Loading...
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