, for the removal of aerial fiber optic cable and span
wire.
690 -95 Item is intended for sidewalk removal per square yard.
700 -46 -25 Relocate Existing Overhead Sinn
This item is intended for compensation for relocation of overhead sign panels on trusses, mast -arms, span -
wire, etc.
700 89 1A,B,C,D,E F,G,H,I,J Illuminated Street ID's & Hanging Arm Assembly
This item is intended for compensation for addition of hanging arms for installation of internally illuminated or
regular street signs up to 24 "x 96 ". The installation shall include for concrete strain poles and mast -arms. The
strain pole mounted arm shall be aluminum and must be adjustable 5 degree in either direction. Illuminated
Street I.D.'s shall be LED type, with winged type screw -in door latch. Southern Manufacturing or approved
equivalent.
700- 89 -02A, B, C, D, E, F, G. H Fiber Optic Blank -out Sions
This item is intended for compensation for BLANK -OUT signs with 2 messages. One way, two message
aluminum fiber optic blank out sign. Sign to be painted black. Sign shall be arranged to accommodate, astro
bracket and/or span wire mounting. As per National Sign & Signal brand. 24 "x24" and 30 "x30" or an approved
equivalent
700 -90 -14 Sign Flashing Beacon (Overhead) Assembly
This item is intended for overhead school flasher assembly in accordance with FDOT specifications.
715 -11 -111 Cobra Head Luminaire and Bracket Arm
Cobra head 250w high pressure sodium with arm for concrete pole installation
715- 11 -111A -Cobra Head Luminaire and Bracket Arm
Cobra head L.E.D. equivalent to a 250w high pressure sodium with arm for concrete pole installation
715 -11 -114 Luminaire Shoe box Type
Shoe Box Type 250w HPS for Mast Arm installation
IFB- 600940- 10 /GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
13
715- 11 -114A Luminaire Shoe box Type
Shoe Box Type L.E.D. equivalent to a 250w HPS for Mast Arms
715- 11 -114B Luminaire Bulb
Maxl-ite 35840 Model No: SKQ100EA50 Highmax Bulb or approved equal.
715 -99 Luminaire Decorative Acorn Style
Luminaire Decorative Acorn Style 250w for Mast Arm installations
{FB- 600940- 'l0 /GMG — Term Contract for Purchase of Traffic Signals, Systems, and Related Equipment
COUNTY MANAGER'S OFFICE 5 :'�f11!'VC�I Co(..1ly r ,,
PURCHASING AND CONTRACTS DIVISION FKOkcl'r
July 12, 2010
To: PROSPECTIVE BIDDERS AND ALL OTHERS CONCERNED
From: Gloria M. Garcia, CPPB, Senior Procurement Analyst
Subject: IFB- 600940- 10IGMG -Term Contract for Furnishing and Installation of Traffic
Signals, Systems, and Related Equipment
Revised Due Date: July 21, 2010 @ 2:00 PM
ADDENDUM #5
Total pages: 15
A. DUE DATE HAS BEEN EXTENDED TO JULY 21, 2010 at 2:00 PM
B. Answers to questions
Question #1:
No. 30 pay item 635 -1 -11C pay item description states fiber vault junction box.
Specifications state a 24" x 36" and in the specification it states that. 635 -1 -11 D Fiber
Junction shall be the Vault Box. Please clarify which box should be used in 635 -1 -11C
since there is no pay item 635 -1 -11 D.
Answer: In the specifications, rename item "635 -1 -11D - Fiber Junction Box" to
item 11 635 -1 -11D -Fiber Vault". To match the specifications, we need to add item
"635 -1 -11D -Fiber Vault" to the list of items. In the specifications, rename item
"635 -1 -11C -Pull and Junction Box, Ground Mounted" to item "635 -1 -11C - Fiber
Pull Box ". The wording under both specifications is still valid. The size of the pull
boxes for both items 635 -1 -11 and 635 -1 -11B are 13" by 24 ".
Question #2:
Item number 85 thru 91 does not correspond with page 7 the 647 a, b, c, d, e, f design
tasks descriptions. For example it states in the first sentence that 647 -B is for foundation
design for this item. On the tabulation sheet item 85 pay item 647 -B is for geotechnical
testing for foundations. The next sentence states the 647 -C is for geotechnical testing.
Also we do not have a pay item 647 -A
Answer: There is no item 647 -A. The specification for "647 -A, B, C, D, E, and
F Design Tasks" should be re- written as follows:
647- 8 C D. F Design Tasks
All required geotechnical testing shall be performed under 647 -B. Item C shall
consist of a pre -dig for a Mast Arm base or strain pole where utilities may be a
conflict. Item F shall be used for a FDOT qualified CEI to perform slump test and
IFB- 600940- 10 /GMG -Term Contract for Furnishing and Installation of Traffic Signals, Systems, and Related
Equipment -- Addendum #5
conflict. Item F shall be used for a FDOT qualified CEI to perform slump test and
inspections on concrete foundations to satisfy FDOT requirements. All shop
drawings and reports must be signed and sealed by a professional engineer in the
State of Florida.
C. Other Revisions
1. For the four (4) items 632 -8 -11 through 632-8 -312, assume a 72 strand single -
mode fiber optic cable (not twisted pair) for all items.
2. For the design of all Seminole County Standard Mast Arms (items 648) and
FDOT Standard Mast Arms (items 649), a Fatigue Category 11 analysis is NOT
required. As a reminder, both mast arm standards are using only 130 mph
design speeds; no 90 mph poles will be used in this contract.
3. For mast arm items not possible to manufacture, leave the price for that item
blank. For example, it is likely that fluted poles over 60' (numbers 145 through
156 and numbers 223 through 240) can't be fabricated with a 130 mph design
speed. If this is the case, leave the prices for those items blank in the bid.
4. Per FDOT standards, the mast arm paint warranty for FDOT mast arms (items
649) is 6 years. For all Seminole County Mast Arms (items 648), use a two (2)
paint warranty
Failure to acknowledge receipt of this addendum on the submittal will result in disqualification of your
response.
Signature on File
Gloria M. Garcia, CPPB,
Senior Procurement Analyst
11=13-600940- 10 /GMG -Term Contract for Furnishing and Installation of Traffic Signals, Systems, and Related Equipment
- Addendum #5
22
Section 4 -
Price Schedule
PROJECT: Term Contract for Furnishing and installation of Traffic Signals, Systems, and
Related Equipment
COUNTY CONTRACT NO. IFB400940- 101GMG
Name of Bidder: Chinchor Electric Inc.
Mailing Address: P.O. Box 4311, Enterprise, FL 32725,
Street Address: 935 Shadick Drive, Orange City, FL 32763
City/State /Zip:
Phone Number. 3(� 86 _) 774 -1020
FAX Number, 386 774-7223
Pursuant to and in compliance with the Invitation for Bid, instructions to Bidders, and the other
documents relating thereto, the undersigned Bidder, having familiarized himself with the terms
of the Contract Documents, local conditions affecting the performance of the Work, and the cost
of the Work at the places where the Work is to be done, hereby proposes and agrees to perform
the Work and complete in a workmanlike manner the required services, all in strict conformity
Contract Documents, including Addenda Nos. 1 through 5 on file
at the Purchasing Division for the amount hereinafter set forth.
The undersigned, as Bidder, declares that the only persons or parties interested in this bid as
principals are those named herein; that this bid is made without collusion with any person, firm
or corporation; and he proposes and agrees, if the bid is accepted, that he/she will execute an
Agreement with the COUNTY in the form set forth in the Contract Documents; that he/she will
famish the insurance Certificates.
TOTAL AMOUNT OF BID: 1 872 305.17
Numbers
iN WITNESS WHEREOF, BIDDER has hereunto executed this FORM ay of
July , 20 10
Chinchor Electric_ -, In
(Name of BIDDER) (Signature of rson signing FORM)
Timothy Z. Chinchor
(Printed name of person signing FORM)
President
(Title of person signing FORM)
IFB- 600940- 101GMG —Term Contract For Furnishing and Installation of Traffic Signals, Systems, and Related Equipment.
IFB- 60 0940- 1 0 /GMG
- Traffic Signals, Systems and Related Equipment
Pricing Sheets
Action
Quantit
Units
Unit Price
No,
Pay Item
Description
1
102 -1a
Police Officer during MOT (per officer r hour
F
1
Hft
$ 3 46
2
102- 104.OD2
Adjust existing signal head
F/l
1
EA
$ 23
F/I
1
SY
$ 1 0 5 n
3
522 -1
Concrete Sidewalk, 4"
,
4
522 -2
Concrete Sidewalk 6'
F/I
1
SY
$ 12-i
FA
1
SY
$ to 45
5
575 -1 -1
Sod, Bahia
FA
t
SY
$ le -89!
6
575 -1 -2
Sod St. Augustine
7
580 -332.2
Tree RemovalfTrimmin per 25'
F/I
1
EA
$ 510 R
F/I
1
LF
8 05
8,620-1-1
Grounding Electrode
F/I
1
LF
$ 2 'bS
9
630 -1 -11
Conduit, Above Ground
10
630 -1 -12
Conduit, Under ound
F/I
i
LF
$ �3
11
630 -1 -13
Conduit, Under Pavement
Fn
1
LF
$
F/I
1
LF
$ 3
12
630.1 -14
Conduit, Jacked
13
630 -1 -15
Conduit, Bride Mounted
FA
1
LF
$ f 2
F/I
1
LF
$ JJ (PS
14
630 -1 -17
Conduit, Directional Bore
15
632 -6 -1
S nal Cable
F/f
1
LF
$
16
632.7 -1
Si nai Cable
F/I
1
PI
$
17
632 -8 -111
Aerial interconnect
F/I
1
LF
2 42
18
632 -8 -311
Aerial Interconnect Cable
10
1
LF
$ 1
FA
1
LF
$
19
632 -8 -112
Underground Interconnect
20
632-8 -312
Underground Interconnect
10
1
LF
$�
21
6344-112
San Wire Assembl Diagonal, < 200
F/I
1
PI
$ 1 541 -
22
634.4 -112A
San Wire Assembly, Diagonal, >= 200'
FA
1
PI
$ 1 9 -N
23
634 -4 -1126
Temp. Span, Each Direction (including les
F/I
!
AS
$ '46
FA
1
PI
$ -51 CIO
24
634.4 -113
Span Wire Assembi , Box, <400
I l e
F/I
1
Pi
$ 32 2
25
634-4 -113A
an Wire Assembly, Box a= 400'
FA
1
LF
$ 1 T
26
634.5 -1
Fiberglass Insulator
F/I
1
LF
$ C 7T
27
634.6 -1
Messeng Wire W
22.E
28
635 -1 -11
Pull & Junction Box, Ground Mounted
FA
1
EA
$
F/i
1
EA
$ 244 VO
29
635.1 -11B
Pull & Junction Box, Ground Mounted w/ Ton
FA
1
EA
$ Lo 45 45
30
635 -1 -11C
Fiber Pull Box
F11
1
EA $ X0210 1Q
M
635 -1 -11D
635 -1 -12
FlberVault
Pull & Junction Box, Aerial
FA
1
EA $ ( 'J
32
F/I
1
AS $ (J9J�J
33
639 -1.12
Electrical power serv., over
IFB- 600940- 101GMG
- Traffic Signals, Systems and Related Equi ment
Pricing Sheets
Action
Quantityl
Units
Unit Price
No.
Pay Item
Descri ption
34
639 -1 -22
Electrical power serv., underground
Fit
1
AS
$ f
35
639 -1 -12A
Eiecticai power serv., overhead no meter - FPL Area
Electrical power sarv., underground no meter - FPL Area
FA
Ffl
1
1
AS
AS
$ q kq
$ JA
36
639 -1 -22A
F/I
1
LF
$
37
639.2 -1
Electrical service wire
Fn
1
AS
s 401��
38
641 -1
Guying Concrete Strain Pole
FA
1
EA
$ 5"eQ 54
39
641 -13 -136
Strain le cone., 36' T N IV
10
1
$ Z�
40
641- 13 -136A
Strain a cone., 36' Type N IV
F
1
EA
$ 3 -E
41
641 -13 -1368
Strain Pole cone. 36'Type N IV
Fn
1
EA
s to
42
641.13 -140
Strain Pole cone., 40' Type N IV
2 24
43
541- 13 -140A
Strain poleconc., 40'Type N IV
10
1
EA
$ -&9
F
1
EA
S ! 6�1 2
44
641- 13 -140B
Strain Dole cone. 40' Type N IV
FA
1
EA
$ 2 241
45
641 -14 -136
Strain pole cone., 36'Type N V
46
641- 14 -136A
Strain pole cone. 36' T e N V
10
1
EA
$ .51.4 7651
F
1
EA
$ $R9 80
47
641 -14 -1368
Strain Dole cone. 36' Type N V
Flt
1
EA
$ 22gb - 0
48
641 -14 -140
641- 14 -140A
Strain pole cone., 40' Type N V
e N V
Strain pole cone. 40' Type
S
1
EA
EA
$ PAI -
$ `f ¢ - 54
49
50
641 -14 -1408
Strain pole cone., 40' T N V
Strain le cone., 44' Type N V
F
F
Flt
1
1
EA
$ $
51
641 -14 -144
l
i
FA
$ ` 3
52
541- 74 -144A
Strain le cone., 44' Type N V
F
F
7
EA
$ 21 X1 Rq
53
641- 14 -144B
Strain cone., 44' Type N V
FA
1
EA
$ R42-L
54
641.14 -148
Strain pole cone., 48'Type N V
10
1
EA
$ �� 53
55
641- 14 -148A
Strain le cone., 48' Type N V
F
1
EA
$ z.44*1 -1
56
641- 14 -148B
Strain pole cone. 48' T e N V
FA
1
EA
$ 31H-5
57
641 -15 -146
Strain pole cone. 46' Type N VI
10
1
EA
S 2 59
58
641- 14 -146A
Strain pole cone., 46' TY I
F
1
EA
$
59
641 -15 -1466
Strain le cone. 46'T N Vl
FA
1
FA
S M
60
641 -15 -148
Strain pole cane., 48' T N VI
10
1
EA
$ 12fl 61
61
641- 15 -148A
Strain pole cone., 48' Type N VI
EA
$ *2— 7,1{{ V
62
641.15 -1488
Strain pole cone., 48' N VI
F
1
i
EA
,
s l 4z?` -
63
641 -15 -152
Strain cone., 52' t N VI
FA
10
1
EA
$ 2 �•-
64
641.14 -152A
Strain po conc., N VI
F
1
EA
2
$ ZV
65
641.16.152B
Strain ole cone. 62' type N Vi
1
EA
s 4603
66
641 -16 -146
Strain ole cone., 46' T e N Wit
F!!
r
IFB- 600940- 101GMG
- Traffic Signals, Systems and Related Equipment
Pricing Sheets
Action
Quantityl
Units
Unit Price
No.
Pay Item
Description
10
1
EA
$ t 2 l' -%
67
641.16 -146A
Strain pole conc.. 46' De N VII
F
1
EA
$ W6
68
641.16 -1468
Strain pole cone., 46' Type N VII
FA
1
EA
$
69
641 -16 -148
Strain pole cone. 48'T N VII
110
1
EA
$ ! q
70
641- 16 -148A
Strain leconc.,48'TypeNIVII
F
1
EA
$
71
641- 16 -148B
Strain pole cone,, N Vii
FA
7
EA 1
$ L A" 4 b
72
641 -16 -152
Strain pole conc., 52'Type N VII
1
1
EA
$
73
641- 16 -152A
Strain pole conc. 52' Type N VII
l t?
74
641- 16 -162B
Strain le cone., 52' T N VII
F
F
1
EA
$
F/I
1
EA
75
641- 16-154
Strain pole Cont. 54' T N Vil
76
641- 16 -154A
Strain pole conc. 64' Type N VII
10
1
EA
$
F
1
EA
$ .3 IZ
77
541-16-1548
641 -16 -156
Strain le conc. 54' 7 N VII
Strain Dole conc., 56'T N Vil
Fit
10
1
1
EA
EA
*�
$ qwLr> "t
$ WR
78
79
641- 16 -156A
Strain pole conc. 56'Type N VII
F
1
EA
$ -
80
641 -16 -1566
Strain pole conc., 56' Type N VII
F/I
1
EA
$ 5
81
641 -41 -112
Strain pole conc., 12 'type NII
FA
1
EA
$ 311 -t3
82
643 -1
Strain poles guying wood
Flt
1
EA
$ 2 �
83
643 -130
Strain ies wood, 30'
FA
1
EA
$ 9J 5
84
643 -135
Strain poles wood, 35'
F/I
1
EA
$ Z -
85
643 -140
Strain oles wood, 40'
1
PI
$ �D
86
647 -B
Geotechnicai Testing for foundations
F
F
1
EA
87
647 -C
Pre - Excavation r structure
88
647 -D
Vacuum Excavation I Soft IN of structure
F
1
EA
$
89
647 -E
Structure Adjustment (per hou
F
F
1
1
HR
PI
$
$ 2,6 0.03
90
647 -F
Foundation lns Ilion
F
1
HR
$ r J ��-
91
647 -G
Signal TechNcian erhour
Ins on tube for foundations r FDO
48" conc. found. for strain poles.
FA
FA
Fit
1
1
1
LF
LF
LF
$ 1P.1 A
$
$ 1 - CIO
92
647 - H
93
648 -1A
94
648-113
48" conc. found, for mast arms, PF
Flt
1
LF
$
95
648 -1C
60" conc. found. for mast arms, PF
FA
t
EA
$ �2
96
648 -1 D
Paint mast arm r assembi st le
97
648 -1 E
Paint mast arm per assembly double
Masi arm extension for 32' upright Non -Flat
F/I
F/I
1
1
EA
EA
$
$
9
F!t
EA
$ �� ?J
99
648 -1 G
Mast arm extension for 32' ri ht Flute
_L2_1_
IFB- 600940.101GMG
- Traffic Signals, Systems and Related Equipment
Pricing Sheets
No.
Pay Item
Description
Action
Quanth
Units
Unit Price
100
648-1H
Mast arm extension for 32' ri ht Non -Flute
F
1
EA
$ 1qSO S'
101
648.11
Mast arm extension for 32' rl ht Fluted
F
1
EA
$ I ILPOR -34
102
648 -11 -25NF
Mast arm steel single arm Non - Fluted
Flt
1
EA
$ 5qq9
103
648 -21 -25NF
Most arm steel single arm Non- Fluted
F
1
EA
$ 4'91
104
648.11 -30NF
Mast arm steel single arm Non - Fluted
Fit
1
EA
S 5 -173 -$
105
648- 21 -30NF
Mast arm steel single arm (Non-Fluted)
F
1
EA
$ 504
106
648 -11 -35NF
Mast arm steel sin 1e arm Non -Flute
F/l
1
EA
$ �Pg�S
107
648.21 -35NF
Mast arm steel sing arm Non Fluted
F
1
EA
s r J "i3
108
648- 11 -40NF
Mast arm steel single arm Non -Flut
Fit
1
EA
$ �P
109
648- 21 -40NF
Mast arm steel single arm (Non-Fluted)
F
1
EA
$ Le`� 54, D
110
648- 11.45NF
Mast arm steel single arm Non - Fluted
FA
1
EA
$
111
648.2145NF
Mast arm steel single arm Non - Fluted
F
1
EA
S W5 -55
112
648.11 -SONF
Mast arm steel si le arm Non - Fluted
F/i
i
EA
$,L
113
648- 21 -501SIF
Mast arm steel single arm Non - Fluted
F
1
EA
$ 1 f
114
648 -11 -55NF
Mast arm steel single arm Non - Fluted
F11
1
Fes,
$ 1p 6liB ZS
115
648-21 -55NF
Mast arm steel sing arm Non - Fluted
F
1
EA
$ q jjpj
116
648 -1 "ONF
Mast arm steel single arm Non - Fluted
FI
1
EA
$ 11), 1l�) 44
117
648- 21 -60NF
Mast arm steel single arm Non - Fluted
F
1
EA
$ O
118
648- 11 -65NF
Mast arm steel single arm Non -Flute
FA
1
EA
$ l
119
648- 21 -65NF
Mast arm steel single arm Non - Fluted
F
1
EA
$
120
648- 11 -70NF
Mast arm steel single arm (Non-Fluted)
FR
1
EA
$
121
648- 21 -70NF
Mast arm steel single arm Non - Fluted
F
1
EA
$ 7rrj •1
122
648 -11 -75NF
Mast arm steel single arm Non- Fluted
FA
1
EA
$ �?t
123
648 -21 -75NF
Mast arm steel sin le arm Non - Fluted
F
1
EA
$g
124
648.11.8ONF
Mast arm steel single arm Non - Fluted
F/t
1
EA
$ 161
125
648- 21 -BONF
Mast arm steel single arm Non - Fluted
F
1
EA
$ IfY 2
126
648 -11 -85NF
Mast arm steel single arm Non - Fluted
Flt
1
EA
$ A 6
127
648 -21 -85NF
Mast arm steel arm Non - Fluted
F
1
EA
$ tJ
128
648- 11 -90NF
Mast arm steel single arm (Non-Fluted)
Flt
1
EA
$
129
648- 21 -90NF
Mast arm steel single arm Non - Fluted
F
1
EA
$ N 13 -
130
131
132
648- 11 -25F
648.21.25F
648- 11 -30F
Mast arm steel single arm Fluted
Mast arm steel single arm Flute
Mast arm steel single arm Fluted
Flt
F
Fll
1
1
1
EA
EA
EA
$ I ! !1
$ 6 14b
-t 4 5
$ 7. 1 4
IFB- 600940- 101GMG
- Traffic signals, Systems and Related Equipment
Pricing Sheets
No.
Pav Item
Description
Action
Unit Price
133
648- 21 -30F
Mast arm steel sin le arm Flute
F
EA
$ �
134
648- 11 -35F
Mast arm steel sin le arm Flute
F/I
lUnits
EA
$ 1 $q
67
135
648 - 21 - 35F
Mast arm steel sin le arm Fluted
F
EA
$ "� Ol�3
136
648- 11 -40F
Most arm steel single arm Fluted
F/I
1
EA
$ 8 Q
137
648- 21 -40F
Mast arm steel single arm Fluted
F
1
EA
$ 1
1381648-1146F
Mast arm steel single arm Fluted
F/I
1
EA
$ $QZZ
139
648- 21 -45F
Mast arm steel single arm Flute
F
1
EA
$ X77
140
648- 11 -50F
Mast arm steel single arm Flute
F/t
1
EA
$
141
648- 21 -50F
Mast arm steel single arm Flute
F
1
EA
$ R
1421648-11-55F
Mast arm steel single arm Fluted
F/I
t
EA
$ q -
143
648 -21 -551'
Mast arm steel single arm Fluted
F
1
EA
$ t
144
648- 11 -60F
Mast arm steel sing arm Fluted
F/I
1
FA
$ !s Z UAW-
145
648- 21 -60F
Mast arm steel single arm (Fluted)
F
t
EA
$ 11612 Jt
146
648- 11-65F
Mast arm steel single arm Fluted
FA
t
EA
$ 212
147
648- 21 -65F
Mast arm steel single arm Fluted
F
1
EA
$ IS
148
648- 11 -70F
Mast arm steel single arm Flute
F/I
1
FA
$ 1:5b -
149
648- 21 -70F
Mast arm steel sin le arm (Fluted)----
F
1
EA
$ i 2_4W - i
150
648- 11 -75F
Mast arm steel single arm Fluted
F/I
1
EA
$ JrP
151
648 -21 -75F
Mast arm steel single arm Fluted
F
1
EA
$ 3z )
152
648- 11 -80F
Mast arm steel single arm Flute
F/I
1
EA
$
153
648 -21 -801'
Mast arm steel sin le arm Fluted
F
1
EA
$
154
648 - 11.85E
Mast arm steel sing arm Flute
Fit
1
EA
$
1551648-21-85F
Mast arm steel single arm Fluted
F
1
EA
$
156
648- 11 -90F
Mast arm steel single arm Fluted
F/I
EA
$
157
648- 21 -90F
Mast arm steel single arm Flute
F
=1FA
$
158
648- 13 -60NF
Mast arm steel double arm Non -Flute
F11
1
EA
L �
$ 54q2 45
159
648- 23 -60NF
Mast arm steel double arm Non -Flute
F
1
EA
$ 05
160
648- 13.65NF
Mast arm steel double arm Non -Flute
Flt
1
EA
$ 22
161
648- 23 -65NF
Mast arm steel double arm Non -Flute
F
1
EA
$
162
163
164
648- 13 -70NF
648- 23 -7oNF
648 -13 -75NF
Mast arm steel double arm Non -Flute
IMast arm steel double arm Non -Flute
Mast arm steel double arm Non - Fluted
Mast arm steel double arm Non-Fluted)
F/I
F
F/I
F
1
1
1
1
EA $ 5 i
EA $ t 590
EA -
$ D • f5
EA $ q iPB �3
165
648 -23 -75NF
IFB- 600940AWGMG
- Traffic Signals, Systems and Related Equipment
Pricing Sheets
No,
Pay Item
Descri tlon
Action
Quantity
Units
Unit Price
166
648- 13 -80NF
Mast arm steel double arm Non - Fluted
FIE
1
EA
$ 135 d
167
648.23 -80NF
Mast arm steel double arm Non - Fluted
F
1
EA
$ 't) lV'
168
648.13 -85Nf
Mast arm steel double arm (Non-Fluted)
FA
i
EA
$ 1
169
648- 23 -85NF
Mast arm steel double arm Non -Flute
F
1
EA
$ 1 $1
170
648.13 -90NF
Mast arm steel double arm Non - Fluted
FA
1
EA
$ 0.421P 7
171
648- 23 -90NF
Mast arm steel double arm Non -Flute
F.
1
EA
$ O
172
648 -13 -95NF
Mast arm steel double arm Non - Fluted
F/I
1
EA
$ - $ .Z
173
648 -23 -95NF
Mast arm steel double arm Non - Fluted
F
1
EA
$ 2. 20 -
174
648.13 -10DNF
Mast arm steel double arm Non - Fluted
FA
1
EA
$ A026
175
646.23 -100NF
Mast arm steel double arm Non - Fluted
F
1
EA
$ 23j* - t}2
176
648- 13 -105NF
Mast arm steel double arm Non - Fluted
F/I
1
EA
s 143
177
646- 23 -105NF
Mast arm steel double arm Non -Flute
F
1
EA
$ 2b �P
178
648.13 -11 ONF
Mast arm steel double arm Non -Flute
FA
1
EA
$ 16m
179
648- 23 -110NF
Mast arm steel double arm Non -Flute
F
1
EA
$ t4U4 Alp
180
648- 13 -116NF lMast
arm steel double arm Non - Fluted
FA
1
FA
$
181
648- 23 -115NF
Mast arm steel double arm Non - Fluted
F
1
EA
$ 6 J'1
182
648- 13 -12ONF
Mast arm steel double arm Non - Fluted
FA
1
EA
$ f • Z
183
648- 23 -120NF
Mast arm steel double arm Non -Flute
F
1
EA
$ lo
184
648- 13 -125NF
Mast arm steel double arm Non - Fluted
F/I
1
FA
185
848- 23 -125NF
Mast arm steel double arm (Non-Fluted)
F
1
EA
$ l
186
648- 13 -13ONF
Mast arm steel double arm Non -Fluff
FA
1
EA
$ } •q�
187
648- 23 -13ONF
Mast arm steel double arm Non -Flute
F
1
EA
$ r
188
648- 13 -135NF
Mast arm steel double arm Non - Fluted
FA
1
EA
$ D $13
189
648- 23 -135NF
Mast arm steel double arm Non -Flute
F
1
EA
$ 2 �
190
648.13 -14ONF
Mast arm steel double arm (Non-Fluted)
FA
1
EA
$ 15W-4
191
648- 23 -14ONF
Mast arm steel double arm Non -Flute
F
1
EA
$ 1 QJ I '- -I
192
648- 13 -145NF
Mast arm steel double arm Non -Flute
F/I
1
EA
$ 19 jI f6
193
648.23 -145NF
Mast arm steel double arm Non -Flute
F
1
EA
$ 42
194
648- 13 -150NF
Mast arm steel double arm Non - Fluted
F/I
1
F
P
195
648- 23 -15ONF
Mast arm steel double arm Non - Fluted
F
1
EA
$ 1 638 -D
196
648- 13.155NF
Mast arm steel double arm Non - Fluted
F11
1
FA
$ Z 2 e&5
197
198
648- 23.156NF
648- 13.160NF
Mast arm steel double arm Non - Fluted
Mast arm steel double amt Non - Fluted
F
FA
1
1
EA
$ Z, t7 l'
I s 2
03- 600940- 101GMG
- Traffic Signals, S stems and Related E uipment
Pricing Sheets
No.
Pa Item
Description
Action
QuanfiM
Units
Unit Price
199
648 23 - 16ONF
Mast arm steel double arm Non - Fluted
F
1
EA
s 23' 41
F/I
1
FA
$ D 0
200
Mast arm steel double arm Fluted
F
1
EA
,1t
$ -nn
201
648- 23-60F
Mast arm steel double arm Fluted
202
Mast arm steel double arm Fluted
F/I
1
EA
li d
$ a I
F
1
EA
pp
$ i 3.2
203
Mast arm steel double arm Flute
204
648.13 -70F IMast
arm steel double arm Fluted
F/I
1
EA
$ 1 I T'`7 - 1 3
F
1
EA
$ 1 A -I+
205
648- 23 -70F
Mast arm steel double arm Flute d
F/1
t
EA
� t�tt
$ 124 - 1 q -
206
Mast arm steel double arm Flute
2071648-23-75F
Mast arm steel double arm Fluted
F
1
EA
$ 11 q 54.
208
648- 13-BOF
Mast arm steel double arm (Fluted)
F/I
1
EA
$ 2 S
1
EA
$ �5 2'
209
648- 23-BOF
Mast arm steel double arm Fluted
210
648- 13 -85F
Mast arm stee€ double arm Fluted
l
k
1
EA
S �
1
EA
-
$ j 1 2
211
648- 23 -BSF
Mast arm steel double arm Fluted
F/I
1
EA
$
212
648- 13 -90F
Mast arm steel double arm Fluted
213
648- 23 -90F
Mast arm steel double arm Flute
F
1
EA
$ ?
214
648 - 13.95E
Mast arm steel double arm Fluted
F/I
1
EA
$ -
216
648- 23 -95F
Mast arm steel double arm Flute
F
1
EA
$ 7J Z +
216
648- 13 -100F•
Mast arm steel double arm Fluted
I'll
1
EA
$ iq
217
648- 23 -100F
Mast arm steel double arm Fluted
F
1
EA
$
218
648- 13 -105F
Mast arm steel double arm Flute
FA
1
EA
�16T �
$ 't -
219
648- 23 -105F
Mast arm steel double amt Fluted
F
1
EA
$ �2 •$
220
648 -13 110E
Mast arm steel double arm Flute
FA
t
EA
TT
221
648- 23 -110F
Mast arm steel double arm (Fluted)
F
1
EA
$
222
648-13 -115F
Mast arm steel double arm Flute
F/I
1
EA
$ tM
2231648-23-11
5F
Mast arm steel double arm Flute
F
1
EA
$ 6
224
648- 13 -12OF
Mast arm steel double arm Fluted
FA
t
EA
$
225
648- 23 -12OF
Mast arm steel double arm Fluted
Mast arm steel double arm Fluted
F
F/I
1
1
EA
EA
$ d
$ M f5
226
648- 13 -125F
227
648- 23 -126F
648- 13 -13OF
Mast arm steel double arm Flute
Mast arm steel double arm Fluted
Mast arm steel double arm Fluted
Mast arm steel double arm Fluted
F
Fit
F
F/I
F
1
t
1
1
EA
EA
EA
EA
$ ,Al
$ N b
$
$
228
229
648- 23 -13OF
230
648- 13 -135F
911
648- 23 -135F
IMast arm steel double arm Fluted
IFB- 600940- 1OIGMG
- Traffic Signals, Systems and Related Equipment
Pricing Sheets
No.
Pa Item
Description
Action
Ouanti
Units
Unit Price
232
648- 13 -14OF
Mast arm steel double arm Fluted
FA
1
EA
$
233
648- 23 -14
Mast arm steel double arm Fluted
F
1
EA
$
234
648- 13 -145F
Mast arm steel double arm Flute
FA
1
EA
$
235
648- 23 -145F
Mast arm steel double arm Fluted
F
1
t EA
$
236
648- 13 -15OF
Mast arm steel double arm Fluted
F/I
1
EA
$
237
648- 23 -15OF
Mast arm steel double arm Fluted
F
1
EA
$
238
648- 13 -155F
Mast arm steel double arm Fluted
FA
1
EA
$
239
648- 23 -155F
Mast arm steel double arm Flute
F
1
EA
$
240
648- 13 -160F
Mast arm steel double arm Flute
F/I
1
EA
$
241
648- 23 -160F
Mast arm steel double arm Fluted
F
1
EA
$
2421648-99A
Mast arm install onl (single arm under 601
UO
1
EA
$ 14 - x" A
243
648 -998
Mast arm install on ( arm Wand over
1/0
1
FA
$ 23
2441648-99C
Mast arm install only double arm all sizes
1/0
1
EA
$ I
245
648 -99D
Mast arm decorative base (single arm under 60'
F/I
1
EA
L �
$
246
648.99E
Mast arm decorative base (single arm under s
F
t
EA
$
247
648 -99F
Mast arm dec, base (single arm 60' and over
FA
EA
$
248
648 -99G
Mast arm dec. base (single arm 60' and over
F
EA
$ 249
648 -9911
Mast arm dec. base double arm all sizes
F/l
rl
EA
$
25O
648 -991
Mast arm dec, base double arm all sizes
F
EA
$
251
648 -99J
Mast arm banner attachment t 1
F
EA
1 $ 3 I�
252
648 -99K
Mast arm banner attachment type 2
F
1
EA
$ J�
253
254
648 -99L
648.99M
Mast arm add -on factor 1st Additional Item on Mast Arm
Mast arm add -on factor Each Additional Item on Mast Arm
F
F
1
1
%
%
$
$
255
649 -31 -201
Steel mast arm assembly El arm, T1 pole)
FA
1
EA
$ 001 2
256
649.31 -202
Steel mast arm assembly E3 arm, T2 Pole)
Flt
1
EA
$ IS1 -
257
649 -31 -203
Steel mast arm assembly E5 arm T3 ole
Fit
1
F.4
$ 0
258
649 -31 -204
Steel mast arm assembly E6 arm, T4 a
Fit
1
EA
$ -' - � D
259
649 -31 -205
Steel mast arm assembly E7 arm. T6 a
FA
1
EA
,1
$ 2 �l
260
649 -31 -299
Steel mast arm assembly no arm T1 32' to
FA
1
FA
$ Ca -Vo
261
649 -32 -201
Steel mast arm assemb E1 arm, T1 de
F
i
EA
.
nr-
$ f w - f 1 4
262
649 -32 -202
Steel mast arm assemb E3 arm, T2 ole
F
1
EA
$ 53
263
649 - 32.203
Steel mast arm assembly E5 arm T3 Pole)
F
1
EA
T
$ ` . 0Q
264
649-32 -204
Steel mast arm assemb E6 arm, T4 le
F
1
EA
$ U -!
t�
IFB- 600940- 10 /GMG
- Traffic Signals, Systems and Related Equipment
Pricin Sheets
Action
Quanta
Units
Unit Price
No.
Pay Item
Description
F
1
EA
1,4,2oq
265
649 -32 -205
Steel mast arm assembl 7 arm T6 le
1/O
1
EA
$ W5 0 P
266
649 -33A
Steel mast arm assembly 36' arm, 24' pole)
267
649 -33B
Steel mast arm assembly 46' arm, 24' pole)
I/O
1
EA
$ LZO *
268
649 -33C
Steel mast arm assembly 60' arm, 24' pole)
110
1
EA
$
269
649.33D
Steel mast arm assembly 70.5' arm 24' a
110
1
EA
" l b 2 J
$ II?`SJ
I/O
1
EA
$
270
649 -33E
Steel mast arm assemb 78' arm, 24' pole)
271
650 -1 -111
Signal head 12" std 1 section 1 way '
FA
1
EA
$ ` -
272
650- 1 -111A
Signal lens oni -12" red LED ball
F/I
1
EA
S
273
650-1-111B
Signal lens only - 12" red LED ball
F
1
EA
$ 67 Z
274
650 -1 -111 C
Signal lens only -12' yellow LED ba8
FA
1
EA
$ Z Zg
275
650.1 -111 D
Signal lens 0 l -12" yellow LED ball
F
1
EA
$
276
650- 1 -111E
Signal lens only - 12' green LED bail
F/I
1
EA
$ 2� 2
F
1
EA
$ e ll
277
650- 1 -111F
Signal lens on - 12' reen LED ball
278
650- 1 -111G
Si nal lens only - 12' red LED arrow
F/I
1
EA
$
F
1
EA
X 04
$ J"
2791650-1-111H
Signal lens only - 12" red LED arrow
F /I
1
EA
$ �$
281065G-1-1111
Si nal lens only -12° ellow LED arrow
281
650- 1 -111J
Signal fens only -112" yellow LED arrow
F
1
EA
$ Z
282
550- 1 -111K
Signal lens on -12' reen LED arrow
FA
1
EA
$ qb
F
1
EA
$ {Qt+ 95
283
650-1-111L
Signal lens on -12° green LED arrow
lO
1
EA
$ -5
284
650.1 -111tH
Install LEDs (per section
285
650- 1 -111N
Install LEDs (Per 3-section head 1
10
1
EA
$
286
650 -1 -1110
Install LEDs fDer 5- section head
10
1
EA
$ { ��
FA
1
EA
$
287
850 -1 -111 P
Signal lens on - pedestrian LED
288
650- 1 -1JRSiqnal
Signal lens only - pedestrian LED
F
1
EA
$ {
289
650 -1 -1
650 1 -1
lens onl estrian LED
Si nat lens oni - countdown edeslrian LED
IO
FA
F
1
1
1
EA
EA
EA
$
$
$ z ��
290
291
650.1 -1Signal
lens only - countdown pedestrian LED
Signal lens only - countdown pedestrian LED
10
FA
1
1
EA
EA
$
$ .UO
292165D-1-111U
293
650.1412
Signal head 12" std 1 section 2 way
FA
1
EA
{
294
650-1 -113
Signal head 12" std 1 section 3 we
Flt
1
FA
$ 5 9*
$
295
650-1 -114
Signal head 12" std 1 section 4 wa
1 2961650-1-131
Si nai head 12" std 3 section 1 wa
F/I
1
EA
EA
$
297
650 1 -132
Si nai head 12' Std 3 section 2 wa
F/I
1
IFB400940 10IGMG
- Traffic Signals, Systems and Related Equipment
Pricing Sheets
No.
Pay Item
Desc ' rpuon
Action I
Quantityl
Units
Unit Price
2981650-1-133
Signal head 12" std 3 section 3 way
FA
1 1
EA
$ DLM -57-
299
Signal head 12" std 1 section 1 way
10
1
EA
$ AP V
300
650 -1 -312
Signal head 12" std 1 section 2 'Agy
10
1
EA
S b1p
301
Signal head 12' std 1 section 3 way
10
1
EA I
$ 510
302
650-1 -314
Signal head 12' std 1 section 4 way
10
1
EA
$ °`J -I,.?I-
303
650 -1 -331
Signal head 12" std 3 section 1 way
10
L 1
EA
$ VT
304
650 -1 -332
Si nal head 12" std 3 section 2 way
10
1
EA
$ Z
305
650 -1 -333
Signal head 12' std 3 section 3 way
b
1
EA
$
306
Signal head 12' std optically programmed 3S 1W
FA
1
EA
$ (P
307
650-2 -331
Signal head 12" std optically r rammed 3S 1W
10
1
EA
$ 11,50
308
650 -3.131
Signal head 12' std 14. wt. 3S, 1 W
F/i
1
FA
$
309
850-3 -132
Signal head 12" std lit. wt. 3S 2W
FA
i
EA
$
3101650-3-133
Signal head 12" std IN. wt. 3S, 3W
FA
1
EA
$ �
311
Signal head 12" std lit. wt. 3S, 1 W
10
1
EA
$
312
Signal he 12" st d lit. wt. 3S, 2W
t0-
1
EA
$ 41 V
313
Signal head 12" std lit. wt. 3S 3W
10
i
EA
$
",,I�n2 J"
314
650 -8 -751
Signal head 12" 111. wt. 5S 1 W
FA
7
EA
up�
$ f� OBI
315
Signal head 12' lit. wt. 5S 1W
10
1
EA
$ 9w
316
650 -8 -152
Si nal head 12" lit. wt. 5S, 2W
FA
1
EA
$ } JJI -p
317
650-8 -352
Signal head 12" Gt. wt. 5S 2W
10
1
EA
I $
318
Signal head 12" std. 5S 1W
FA
7
EA
p
$ ekr� J
319
Signal head 12" std. 5S 1 W
t0
1
EA
S )
320
1 SIgnal head 12" sid. 5S 2W
F/I
1
EA
$ 5 1Y
321
650 -9-352
Si nal head 72" std. 5S 2W
10
1
EA
$�
322
650 -99A
Relocate Confirmation L ht
10
1
EA
$
323
653 711
Signal d inc. "t. s M .
FA
1
EA
$ Z
324
653 -317
Si naI d inc., int. s m.
10
1
EA
$
325
653 -112
Signal pe d inc., int. syrn, 2W
FA
1
EA
$
326
653 -312
Signal ped inc.. int. s m. 2W
10
1
EA
s
327
859 -101
Signal back plates 3 sec head
FA
1
EA
$
328
659 -101A
Signal back plates 3 sec head
F
1
EA
$ q5
329
659 -102A
Signal back plates 5 sec head
FA
1
EA
$ Aa 3q
330
659 -10213
Signal back plates 5 sec head
F
1
EA
$ 6a 8
`'j
IFS- 600940- 10 /GMG
- Traffic Signals, Systems and Related Equipment
Pricing Sheets
No.
Pay Item
Description
Action 1
Quantit
Units
Unit Price
3311669-107
Aluminum pedestal and a
FA
i
EA
$ Ij
332
Aluminum pedestal and pole with handhole
FA
1
EA
333
659.109
Concrete pedestal Type It
FA
1
FA
34 ff
334
660.1 -101
Loop detector single channel shelf mount
FA
1 1
EA
$ l i e , 1*
335
660 -1 -201
Loop detector single channel shelf mount
F
i
EA
$ D
336
660 -1 -102
Loop detector single channel rack mount
FA
1
EA
$
337
660 -1 -202
Loop detector single channel rack mount
F
1
EA
$ �J�t
33B
660 -1 -103
Loop detector dual channel shelf mount
Fit
1
I EA
$ 3 �2 5ti
339
660 -1 -203
Loop detector dual channel shelf mount
F
1
EA
$ `'�
340
660 -1 -104
Loop detector dual channel rack mount
FA
1
FA
$ A
341
660 -1 -204
Loop detector dual channel rack mount
F
1
EA
$ 3�J
342
660.2 -102
Loo assembly Type B
FA
1
AS
�.0
$ 97 21
343
660-2 -106
Loo assembly Type F
FA
1
AS
$ gq
344166044
AWG #14 loop lead-in cable
F/I
1
LF
$ �$
345
6604 -4A
6 pair overhead beldon
FA
1
LF
$
346
663 - 70A
Emergency pre -emption controller
F/1
1
EA
$ +[4
34T
663 -70B
Emer en re -em Lion detector -1 direction
F/I
1
EA
$ D "R)
348
1663.70C
Emergency re -em tion detector - 2 directions
F/I
1
EA
$ 9 , 55 wS
349
Emergency pre-emption detector - 3 directions
FA
t
EA
$ bj 4
350
663 -70E
Emerg p re-emption detector -4 directions
F/1
1
EA
$ 2 3 9
351
663 -70F
Emer, Pre-emption detector relocates n -1 direction
10
1
EA
$
352
663 -70G
Emer. re-em ion detector relocates n - 2 directions
10
1
EA
$ f b 7tQ
353
663.70H
Emer. pr e - emp tion detector relocate (span) - 3 directions
tO
1
EA
$
$54
663.701
Emer. re-em ion detector relocates n - 4 directions
10
1
EA
$
355
663 -70J
Emer. pre-emption detector relocate mast arm -1 direction
10
1
EA
$ 2 J
356
663 -7010
Emer. pre-e lion detector relocate mast arm - 2 directions
10
t
EA
$qq'
357
663 -70L
Emer, pre-emption detector relocate mast arm - 3 directions
10
1
EA
$
358
663 -70M
Emer. pre-emption detector relocate mast arm - 4 directions
10
1
EA
$
359
664 -70A
Video Vehicle Detection Controller Assembly
FA
1
EA
$ $�
360
361
664.708
664 -70C
Video Vehicle Detector - 1 direction
Video Vehicle Detector - 2 directions
F/I
F/I
1
1
EA
EA
$
$
352
363,664-70E
664 -70D
Video Vehicle Detector - 3 directions
Video Vehicle Detector - 4 directions
FA
FA
1
1
EA
EA
$ �2
$ �� ��
IFB- 600940- 101GMG
- Traffic Signals, Systems and Related Equipment
I
F
Pricing Sheets
No.
Pay Item
Description
Action
Quantity[
Unit Price
$�
3641664-70F
Video Vehicle Detector - T direction
10
1
Z��SPI
365
664 -70G
Video Vehicle Detector - 2 directions
10
1
366
664 -70H
Video Vehicle Detector - 3 directions
10
1
55
367
664 -701
Video Vehicle Detector - 4 directions
t0
T
EA
3681664-70J
Microwave Vehicle Detector
Flt
1
EA
$
L t
'r
369
664 -70K
Microwave Vehicle Detector
F
1
EA
$ 7
9
370
664 -70L
Microwave Vehicle Detector
10
1
EA
$
F/1
1
AS
$ t5h 5
371
665 -11
Pedestrian detector
3721665-13
Pedestrian detector det.w /s' n only)
F/I
1
AS
$
`L�•j
373
670 -4 -1
Flashing beacon controller assembly
Fit
T
AS
$
�5pp�
374
670 -110A
Cabinet, base only
Flt
3
EA
$
10
1
EA
$ 02 ✓'
375
670 -1108
Cabinet, install on
3761670-110C
Cabinet base only 60" by 60"
F11
1
EA
$
F/I
1
AS
$ 3��
3771670-113C
Naztec Series 900 TS2 contro&er on
378
Type V Cabinet I Naztec TS2 Typel
F/I
1
AS
$
3791684-34
optical Fiber Install Only, In Conduit or Aerial
101
LF
$
F/I
1
EA
$
380
685 -106
System Auxiliary - UPS
$
381
685 -206
SKS tem AUXilia -UPS
F
1
EA
1
382
690 -10
Si nal head traffic assemM remove
R
1
FA
$
383
690 -20
Signal pedestrian assembly remove
R
EA
RD
1
EA
$ �9
384
690 -30
Pole remove
385
690 -31
Signal pedestal remove
RD
1
EA
$
R
i
EA
$�
386
69040
Mast arm assembly remove
387
Controller assemb remove
R
1
EA
$
3818690-70
Detector pedestrian assembIv remove
R
1
EA
$ `
53
389
690-80
San wire assembly remove
R
1
I EA
$
390
690-90
Conduit and cabling remove
RD
1
Pt
$
RD
1
LF
$
391
690 -91
Interconnect remove
SY
1
SY
$ 51P
3921690-95
Sidewalk removal
R
1
EA
$
393
690 -100
Signal ui ment mist. remove
RL
1
AS
o o U�
$ 7'
394
700 -46 -25
Sign existing relocate aerial
FA
1
AS
$ i s lit
395
700 -89 -1A
Hanging arm assembly
F/I
T
EA
$ I"22 ( -
396
700 -89.1G
LED illuminated Street Sign - 6'bY 19"
IFS- 600940- 101GMG
- Traffic Signals, Systems and Related Equipment
Pricing Sheets
No.
Pay Item
Description
Action.QuantM
Units
unit Price
397
700.89 -1 H
LED Illuminated Street Sign - W by 24"
FA
1
EA
S
398
700.89 -11
LED Illuminated Street Sign - O'by 19"
FA
1
EA
$
399
700 -89 -1J
LED Illuminated Street Sin - 8' by 24"
Fli
i
EA
$
400
700.89 -02A
LED Blank -out sign 30 "x30"
F
1
EA
$ ZcjO} -�`�-
401
700 - 89-025
LED Blank -out sin Wx30"
F/1
1
EA
$ 319q
402
700- 89 -02E
LED Blank -out sin Dual Mess. 30 "x30"
F
1
EA
$3
403
700.89 -02F
LED Blank -out sin Dual Mess. 30'k30"
FA
1
EA
$ 4$�rP
404
700.90 -14
Sign flashing beacon overhead
FA
1
AS
$ 5Q } 5 1
405
711.89A
Dynamic Message Sign
10
1
EA
$
406
715-11 -111
Luminaire Cobra Head
FA
1
FA
$. T + Oa
407
715- 11 -111A
Luminaire Cobra Head L.E.D.
F/I
1
EA
$ 5 '5
408
715 -11 -114
Luminaire Shoe Box
F/I
1
EA
$ :J7 18
409
715- 11 -114A
Luminaire Shoe Box L, E. D.
Ill
1
EA
S I 284
410
715- 11 -114B
MaxLite Hiqhmax Bulb
FA
1
EA
$ IDd
411,715-99
Luminaire - acorns le
F
1
EA
$ I&K 7`�
412
715.99
Luminaire - acorn style
F/I
1
EA
$ 1,
413
999A
Concrete Generator Pad
F/I
t
EA
$
414
9998
Street Light Maintenance - Electrician Regular Rate
F
1
HR
$ J� cP
415
Street Light Maintenance - Electrician Helper Regular Rate
F
1
HR
$ 40 G;D
416
999D
Street Light Maintenance - Electrician Overtime Rate
F
1
HR
$ � to
417
999E
Street Light Maintenance - Electrician Helper Overtime Rate
F
1
HR
$
418
999F
Street Light Maintenance - B ucket Truck
F
1
HR
$ p
419
999G
Street Light Maintenance - One Ton Truck
F
1
HR
$ -p
Subtotal
Maintenance of Traffic OT - I% of Subtotal
Mobilization - 5% of Subtotal
Total
U
1,r84Z305 tq
�r'
FLORIDA SALES: 59. 11-033995.530
FEDERAL SALSWUSE 50444013K
Board of Co7mty Commissioners
Seminole County, Florida
ORDER
Page 1
EXHIBIT
FGR''Juu ?R,ES REGARDI ";G7riIS ORDER. CONTACT:
1 �
ORDER NUMBER:
Fax Server EDT 9/13/2010 3:22:38 PM PAGE 2/002 Fax Server
Clients: 1410896 131CHINCELE
ACORN. CERTIFICATE OF LIABILITY INSURANCE 9;,3r"2"o o`
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONIFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CER71FICATE HOLDER.
the terms and cendillons of the policy, certain policies may require an endorsement. A statement on this csrtificate does not confer rights to the
certificate holder in Lieu of such endorsement(s).
PRODUCER
kANE:
BUT - J. Rolfe Davis ,� 407 381 -9600 ,� _ 8885334163
PO Box 4927 �RESs
Orlando, FL 32802.4927
407 699 -9600 CUSTOYERIDf:
INSURER(.S)AFFORDWSCWMAGE NAIC0
INSURED USU PER A, A merisure Mutual Insurance Co. 23396
Chinchor Elecblc Inc INSURER B; FFVA Mutual Insurance Company 10365
P.O. BOX 4311
INSU RER C
Enterprise, FL 32725-4311
INSU RER o
INSURER r:
f4%UC0A# tee PC1WrW V-AYS In 1URcv. RFMInN NBURER--
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELIDW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
EfF POUCYEAA
LTR
•
TYPE orIISORANCE
GENERAL. LNIBILITY
X COMMERCIAL GENERAL LIABILITY
CLAIM6MADE ❑X OCCUR
X Contractual Liab
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Seminole County Purchasing
POLICYN
O L2071836
BLKT Add1 insd
if Written Contr
N
08/3012010
OB(3012011
LIMITS
EACH OCCURRENCE
$10000011)
PREMISES�omwwce
0
MED EYP Aly one pamwn
$10,000
PERSONAL 4ADV INJUR
$1,000,000
X
XCU Included
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X PRO• LOC
PRODUCTS - COMPADPAGG
$2,000,000
$
•
AUTONORILIULASILITY
X
X
X
ANY AUTO
ALL OWNED AUTOS
SCHEDULED ANDS
HIREDAUTOS
NON-0WNEDAUTCS
CA2071835
08/30/2010
0813012011
COMBINED SINGLE LIMIT
a ecckaM)
$ 1 000000
BODILY INJURY(Pwpown)
$
BODILY INJURY(Pnaonkfant)
$
PROPERTY DAMAGE
1
I s
•
UYBRELLALIAB
E
X
OCCUR
aaIMSMADE
CU2071837
8/30/2010
08/30/2011
EACHOCCLMENCE�
$ 3,000,0 00
AGGREGATE
$ 5 000,000
dX
DEDLICTIBLE
RETENTION $ 0
$
$
B
WORNk71S COMPENSATION
AND EMPLOYERS L WBILITY
ANY PROPRIETORIPARTNEWEXECU�� �YIN��
OFFK�RIMEMBER E CCLUDED? 1 '-I
(N
DES OF OPERATIONS babw
NM
WC84000226442019A
0813012010
OW30011
X w T, 9T L U 0 7H-
T Y LI
EL.EACHACCIDENT
$1,0 J
-
E.L, DISEASE •EAEMPLOYEE
$1,000,000
EL DISEASE - POLICY LIMIT
$7,000,000
DESCRIPTON OF OPERATIONS I LOCATIONS IVENICLEB (A*eh ACORD 101, AWW. Wd Remoft SeMdtle, It mote epees la n,q,dnd)
PAWPCI I ATI 111 IMWOT IVfV1.a/ MnT
0 7955,0009 AGURU GURPURA "UN. AN ngna reaerwoo.
ACORD 25 (2008105) 1 of 1 The ACORD name and logo are registered marks of ACORD
#$5590510/M5589784 PSBE
SEP -13 -2010 15:50 94% P.02
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Seminole County Purchasing
ACCORDANCE WTTN THE POLICY PROVISIONS.
P.O. Box BOBO
AUTHORI7EDDR _PRESENTATIVE
1,AR+SID
Sanford, FL 32772
0 7955,0009 AGURU GURPURA "UN. AN ngna reaerwoo.
ACORD 25 (2008105) 1 of 1 The ACORD name and logo are registered marks of ACORD
#$5590510/M5589784 PSBE
SEP -13 -2010 15:50 94% P.02