Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
03/05/2020
Thursday, March 5, 2020 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda March 5, 2020City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 Census Day Proclamation 4.2 Youth Art Month Proclamation - Ms. Roberta Klar, Clearwater Arts Alliance 5. Approval of Minutes 5.1 Approve the minutes of the February 20, 2020 City Council Meeting as submitted in written summation by the City Clerk. 6. Citizens to be heard re items not on the agenda 7. Consent Agenda The Consent Agenda contains normal, routine business items that are very likely to be approved by the City Council by a single motion. These items are not discussed, and may all be approved as recommended on the staff reports. Council questions on these items were answered prior to the meeting. The Mayor will provide an opportunity for a Councilmember or a member of the public to ask that an item be pulled from the Consent Agenda for discussion. Items pulled will receive separate action. All items not removed from the Consent Agenda will be approved by a single motion of the council. Page 2 City of Clearwater Printed on 3/3/2020 March 5, 2020City Council Meeting Agenda 7.1 Authorize purchase orders to multiple vendors as listed for various traffic signal parts in an amount not to exceed $900,000 for the period of March 6, 2020 through November 3, 2022, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) 7.2 Approve Supplemental Work Order One to Black and Veatch for support services related to American’s Water Infrastructure Act (AWIA) (19-0030-UT) in the amount of $101,025 and authorize the appropriate officials to execute same. (consent) 7.3 Appoint Michael D. Brewster to the Sister Cities Advisory Board as the Local Business Community representative with a term to expire March 31, 2024. (consent) Public Hearings - Not before 6:00 PM 8. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 8.1 Approve the request from the owner of property addressed as 2001 Gulf to Bay Blvd. and 511 S Hercules Avenue to vacate a portion of a dedicated right-of-way described as that part of lots 1 and 12, Midway Subdivision, according to the plat thereof, as recorded in Plat Book 13, Page 4 of the Public Records of Pinellas County, Florida, and pass Ordinance 9378-20 on first reading. (VAC2020-02) 8.2 Approve the request from SP Trail LLC, and the Housing Finance Authority of Pinellas County, as Trustee, of the Pinellas County Land Assembly Trust-Woodlawn Trail, (Applicant), to vacate a 70-foot drainage and utility easement as recorded in Official Records Book 5880, Page 343, of the Public Records of Pinellas County, Florida, on real property located at 803 Woodlawn Loop and pass Ordinance 9379-20 on first reading. (VAC2020-04) 9. Second Readings - Public Hearing Page 3 City of Clearwater Printed on 3/3/2020 March 5, 2020City Council Meeting Agenda 9.1 Adopt Ordinance 9380-20 on second reading, amending Chapter 2, Article V. Division 3, Employees Pension Plan, to re-establish a cost of living benefit for police officers. 10. City Manager Reports 10.1 Accept a drainage and utility easement from SP Trail LLC, and the Housing Finance Authority of Pinellas County, as Trustee, of the Pinellas County Land Assembly Trust-Woodlawn Trail for the construction, installation and maintenance of city drainage and utility facilities on real property located at 803 Woodlawn Loop and adopt Resolution 20-04. 11. City Attorney Reports 12. Closing comments by Councilmembers (limited to 3 minutes) 13. Closing Comments by Mayor 14. Adjourn Page 4 City of Clearwater Printed on 3/3/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7552 Agenda Date: 3/5/2020 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Census Day Proclamation SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 3/3/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7556 Agenda Date: 3/5/2020 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: Council Work Session Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Youth Art Month Proclamation - Ms. Roberta Klar, Clearwater Arts Alliance SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 3/3/2020 oyaDuemeslaeaale ' eap LL00- S 7 ( LZL) :# auogd sn pewo) pump) d sa) lnaaS1edplunw„ s! agiIngs Apue) 6ut; njoH any eloaas°' N pue •; S pup/ tap JO Jam) e! A enbl; uy0 paoj, el eA` uMoluMop eaie alge) leM AI! sea ue u! tpM tae )! lgnd luepunge aqp lnoge aiow weal pue iofua Al! un. aoddo aq swap! sai pue saoI! s! A saA! 6 ap! n6 s! qi a ue! IIV shay as/ eMaealJ aqp Aq pau6! sc 4 aaleMaea( J uMoluMop u! lie )! Ignd Jo anol. pap! n6- JIas Alanol e i( ofua dew s! 11 asn aping f upfleM a1d 3! Ignd 6emasne) Iei owaw aa; emaeap 6ulpeoadde; se3 Aogg6nol] uemuawy aq;; o Inds pue AneN ue) uawy au; ; o; olds„ AausanbiA' W'] 5 puelanapaaenb5 uol; e; 5 saaenb5; g61a8„ l46! ieo8 w! 1 is mall] lsuapplW„ uapae9 JJ! I) 15 Puelanap pue' any alpa6W • s; o aawo) abepo) xo8leu615„ 1g6pleo8 w! 1 any' af ) 11W pue puelanap JO Jam) dod snus! q! H„ 146pleog w! 1 5 Puelanap Z1S sAej uelsAI3„ ezani P! I!) a) H3IVM2IV31) NMOINMOa JNVI 1 - IV lir S Puelanap Jo volg 009 pm atop suopa; aadwl„ zau! pew anb! u! woa abeae9 6uplaed • any uapaeg' N 8Z peplunwwo)„ zaunN ol! we) ueina el) Uaaol j S Puelanap J0 ram 005ele9„ eIauele! 9 pleuoa any eloan0' N 001aaa16ulweai„ 6aagwn18 aMnoa any al; JAW' N pun is mail] loam) wail woaj aaagl; ag;, ue) 110A„ 5 Puelanap jo) po q 00ti aaagdsow; y le) lsnW a uI„ V] a! naaua8 ! PV s! aI1 In4S Apue) any eloax0 • N pue is NOM ; o Jam) aloyr aao; a8 saeaA 001„ 101) 1 Auol' 8 JaAMes alla4)! W uanafoJd u6isaa pun pv gnd aaJvM, roaD JO Ali) agjJo, uod si punVOMpo hwodwai Jo uomigxa 6upn; oa n si 09£ aanndpus 09£ 3af11dif1) S any eloa' s0' N pue '; 5 Mail] 10 aawo) anol` lied tea 3AV NOSIaaVH 1x03 S 3AV NOSINVH 1803 N 3AV NOS21311VM 11V61 S(1 3AVY1L1 J'N About the ort Data for this report was gathered by Pinellas County' s Economic Development Department. The economic modeling tool Emsi, which synthesizes public and private economic data, was used to gather quantitative information. Previous measurements of the creative economy have focused on tourism. This report analyzes economic impact using variables such as employment, trade, and gross regional product information at the industry level via NAICS codes. Full report available at: www. pced. org/ datacenter Mural by Tes One and Pale Horse Design • State Theatre building Mural by multimedia artists Tes One and Pale Horse Design, an example of the eclectic murals located in St. Pete' s emerging arts districts. P1NMAS OUNTY ECONOMIC DEVELOPMENT WWW. PCED. ORG ST. PETERSBURG ALLIA Creative Pinellas Contacts: Benjamin Friedman Pinellas County Economic Development bfriedman@pinellascounty. org John Collins St. Petersburg Arts Alliance john@stpeteartsalliance. org Barbara St. Clair Creative Pinellas barbara. stclair@creativepinellas. org 2019/ 2020 Measuring the Impact of theARTS and Creative Economy in Pinellas County Creativity is one of the driving forces of future development. Artistic and creative industries aren' t just about improving quality of life, but are economic engines powering the Pinellas County economy. Traditional arts industries such as galleries, performance venues, and musicians are part of an entire creative ecosystem that includes creative professionals like architects, graphic designers, and computer programmers. The arts and creative industries even include major types of manufacturing such as commercial printing and ceramics. When taken as a whole, creative industries are a group of highly productive companies that have a massive impact in Pinellas County. Tech is a huge component of the creative economy. Local technology and internet publishing company The Penny Hoarder recently expanded in St. Pete. Cover Photo) The Salvador Dal! Museum houses the largest collection of the artist' s work outside of Europe. BIG PICTURE 20, 000 jobs 3. 5% of Pinellas County' s Workforce 1, 950+ Businesses 5. 8% of County Business 1. 96B in Annual Economic Impact Average Earnings per Job 66, 800+ 17% greater than the County Average 4. 3% of Gross Regional Product 2. 3B in Local Sales 0. 7B in Export Sales e creative This report uses creative industries as defined by the Grow Smarter Initiative. Grow Smarter is a joint project between the City of St. Petersburg and the St. Petersburg Area Chamber of Commerce that seeks to foster high paying and high skill job growth. The strategy focuses on multiple clusters of industries including arts and creative industries. Some of the diverse industries included are: Independent artists Graphic design services Commercial screen printing Software publishers Drafting services Book publishers Radio stations Workshop at the Creative Pinellas Arts Business Incubator Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7544 Agenda Date: 3/5/2020 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the February 20, 2020 City Council Meeting as submitted in written summation by the City Clerk. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 3/3/2020 City Council Meeting Minutes February 20, 2020 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, February 20, 2020 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes February 20, 2020 Page 2 City of Clearwater Rollcall Present: 5 - Mayor George N. Cretekos, Councilmember Jay Polglaze, Councilmember Hoyt Hamilton, Vice Mayor Bob Cundiff and Councilmember David Allbritton Also Present: William B. Horne II – City Manager, Michael Delk – Assistant City Manager, Pamela K. Akin City Attorney, Rosemarie Call – City Clerk, and Nicole Sprague – Deputy City Clerk To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order – Mayor Cretekos The meeting was called to order at 6:00 p.m. in Council Chambers at the Main Library. 2. Invocation – Rabbi David Weizman 3. Pledge of Allegiance – Vice Mayor Cundiff 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) – Given. 4.1 February Service Awards One service award was presented to a city employee. 4.2 Newspaper in Education Week Proclamation, March 2-6, 2020 - Sue Bedry, Tampa Bay Times 5. Approval of Minutes 5.1 Approve the February 6, 2020 City Council Meeting Minutes as submitted in written summation by the City Clerk. Draft City Council Meeting Minutes February 20, 2020 Page 3 City of Clearwater Councilmember Polglaze moved to approve the February 6, 2020 City Council Meeting Minutes as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Citizens to be heard re items not on the agenda Mark Bunker said he appreciated the Tampa Bay Times and commended their coverage of the Church of Scientology. Daniel Haluba said the public records act is a great thing for the citizens and expressed concerns regarding staff's handling a settlement agreement that was recently presented to Council. Mike Riordon said he would be on vacation after the March 17 election and wanted to take the opportunity to express gratitude to the Mayor and Councilmembers Polglaze, Hamilton, Cundiff and Allbritton. He said Council does a great job. 7. Consent Agenda – Approved as submitted, less Items 7.2, 7.3 and 7.4. 7.1 Approve request for qualifications (RFQ) 39-19 agreement with Construction Manager at Risk, Wharton Smith, Inc. of Tampa, Florida, in the amount of $5,788,473 for construction and renovations of Crest Lake Park located at 201 South Glenwood Avenue as designed by Dix.Hite and Partners, Inc. of Longwood, Florida and authorize the appropriate officials to execute same. (consent) 7.2 Approve Amendment No. 1 to Letter of Agreement and Contract with University of North Florida Training and Services Institute, Inc., d/b/a Institute of Police Technology and Management (IPTM) High Visibility Enforcement (HVE) for Pedestrian and Bicycle Safety Grant Award to accept an additional grant award of $40,000 for police overtime, and authorize the appropriate officials to execute same. (consent) See below. 7.3 Authorize a purchase order to Millenium Products Inc. of Saint Petersburg, FL for a Real Time Crime Center (RTCC) package in an amount not to exceed $349,000, pursuant to City Code of Ordinances Section 2.564(1)(d) Other Government Entities Bids, and authorize the appropriate officials to execute same. (consent) See below. Draft City Council Meeting Minutes February 20, 2020 Page 4 City of Clearwater 7.4 Approve a professional service agreement and design work order with Harvard Jolly Architecture, Incorporated, of St. Petersburg, Florida, for design of the Countryside Police Operations Center (18-0004-PD) in the amount of $966,230 and authorize the appropriate officials to execute same. (consent) See below. 7.5 Approve the Memorandum of Agreement between Tampa Bay Health and Medical Preparedness Coalition and Clearwater Fire and Rescue to provide disaster support services and resources to the Coalition and its partners as outlined in the agreement and authorize the Fire Chief or designee of Clearwater Fire and Rescue to execute same. (consent) 7.6 Approve a proposal from Construction Manager at Risk J.O. DeLotto and Sons, Inc., of Tampa, Florida, in the amount of $1,186,111.00 for the complete replacement of T-Hangar C at the Clearwater Airpark (18-0030-AP) and authorize the appropriate officials to execute same. (consent) 7.7 Approve Clearwater Ferry Services Inc. (CFS) 2020 Spring Break Water Taxi Agreement and authorize the appropriate officials to execute same. (consent) 7.8 Request for authority to settle the case of Patricia Vlha v. City of Clearwater, Case No. 19-003290-CI for $75,000.00. (consent) 7.9 Request for authority to settle case of City of Clearwater v. DePriest, Case No. 19-797-CI. (consent) Vice Mayor Cundiff moved to approve the Consent Agenda as Submitted, less Items 7.2 through 7.4, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 7.2 Approve Amendment No. 1 to Letter of Agreement and Contract with University of North Florida Training and Services Institute, Inc., d/b/a Institute of Police Technology and Management (IPTM) High Visibility Enforcement (HVE) for Pedestrian and Bicycle Safety Grant Award to accept an additional grant award of $40,000 for police overtime, and authorize the appropriate officials to execute same. (consent) On October 3, 2019, City Council granted approval of an Agreement with University of North Florida Training and Service Institute (University) for phase 7 of the state HVE program to continue its grant-funded pedestrian and bicycle Draft City Council Meeting Minutes February 20, 2020 Page 5 City of Clearwater safety project with Clearwater Police Department (CPD). CPD has conducted six grant-funded comprehensive enforcement/education projects since March 2014 aimed at changing the behavior of all who use Clearwater’s roadways - pedestrians, bicyclists, and motorists. The 2019 Agreement provided funding for a seventh round of funding for this very successful project which is currently underway. On January 14, 2020, the University extended an invitation to CPD to request an additional $40,000 in funding in order to expand the current project. The University requested and received approval from the Florida Department of Transportation to amend the agreement approved by Council on October 3, 2019, to reflect the additional allocation of $40,000, which increases the total contract amount from $40,000 to $80,000. The funds will be utilized by CPD to conduct additional HVE details at the intersections selected and approved by the University based on crash data. The project period will end on or before May 15, 2020. There will be no direct adverse impact to the Police Department annual operating budget nor is there a required match. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment in special program G2003, Pedestrian/Bicycle Safety Grant 2020, will reflect a budget increase of grant revenue in the amount of $40,000 to account for the additional grant revenues and expenditures. In response to a question, Police Chief Daniel Slaughter said the grant does not use city tax revenue. One individual spoke in opposition. Councilmember Polglaze moved to approve Amendment No. 1 to Letter of Agreement and Contract with University of North Florida Training and Services Institute, Inc., d/b/a Institute of Police Technology and Management (IPTM) High Visibility Enforcement (HVE) for Pedestrian and Bicycle Safety Grant Award to accept an additional grant award of $40,000 for police overtime, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Draft City Council Meeting Minutes February 20, 2020 Page 6 City of Clearwater 7.3 Authorize a purchase order to Millenium Products Inc. of Saint Petersburg, FL for a Real Time Crime Center (RTCC) package in an amount not to exceed $349,000, pursuant to City Code of Ordinances Section 2.564(1)(d) Other Government Entities Bids, and authorize the appropriate officials to execute same. (consent) The Police Department seeks approval to purchase technology and equipment to implement a Real Time Crime Center (RTCC). A RTCC furthers the City Council’s strategic direction initiatives to optimize use of employees, assets, and resources; provides access to public-private organizations and resources; and reinforces standing as a safe community. A RTCC provides an advanced command center for the police department to centralize a wide and expanding range of technologies and data sources for efficient and effective policing. The technology and data the department seeks to leverage includes traffic cameras, security cameras (public and private), license plate reader technologies, records management systems, video analytics, and other instruments that analyze open source data. The RTCC will allow for the department to identify and intervene in public safety matters earlier and with a greater level of situational awareness, increase safety at public spaces with a higher utilization and occupancy, areas that have a higher potential risk for mass casualty incidents, and places where crime data and call data revealed a reoccurring quality of life concerns. Representatives of the police department visited over six operational Florida RTCCs and studied many others, to identify the tools and technologies that provide the most value to Clearwater. The department will staff the RTCC with existing personnel. There are no new FTE(s) associated with this project. Millenium Products Incorporated RTCC package includes only those products the police department deems necessary to create a successful RTCC. The pricing of the products and equipment in the package are all covered under GSA Contract GS-07F-0031W and are listed in the quote included with this agenda item. The total cost of the Millenium Products Inc. RTCC package is $326,201.27. This agenda item includes a project contingency of $22,798.73, for a total request not to exceed $349,000. APPROPRIATION CODE AND AMOUNT: The Department anticipated this purchase and established capital improvement project P1902 - Police Information Systems in fiscal year 2018/2019 to fund this project. In subsequent years, the impact to the Police Department’s operating budget will include an increase for maintenance agreements estimated at around $60,000. One individual spoke in opposition. Vice Mayor Cundiff moved to authorize a purchase order to Draft City Council Meeting Minutes February 20, 2020 Page 7 City of Clearwater Millenium Products Inc. of Saint Petersburg, FL for a Real Time Crime Center (RTCC) package in an amount not to exceed $349,000, pursuant to City Code of Ordinances Section 2.564(1) (d) Other Government Entities Bids, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 7.4 Approve a professional service agreement and design work order with Harvard Jolly Architecture, Incorporated, of St. Petersburg, Florida, for design of the Countryside Police Operations Center (18-0004-PD) in the amount of $966,230 and authorize the appropriate officials to execute same. (consent) The Countryside Police Operations Center located at 2851 McMullen-Booth Road, Clearwater, was built in 1983. The operational features and functional systems are obsolete by current police standards. The main building was designed prior to the implementation of the Accessibility Code and access to amenities is not in compliance with current requirements. Due to the structure’s age and obsolete functional systems, the station merits replacement. October 2019, a Request for Qualifications (RFQ 09-20) was issued seeking an architectural firm to design the replacement for the Countryside Police Operations Center. The RFQ selection committee, consisting of four representatives from the Police and Engineering departments, conducted interviews with three of the six architectural firms that submitted qualifications. The committee selected Harvard Jolly Architecture to design the replacement Countryside Police Operations Center based on the broad amount of relevant experience designing similar projects. The primary goal in the redevelopment of this facility is to provide the Clearwater Police Department with a hardened command center and personnel shelter for use during a Category 5 hurricane. Anticipated services include, but are not limited to design development, cost estimating, construction drawings, specifications, bid documents, as-needed permit(s) acquisition and post-design construction services through the duration of the project. The design and construction shall include environmentally sustainable high-performance systems, materials and landscaping. Design is anticipated to be complete by November 2020. The City plans to procure a Construction Manager at Risk firm to construct the substation and estimates bringing that selection to Council in June 2020. Draft City Council Meeting Minutes February 20, 2020 Page 8 City of Clearwater APPROPRIATION CODE AND AMOUNT: PD00180001-DSGN-PROSVC $966,230 Funds are available in capital improvement project PD00190001, Police District 3 Substation, to fund this work order. One individual spoke in opposition. One individual spoke in support. Councilmember Hamilton moved to approve a professional service agreement and design work order with Harvard Jolly Architecture, Incorporated, of St. Petersburg, Florida, for design of the Countryside Police Operations Center (18-0004-PD) in the amount of $966,230 and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 8. City Manager Reports 8.1 Approve Joint Participation Agreement (JPA) G1H65 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), adopt Resolution 20-01, authorize a transfer from Airpark Fund reserves of $3,893.00 and authorize the appropriate officials to execute same. FDOT JPA Agreement G1H65 provides for 80% grant funding for the Clearwater Airpark Ground Support Equipment Replacement, with Airpark Reserves providing a 20% match. This agreement provides for the purchase of lawn maintenance equipment and associated accessories. The project cost is $19,467.00 with FDOT contributing $15,574.00, Airpark Fund providing a $3,893.00 match and 10% of our 20% will come back to us from the FBO per our shared maintenance agreement. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish Capital Improvement project G2009, Ground Support Equipment Replacement, recognizing a budget increase of $15,574.00 in FDOT grant revenues and a transfer of Airpark Fund reserves of $3,893.00 to provide required matching funds. USE OF RESERVE FUNDS: Funding for this agreement will be provided by first quarter budget amendment allocating Airpark Fund reserves in the amount of $3,893.00 to capital improvement project G2009, Ground Support Equipment Replacement. The Draft City Council Meeting Minutes February 20, 2020 Page 9 City of Clearwater remaining balance of Airpark Fund reserves after 25% working capital reserves is approximately $562,000 or 200% of the current Airpark Fund operating budget. Councilmember Allbritton moved to approve Joint Participation Agreement (JPA) G1H65 between the City of Clearwater and the State of Florida Department of Transportation (FDOT), authorize a transfer from Airpark Fund reserves of $3,893.00 and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Resolution 20-01 was presented and read by title only. Councilmember Hamilton moved to adopt Resolution 20-01. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 8.2 Amend Clearwater Code of Ordinances Section 2.421 to re-establish a cost of living benefit for police officers and pass Ordinance 9380-20 on first reading. In 2012, Pension Fund changes were collectively bargained between the City and the labor unions. The agreed upon changes were ratified by the Fraternal Order of Police and subsequently approved by City Council and were presented to the citizens of Clearwater through a public referendum. The applicable changes to the Pension Fund applied to the police officers who were not eligible to retire as of the effective date of the ordinance (January 1, 2013). Those changes included: 1. The employees’ pension contribution was increased from 8% to 10% of covered salary. 2. The annual 1.5% COLA was eliminated on all pensionable earnings for years of service after the effective date of the restated ordinance (January 1, 2013). In 2019, at the request of the Fraternal Order of Police, staff began collectively bargaining changes to the Pension Fund for police officers. In January 2020, the City and Fraternal Order of Police reached a tentative agreement that provides for the following changes to the Pension Fund: 1. The annual 1.5% COLA would be resumed for all police officers who are actively employed on or after January 1, 2020. 2. The resumption would include cost-of-living benefits on service earned from January 1, 2013 through January 1, 2020. 3. The COLA would only be paid after a five-year delay. Draft City Council Meeting Minutes February 20, 2020 Page 10 City of Clearwater These proposed pension benefit changes have been estimated by the City’s actuary to cost the City approximately $1.36 million in the first year after implementation and approximately $40 million over the next 30 years, equivalent to a discounted present value cost of $18.1 million. The Fund’s actuary has provided the estimated cost for the proposed changes, but the City will also be required to have the actuary complete an actuarial impact statement for the State Division of Retirement, this requirement is underway. On February 5, 2020, the Fraternal Order of Police ratified the proposed changes as stated herein. Since the proposed changes have been mutually agreed upon, a referendum is not required to implement. APPROPRIATION CODE AND AMOUNT: The cost associated with the City contribution will be based on the annual actuarial analysis and will be included in subsequent budgets. One individual spoke opposition. Three individuals spoke in support. Councilmember Allbritton moved to amend Clearwater Code of Ordinances Section 2.421 to re-establish a cost of living benefit for police officers. The motion was duly seconded and carried unanimously. Ordinance 9380-20 was presented and read by title only. Councilmember Polglaze moved to pass Ordinance 9380-20 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Cretekos, Councilmember Polglaze, Councilmember Hamilton, Vice Mayor Cundiff and Councilmember Allbritton 9. City Attorney Reports – None. 10. Closing comments by Councilmembers (limited to 3 minutes) – None. 11. Closing Comments by Mayor Mayor Cretekos reviewed recent and upcoming events. Draft City Council Meeting Minutes February 20, 2020 Page 11 City of Clearwater 12. Adjourn The meeting adjourned at 6:48 p.m. Mayor City of Clearwater Attest City Clerk Draft INDIVIDUAL SPEAKER Citizen Comment Card Name: 10b)'6/L Address: D City: Zip: - :S7 Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak. What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7528 Agenda Date: 3/5/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Authorize purchase orders to multiple vendors as listed for various traffic signal parts in an amount not to exceed $900,000 for the period of March 6, 2020 through November 3, 2022, pursuant to Clearwater Code of Ordinances Section 2.564(1)(d) Other Government Entities Contracts, and authorize the appropriate officials to execute same. (consent) SUMMARY: Engineering maintains and repairs traffic signals within City of Clearwater limits. Staff would like authorization to purchase various traffic signal components from Econolite Inc, Temple Inc, and Transportation Control Systems in an amount not to exceed $900,000 over a three-year period. These purchase orders (POs) are piggy backing on Florida Department of Transportation (FDOT) Contract Number DOT-ITB-20-9034-GH, effective November 4, 2019 through November 3, 2022. APPROPRIATION CODE AND AMOUNT: ENRD180006-CONS-PARTS Current Year funding is available in Capital Improvement Project (CIP) ENRD180006, Traffic Signals. Future year funding will be requested as part of the annual budget process for FY2021 and FY2022. Page 1 City of Clearwater Printed on 3/3/2020 State of Florida Department of Transportation FDOT APL Traffic Equipment Agency Term Contract BID #: DOT-ITB-20-9034-GH EFFECTIVE DATES: November 4, 2019 through November 3, 2022 VENDORS MFMP Contract #VENDORS MFMP Contract # American Signal CR11362 Jupiter Systems CR11379 ASCO Power technologies CR11363 K&K Systems CR11380 Advantech B + B Smartworx INC.CR11376 Lux Solar, Inc.CR11381 Blue-Band CR11377 MG Squared CR11382 Citel CR11364 Peek Traffic CR11384 Control Technologies CR11365 Rainbow Distrb.CR11385 Rhythm Engineering CR11386 Daktronics CR11367 Safety Zone Specialists CR11387 Earnest Prod. dba Southern Manufacturing CR11368 Telegra Inc CR11388 Econolite CR11369 Temple, Inc.CR11389 Express Supply CR11370 GOVBROS, LLC d/b/a/ Think IT AI CR11390 Gov Comm CR11371 Arizona Transformer d/b/a TraffiCalm Systems CR11391 Horizon Signal Tech.CR11372 TrafficCast CR11392 Intelligent Trans. Services CR11373 Transportation Control Systems, Inc.CR11393 Intelicom, Inc._dba LiteSys, Inc.CR11374 Universal Signs & Access.CR11394 ITS Plus CR11375 Ver-Mac, Inc. (Signalisation)CR11395 John Thomas, Incorporated CR11378 Wavetronix CR11396 FDOT APL Traffic Equipment DOT-ITB-20-9034-GH APL Certification #Manufacturer Product Category Model/Product/Component Description QTY. / Unit PRICE VENDOR 684-001-005 ADVANTECH B+B SMARTWORX DEVICE SERVER VLINX VES Series 1 Ea.$148.88 Think IT Ai 684-002-017 ADVANTECH B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI7700 series (SE500 Series) 1 Ea.$436.80 Think IT Ai 684-001-007 ADVANTECH B+B SMARTWORX DEVICE SERVER EKI15XX-CI-I 1 Ea.$405.97 Think IT Ai 102-048-005 AMERICAN SIGNAL COMPANY PORTABLE CHANGEABLE MESSAGE SIGN CMS-T331 1 Ea.$13,185.00 American Signal 102-048-011 AMERICAN SIGNAL COMPANY PORTABLE CHANGEABLE MESSAGE SIGN CMS-T331.1D 1 Ea.$15,365.00 American Signal 102-052-003 AMERICAN SIGNAL COMPANY PORTABLE RADAR SPEED DISPLAY UNIT Digibrite 100 Advantage 1 Ea.$7,190.00 American Signal 620-002-007 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (POWER ENTRY) PowerSure 400 series 1 Ea.$91.00 Asco Power Technologies 620-004-003 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (LOW VOLTAGE)CX06 Series Video SPD 1 Ea.$78.65 Asco Power Technologies 620-004-003 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (LOW VOLTAGE) CAT6 POE Series (POE)1 Ea.$85.80 Asco Power Technologies 620-002-001 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (120V OR 120/240V POWER)TE(XX)XCS10XA 1 Ea.$629.75 Asco Power Technologies 620-002-002 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (POWER ENTRY)TE(XX)XCS104XA 1 Ea.$629.75 Asco Power Technologies 620-002-004 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (POWER ENTRY)TE(XX)XDS104XA 1 Ea.$806.00 Asco Power Technologies 620-002-005 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (POWER ENTRY)SPDee S Series - S50A(xxxx)1PN 1 Ea.$171.00 Asco Power Technologies 620-002-005 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (POWER ENTRY)SPDee S Series - S50A(xxxx)2PN 1 Ea.$171.00 Asco Power Technologies 620-002-005 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (POWER ENTRY)SPDee S Series - S50A(xxxx)3PY 1 Ea.$171.00 Asco Power Technologies 620-002-009 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (120V OR 120/240V POWER) G-Series 1 Ea.$404.25 Asco Power Technologies 620-004-001 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (LOW VOLTAGE) D60401-012S 1 Ea.$106.00 Asco Power Technologies 620-004-001 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (LOW VOLTAGE) D60401-048S 1 Ea.$106.00 Asco Power Technologies 620-004-001 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (LOW VOLTAGE) D60401-012B 1 Ea.$111.00 Asco Power Technologies 620-004-001 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (LOW VOLTAGE) D60401-005B 1 Ea.$111.00 Asco Power Technologies 620-002-012 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE (120V OR 120/240V POWER) Catalog #256; Formerly EMERSON/EDCO - SHA-1235 FS (Fomerly SHA1230FS) 1 Ea $329.00 Asco Power Technologies 676-004-001 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE SHA 4803 1 Ea.$46.75 Asco Power Technologies 676-004-002 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE SRA 6 LC 1 Ea.$74.00 Asco Power Technologies 676-004-006 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE SPA-100 (AC)1 Ea.$44.00 Asco Power Technologies 676-004-007 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE SRA64C-008D 1 Ea.$46.75 Asco Power Technologies 676-004-008 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE SRA 16C-1 1 Ea.$38.50 Asco Power Technologies 676-004-009 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE SHP 300-10 1 Ea.$179.00 Asco Power Technologies 676-004-010 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE PC642 1 Ea.$75.00 Asco Power Technologies 676-004-021 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE SRA6LCA 1 Ea.$74.00 Asco Power Technologies 676-004-022 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE SHA-1210 1 Ea.$316.00 Asco Power Technologies 676-004-023 ASCO POWER TECHNOLOGIES, L.P.SURGE PROTECTIVE DEVICE ACP-340 1 Ea.$137.00 Asco Power Technologies 682-002-007 AXIS COMMUNICATIONS CAMERA - DOME Q6055-E 1 Ea.$2,312.00 Control Technologies, Inc. 660-024-004 BLUE-BAND WIRELESS MAGNETOMETER ASSEMBLY HUB-0001 & ARM-0002 1 Ea $12,140.00 Blue-Band 682-001-004 BOSCH SECURITY SYSTEMS, INC.CAMERA – EXTERNAL POSITIONER MIC-ITS720P-W30X4 1 Ea.$3,299.99 Express Supply 682-001-004 BOSCH SECURITY SYSTEMS, INC.CAMERA – EXTERNAL POSITIONER MIC-ITS1080P-W30X4 1 Ea.$4,399.99 Express Supply 682-002-004 BOSCH SECURITY SYSTEMS, INC.CAMERA - DOME VG5-ITS720P-30X4 1 Ea.$2,699.99 Express Supply 682-002-004 BOSCH SECURITY SYSTEMS, INC.CAMERA - DOME VG5-ITS1080P-30X4 1 Ea.$2,999.99 Express Supply 744-003-003 BP SOLAR TRAFFIC MONITORING SITE SOLAR POWER UNIT - SOLAR PANEL BP380S 1 Ea.$585.00 Transportation Control Systems 620-004-007 BTU RESEARCH SURGE PROTECTIVE DEVICE (SPD) LOW VOLTAGE BTU-POE-ETH 1 Ea $54.50 Temple 641-008-001 CAMERA LOWERING SYSTEMS CAMERA LOWERING DEVICE MODEL CDP6-16HDA Series ("A", "B", or "M" type composite cable configuration can be used). Lowering Device System only, including lowering device, lowering tool, up to 100' or lowering cable, up to 100' of composite cable, and assembly hardware. 1 Ea.$5,410.00 Intelligent Trans. Services 641-008-001 CAMERA LOWERING SYSTEMS CAMERA LOWERING DEVICE/CONCRETE POLE BUNDLE MODEL CDP6-16HDA Series and Concrete Pole Bundle including, including lowering device, lowering tool, concrete pole in accordance with FDOT standard index 18113 (H=50), appropriate length of lowering cable, assembly hardware, and up to 100' of composite cable. 1 Ea.$10,530.00 Intelligent Trans. Services 641-008-001 CAMERA LOWERING SYSTEMS CAMERA LOWERING DEVICE/STEEL POLE BUNDLE MODEL CDP6-16HDA Series and Steel Pole Bundle including, including lowering device, lowering tool, concrete pole in accordance with FDOT standard index 18111 (H=50), appropriate length of lowering cable, assembly hardware, and up to 100' of composite cable. 1 Ea.$12,529.00 Intelligent Trans. Services 665-003-012 CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL DCC 200 1 Ea.$50.50 Control Technologies, Inc. 665-003-013 CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL 4 EVR C 1 Ea.$83.00 Control Technologies, Inc. 665-003-014 CAMPBELL COMPANY PEDESTRIAN DETECTOR MODEL DCC 700 1 Ea.$66.50 Control Technologies, Inc. 665-004-006 CAMPBELL COMPANY AUDIBLE/TACTILE PEDESTRIAN DETECTOR MODEL AGPS 1 Ea.$546.00 Control Technologies, Inc. 654-001-004 CARMANAH TECHNOLOGIES CORP.RECTANGULAR RAPID FLASHING BEACON ASSEMBLY R920 1 Ea.$2,866.00 Temple 654-001-004 CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY R920 Solar wireless RRFB, back to back light bar 1 Ea.$3,468.00 Temple 654-001-005 CARMANAH TECHNOLOGIES CORP.RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC315-SOLAR (formerly SB435HP Gen 3)1 Ea.$2,888.00 Temple 654-001-005 CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC 315-Solar wireless RRFB, back to back light bar 1 Ea.$3,372.00 Temple 654-001-006 CARMANAH TECHNOLOGIES CORP.RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC315-AC 1 Ea.$2,531.00 Temple 654-001-006 CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC 315 AC wireless RRFB, back to back light bar 1 Ea.$3,143.00 Temple 700-026-002 CARMANAH TECHNOLOGIES CORP.SIGN BEACON R820 1 Ea. 700-026-003 CARMANAH TECHNOLOGIES CORP.SIGN BEACON R247E Yellow 1 Ea.$2,155.00 Temple 700-026-004 CARMANAH TECHNOLOGIES CORP.SIGN BEACON R247E Red 1 Ea.$2,155.00 Temple 700-026-013 CARMANAH TECHNOLOGIES CORP. SIGN BEACON R247-G Series approved with Dialight 12 VDC Red (43312120000XL) or Yellow (433-3230-900XL) LED Module, Eagle signal head housing, 100Ah battery, and Carmanah 80W solar panel 1 Ea $3,657.00 Temple 700-026-014 CARMANAH TECHNOLOGIES CORP. SIGN BEACON R829-G Series approved w/ Dialight 12 VDC Ylw (433-3230-900XL) LED Modules, Eagle housings, 100Ah battery, Carmanah 80W solar panel, RTC AP-22 or Temple FCU 500-071 time switch 1 Ea $3,750.00 Temple 700-019-001 CARMANAH TECHNOLOGIES CORP.ELECTRONIC SPEED FEEDBACK SIGN VSC-1520F SERIES 1 Ea.$4,180.00 Temple 700-019-002 CARMANAH TECHNOLOGIES CORP.ELECTRONIC SPEED FEEDBACK SIGN VSC-1820F SERIES 1 Ea.$4,994.00 Temple 700-022-003 CARMANAH TECHNOLOGIES CORP.ELECTRONIC WARNING SIGN SpeedCheck - Model SDA Series - Slow Down Alert Sign 1 Ea.$3,360.00 Temple 700-022-004 CARMANAH TECHNOLOGIES CORP.ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series, Advisory Speed Limit Sign, Solar power, 15" LED digits 1 Ea.$4,858.00 Temple 700-022-004 CARMANAH TECHNOLOGIES CORP.ELECTRONIC WARNING SIGN SpeedCheck, Model ASL Series, Advisory Speed Limit Sign, Solar power, SlowDown, 15" LED digits 1 Ea.$5,075.00 Temple 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16PTC-G-E - IE 2000 16 RJ45 10/100 PoE, 2 GE Combo ports, LAN Base, 1588 & NAT 1 Ea $2,592.76 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16PTC-G-L - IE 2000 16 RJ45 10/100 PoE, 2 GE Combo ports, LAN Lite Switch 1 Ea $2,495.41 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16PTC-G-NX - IE 2000 16 RJ45 10/100 PoE, 2 GE Combo ports, Enhanced LAN Base, 1588 & NAT, Comf. Coat 1 Ea $3,176.86 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16T67-B - IE 2000 16 10/100 ports IP67 LAN BASE 1 Ea $2,738.78 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16T67P-G-E - IE 2000 16 10/100 PoE, 2 GE, with IP67 LAN Enhanced, 1588 & NAT 1 Ea $3,452.68 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16TC-B - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 FE Combo ports with LAN Base Switch 1 Ea $1,749.06 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16TC-G-E - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 GE Combo ports, LAN Base, 1588 & NAT 1 Ea $2,008.65 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16TC-G-L - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 GE Combo ports with LAN Lite Switch 1 Ea $1,684.15 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16TC-G-N - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 GE Combo ports, Enhanced LAN Base, 1588 & NAT 1 Ea $2,860.14 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16TC-G-X - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 GE Combo ports, LAN Base, 1588 & NAT, Comf. Coat 1 Ea $2,268.26 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-16TC-L - IE 2000 16 RJ45 10/100, 2 FE SFP, and 2 FE Combo ports with LAN Lite Switch 1 Ea $1,621.20 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-24T67-B - IE 2000 24 10/100 ports IP67 LAN BASE 1 Ea $3,119.74 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4S-TS-G-B - IE 2000 with 4 FE SFP and 2 GE SFP with LAN Base image Switch 1 Ea $1,026.72 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4S-TS-G-L - IE 2000 with 4 FE SFP and 2 GE SFP with LAN Lite image Switch 1 Ea $856.68 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4T-B - IE 2000 6 FE RJ45 10/100, LAN Base Switch 1 Ea $840.46 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4T-G-B - IE 2000 4 FE and 2 GE RJ45 ports, LAN Base Switch 1 Ea $905.36 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4T-G-L - IE 2000 4 FE and 2 GE RJ45 ports, LAN Lite Switch 1 Ea $815.79 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4T-L - IE 2000 6 FE RJ45 10/100, LAN Lite Switch 1 Ea $682.75 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4TS-B - IE 2000 4 RJ45 10/100, 2 FE SFP, LAN Base Switch 1 Ea $840.46 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4TS-G-B - IE 2000 4 RJ45 10/100, 2 GE SFP, LAN Base Switch 1 Ea $905.36 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4TS-G-L - IE 2000 4 RJ45 10/100, 2 GE SFP, LAN Lite Switch 1 Ea $808.00 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-4TS-L - IE 2000 4 RJ45 10/100, 2 FE SFP, LAN Lite Switch 1 Ea $682.10 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-8T67-B - IE 2000 8 10/100 ports IP67 LAN BASE 1 Ea $1,951.54 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-8T67P-G-E - IE 2000 8 10/100 PoE, 2 GE, with IP67 LAN Enhanced, 1588 & NAT 1 Ea $2,657.66 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-8TC-B - IE 2000 8 RJ45 10/100 and 2 FE Combo ports with LAN Base Switch 1 Ea $1,100.06 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-8TC-G-B - IE 2000 8 RJ45 10/100 and 2 GE Combo ports with LAN Base Switch 1 Ea $1,229.86 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-8TC-G-E - IE 2000 8 RJ45 10/100 and 2 GE Combo ports with LAN Base, 1588 & NAT 1 Ea $1,416.12 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-8TC-G-L - IE 2000 8 RJ45 10/100 and 2 GE Combo ports with LAN Lite Switch 1 Ea $1,164.95 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-8TC-G-N - IE 2000 8 RJ45 10/100 and 2 GE Combo ports with Enhanced LAN Base, 1588 & NAT 1 Ea $1,684.15 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000-8TC-L - IE 2000 8 RJ45 10/100 and 2 FE Combo ports with LAN Lite Switch 1 Ea $946.24 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000U-16TC-G - IE 2000U 16 x 10/100 RJ45 ,2 FE + 2 GE Combo ports with LAN Base and 1588 Switch 1 Ea $2,073.55 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000U-16TC-GP - IE 2000U 16 x 10/100 POE ports, 2 GE Combo ports with LAN Base and 1588 Switch 1 Ea $2,657.66 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000U-16TC-G-X - IE 2000U 16 x 10/100 RJ45 ,2 FE + 2 GE Combo ports with LAN Base and 1588 and Comf. Coat 1 Ea $2,333.16 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000U-4S-G - IE 2000U 4 FE SFP and 2 GE SFP ports with LAN Base Switch 1 Ea $970.25 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000U-4T-G - IE 2000U 4 x 10/100 RJ45, 2 x 10/100/1000 SFP ports and LAN Base Switch 1 Ea $970.25 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000U-4TS-G - IE 2000U 4 x 10/100 and 2 x 10/100/1000 RJ45 ports and LAN Base Switch 1 Ea $970.25 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE-2000U-8TC-G - IE 2000U 8 x 10/100, 2 x GE Combo ports with LAN Base and 1588 Switch 1 Ea $1,610.82 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE2000-B-E= - IE2000 LAN Base to Enhanced LAN Base Paper License 1 Ea $324.50 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - IE2000-L-B= - IE2000 LAN Lite Base to LAN Base Paper License Spare 1 Ea $194.70 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - L-IE2000-B-E= - IE2000 LAN Base to Enhanced LAN Base E-License 1 Ea $324.50 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - L-IE2000-L-B= - IE2000 LAN Lite Base to LAN Base E- License spare for upgrade 1 Ea $194.70 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - LIC-IE2000-IP-L= - Field upgradable IE2000 LAN Base to IP Lite license 1 Ea $1,294.76 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - SD-IE-1GB= - 1GB Ruggedized SD memory card 1 Ea $70.00 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2000 Series - CAB-CONSOLE-M12= - Console Cable 3ft with M12M and DB9F for IE2000IP67 Switch 1 Ea $76.58 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - STK-RACKMNT-2955= - 19 in. DIN Rail mount kit 1 Ea $20.00 Intelligent Trans. Services 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - PWR-IE160W-67-DC= - POE DC Input Power Module for IP67 IE2000 1 Ea $783.34 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - PWR-IE3000-AC= - IE 3000 Power transformer 1 Ea $280.00 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - PWR-IE50W-AC= - Expansion Power Module for PWR- IE3000-AC 1 Ea $305.03 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - PWR-IE50W-AC-IEC= - Expansion Power Module w/ IEC Plug 1 Ea $320.00 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - PWR-IE65W-PC-AC= - AC-DC, 65 Watt Power Module for PoE/PoE+ IE3000/2000 1 Ea $386.15 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - PWR-IE65W-PC-DC= - DC-DC, 65 Watt Power Module for PoE/PoE+ IE3000/2000 1 Ea $449.11 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - GLC-FE-100FX-RGD= - 100Base-FX Multi Mode Rugged SFP 1 Ea $187.56 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - GLC-FE-100LX-RGD= - 100Mbps Single Mode Rugged SFP 1 Ea $295.94 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - GLC-LX-SM-RGD= - 1000Mbps Single Mode Rugged SFP 1 Ea $732.72 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - GLC-SX-MM-RGD= - 1000Mbps Multi-Mode Rugged SFP 1 Ea $369.28 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE2k & 3k Series - GLC-ZX-SM-RGD= - 1000BASE-ZX Single Mode Rugged SFP 1 Ea $2,938.02 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IE-3000-4TC - Cisco IE 3000 Switch, 4 10/100 + 2 T/SFP and LAN Base image 1 Ea $1,487.34 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IE-3000-4TC-E - Cisco IE 3000 Switch, 4 10/100 + 2 T/SFP and IP Services image 1 Ea $3,688.04 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IE-3000-8TC - Cisco IE 3000 Switch, 8 10/100 + 2 T/SFP and LAN Base image 1 Ea $1,797.44 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IE-3000-8TC-E - Cisco IE 3000 Switch, 8 10/100 + 2 T/SFP and IP Services image 1 Ea $4,144.82 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IEM-3000-4PC= - Cisco IE 3000 Expansion Module, 4 10/100 PoE/PoE+1 Ea $1,014.39 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IEM-3000-4PC-4TC= - Cisco IE 3000 Expansion Module, 4 10/100 PoE/PoE+ and 4 non-PoE ports 1 Ea $1,413.52 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IEM-3000-4SM= - Cisco IE 3000 Expansion Module with 4 100MB SFP ports 1 Ea $1,140.94 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IEM-3000-8FM= - Cisco IE 3000 Expansion Module with 8 100 FX ports 1 Ea $874.00 Intelligent Trans. Services 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IEM-3000-8SM= - Cisco IE 3000 Expansion Module with 8 100MB SFP ports 1 Ea $1,672.47 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - IEM-3000-8TM= - Cisco IE 3000 Expansion Module with 8 10/100 TX ports 1 Ea $804.11 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - PWR-IE3000-CLP= - IE3000 Power Transformer Spare Connector Clip 1 Ea $15.00 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - PWR-IE3000-CNCT= - IE3000 Power Spare Connector 1 Ea $22.00 Intelligent Trans. Services 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - CF-IE3000= - IE3000 Compact Flash Spare 1 Ea $75.00 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - CF-IE3000-E= - IE 3000 Campact Flash Spare for Layer 3 1 Ea $75.00 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - LPNL-IE3000= - IE3000 Left Panel Spare 1 Ea $20.00 Think IT Ai 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - RPNL-IE3000= - IE3000 Right Panel Spare 1 Ea $14.00 Intelligent Trans. Services 684-002-014 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE3000 Series - DINCLP-IE3000= - Din-rail clip 4 pack Spare 1 Ea $14.00 Intelligent Trans. Services 684-002-016 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series 1 Ea $4,433.97 Think IT Ai 684-002-029 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE5000 1 Ea $ 7,577.07 Think IT Ai 684-002-030 CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4010 1 Ea $ 4,929.15 Think IT Ai 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW VOLTAGE) DLA-12D3 (12VDC)1 Ea.$61.75 Citel 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW VOLTAGE) DS220S-24DC (24VAC)1 Ea.$85.50 Citel 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW VOLTAGE) DS230S-48DC (48VDC)1 Ea.$95.00 Citel 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW VOLTAGE) DLA-06D3 (2-wire 422/485)1 Ea.$61.75 Citel 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW VOLTAGE) DLA2-06D3 (4-wire 422/485)1 Ea.$95.00 Citel 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW VOLTAGE) MJ8-Cat5E (Ethernet)1 Ea.$66.50 Citel 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW VOLTAGE) MJ8-POE-B (Ethernet)1 Ea.$66.50 Citel 620-004-002 CITEL SURGE PROTECTIVE DEVICE (LOW VOLTAGE) DINBNC-HD (Video)1 Ea.$66.50 Citel 620-003-002 CITEL Surge Protective Device at (Point of Use)MLPC1 Series 1 Ea $35.00 Citel 620-002-010 CITEL Surge Protective Device for 120V or 120/240V Power DS70RS Series (120V only)1 Ea see config.Citel 620-002-011 CITEL Surge Protective Device (120V or 120/240V Power) M50-120S/T Series and DS72US/DS73US Series 1 Ea see config.Citel 620-004-008 CITEL Surge Protective Device for (Low Voltage)DLA2-12D3 Series 1 Ea $95.00 Citel 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP Series (SP560)1 Ea.$1,893.00 Temple 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP Series (250LE)1 Ea.$2,814.00 Temple 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP 1250LE, battery cable w/ 4 ea Andersen connectors 1 $2,941.00 Temple 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP Series (1250LX)1 Ea.$3,365.00 Temple 685-002-001 CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP Series (2000LX)1 Ea.$4,023.00 Temple 682-002-011 COHUHD COSTAR, LLC CAMERA - DOME 4220HD Series 1 Ea $2,950.00 Intelligent Trans. Services 682-001-005 COHUHD COSTAR, LLC CAMERA - EXTERNAL POSITIONER Rise 4260 Series 1 Ea see config.Intelligent Trans. Services 682-004-002 COHUHD COSTAR, LLC CAMERA - THERMAL/VISIBLE HYBRID RISE 4290 Series 1 Ea $19,619.00 Intelligent Trans. Services 684-002-006 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE2FE16MS 1 Ea.$1,703.00 Intelligent Trans. Services 684-002-006 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE8FX4TX4MS 1 Ea.$1,387.00 Intelligent Trans. Services 684-002-006 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE3FE7MS2 1 Ea.$1,187.00 Intelligent Trans. Services 684-002-006 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE8MS 1 Ea.$1,526.00 Intelligent Trans. Services 684-002-006 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE12MS 1 Ea.$1,687.00 Intelligent Trans. Services 684-002-006 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE24MS 1 Ea.$4,081.00 Intelligent Trans. Services 684-002-019 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE11FX 1 Ea $1,787.00 Intelligent Trans. Services 684-002-020 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE12FX 1 Ea $1,887.00 Intelligent Trans. Services 684-002-021 COMMUNICATION NETWORKS MANAGED FIELD ETHERNET SWITCH CNGE20MS 1 Ea $1,703.00 Intelligent Trans. Services 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER CLFE1EOC - Single-Channel Ethernet over COAX with Pass-through PoE 1 Ea $264.00 Intelligent Trans. Services 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER CLRFE1EOCP/M - Miniature CopperLine Single Channel Ethernet over COAX PoE Powered 1 Ea $264.00 Intelligent Trans. Services 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER CNFE2004S1A/M - 2TX TO 1 FX Small Size 100Mbps Media Converter (A), SC Connector, AC/DC Power, sm, 1 fiber 1 Ea $781.00 Intelligent Trans. Services 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER CNFE2MCM - Small Size 100Mbps Media Converter 1 Ea $420.00 Intelligent Trans. Services 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER CNFE2MCPOE - 100Mbps Media Converter, Power Over Ethernet, 48V POE, Power Supply Included 1 Ea $520.00 Intelligent Trans. Services 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER CNGE2MCM - Small Size 1000 Mbps Media Converter 1 Ea $637.00 Intelligent Trans. Services 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER CNGE2MCPOEM - 1000Mbps Media Converter, Power Over Ethernet, 48V POE Power Supply Included 1 Ea $720.00 Intelligent Trans. Services 684-005-002 COMMUNICATION NETWORKS MEDIA CONVERTER CNMCSFP/M - 10/100/1000Mbps Multi-Rate Media Converter, 100FX/1000FX Selectable, Small Size 1 Ea $637.00 Intelligent Trans. Services 684-001-006 COMMUNICATION NETWORKS DEVICE SERVER CNFE3DOE2/M 1 Ea $548.00 Intelligent Trans. Services 646-001-002 COMPONENT PRODUCTS TRANSFORMER BASE CPI-BAS-1-PDA & CPI-BAS-1-PDP 1 Ea.$160.00 Rainbow Distributors 646-001-003 COMPONENT PRODUCTS TRANSFORMER BASE CPI-BAS-1-PXDA & CPI-BAS-1-PXDP 1 Ea.$169.00 Rainbow Distributors 676-011-004 CONTROL TECHNOLOGIES WIRED CABINET ASSEMBLY TYPE I CT-FL1 1 Ea.$995.00 Control Technologies, Inc. 676-036-003 CONTROL TECHNOLOGIES 170 CONTROLLER CABINET 660 AT 1 Ea.$17,500.00 Control Technologies, Inc. 676-040-001 CONTROL TECHNOLOGIES 170 WIRED CABINET TYPE 552 MD 552X 1 Ea.$17,000.00 Control Technologies, Inc. 676-041-001 CONTROL TECHNOLOGIES 170 WIRED CABINET TYPE 662 MD 660X 1 Ea.$19,000.00 Control Technologies, Inc. 653-001-001 COST CAST, INC.PEDESTRIAN SIGNAL BRACKET SAND CAST 1915 1 Ea.$79.00 Rainbow Distributors 653-006-003 COST CAST, INC.POLE END 1918 POLE PLATES 1 Ea.$151.00 Rainbow Distributors 659-001-007 COST CAST, INC.VEHICLE SIGNAL BRACKET 1902,1902B 1 Ea.$88.00 Rainbow Distributors 659-001-008 COST CAST, INC.VEHICLE SIGNAL BRACKET 1903,1903B 1 Ea.$202.00 Rainbow Distributors 659-001-009 COST CAST, INC.VEHICLE SIGNAL BRACKET PN1904,1904B 1 Ea.$219.00 Rainbow Distributors 659-001-018 COST CAST, INC.VEHICLE SIGNAL BRACKET 1902B-C 1 Ea.$71.00 Rainbow Distributors 659-001-019 COST CAST, INC.VEHICLE SIGNAL BRACKET 1902XL-C 1 Ea.$280.00 Rainbow Distributors 659-001-020 COST CAST, INC.VEHICLE SIGNAL BRACKET 1902BXL-C 1 Ea.$312.00 Rainbow Distributors 659-001-026 COST CAST, INC.VEHICLE SIGNAL BRACKET 1903B 1 Ea.$202.00 Rainbow Distributors 659-001-027 COST CAST, INC.VEHICLE SIGNAL BRACKET 1902B 1 Ea.$88.00 Rainbow Distributors 659-001-032 COST CAST, INC.VEHICLE SIGNAL BRACKET 1917 1 Ea.$63.00 Rainbow Distributors 659-001-047 COST CAST, INC.VEHICLE SIGNAL BRACKET 1916A 1 Ea.$64.00 Rainbow Distributors 659-003-004 COST CAST, INC.SIGNAL HEAD SPACER 19812 1 Ea.$52.00 Rainbow Distributors 659-003-005 COST CAST, INC.SIGNAL HEAD SPACER 1908 1 Ea.$55.00 Rainbow Distributors 659-003-006 COST CAST, INC.SIGNAL HEAD SPACER 1912 1 Ea.$58.00 Rainbow Distributors 659-004-002 COST CAST, INC.DISCONNECT HANGER 1901T 1 Ea.$287.00 Rainbow Distributors 659-004-005 COST CAST, INC.DISCONNECT HANGER 1901T 1 Ea.$276.00 Rainbow Distributors 659-004-024 COST CAST, INC.DISCONNECT HANGER 1900T 1 Ea.$159.00 Rainbow Distributors 659-004-025 COST CAST, INC.DISCONNECT HANGER 1900T 1 Ea.$171.00 Rainbow Distributors 659-005-003 COST CAST, INC.ADJUSTABLE HANGER P.N. 1906 1 Ea.$28.00 Rainbow Distributors 659-006-001 COST CAST, INC.WIRE ENTRANCE FITTING 1976T 1 Ea.$85.00 Rainbow Distributors 659-009-002 COST CAST, INC.SLIP FITTER 1910 1 Ea.$46.00 Rainbow Distributors 659-009-003 COST CAST, INC.SLIP FITTER 1910 1 Ea.$46.00 Rainbow Distributors 659-010-002 COST CAST, INC.SPANWIRE CLAMP 1909 1 Ea.$14.00 Rainbow Distributors 659-011-008 COST CAST, INC.SIGN BRACKET 1920-20 1 Ea.$37.00 Rainbow Distributors 659-011-009 COST CAST, INC.SIGN BRACKET 1920-10D 1 Ea.$50.00 Rainbow Distributors 659-011-010 COST CAST, INC.SIGN BRACKET 1920-20D 1 Ea.$78.00 Rainbow Distributors 659-011-017 COST CAST, INC.SIGN BRACKET 1921-20 1 Ea.$32.00 Rainbow Distributors 659-011-023 COST CAST, INC.SIGN BRACKET 1922 1 Ea.$64.00 Rainbow Distributors 659-011-026 COST CAST, INC.SIGN BRACKET 1923 1 Ea.$98.00 Rainbow Distributors 659-011-029 COST CAST, INC.SIGN BRACKET 1922A 1 Ea.$94.00 Rainbow Distributors 659-011-030 COST CAST, INC.SIGN BRACKET 1916A 1 Ea.$64.00 Rainbow Distributors 659-012-001 COST CAST, INC.CLAMP 1999 1 Ea.$16.00 Rainbow Distributors 659-013-001 COST CAST, INC.TRI-STUD TO NIPPLE ADAPTER 1914 1 Ea.$25.00 Rainbow Distributors 659-014-002 COST CAST, INC.BALANCER 1911 1 Ea.$23.00 Rainbow Distributors 659-014-004 COST CAST, INC.BALANCER 1911 1 Ea.$28.00 Rainbow Distributors 659-015-001 COST CAST, INC.EXTENSION BAR 1906-E 1 Ea.$50.00 Rainbow Distributors 659-020-001 COST CAST, INC.TETHER CLAMP 1905B 1 Ea.$16.00 Rainbow Distributors 659-026-002 COST CAST, INC.MAST ARM CLAMP 1919A 1 Ea.$27.00 Rainbow Distributors 659-030-001 COST CAST, INC.CLEVIS ADAPTOR 1930 1 Ea.$20.00 Rainbow Distributors 659-031-007 COST CAST, INC.MAST ARM SIGNAL MOUNTING PN 1927 (can be used with existing 1916A)1 Ea.$45.00 Rainbow Distributors 659-036-001 COST CAST, INC.SPAN WIRE SIGN MOUNTING PN 1919A (includes PN 1931, which can be used with other approved assemblies)1 Ea.$59.00 Rainbow Distributors 659-031-018 COST CAST, INC.MAST ARM SIGNAL MOUNTING Value-Brac Model 1416-XX-XXX 1 Ea $129.00 Rainbow Distributors 700-020-002 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-27x125-66-A (Monochrome Amber 66mm pitch), includes ground mount control equipment cabinet 1 Ea.$73,720.00 Daktronics 700-020-002 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-27x125-66-A Option - inclusion of UPS for 2 hour back-up to DMS 1 Ea.$4,385.00 Daktronics 700-020-002 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-27x125-66-A Option - inclusion of generator plug and auto transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-020-002 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-27x125-66-A Option - inclusion of sun shields for control equipment cabinet 1 Ea.$630.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 Series (Full Color) 96x288 20 RGB, includes ground mount control equipment cabinet 1 Ea.$85,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x288-20-RGB Option - inclusion of UPS for 2 hour back-up to DMS 1 Ea.$8,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x288-34-RGB Option - inclusion of generator plug and auto transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x288-34-RGB Option - inclusion of sun shields for control equipment cabinet 1 Ea.$855.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full-Color) 96x336-20-RGB, includes ground mount control equipment cabinet 1 Ea.$90,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x336-20-RGB Option - inclusion of UPS for 2 hour back-up to DMS 1 Ea.$8,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x336-20-RGB Option - inclusion of generator plug and auto transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x336-20-RGB Option - inclusion of sun shields for control equipment cabinet 1 Ea.$855.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020 Series (Full-Color) 96x384-20-RGB, includes ground mount control equipment cabinet 1 Ea.$100,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x384-20-RGB Option - inclusion of UPS for 2 hour back-up to DMS 1 Ea.$8,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x384-20-RGB Option - inclusion of generator plug and auto transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF-2020-96x384-20-RGB Option - inclusion of sun shields for control equipment cabinet 1 Ea.$985.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 Series (Full Color) 96x400 20 RGB, includes ground mount control equipment cabinet 1 Ea.$105,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x400 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x400 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x400 20 RGB Option inclusion of sun shields for control equipment cabinet 1 Ea.$985.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 64x240 20 RGB, includes ground mount control equipment cabinet 1 Ea.$68,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 64x240 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 64x240 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 64x240 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea.$855.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 64x288 20 RGB, includes ground mount control equipment cabinet 1 Ea.$75,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 64x288 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 64x288 20 RGB Option inclusion of generator lug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 64x288 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea.$855.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 80x192 20 RGB, includes ground mount control equipment cabinet 1 Ea.$67,445.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x192 20 RGB Option inclusion of UPS for 2 hour back ‐ up to DMS 1 Ea. $8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x192 20 RGB Option inclusion ofgenerator plug and transferswitch for controlequipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x192 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea.$855.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 80x240 20 RGB, includes ground mount control equipment cabinet 1 Ea.$73,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x240 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x240 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x240 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea.$855.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 80x304 20 RGB, includes ground mount control equipment cabinet 1 Ea.$81,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x304 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x304 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 80x304 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea. $855.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 96x288 20 RGB, includes ground mount control equipment cabinet 1 Ea.$84,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x288 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x288 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x288 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea. $855.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 96x400 20 RGB, includes ground mount control equipment cabinet 1 Ea.$104,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x400 20 RGB Option inclusion of UPS for 2 hour back ‐ up to DMS 1 Ea. $8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x400 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x400 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea.$985.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 Series (Full Color) 24x128 20 RGB, includes ground mount control equipment cabinet 1 Ea.$22,745.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x128 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$4,385.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x128 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x128 20 RGB 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea. $630.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 Series (Full Color) 24x144 20 RGB, includes ground mount control equipment cabinet 1 Ea.$23,365.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x144 20 RGB Option inclusion of UPS for 2 hour back ‐ up to DMS 1 Ea. $4,385.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x144 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x144 20 RGB 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea. $630.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 Series (Full Color) 24x320 20 RGB, includes ground mount control equipment cabinet 1 Ea.$38,845.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x320 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$4,385.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x320 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x320 20 RGB 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea. $630.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 Series (Full Color) 24x352 20 RGB, includes ground mount control equipment cabinet 1 Ea.$41,020.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x352 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$4,385.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x352 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-024-001 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - EMBEDDED VM 1020 24x352 20 RGB 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea. $630.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 Series (Full Color) 96x416 20 RGB, includes ground mount control equipment cabinet 1 Ea.$110,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x416 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x416 20 RGB Option inclusion of generator plug and auto transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x416 20 RGB Option inclusion of sun shields for control equipment cabinet 1 Ea.$985.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 Series (Full Color) 96x432 20 RGB, includes ground mount controlequipment cabinet 1 Ea.$115,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x432 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x432 20 RGB Option inclusion of generator plug and auto transfer switch for control equipment cabinet 1 Ea. $685.00 Daktronics 700-020-005 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - WALK-IN VF 2020 96x432 20 RGB Option inclusion of sun shields for control equipment cabinet 1 Ea.$985.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 96x416 20 RGB, includes ground mount control equipment cabinet 1 Ea.$109,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x416 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x416 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x416 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea.$985.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 Series (Full Color) 96x432 20 RGB, includes ground mount control equipment cabinet 1 Ea.$114,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x432 20 RGB Option inclusion of UPS for 2 hour back up to DMS 1 Ea.$8,000.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x432 20 RGB Option inclusion of generator plug and transfer switch for control equipment cabinet 1 Ea.$685.00 Daktronics 700-023-003 DAKTRONICS, INC.DYNAMIC MESSAGE SIGN - FRONT ACCESS VF 2420 96x432 20 RGB inclusion of sun shields for control equipment cabinet 1 Ea.$985.00 Daktronics 678-005-008 DELTROL CONTROLS TRANSFER RELAY MODEL 295 SERIES (20 AMP)1 Ea.$35.00 Control Technologies, Inc. 650-010-033 DIALIGHT CORPORATION 12" LED RED SIGNAL 433-1210-003XLF 1 Ea.$25.00 Temple 650-010-038 DIALIGHT CORPORATION 12" LED RED SIGNAL 433-1210-003XLF15 1 Ea.$39.00 Temple 650-011-022 DIALIGHT CORPORATION 12" LED RED ARROW SIGNAL 432-1314-001XODF 1 Ea.$28.00 Temple 650-011-027 DIALIGHT CORPORATION 12" LED RED ARROW SIGNAL MODEL 432-1314-001XOF15 1 Ea.$41.00 Temple 650-012-017 DIALIGHT CORPORATION 12" LED YELLOW SIGNAL 433-3230-901XLF 1 Ea.$28.00 Temple 650-012-023 DIALIGHT CORPORATION 12" LED YELLOW SIGNAL 433-3230-901XLF15 1 Ea.$42.00 Temple 650-013-021 DIALIGHT CORPORATION 12" LED GREEN SIGNAL 433-2220-001XLF 1 Ea.$25.00 Temple 650-013-026 DIALIGHT CORPORATION 12" LED GREEN SIGNAL 433-2220-001XLF15 1 Ea.$41.00 Temple 650-014-014 DIALIGHT CORPORATION 12" LED YELLOW ARROW SIGNAL 431-3334-901XODF 1 Ea.$26.00 Temple 650-014-019 DIALIGHT CORPORATION 12" LED YELLOW ARROW SIGNAL MODEL 431-3334-901XOF15 1 Ea.$45.00 Temple 650-015-014 DIALIGHT CORPORATION 12" LED GREEN ARROW SIGNAL 432-2324-001XODF 1 Ea.$30.00 Temple 650-015-019 DIALIGHT CORPORATION 12" LED GREEN ARROW SIGNAL MODEL 432-2324-001XOF15 1 Ea.$44.00 Temple 650-018-002 DIALIGHT CORPORATION PROGRAMMABLE VISIBILITY RED LED LAMP FOR OPTICALLY PROGRAMMABLE SIGNAL P46-3R33-003 1 Ea.$41.00 Temple 650-019-002 DIALIGHT CORPORATION PROGRAMMABLE VISIBILITY YELLOW LED LAMP FOR OPTICALLY PROGRAMMABLE SIGNAL P46-3Y33-003 1 Ea.$41.00 Temple 650-020-002 DIALIGHT CORPORATION PROGRAMMABLE VISIBILITY GREEN LED LAMP FOR OPTICALLY PROGRAMMABLE SIGNAL P46-3G33-003 1 Ea.$55.00 Temple 653-016-006 DIALIGHT CORPORATION 12" LED HAND AND PERSON MODULE 430-6772-001XF 1 Ea.$67.00 Temple 653-017-014 DIALIGHT CORPORATION 16" X 18" LED HAND & PERSON MODULE 430-6450-001XF 1 Ea.$88.00 Temple 653-017-015 DIALIGHT CORPORATION 16" X 18" LED HAND & PERSON MODULE 430-6472-001XF 1 Ea.$94.00 Temple 653-022-011 DIALIGHT CORPORATION COUNTDOWN PEDESTRIAN SIGNAL 430-7773-001XF 1 Ea.$77.00 Temple 653-022-014 DIALIGHT CORPORATION COUNTDOWN PEDESTRIAN SIGNAL MODEL 430-6479-805XF (16" MODULE) 9" X 3 ¼" DIGITS with CLASS 3 MESSAGE SIZE 11" X 7"1 Ea.$103.00 Temple 650-025-002 DIALIGHT CORPORATION LIGHT RAIL TRANSIT SIGNAL 433xW22C121NQ01 Series $56.00 Temple 620-004-009 DITEK SURGE PROTECTIVE DEVICE FOR LOW VOLTAGE POWER, CONTROL, DATA AND SIGNAL SYSTEM DTK-MRJPOES 1 Ea.$63.17 Think IT Ai 745-001-004 DURANT PERFORMANCE COATINGS LOOP SEALANT STAT-A-FLEX ASPHALT (Fast Set Time) for Traffic Monitoring Sites (Two- Part)5 Gal.$425.00 Rainbow Distributors 745-001-004 DURANT PERFORMANCE COATINGS LOOP SEALANT STAT-A-FLEX Concrete (Fast Set Time) for Traffic Monitoring Sites (Two- Part)5 Gal.$425.00 Rainbow Distributors 660-005-024 DURANT PERFORMANCE COATINGS LOOP SEALANT STAT-A-FLEX ASPHALT (FAST SET TIME) (Two-Part)5 Gal.$425.00 Rainbow Distributors 660-005-024 DURANT PERFORMANCE COATINGS LOOP SEALANT STAT-A-FLEX CONCRETE (FAST SET TIME) (Two-Part)5 Gal.$425.00 Rainbow Distributors 660-003-043 EBERLE DESIGN VEH. LOOP DET. 1-CH. AUTO SHELF MT.LMD301 SERIES 1 Ea.$107.00 Control Technologies, Inc. 660-003-044 EBERLE DESIGN VEH. LOOP DET. 1-CH. AUTO SHELF MT.LMD301t SERIES 1 Ea.$129.00 Control Technologies, Inc. 660-008-025 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT. LM222 1 Ea.$68.25 Control Technologies, Inc. 660-008-032 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT.LMD 602T 1 Ea.$96.00 Control Technologies, Inc. 660-008-033 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT.LM602 SERIES 1 Ea.$68.50 Control Technologies, Inc. 660-008-034 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT.LMD222 SERIES 1 Ea.$68.50 Control Technologies, Inc. 660-008-035 EBERLE DESIGN VEH. LOOP DET. 2-CH. AUTO RACK MT.LM602 SERIES 1 Ea.$68.25 Control Technologies, Inc. 660-009-011 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT.LMD604 SERIES 1 Ea.$177.00 Control Technologies, Inc. 660-009-012 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT.LMD604t SERIES 1 Ea.$199.00 Control Technologies, Inc. 660-009-013 EBERLE DESIGN VEH. LOOP DET. 4-CH. AUTO RACK MT.LMD224 SERIES 1 Ea.$177.00 Control Technologies, Inc. 660-016-003 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE A (NO TIMINGS) LM622 SERIES 1 Ea.$68.50 Control Technologies, Inc. 660-016-004 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE A (NO TIMINGS) LMD622 SERIES 1 Ea.$68.50 Control Technologies, Inc. 660-017-007 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) ORACLE 2E 1 Ea.$153.50 Control Technologies, Inc. 660-017-008 EBERLE DESIGN VEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) LMD 622T 1 Ea.$96.00 Control Technologies, Inc. 660-022-005 EBERLE DESIGN VEH. DETECTOR- LOOP 4CH TS2 TYPE D (WITH TIMINGS) LMD624t SERIES 1 Ea.$199.00 Control Technologies, Inc. 660-023-002 EBERLE DESIGN VEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO TIMINGS) LMD624 SERIES 1 Ea.$177.00 Control Technologies, Inc. 678-003-010 EBERLE DESIGN CONFLICT MONITOR TYPE 12 SSM-12LE 1 Ea.$584.50 Control Technologies, Inc. 678-004-004 EBERLE DESIGN LOAD SWITCH 510 1 Ea.$20.75 Control Technologies, Inc. 678-006-005 EBERLE DESIGN FLASHER TYPE 1 810S 1 Ea. 678-007-003 EBERLE DESIGN FLASHER TYPE 3 810 1 Ea.$21.25 Control Technologies, Inc. 678-012-002 EBERLE DESIGN CONFLICT MONITOR TYPE 18 SSM-18LE 1 Ea. 678-016-005 EBERLE DESIGN MALFUNCTION MANAGEMENT UNIT TYPE 16 MMU-16LE (SMART MONITOR) SERIES 1 Ea.$609.00 Control Technologies, Inc. 678-016-006 EBERLE DESIGN MALFUNCTION MANAGEMENT UNIT TYPE 16 MMU-16E 1 Ea.$500.00 Control Technologies, Inc. 678-016-008 EBERLE DESIGN MALFUNCTION MANAGEMENT UNIT TYPE 16 MMU2-16LEip 1 Ea.$730.00 Control Technologies, Inc. 678-016-008 EBERLE DESIGN PROGRAM CARD FOR MMU16 SERIES CONFLICT MONITOR MMU16LE-PCM 1 Ea.$47.50 Control Technologies, Inc. 678-017-003 EBERLE DESIGN CABINET POWER SUPPLY (TS2)PS200 1 Ea.$277.00 Control Technologies, Inc. 678-018-003 EBERLE DESIGN BUS INTERFACE UNIT (TS2)BIU-700 1 Ea.$212.00 Control Technologies, Inc. 678-021-001 EBERLE DESIGN CABINET POWER SUPPLY (170)206L 1 Ea.$172.50 Control Technologies, Inc. 678-023-001 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS 2010ECL SERIES 1 Ea.$484.50 Control Technologies, Inc. 678-023-001 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS 2010ECLip 1 Ea.$606.00 Control Technologies, Inc. 678-023-001 EBERLE DESIGN PROGRAM CARD FOR 2010 CONFLICT MONITORS 210PB 1 Ea.$36.50 Control Technologies, Inc. 678-023-002 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS 2018KCL SERIES 1 Ea.$530.50 Control Technologies, Inc. 678-023-002 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS 2018KCLip 1 Ea.$652.00 Control Technologies, Inc. 678-023-003 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS 2018ECL SERIES 1 Ea.$558.50 Control Technologies, Inc. 678-023-003 EBERLE DESIGN CONFLICT MONITOR FOR 170/2070 CONTROLLERS 2018ECLip SERIES 1 Ea.$680.00 Control Technologies, Inc. 741-002-007 E-BOND EPOXIES TRAFFIC MONITORING SITE VEHICLE SENSOR - BONDING AGENT G-78 Bonding Agent (for Traffic Monitoring Sites Only) 1 Gal. (90 cu. In.) $71.40 Safety Zone Specialists 741-002-007 E-BOND EPOXIES TRAFFIC MONITORING SITE VEHICLE SENSOR - BONDING AGENT G-78 Bonding Agent (for Traffic Monitoring Sites Only) 2 Gal (180 cu. In) $97.10 Safety Zone Specialists 650-008-001 ECONOLITE 12" POLYCARBONATE 3 SECTION VEHICLE SIGNAL HOUSING TP31F2APEON WITH TUNNEL VISORS 1 Ea.$288.00 Econolite 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE)E1694P41-14-T2 (1 SECTION)1 Ea.$84.00 Econolite 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE)E1694P42-14-T2 (2 SECTION)1 Ea.$88.00 Econolite 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE)E1694P43-14-T2 (3 SECTION)1 Ea.$64.00 Econolite 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE)E1694P44-14-T2 (4 SECTION)1 Ea.$82.00 Econolite 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE)E1694P45-14-T2 (5 SECTION)1 Ea.$84.00 Econolite 650-022-001 ECONOLITE BACKPLATE (RETROREFLECTIVE)E1612G6-14-T2 (5 SECTION DH)1 Ea.$150.00 Econolite 660-015-021 ECONOLITE VEHICLE DETECTOR- VIDEO AUTOSCOPE RACKVISION TERRA (Bid functional system that includes a single RackVision card/processor, a single AIS camera, and up to 100’ of camera cable) 1 Ea.$4,200.00 Econolite 660-015-022 ECONOLITE VEHICLE DETECTOR- VIDEO AUTOSCOPE SOLO TERRA 1 Ea. 660-015-028 ECONOLITE VEHICLE DETECTOR- VIDEO AUTOSCOPE ENCORE 1 Ea. 660-015-029 ECONOLITE VEHICLE DETECTOR- VIDEO AUTOSCOPE RACKVISION PRO2 1 Ea.$4,280.00 Econolite 671-017-010 ECONOLITE NEMA TS2 TYPE 2 CONTROLLER UNIT COBALT 2100 1 Ea.$3,000.00 Econolite 671-019-003 ECONOLITE 2070 UNIT (FULL UNIT FOR 170 CABINET)SAFETRAN ATC 2070c 1 Ea.$3,000.00 Econolite 671-028-002 ECONOLITE 2070LC UNIT (LITE UNIT FOR ITS & TS2 CABINETS)MODEL 2070E 1 Ea.$3,000.00 Econolite 676-002-011 ECONOLITE WIRED CABINET ASSEMBLY TYPE IV M 1 Ea.$12,600.00 Econolite 676-003-009 ECONOLITE WIRED CABINET ASSEMBLY TYPE V P-44 1 Ea.$13,750.00 Econolite 676-023-001 ECONOLITE WIRED CABINET ASSEMBLY TS-2 SIZE 6 TS2-1-55-12 SIZE 6 TS2 CABINET 1 Ea.$17,270.00 Econolite 676-023-005 ECONOLITE WIRED CABINET ASSEMBLY TS-2 SIZE 6 5381 1 Ea.$15,454.00 Econolite 676-035-009 ECONOLITE ITS FIELD CABINET TYPE 336S STCABS #1284 1 Ea.$3,500.00 Econolite 678-004-001 ECONOLITE LOAD SWITCH 31095 G1 1 Ea.$30.00 Econolite 678-005-002 ECONOLITE TRANSFER RELAY 136 4992 1 Ea.$50.00 Econolite 678-006-001 ECONOLITE FLASHER TYPE 1 31065 G1 1 Ea.$50.00 Econolite 678-017-001 ECONOLITE CABINET POWER SUPPLY (TS2)PS-2412 CABINET POWER SUPPLY TS2 1 Ea. 678-017-004 ECONOLITE CABINET POWER SUPPLY (TS2)PS-200E 1 Ea.$325.00 Econolite 678-018-001 ECONOLITE BUS INTERFACE UNIT (TS2)BIU-64 1 Ea.$225.00 Econolite 680-001-003 ECONOLITE CONTROLLER - ROADSIDE MASTER ASC/2M-1000 ZONE MASTER 1 Ea. 685-002-002 ECONOLITE UNINTERRUPTIBLE POWER SUPPLY DBL “M” LED SERIES 1 Ea.$5,450.00 Econolite 685-003-001 ECONOLITE UNINTERRUPTIBLE POWER SUPPLY (REAL- TIME ACTIVE POWER CONDITIONER) DBL “M” SERIES 1 Ea.$3,150.00 Econolite 660-015-037 ECONOLITE VEHICLE DETECTOR - VIDEO VISION 1 Ea.$22,000.00 Econolite 676-011-008 ELECTROTECHNICS CORPORATION WIRED CABINET ASSEMBLY TYPE I 24 HOUR CAUTION SYSTEM 1 Ea.$3,218.00 Rainbow Distributors 678-008-019 ELECTROTECHNICS CORPORATION TIME SWITCH, TYPE 1 NTC-17E, 861500 1 RELAY 1 Ea.$363.00 Rainbow Distributors 678-009-004 ELECTROTECHNICS CORPORATION TIME SWITCH, TYPE 2 NTC-17E, 861503 2 RELAY 1 Ea.$394.00 Rainbow Distributors 678-020-001 ELECTROTECHNICS CORPORATION GPS TIME SWITCH MODEL TimeSync1-GPS 1 Ea.$475.00 Rainbow Distributors 700-026-008 ELECTROTECHNICS CORPORATION SIGN BEACON (SCHOOL ZONE)SCHOOLMASTER 1 Ea.$3,217.00 Rainbow Distributors 744-004-001 ERICO TRAFFIC MONITORING SITE SOLAR POWER UNIT - LIGHTNING ROD LPC227 1/2" x 36" Copper Air Terminal 1 Ea.$159.16 Think IT Ai 660-015-023 FLIR, INC.VEHICLE DETECTOR- VIDEO VIP3D.1s System (Bid functional system that includes a single camera, video detection board, and up to 100’ of camera cable)1 Ea.$3,500.00 Control Technologies, Inc. 660-015-023 FLIR, INC.VEHICLE DETECTOR- VIDEO Viewcom Max+1 Ea.$1,900.00 Control Technologies, Inc. 660-015-023 FLIR, INC.VEHICLE DETECTOR- VIDEO 4 I/O Expansion Card 1 Ea.$455.00 Control Technologies, Inc. 660-015-024 FLIR, INC.VEHICLE DETECTOR- VIDEO VIP3D.2s System (Bid functional system that includes 2 cameras, video detection board, and up to 200’ of camera cable)1 Ea.$6,000.00 Control Technologies, Inc. 660-015-024 FLIR, INC.VEHICLE DETECTOR- VIDEO VIP3D.1s Video Detection Board 1 Ea.$2,000.00 Control Technologies, Inc. 660-015-024 FLIR, INC.VEHICLE DETECTOR- VIDEO VIP3D2s Video Detection Board 1 Ea.$3,500.00 Control Technologies, Inc. 660-015-024 FLIR, INC.VEHICLE DETECTOR- VIDEO FC-Series Thermal Camera for detection system 1 Ea.$1,979.00 Control Technologies, Inc. 660-015-034 FLIR, INC.VEHICLE DETECTOR- VIDEO Traficam2 (Bid functional system that includes a single camera, processor, and up to 100’ of camera cable)1 Ea.$1,900.00 Control Technologies, Inc. 660-015-035 FLIR, INC.VEHICLE DETECTOR- VIDEO 4TI Eth Edge 1 Ea.$420.00 Control Technologies, Inc. 660-015-036 FLIR, INC.VEHICLE DETECTOR- VIDEO 4/O XP Expansion Card 1 Ea.$288.00 Control Technologies, Inc. 682-004-001 FLIR, INC.CAMERA - THERMAL/VISIBLE HYBRID D Series, Model D-618 1 Ea.$25,000.00 Control Technologies, Inc. 650-010-037 GE LIGHTING SOLUTIONS 12" LED RED SIGNAL DR6-RTFB-VLA-013 1 Ea.$27.00 Transportation Control Systems 650-012-022 GE LIGHTING SOLUTIONS 12" LED YELLOW SIGNAL MODEL DR6-YTFB-VLA-013 1 Ea.$27.00 Transportation Control Systems 650-013-025 GE LIGHTING SOLUTIONS 12" LED GREEN SIGNAL DR6-GTFB-VLA-013 1 Ea.$27.00 Transportation Control Systems 650-018-001 GE LIGHTING SOLUTIONS PROGRAMMABLE VISIBILITY RED LED LAMP FOR OPTICALLY PROGRAMMABLE SIGNAL DR3-RCFB-01A 1 Ea.$62.00 Transportation Control Systems 650-019-001 GE LIGHTING SOLUTIONS PROGRAMMABLE VISIBILITY YELLOW LED LAMP FOR OPTICALLY PROGRAMMABLE SIGNAL DR3-YCFB-01A 1 Ea.$62.00 Transportation Control Systems 650-020-001 GE LIGHTING SOLUTIONS PROGRAMMABLE VISIBILITY GREEN LED LAMP FOR OPTICALLY PROGRAMMABLE SIGNAL DR3-GCFB-01A 1 Ea.$62.00 Transportation Control Systems 650-025-001 GE LIGHTING SOLUTIONS LIGHT RAIL TRANSIT SIGNAL TR6-WCH-01A-51 $210.00 Transportation Control Systems 653-015-004 GE LIGHTING SOLUTIONS 12" LED ORANGE HAND MODULE PS6-PFH1-26A 1 Ea.$82.00 Transportation Control Systems 653-022-018 GE LIGHTING SOLUTIONS COUNTDOWN PEDESTRIAN SIGNAL PS7-CFF1-VLA 1 Ea.$95.00 Transportation Control Systems 653-023-002 GE LIGHTING SOLUTIONS 12" LED WALKING PERSON MODULE PS6-WFM3-26A 1 Ea.$80.00 Transportation Control Systems 650-011-028 GE LIGHTING SOLUTIONS 12" LED RED ARROW SIGNAL DR6-RTAAN-VLA 1 Ea.$30.00 Transportation Control Systems 650-014-020 GE LIGHTING SOLUTIONS 12" LED YELLOW ARROW SIGNAL DR6-YTAAN-VLA 1 Ea.$30.00 Transportation Control Systems 650-015-020 GE LIGHTING SOLUTIONS 12" LED GREEN ARROW SIGNAL DR6-GTAAN-VLA 1 Ea.$30.00 Transportation Control Systems 660-008-036 GLOBAL TRAFFIC TECHNOLOGIES, LLC VEH. LOOP DET. 2-CH. AUTO RACK MT.900 SERIES 1 Ea.$500.00 Transportation Control Systems 660-009-014 GLOBAL TRAFFIC TECHNOLOGIES, LLC VEH. LOOP DET. 4-CH. AUTO RACK MT.900 SERIES 1 Ea.$1,200.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 75' cable, 75-0301-3114-0 1 Ea.$188.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 150' cable, 75-0301-3115-7 1 Ea.$219.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 250' cable, 75-0301-3116-5 1 Ea.$260.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 500' cable, 75-0301-3117-3 1 Ea.$363.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 701-1, 1000' cable, 75-0301-3118-1 1 Ea.$568.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 75' cable, 75-0301-3119-9 1 Ea.$348.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 150' cable, 75-0301-3120-7 1 Ea.$380.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 250' cable, 75-0301-3121-5 1 Ea.$420.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 500' cable, 75-0301-3122-3 1 Ea.$523.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 701-2, 1000' cable, 75-0301-3123-1 1 Ea.$728.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 75' cable, 75-0301-3124-9 1 Ea.$507.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 150' cable, 75-0301-3125-6 1 Ea.$538.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 250' cable, 75-0301-3126-4 1 Ea.$579.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 500' cable, 75-0301-3127-2 1 Ea.$682.00 Transportation Control Systems 660-025-001 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 701-3, 500' cable, 75-0301-3128-0 1 Ea.$887.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 75' cable, 75-0301-3129-8 1 Ea.$215.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 150' cable, 75-0301-2203-2 1 Ea.$246.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 175' cable, 75-0301-3130-6 1 Ea.$256.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 500' cable, 75-0301-3131-4 1 Ea.$389.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Single Microloop Assy., Model 702-1, 1000' cable, 75-0301-3132-2 1 Ea.$595.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 75' cable, 75-0301-3133-0 1 Ea.$402.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 150' cable, 75-0301-2204-0 1 Ea.$432.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 175' cable, 75-0301-3134-8 1 Ea.$443.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 500' cable, 75-0301-3135-5 1 Ea.$556.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Double Microloop Assy., Model 702-2, 1000' cable, 75-0301-3136-3 1 Ea.$882.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 75' cable, 75-0301-3137-1 1 Ea.$616.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 150' cable, 75-0301-2205-7 1 Ea.$648.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 175' cable, 75-0301-3138-9 1 Ea.$659.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 500' cable, 75-0301-3139-7 1 Ea.$761.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Triple Microloop Assy., Model 702-3, 1000' cable, 75-0301-3140-5 1 Ea.$966.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Model 702, Installation Kit, 78-8114-5717-1 1 Ea.$120.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Model 702, Carrier, Single, 78-8114-5707-2 1 Ea.$69.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Model 702, Carrier Package, 25 Units, 78-8118-6123-2 1 Ea.$187.00 Transportation Control Systems 660-025-002 GLOBAL TRAFFIC TECHNOLOGIES, LLC MAGNETOMETER PROBE Model 702, Carrier Package, 50 Units, 78-8118-6124-0 1 Ea.$374.00 Transportation Control Systems 663-001-005 GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 762 IR Phase Selector 1 Ea.$2,805.00 Transportation Control Systems 663-001-006 GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 764 GPS & IR Phase Selector 1 Ea.$2,805.00 Transportation Control Systems 682-001-003 GOVCOMM, INC.CAMERA - EXTERNAL POSITIONER GC ICPO FIZ6D(E) / 2 MP 36X w/ Infrared 1 Ea.$3,475.00 Gov Comm 682-002-009 GOVCOMM, INC.CAMERA - DOME GC-IMPO-FIZDE 1 Ea.$1,750.00 Gov Comm 682-002-009 GOVCOMM, INC.CAMERA - DOME GC-IMPO-FIZ6DE 1 Ea.$3,597.00 Gov Comm 684-003-008 GOVCOMM, INC.VIDEO DECODER GC-CM-8H 1 Ea.$5,286.00 Gov Comm 684-003-008 GOVCOMM, INC.VIDEO DECODER GC-CM-16H 1 Ea.$19,874.00 Gov Comm 676-004-012 HESCO RLS, INC.SURGE PROTECTIVE DEVICE HE 300-15 1 Ea.$35.00 Rainbow Distributors 676-004-028 HESCO RLS, INC.SURGE PROTECTIVE DEVICE HE1700 1 Ea.$42.00 Rainbow Distributors 676-004-029 HESCO RLS, INC.SURGE PROTECTIVE DEVICE HE642C 1 Ea.$26.00 Rainbow Distributors 676-004-033 HESCO RLS, INC.SURGE PROTECTIVE DEVICE HE1800 1 Ea.$52.00 Rainbow Distributors 676-004-034 HESCO RLS, INC.SURGE PROTECTIVE DEVICE VLP SERIES 1 Ea.$10.00 Rainbow Distributors 635-001-069 HIGHLINE PRODUCTS PULL BOX AND COVER PHA132412Hxxxx (13x24)1 Ea.$452.00 Rainbow Distributors 635-001-070 HIGHLINE PRODUCTS PULL BOX AND COVER PHA173024Hxxxx (17x30)1 Ea.$654.00 Rainbow Distributors 635-001-071 HIGHLINE PRODUCTS PULL BOX AND COVER PHA243624Hxxxx (24x36)1 Ea.$1,294.00 Rainbow Distributors 102-055-001 HORIZON SIGNAL TECHNOLOGIES PORTABLE TRAFFIC SIGNAL (FOR WORK ZONE USE ONLY) MODEL SQ3TS 1 Ea.$49,500.00 Horizon Signal Tech. 102-055-002 HORIZON SIGNAL TECHNOLOGIES PORTABLE TRAFFIC SIGNAL (FOR WORK ZONE USE ONLY) MODEL SQ2 1 Ea.$30,750.00 Horizon Signal Tech. 660-020-006 IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM - MICROWAVE SX-300 (Detector Only)1 Ea.see config.ITS 660-020-006 IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM - MICROWAVE SX-300 (Detector, cable, and power supply)1 Ea.see config.ITS 671-019-002 INTELIGHT, INC.2070 UNIT (FULL UNIT FOR 170 CABINET)MODEL 2070-LDX 1 Ea.$2,950.00 Control Technologies, Inc. 671-017-013 INTELIGHT, INC.CONTROLLER - NEMA TS2 TYPE 2 X3 1 Ea.$2,850.00 Control Technologies, Inc. 671-016-013 INTELIGHT, INC.CONTROLLER - NEMA TS2 TYPE 1 X3-1 1 Ea.$2,725.00 Control Technologies, Inc. 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8040 1 Ea.$1,099.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8040-V2 1 Ea.$1,099.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8040-V2 PLUS 1 Ea.$1,399.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8012 1 Ea.$1,299.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8012-24 1 Ea.$1,299.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8012-24 PLUS 1 Ea.$1,699.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8020+1 Ea.$899.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8020 1 Ea.$899.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8024 1 Ea.$1,699.99 Express Supply 684-002-007 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-8028 1 Ea.$1,099.99 Express Supply 684-002-028 ITS EXPRESS MANAGED FIELD ETHERNET SWITCH ITS-80 Series V3 1 Ea.see config.Express Supply 660-015-040 ITS PLUS VEHICLE DETECTOR- VIDEO ITSP-PM120PMCVE-4 1 Ea.$8,695.00 ITS Plus 102-055-004 JOHN THOMAS PORTABLE TRAFFIC SIGNAL (for Work Zone Only)ADDCO PTS-2000 1 Ea.$24,500.00 John Thomas 682-003-001 JUPITER SYSTEMS VIDEO DISPLAY CONTROL SYSTEM Fusion Catalyst System 1 Ea.see config Jupiter Systems 682-003-004 JUPITER SYSTEMS VIDEO DISPLAY CONTROL SYSTEM Canvas see config Jupiter Systems 102-044-029 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD KKAB5015 (Current QPL #S102-0927, Last QPL recert 2/20/2009)1 Ea.$3,918.18 K&K Systems 102-044-030 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD KKAB5025 1 Ea.$4,142.13 K&K Systems 102-044-032 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD Model - KKAB3060-15TM (Current QPL # S102-1122, Last QPL recert 2/20/2009)1 Ea.$1,584.44 K&K Systems 102-045-015 K&K SYSTEMS VEHICLE MOUNTED ARROW BOARD KKAB3060-15TM (Previous QPL # S102-1122)1 Ea.$1,584.44 K&K Systems 102-045-016 K&K SYSTEMS VEHICLE MOUNTED ARROW BOARD KKAB3060-25TM (Previous QPL # S102-1123)1 Ea.$1,745.00 K&K Systems 102-045-017 K&K SYSTEMS VEHICLE MOUNTED ARROW BOARD KKAB4896-25TM (Previous QPL # S102-1124)1 Ea.$2,003.64 K&K Systems 102-044-033 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD Model - KKAB3060-25TM (Current QPL # S102-1123, Last QPL recert 2/20/2009)1 Ea.$1,745.00 K&K Systems 102-044-034 K&K SYSTEMS TRAILER MOUNTED ARROW BOARD Model - KKAB4896-25TM (Current QPL # S102-1124, Last QPL recert 2/20/2009)1 Ea.$2,003.64 K&K Systems 102-050-003 K&K SYSTEMS PORTABLE REGULTORY SIGN Model KKWS30-4 (Current QPL # S102-1302, Last QPL recert 2/20/2009)1 Ea.$3,064.04 K&K Systems 102-052-012 K&K SYSTEMS PORTABLE RADAR SPEED DISPLAY UNIT 2000R-18"1 Ea.$6,493.39 K&K Systems 646-001-004 K&K SYSTEMS TRANSFORMER BASE TS-1000 (Threaded Traffic Signal Pedestal Base )1 Ea.$200.00 K&K Systems 700-026-015 K&K SYSTEMS SIGN BEACON 112-D12, 112-S12 1 Ea.$3,750.00 K&K Systems 700-027-002 K&K SYSTEMS ILLUMINATED SIGN - HIGHLIGHTED SIGN MSAS-MUTCD 1 Ea.$1,595.00 K&K Systems 700-026-017 K&K SYSTEMS SIGN BEACON 118-D12 1 Ea.$3,370.31 K&K Systems 653-016-004 LEOTEK ELECTRONICS 12" LED HAND AND PERSON MODULE TP12H-HM 1 Ea.$78.60 Control Technologies, Inc. 653-017-012 LEOTEK ELECTRONICS 16" X 18" LED HAND & PERSON MODULE TSL-PED-DP-16-FS 1 Ea.$107.00 Control Technologies, Inc. 653-022-009 LEOTEK ELECTRONICS COUNTDOWN PEDESTRIAN SIGNAL TSL-PED-16-CIL-9-FL 1 Ea.$125.00 Rainbow Distributors 653-022-016 LEOTEK ELECTRONICS COUNTDOWN PEDESTRIAN SIGNAL TSL-PED-16-CIL-P1 1 Ea.$107.00 Control Technologies, Inc. 653-022-019 LEOTEK ELECTRONICS COUNTDOWN PEDESTRIAN SIGNAL TSL-PED-16-SPC-V1 1 Ea.$100.60 Control Technologies, Inc. 650-010-036 LEOTEK ELECTRONICS 12" LED RED SIGNAL Model TSL-12R-LX-IL6-A1-P2 1 Ea.$28.00 Rainbow Distributors 650-011-026 LEOTEK ELECTRONICS 12" LED RED ARROW SIGNAL Model TSL-12RA-IL6-A1 1 Ea.$30.00 Rainbow Distributors 650-012-021 LEOTEK ELECTRONICS 12" LED YELLOW SIGNAL Model TSL-12Y-LX-IL6-A1-P2 1 Ea.$30.00 Rainbow Distributors 650-013-024 LEOTEK ELECTRONICS 12" LED GREEN SIGNAL Model TSL-12G-LX-IL6-A1-P2 1 Ea.$30.00 Rainbow Distributors 650-014-018 LEOTEK ELECTRONICS 12" LED YELLOW ARROW SIGNAL Model TSL-12YA-IL6-A1 1 Ea.$32.00 Rainbow Distributors 650-015-018 LEOTEK ELECTRONICS 12" LED GREEN ARROW SIGNAL Model TSL-12GA-IL6-A1 1 Ea.$32.00 Rainbow Distributors 654-002-005 LUX SOLAR, INC.IN-ROADWAY LIGHTS ASSEMBLY LS1000+CWSYS 1 Ea.$16,690.00 Lux Solar 706-005-001 LUX SOLAR, INC.INTERNALLY ILLUMINATED RAISED PAVEMENT MARKER LS1000+1 Ea.$187.00 Lux Solar 102-053-001 M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO Solar Max 1 Ea.$39,500.00 Transportation Control Systems 635-001-070 MACLEAN HIGHLINE PULL BOX AND COVER PHA173030 1 Ea.$452.00 Rainbow Distributors 635-001-071 MACLEAN HIGHLINE PULL BOX AND COVER PHA2436xx 1 Ea.$654.00 Rainbow Distributors 635-001-056 MARTIN ENTERPRISES PULL BOX AND COVER Model PC3048 (12” depth) W/COVER AND HARDWARE 1 Ea.$1,294.00 Rainbow Distributors 653-019-001 MCCAIN 16" X 18" DIE CAST ALUMINUM PEDESTRIAN SIGNAL 8000 1 Ea.$102.00 Transportation Control Systems 653-020-001 MCCAIN 16" X 18" POLYCARBONATE PEDESTRIAN SIGNAL 8000 1 Ea.$60.00 Transportation Control Systems 671-012-003 MCCAIN 170E CONTROLLER UNIT 170E-HC11 1 Ea.$2,075.00 Transportation Control Systems 671-016-011 MCCAIN NEMA TS2 TYPE 1 CONTROLLER UNIT XATC eX Type 1 1 Ea.$2,325.00 Transportation Control Systems 671-017-009 MCCAIN NEMA TS2 TYPE 2 CONTROLLER UNIT XATC eX Type 2 1 Ea.$2,725.00 Transportation Control Systems 671-018-005 MCCAIN 2070L UNIT (LITE UNIT FOR 170 CABINET)2070E 1 Ea.$3,780.00 Transportation Control Systems 676-033-001 MCCAIN 170 UNWIRED CABINET TYPE 552 552 ENCLOSURE 1 Ea.$9,950.00 Transportation Control Systems 676-037-001 MCCAIN 170 WIRED CABINET TYPE 332 332 170 CABINET 1 Ea.$8,400.00 Transportation Control Systems 676-038-001 MCCAIN 170 WIRED CABINET TYPE 334 334C 170 CABINET 1 Ea.$6,200.00 Transportation Control Systems 676-039-001 MCCAIN 170 WIRED CABINET TYPE 336 336 170 CABINET 1 Ea.$7,280.00 Transportation Control Systems 676-042-001 MCCAIN 170/2070 WIRED CABINET TYPE 333 333JP 1 Ea.$9,950.00 Transportation Control Systems 650-001-008 MCCAIN 12" POLYCARBONATE VEHICLE SIGNAL Single Section with tunnel visor 1 Ea.$55.00 Transportation Control Systems 650-002-007 MCCAIN 12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor 1 Ea.$55.00 Transportation Control Systems 650-005-002 MCCAIN 12" DIE CAST OPTICALLY PROGRAMMABLE SIGNAL HEAD HPSTS-30-3 1 Ea.$2,050.00 Transportation Control Systems 650-008-002 MCCAIN 12" POLYCARBONATE 3 SECTION VEHICLE SIGNAL HOUSING M71645 1 Ea.$165.00 Transportation Control Systems 650-022-002 MCCAIN BACKPLATE (RETROREFLECTIVE)M44287 - 1 SECTION 1 Ea.$55.00 Transportation Control Systems 650-022-002 MCCAIN BACKPLATE (RETROREFLECTIVE)M44288 - 2 SECTION 1 Ea.$65.00 Transportation Control Systems 650-022-002 MCCAIN BACKPLATE (RETROREFLECTIVE)M66677 - 3 SECTION 1 Ea.$77.00 Transportation Control Systems 650-022-002 MCCAIN BACKPLATE (RETROREFLECTIVE)M44289 - 4 SECTION 1 Ea.$85.00 Transportation Control Systems 650-022-002 MCCAIN BACKPLATE (RETROREFLECTIVE)M66679 - 5 SECTION (In-line)1 Ea.$110.00 Transportation Control Systems 650-022-002 MCCAIN BACKPLATE (RETROREFLECTIVE)M66678 - 5 SECTION (Cluster)1 Ea.$125.00 Transportation Control Systems 671-019-005 MCCAIN 2070 UNIT (FULL UNIT FOR 170 CABINET)2070LX 1 Ea.$3,360.00 Transportation Control Systems 676-035-017 MCCAIN ITS FIELD CABINET M55036 1 Ea.$5,000.00 Transportation Control Systems 676-040-002 MCCAIN 170 WIRED CABINET TYPE 552 M54852 1 Ea.$12,620.00 Transportation Control Systems 641-008-002 MG-SQUARED, INC.CAMERA LOWERING DEVICE MODEL CLDMG2 - Lowering Device System only, including lowering device, lowering tool, up to 100' or lowering cable, up to 100' of composite cable, and assembly hardware. 1 Ea.$6,711.00 MG Squared 641-008-002 MG-SQUARED, INC.CAMERA LOWERING DEVICE/CONCRETE POLE BUNDLE MODEL CLDMG2 Series and Concrete Pole Bundle including, including lowering device, lowering tool, concrete pole in accordance with FDOT standard index 18113 (H=50), appropriate length of lowering cable, assembly hardware, and up to 100' of composite cable. 1 Ea.$14,475.00 MG Squared 641-008-002 MG-SQUARED, INC.CAMERA LOWERING DEVICE/STEEL POLE BUNDLE MODEL CLDMG2 Series and Steel Pole Bundle including, including lowering device, lowering tool, concrete pole in accordance with FDOT standard index 18111 (H=50), appropriate length of lowering cable, assembly hardware, and up to 100' of composite cable. 1 Ea.$16,515.00 MG Squared 641-008-002 MG-SQUARED, INC.CAMERA LOWERING DEVICE MODEL CLDMG2-EXT including lowering device, lowering winch and cabinet, exterior conduit, lowering cable for up to 50' mounting height, assembly hardware, and up to 100' of composite cable. 1 Ea.$8,448.00 MG Squared 660-027-009 MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION)Spectrum Smartlink 1B 1 Ea.$6,607.00 Transportation Control Systems 650-001-012 MOBOTREX 12" POLYCARBONATE VEHICLE SIGNAL TA12 HOUSING W/12" POLY LENS 1 Ea.$50.00 Temple 650-002-011 MOBOTREX 12" DIE CAST VEHICLE SIGNAL HOUSING W/ALZAK SWING REFLECTOR, POLY LENS 1 Ea.$62.00 Temple 653-004-004 MOBOTREX POLYCARBONATE PEDESTRIAN SIGNAL BRACKET UKS1452AB 1 Ea.$25.00 Temple 653-021-001 MOBOTREX 16" X 18" ALL LED PEDESTRIAN SIGNAL MODEL PED2001XXBB 1 Ea. 653-024-002 MOBOTREX 16" X 18" DIE CAST PEDESTRIAN SIGNAL HOUSING SG7SZ20COFFF 1 Ea.$118.00 Temple 653-025-001 MOBOTREX 16" X 18" POLYCARBONATE PEDESTRIAN SIGNAL HOUSING FL7SZ1C01BBF/3BBB 1 Ea.$96.00 Temple 676-026-003 MOBOTREX CABINET POWER SUPPLY (TS2)CPS105 1 Ea.$406.00 Temple 676-028-001 MOBOTREX DETECTOR RACK (TS2)CDR100 1 Ea.$275.00 Temple 744-002-005 MORNINGSTAR CORPORATION TRAFFIC MONITORING SITE SOLAR POWER UNIT - VOLTAGE REGULATOR SS-10-12 1 Ea.$100.00 Transportation Control Systems 744-002-007 MORNINGSTAR CORPORATION TRAFFIC MONITORING SITE SOLAR POWER UNIT - VOLTAGE REGULATOR SS-20L-12V 1 Ea.$160.00 Transportation Control Systems 660-018-002 MS SEDCO, INC.VEHICLE DETECTION SYSTEM - MICROWAVE TC-26B 1 Ea.$630.00 Transportation Control Systems 660-018-005 MS SEDCO, INC.VEHICLE DETECTION SYSTEM - MICROWAVE TC-CK1-SBE 1 Ea.$5,000.00 Transportation Control Systems 685-002-003 MULTILINK, INC.UNINTERRUPTIBLE POWER SUPPLY EP 2200-T 1 Ea.$2,192.00 Rainbow Distributors 684-005-001 NITEK MEDIA CONVERTER EL1500C 1 Ea.$550.00 Intelligent Trans. Services 700-012-013 ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN LS R3-1 1 Ea.$2,754.00 Temple 650-001-006 PEEK TRAFFIC CORP.12" POLYCARBONATE VEHICLE SIGNAL Single Section with tunnel visor 1 Ea.$62.00 Peek Traffic 650-002-005 PEEK TRAFFIC CORP.12" DIE CAST VEHICLE SIGNAL Single Section with tunnel visor, BLACK ALZAK SWING REFLECTOR, GLASS 1 Ea.$83.00 Peek Traffic 650-007-001 PEEK TRAFFIC CORP.8" POLYCARBONATE VEHICLE SIGNAL Single Section with tunnel visor 1 Ea.$66.00 Peek Traffic 653-002-006 PEEK TRAFFIC CORP.12" PEDESTRIAN SIGNAL HOUSING (ALUMINUM) 12" BLK. D.C. W/ALZAK REF.GLASS LENS 1 Ea.$90.00 Peek Traffic 653-009-002 PEEK TRAFFIC CORP.INTERNATIONAL SYMBOL PEDESTRIAN SIGNAL 7090 D.C.1 Ea.$285.00 Peek Traffic 660-015-030 PEEK TRAFFIC CORP.VEHICLE DETECTOR- VIDEO VideoTrak IQ, 1 Camera system, includes 90-180-05, 82-1773, CAMMTG- OVERARM, VIDSURGPNL, CX06MI, 250' Cable, Mouse, Monitor, Cabinet rack, power supply 1 Ea.$3,990.00 Peek Traffic 660-015-030 PEEK TRAFFIC CORP.VEHICLE DETECTOR- VIDEO VideoTrak IQ, 2 Camera system, includes 90-180-06, 82-1773 (x2), CAMMTG-OVERARM (x2), VIDSURGPNL, CX06MI (x2), 500' Cable, Mouse, Monitor, Cabinet rack, power supply 1 Ea.$6,200.00 Peek Traffic 660-015-030 PEEK TRAFFIC CORP.VEHICLE DETECTOR- VIDEO VideoTrak IQ, 3 Camera system, includes 90-180-08, 82-1773 (x3), CAMMTG-OVERARM (x3), VIDSURGPNL, CX06MI (x3), 750' Cable, Mouse, Monitor, Cabinet rack, power supply 1 Ea.$8,000.00 Peek Traffic 660-015-030 PEEK TRAFFIC CORP.VEHICLE DETECTOR- VIDEO VideoTrak IQ, 4 Camera system, includes 90-180-08, 82-1773 (x4), CAMMTG-OVERARM (x4), VIDSURGPNL, CX06MI (x4), 1000' Cable, Mouse, Monitor, Cabinet rack, power supply 1 Ea.$9,900.00 Peek Traffic 671-016-009 PEEK TRAFFIC CORP.NEMA TS2 TYPE 1 CONTROLLER UNIT Model ATC-1000 1 Ea.$2,346.00 Peek Traffic 671-017-007 PEEK TRAFFIC CORP.NEMA TS2 TYPE 2 CONTROLLER UNIT Model ATC-1000 1 Ea.$2,610.00 Peek Traffic 676-003-003 PEEK TRAFFIC CORP.WIRED CABINET ASSEMBLY TYPE V TYPE V 1 Ea.$7,450.00 Peek Traffic 676-003-008 PEEK TRAFFIC CORP.WIRED CABINET ASSEMBLY TYPE V TYPE V 1 Ea.$7,450.00 Peek Traffic 676-003-011 PEEK TRAFFIC CORP.WIRED CABINET ASSEMBLY TYPE V 8030-100480 TYPE V 1 Ea.$7,450.00 Peek Traffic 676-018-004 PEEK TRAFFIC CORP.LOAD BAY PANEL DRAWING # TX-8631 4 POS LOADSWITCH 1 Ea.$1,450.00 Peek Traffic 676-018-005 PEEK TRAFFIC CORP.LOAD BAY PANEL DRAWING # TX-8634 8 POS LOADSWITCH 1 Ea.$1,550.00 Peek Traffic 676-018-006 PEEK TRAFFIC CORP.LOAD BAY PANEL DRAWING # TX-8635 12 POS LOADSWITCH 1 Ea.$1,650.00 Peek Traffic 676-018-007 PEEK TRAFFIC CORP.LOAD BAY PANEL DRAWING # TX-8637 16 POS LOADSWITCH 1 Ea.$1,750.00 Peek Traffic 676-026-001 PEEK TRAFFIC CORP.CABINET POWER SUPPLY (TS2)PS100 1 Ea.$664.00 Peek Traffic 678-016-009 PEEK TRAFFIC CORP.MALFUNCTION MANAGEMENT UNIT TYPE 17 SG-1000 1 Ea.$990.00 Peek Traffic 678-018-004 PEEK TRAFFIC CORP.BUS INTERFACE UNIT (TS2)BIU 2012 Model 82-1933-01 1 Ea.$185.00 Peek Traffic 650-023-001 PELCO PRODUCTS, INC.VISOR SM-1028 1 Ea.$42.00 Temple 650-024-001 PELCO PRODUCTS, INC.LOUVER GL-1010-07 Programmable louver 1 Ea.$154.00 Transportation Control Systems 650-022-005 PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8000-RTX-FL 1 Ea.$71.00 Transportation Control Systems 653-001-003 PELCO PRODUCTS, INC.PEDESTRIAN SIGNAL BRACKET SAND CAST SP-1012-FL 1 Ea.$35.75 Transportation Control Systems 653-001-004 PELCO PRODUCTS, INC.PEDESTRIAN SIGNAL BRACKET SAND CAST SP-1011-FL 1 Ea.$33.10 Transportation Control Systems 653-006-004 PELCO PRODUCTS, INC.POLE END SE-0111-SS FLAT POLE FLANGE 1 Ea.$14.25 Transportation Control Systems 653-006-005 PELCO PRODUCTS, INC.POLE END SE-0381 1 Ea.$14.49 Transportation Control Systems 659-001-029 PELCO PRODUCTS, INC.VEHICLE SIGNAL BRACKET SP-1028-FL 1 Ea. 659-001-030 PELCO PRODUCTS, INC.VEHICLE SIGNAL BRACKET SP-1026-FL 1 Ea.$56.90 Transportation Control Systems 659-001-031 PELCO PRODUCTS, INC.VEHICLE SIGNAL BRACKET SP-1027-FL 1 Ea.$26.15 Transportation Control Systems 659-001-034 PELCO PRODUCTS, INC.VEHICLE SIGNAL BRACKET SP-1016-FL 1 Ea.$44.50 Transportation Control Systems 659-001-035 PELCO PRODUCTS, INC.VEHICLE SIGNAL BRACKET SP-1018-FL 1 Ea.$47.65 Transportation Control Systems 659-001-036 PELCO PRODUCTS, INC.VEHICLE SIGNAL BRACKET SP-1015-FL 1 Ea.$90.75 Transportation Control Systems 659-001-037 PELCO PRODUCTS, INC.VEHICLE SIGNAL BRACKET SP-1017-FL 1 Ea.$100.00 Transportation Control Systems 659-001-044 PELCO PRODUCTS, INC.VEHICLE SIGNAL BRACKET SP-2016-FL 1 Ea.$74.50 Transportation Control Systems 659-004-018 PELCO PRODUCTS, INC.DISCONNECT HANGER SP-1021-FL 1 Ea.$144.82 Transportation Control Systems 659-004-018 PELCO PRODUCTS, INC.DISCONNECT HANGER SP-1021-FL-2-P33 12 CIRCUIT DISCONNECT, NO JONES PLUG 1 Ea.$144.82 Transportation Control Systems 659-004-018 PELCO PRODUCTS, INC.DISCONNECT HANGER SP-1021-FL-1-P33 12 CIRCUIT DISCONNECT, WITH JONES PLUG 1 Ea.$168.75 Transportation Control Systems 659-004-019 PELCO PRODUCTS, INC.DISCONNECT HANGER SP-1022-FL 1 Ea.$148.25 Transportation Control Systems 659-005-005 PELCO PRODUCTS, INC.ADJUSTABLE HANGER SE-5055 1 Ea.$35.80 Transportation Control Systems 659-005-008 PELCO PRODUCTS, INC.ADJUSTABLE HANGER SP-1029-FL 1 Ea.$61.10 Transportation Control Systems 659-009-008 PELCO PRODUCTS, INC.SLIP FITTER SE-3002 1 Ea.$47.80 Transportation Control Systems 659-009-011 PELCO PRODUCTS, INC.SLIP FITTER SP-1033-FL 1 Ea.$24.50 Transportation Control Systems 659-009-012 PELCO PRODUCTS, INC.SLIP FITTER SE-3106-SS 1 Ea.$34.45 Transportation Control Systems 659-009-013 PELCO PRODUCTS, INC.SLIP FITTER SP-1034-FL 1 Ea.$45.70 Transportation Control Systems 659-010-005 PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-0321 1 Ea.$20.06 Temple 659-010-006 PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-0338 1 Ea.$19.02 Temple 659-010-010 PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-3211 1 Ea.$21.12 Temple 659-011-020 PELCO PRODUCTS, INC.SIGN BRACKET SP-1031-FL 1 Ea.$139.50 Transportation Control Systems 659-011-021 PELCO PRODUCTS, INC.SIGN BRACKET SP-1032-FL 1 Ea.$101.00 Transportation Control Systems 659-011-028 PELCO PRODUCTS, INC.SIGN BRACKET SP-1071-FL 1 Ea. 659-011-031 PELCO PRODUCTS, INC.SIGN BRACKET SP-1072-FL (Free-Swinging Mast Arm Sign Bracket w/Mini-Brac and Stainless Steel 45" Cable Mount)1 Ea.$238.00 Transportation Control Systems 659-011-031 PELCO PRODUCTS, INC.SIGN BRACKET SP-1072-FL (Free-Swinging Mast Arm Sign Bracket w/Mini-Brac and Stainless Steel 84" Cable Mount)1 Ea.$256.50 Transportation Control Systems 659-015-003 PELCO PRODUCTS, INC.EXTENSION BAR SE-0507-72 1 Ea.$25.60 Transportation Control Systems 659-016-003 PELCO PRODUCTS, INC.SPANWIRE CLAMP ADAPTER SE-0371 1 Ea.$8.80 Transportation Control Systems 659-021-003 PELCO PRODUCTS, INC.POLE END SE-0357-SS HUB 1 Ea.$10.30 Transportation Control Systems 659-021-004 PELCO PRODUCTS, INC.POLE END SE-0415-SS HUB 1 Ea.$12.25 Transportation Control Systems 659-031-009 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1079-FL-62, Astro-Stellar Clamp Kit, 62" cable 1 Ea.$79.00 Transportation Control Systems 659-031-009 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1079-FL-84, Astro-Stellar Clamp Kit, 84" cable 1 Ea.$82.49 Transportation Control Systems 659-031-009 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1079-FL-96, Astro-Stellar Clamp Kit, 96" cable 1 Ea.$85.60 Transportation Control Systems 659-031-009 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1079-FL-120, Astro-Stellar Clamp Kit, 120" cable 1 Ea.$94.50 Transportation Control Systems 659-031-010 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1110-FL 1 Ea.$183.99 Transportation Control Systems 659-031-011 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1006-FL 1 Ea.$137.00 Transportation Control Systems 659-031-011 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1006-FL (SP-1006-1-62-PNC 1S1W 120" CABLE)1 Ea.$137.47 Transportation Control Systems 659-031-011 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1006-FL (SP-1006-3-120-PNC 3S1W 120" CABLE)1 Ea.$148.50 Transportation Control Systems 659-031-011 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1006-FL (SP-1006-4-120-PNC 4S1W 120" CABLE)1 Ea.$154.75 Transportation Control Systems 659-031-011 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1006-FL (SP-1006-5-120-PNC 5S(in-line) 1W 120" CABLE)1 Ea.$163.25 Transportation Control Systems 659-031-012 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1008-FL 1 Ea.$274.00 Transportation Control Systems 659-034-002 PELCO PRODUCTS, INC.MAST ARM SIGN MOUNTING SP-1074-FL 1 Ea.$208.00 Transportation Control Systems 659-034-003 PELCO PRODUCTS, INC.MAST ARM SIGN MOUNTING SP-1010-FL 1 Ea.$107.00 Transportation Control Systems 659-034-003 PELCO PRODUCTS, INC.MAST ARM SIGN MOUNTING SP-1010-FL-12-120-PNC (12" ARM, 120" CABLE)1 Ea.$107.00 Transportation Control Systems 659-034-003 PELCO PRODUCTS, INC.MAST ARM SIGN MOUNTING SP-1010-FL-18-120-PNC (18" ARM, 120" CABLE)1 Ea.$107.00 Transportation Control Systems 659-034-003 PELCO PRODUCTS, INC.MAST ARM SIGN MOUNTING SP-1010-FL-24-120-PNC (24" ARM, 120" CABLE)1 Ea.$112.00 Transportation Control Systems 659-034-003 PELCO PRODUCTS, INC.MAST ARM SIGN MOUNTING SP-1010-FL-30-120-PNC (30" ARM, 120" CABLE)1 Ea.$116.25 Transportation Control Systems 659-034-003 PELCO PRODUCTS, INC.MAST ARM SIGN MOUNTING SP-1010-FL-36-120-PNC (36" ARM, 120" CABLE)1 Ea.$119.25 Transportation Control Systems 659-037-003 PELCO PRODUCTS, INC.SPAN WIRE SIGN MOUNTING SP-1050-FL 1 Ea.$82.50 Transportation Control Systems 659-037-001 PELCO PRODUCTS, INC.SPAN WIRE SIGNAL MOUNTING SP-1082-FL 1 Ea.$69.00 Transportation Control Systems 659-037-002 PELCO PRODUCTS, INC.SPAN WIRE SIGNAL MOUNTING SP-1083-FL 1 Ea.$93.25 Transportation Control Systems 659-037-004 PELCO PRODUCTS, INC.SPAN WIRE SIGNAL MOUNTING SP-1112-FL 1 Ea.$745.00 Transportation Control Systems 665-003-010 PELCO PRODUCTS, INC.PEDESTRIAN DETECTOR Model SP-1090-FL 1 Ea.$44.75 Transportation Control Systems 665-003-015 PELCO PRODUCTS, INC.PEDESTRIAN DETECTOR PASSPORT PIEZO PUSH BUTTON ASSEMBLY (SP-1111-FL)1 Ea.$80.50 Transportation Control Systems 665-004-009 PELCO PRODUCTS, INC.AUDIBLE/TACTILE PEDESTRIAN DETECTOR IntelliCross 1 Ea.$595.00 Transportation Control Systems 646-001-001 PELCO PRODUCTS, INC.TRANSFORMER BASE SP-1116-FL 1 Ea.$140.00 Transportation Control Systems 746-001-002 PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5336 1 Ea.$140.00 Transportation Control Systems 746-001-003 PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5337 1 Ea.$140.00 Transportation Control Systems 746-001-003 PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5337 ALUMINUM BODY W/ PLASTIC DOOR 1 Ea.$140.00 Transportation Control Systems 746-001-003 PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5334 ALUMINUM BODY W/ ALUMINUM DOOR 1 Ea.$136.45 Temple 746-001-003 PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5334-NL-GL-PNC ALUMINUM BODY W/ ALUMINUM DOOR (NO LOGO) AND FACTORY PG-5323 GROUND LUG 1 Ea.$159.75 Temple 746-001-004 PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5323 1 Ea.$4.75 Temple 746-001-005 PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5325 1 Ea.$61.50 Temple 746-001-009 PELCO PRODUCTS, INC. TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PN: PB-5401 (Pole cap, 4.5 inch OD)1 Ea.$16.75 Temple 659-038-001 PELCO PRODUCTS, INC.MAST ARM DETECTOR MOUNTING SP-1113-FL (Astro Mini-Brac)1 Ea.$43.25 Transportation Control Systems 659-037-003 PELCO PRODUCTS, INC.SPAN WIRE SIGNAL MOUNTING SP-1050-FL 1 Ea.$82.75 Transportation Control Systems 646-001-001 PELCO PRODUCTS, INC.TRANSFORMER BASE SP-1116-FL 1 Ea.$134.00 Transportation Control Systems 659-035-004 PELCO PRODUCTS, INC.MAST ARM CAMERA MOUNTING SP-1114-FL 1 Ea.$299.00 Transportation Control Systems 659-004-026 PELCO PRODUCTS, INC.DISCONNECT HANGER SP-1095-FL 1 Ea.$204.00 Transportation Control Systems 659-035-005 PELCO PRODUCTS, INC.MAST ARM CAMERA MOUNTING SP-1106-FL 1 Ea.$158.00 Transportation Control Systems 659-031-019 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1118-FL 1 Ea.$127.75 Transportation Control Systems 659-031-020 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1119-FL 1 Ea.$161.00 Transportation Control Systems 659-034-004 PELCO PRODUCTS, INC.MAST ARM SIGN MOUNTING SP-1009-FL 1 Ea.$163.75 Transportation Control Systems 659-031-021 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL 1 Ea.see config.Temple 659-031-022 PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1127-FL 1 Ea.see config.Temple 653-005-001 PELCO PRODUCTS, INC. (Formally EC)BRACKETS FOR DIE CAST PEDESTRIAN SIGNAL 2054-T 1 Ea.$19.01 Temple 653-005-003 PELCO PRODUCTS, INC. (Formally EC)BRACKETS FOR DIE CAST PEDESTRIAN SIGNAL 2055-T 1 Ea.$29.54 Temple 653-005-004 PELCO PRODUCTS, INC. (Formally EC)BRACKETS FOR DIE CAST PEDESTRIAN SIGNAL 2056-T 1 Ea.$30.62 Temple 653-005-005 PELCO PRODUCTS, INC. (Formally EC)BRACKETS FOR DIE CAST PEDESTRIAN SIGNAL 2057-TLP 1 Ea.$33.79 Temple 653-005-006 PELCO PRODUCTS, INC. (Formally EC)BRACKETS FOR DIE CAST PEDESTRIAN SIGNAL 2059 1 Ea.$19.01 Temple 653-006-001 PELCO PRODUCTS, INC. (Formally EC)POLE END 2052 1 Ea.$15.85 Temple 653-006-002 PELCO PRODUCTS, INC. (Formally EC)POLE END FLAT PN 2053 1 Ea.$10.25 Transportation Control Systems 653-006-009 PELCO PRODUCTS, INC. (Formally EC)POLE END 2053 F 1 Ea.$9.50 Temple 653-006-010 PELCO PRODUCTS, INC. (Formally EC)POLE END 2053 C 1 Ea.$10.25 Transportation Control Systems 659-001-001 PELCO PRODUCTS, INC. (Formally EC)VEHICLE SIGNAL BRACKET 2042 1 Ea.$103.51 Temple 659-001-002 PELCO PRODUCTS, INC. (Formally EC)VEHICLE SIGNAL BRACKET 2021 1 Ea.$26.41 Temple 659-001-003 PELCO PRODUCTS, INC. (Formally EC)VEHICLE SIGNAL BRACKET 2022 1 Ea.$64.41 Temple 659-001-004 PELCO PRODUCTS, INC. (Formally EC)VEHICLE SIGNAL BRACKET 2031 1 Ea.$53.84 Temple 659-001-005 PELCO PRODUCTS, INC. (Formally EC)VEHICLE SIGNAL BRACKET 2032 1 Ea.$88.71 Temple 659-001-006 PELCO PRODUCTS, INC. (Formally EC)VEHICLE SIGNAL BRACKET 2041 1 Ea.$70.77 Temple 659-001-015 PELCO PRODUCTS, INC. (Formally EC)VEHICLE SIGNAL BRACKET 2022-XL 1 Ea.$93.00 Transportation Control Systems 659-001-039 PELCO PRODUCTS, INC. (Formally EC)VEHICLE SIGNAL BRACKET P.N. 2020 XL 1 Ea.$87.68 Temple 659-003-001 PELCO PRODUCTS, INC. (Formally EC)SIGNAL HEAD SPACER 3008 1 Ea.$26.36 Temple 659-003-002 PELCO PRODUCTS, INC. (Formally EC)SIGNAL HEAD SPACER 3012 1 Ea.$28.50 Temple 659-003-003 PELCO PRODUCTS, INC. (Formally EC)SIGNAL HEAD SPACER PN 3008 12 1 Ea.$27.00 Transportation Control Systems 659-004-001 PELCO PRODUCTS, INC. (Formally EC)DISCONNECT HANGER 2150 1 Ea.$176.00 Transportation Control Systems 659-004-006 PELCO PRODUCTS, INC. (Formally EC)DISCONNECT HANGER 1150-12-T 1 Ea.$165.86 Temple 659-004-007 PELCO PRODUCTS, INC. (Formally EC)DISCONNECT HANGER 1150-18-T 1 Ea.$159.00 Transportation Control Systems 659-004-010 PELCO PRODUCTS, INC. (Formally EC)DISCONNECT HANGER 1155-18T 1 Ea.$135.00 Transportation Control Systems 659-004-011 PELCO PRODUCTS, INC. (Formally EC)DISCONNECT HANGER 1155-12T 1 Ea.$150.02 Temple 659-005-001 PELCO PRODUCTS, INC. (Formally EC)ADJUSTABLE HANGER 2075T 1 Ea.$45.44 Temple 659-006-003 PELCO PRODUCTS, INC. (Formally EC)WIRE ENTRANCE FITTING P.N. 2083T 1 Ea.$62.32 Temple 659-006-004 PELCO PRODUCTS, INC. (Formally EC)WIRE ENTRANCE FITTING P.N. 2085T ADJUSTABLE HANGER 1 Ea.$77.10 Temple 659-006-006 PELCO PRODUCTS, INC. (Formally EC)WIRE ENTRANCE FITTING P.N. 2084T 1 Ea.$38.00 Temple 659-006-007 PELCO PRODUCTS, INC. (Formally EC)WIRE ENTRANCE FITTING P.N. 2084N 1 Ea. 659-008-002 PELCO PRODUCTS, INC. (Formally EC)PLUMBIZER 2086 1 Ea.$39.07 Temple 659-009-001 PELCO PRODUCTS, INC. (Formally EC)SLIP FITTER 3004T 1 Ea.$33.81 Temple 659-010-001 PELCO PRODUCTS, INC. (Formally EC)SPANWIRE CLAMP 2079 1 Ea.$23.28 Temple 659-011-001 PELCO PRODUCTS, INC. (Formally EC)SIGN BRACKET 2093,2093-XL,2094,2094-XL 1 Ea.see config Temple 659-011-003 PELCO PRODUCTS, INC. (Formally EC)SIGN BRACKET 2093-SWXL 1 Ea.$56.00 Transportation Control Systems 659-011-013 PELCO PRODUCTS, INC. (Formally EC)SIGN BRACKET 3075-SB 1 Ea.see config Temple 659-013-002 PELCO PRODUCTS, INC. (Formally EC)TRI-STUD TO NIPPLE ADAPTER 2051 1 Ea.$17.92 Temple 659-014-003 PELCO PRODUCTS, INC. (Formally EC)BALANCER 1157-BT 1 Ea.$22.13 Temple 659-015-002 PELCO PRODUCTS, INC. (Formally EC)EXTENSION BAR 2076 1 Ea. 659-016-002 PELCO PRODUCTS, INC. (Formally EC)SPANWIRE CLAMP ADAPTER 1156-T 1 Ea.$16.87 Temple 659-016-004 PELCO PRODUCTS, INC. (Formally EC)SPANWIRE CLAMP ADAPTER 1156-C 1 Ea.$15.79 Temple 665-003-005 PELCO PRODUCTS, INC. (Formally EC)PEDESTRIAN DETECTOR PN 2060-P-B 1 Ea.$49.59 Temple 635-001-053 PENCELL PLASTICS PULL BOX AND COVER MODEL DT1324 (17.25” depth – with concrete ring)1 Ea.$180.00 Rainbow Distributors 635-001-053 PENCELL PLASTICS PULL BOX AND COVER MODEL DT1324 (15” depth – without concrete ring)1 Ea.$175.00 Rainbow Distributors 635-001-054 PENCELL PLASTICS PULL BOX AND COVER MODEL DT1730 (17.25” depth – with concrete ring)1 Ea.$246.00 Rainbow Distributors 635-001-054 PENCELL PLASTICS PULL BOX AND COVER MODEL DT1730 (15” depth – without concrete ring)1 Ea.$202.00 Rainbow Distributors 635-001-067 PENCELL PLASTICS PULL BOX AND COVER MODEL DT-2-2436PC (18" depth) W/COVER AND HARDWARE 1 Ea.$370.00 Rainbow Distributors 635-001-067 PENCELL PLASTICS PULL BOX AND COVER MODEL DT-2-2436PC (24" depth) W/COVER AND HARDWARE 1 Ea.$488.00 Rainbow Distributors 635-001-067 PENCELL PLASTICS PULL BOX AND COVER MODEL DT-2-2436PC (36" depth) W/COVER AND HARDWARE 1 Ea.$625.00 Rainbow Distributors 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 1-Port DB9, P/N 99435-0 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS VDC 1 Port, P/N 99440-4 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 2-Port 1E, P/N 99480-0 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 2-Port 2E, P/N 99481-7 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 4-Port DB9, P/N 99445-9 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 4-Port RJ45, P/N 99446-6 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 8-Port DB9, P/N 99448-0 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 8-Port RJ45, P/N 99449-7 1 Ea.NO BID 684-001-002 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster RTS Series, RTS 1-Port DB9, P/N 99435-0 1 Ea.NO BID 684-001-003 PEPPERL+FUCHS COMTROL DEVICE SERVER DeviceMaster PRO Series, PRO 8 port, P/N 99443-5 1 Ea.NO BID 684-002-004 PEPPERL+FUCHS COMTROL MANAGED FIELD ETHERNET SWITCH RocketLinx ES8500-XTE 1 Ea.NO BID 684-002-004 PEPPERL+FUCHS COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx ES8510-XT IND: PN/ 32061-6 1 Ea. NO BID 684-002-004 PEPPERL+FUCHS COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx ES8509 XT IND: PN/ 32065-4 1 Ea. NO BID 684-002-004 PEPPERL+FUCHS COMTROL MANAGED FIELD ETHERNET SWITCH RocketlinX ES8510-XTE IND: PN/32062-3 1 Ea. NO BID 684-002-004 PEPPERL+FUCHS COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx ES8508 XT IND: PN/32010-4 1 Ea. NO BID 684-002-004 PEPPERL+FUCHS COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx 8508F-S-XT IND: PN/32011-1 1 Ea. NO BID 684-002-004 PEPPERL+FUCHS COMTROL MANAGED FIELD ETHERNET SWITCH Rocketlinx 8508F-M-XT IND: PM/ 32012-8 1 Ea. NO BID 684-002-008 PEPPERL+FUCHS COMTROL MANAGED FIELD ETHERNET SWITCH RocketLinx ES9528-XT 1 Ea.NO BID 665-005-005 POLARA ENGINEERING, INC.AUDIBLE/TACTILE PEDESTRIAN DETECTOR MODEL XAV2E-LED 1 Ea.$328.57 Temple 665-003-011 POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR LATCHING BULL DOG SYSTEM, INCLUDES (8) BDL3 W/UNIVERSAL POLE MOUNT, (1) PUSH BUTTON CONTROL UNIT 1 Ea.see config Temple 665-004-007 POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN3 1 Ea.see config Temple 678-004-009 POWER DISTRIBUTION & CONTROL LOAD SWITCH SSS-86-3 1 Ea.$20.75 Control Technologies, Inc. 678-004-011 POWER DISTRIBUTION & CONTROL LOAD SWITCH SSS-87 I/O 1 Ea.$34.25 Control Technologies, Inc. 678-004-015 POWER DISTRIBUTION & CONTROL LOAD SWITCH SSS-87 1 Ea.$33.85 Control Technologies, Inc. 678-007-007 POWER DISTRIBUTION & CONTROL FLASHER TYPE 3 SSF-86-3 1 Ea.$21.25 Control Technologies, Inc. 678-007-014 POWER DISTRIBUTION & CONTROL FLASHER TYPE 3 SSF-87 1 Ea.$32.10 Control Technologies, Inc. 744-001-004 POWER SONIC TRAFFIC MONITORING SITE SOLAR POWER UNIT - BATTERY PS-121000 1 Ea.$230.00 Transportation Control Systems 744-001-005 POWER SONIC TRAFFIC MONITORING SITE SOLAR POWER UNIT - BATTERY PG-12V103FR 1 Ea.$250.00 Transportation Control Systems 635-001-012 QUAZITE PULL BOX AND COVER PG2436BAxx (24x36x18) W/COVER AND HARDWARE 1 Ea.$365.00 Rainbow Distributors 635-001-012 QUAZITE PULL BOX AND COVER PG2436BAxx (24x36x24) W/COVER AND HARDWARE 1 Ea.$485.00 Rainbow Distributors 635-001-012 QUAZITE PULL BOX AND COVER PG2436BAxx (24x36x30) W/COVER AND HARDWARE 1 Ea.$561.00 Rainbow Distributors 635-001-012 QUAZITE PULL BOX AND COVER PG2436BAxx (24x36x36) W/COVER AND HARDWARE 1 Ea.$621.00 Rainbow Distributors 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x12) W/COVER AND HARDWARE 1 Ea.$228.00 Rainbow Distributors 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x18) W/COVER AND HARDWARE 1 Ea.$230.00 Rainbow Distributors 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x22) W/COVER AND HARDWARE 1 Ea.$259.00 Rainbow Distributors 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x24) W/COVER AND HARDWARE 1 Ea.$290.00 Rainbow Distributors 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x28) W/COVER AND HARDWARE 1 Ea.$309.00 Rainbow Distributors 635-001-014 QUAZITE PULL BOX AND COVER PG1730BAxx (17x30x30) W/COVER AND HARDWARE 1 Ea.$321.00 Rainbow Distributors 635-001-025 QUAZITE PULL BOX AND COVER PG1324BAxx (13x24x12) W/COVER AND HARDWARE 1 Ea.$179.00 Rainbow Distributors 635-001-025 QUAZITE PULL BOX AND COVER PG1324BAxx (13x24x18) W/COVER AND HARDWARE 1 Ea.$200.00 Rainbow Distributors 635-001-060 QUAZITE PULL BOX AND COVER Model PG3060BAxx (30x60x21) W/COVER AND HARDWARE 1 Ea.$891.00 Rainbow Distributors 635-001-060 QUAZITE PULL BOX AND COVER Model PG3060BAxx (30x60x30) W/COVER AND HARDWARE 1 Ea.$935.00 Rainbow Distributors 635-001-060 QUAZITE PULL BOX AND COVER Model PG3060BAxx (30x60x36) W/COVER AND HARDWARE 1 Ea.$1,019.00 Rainbow Distributors 635-001-061 QUAZITE PULL BOX AND COVER Model PG3048BAxx (30x48x18) W/COVER AND HARDWARE 1 Ea.$663.00 Rainbow Distributors 635-001-061 QUAZITE PULL BOX AND COVER Model PG3048BAxx (30x48x24) W/COVER AND HARDWARE 1 Ea.$724.00 Rainbow Distributors 635-001-061 QUAZITE PULL BOX AND COVER Model PG3048BAxx (30x48x36) W/COVER AND HARDWARE 1 Ea.$936.00 Rainbow Distributors 635-001-062 QUAZITE PULL BOX AND COVER Model PR3943BAxx (36" Round, 18"D) W/COVER AND HARDWARE 1 Ea.$537.00 Rainbow Distributors 635-001-062 QUAZITE PULL BOX AND COVER Model PR3943BAxx (36" Round, 36"D) W/COVER AND HARDWARE 1 Ea.$819.00 Rainbow Distributors 635-001-063 QUAZITE PULL BOX AND COVER Model PR3944BAxx (36" Round, 24"D) W/COVER AND HARDWARE 1 Ea.$692.00 Rainbow Distributors 635-001-063 QUAZITE PULL BOX AND COVER Model PR3944BAxx (36" Round, 48"D) W/COVER AND HARDWARE 1 Ea.$1,120.00 Rainbow Distributors 635-001-064 QUAZITE PULL BOX AND COVER Model PR2733BAxx (27" Round, 48"D) W/COVER AND HARDWARE 1 Ea.$661.00 Rainbow Distributors 635-001-065 QUAZITE PULL BOX AND COVER Model PR2732BAxx (27" Round, 36"D) W/COVER AND HARDWARE 1 Ea.$509.00 Rainbow Distributors 660-001-032 RENO A&E VEH. LOOP DET. 2-CH. AUTO SHELF MT.S-1200 SERIES 1 Ea.$387.00 Transportation Control Systems 660-001-033 RENO A&E VEH. LOOP DET. 2-CH. AUTO SHELF MT. S-1201 SERIES 1 Ea.$514.00 Transportation Control Systems 660-001-034 RENO A&E VEH. LOOP DET. 2-CH. AUTO SHELF MT.T-210 SERIES 1 Ea.$205.00 Transportation Control Systems 660-003-038 RENO A&E VEH. LOOP DET. 1-CH. AUTO SHELF MT.L-1200 SERIES 1 Ea.$222.00 Transportation Control Systems 660-003-039 RENO A&E VEH. LOOP DET. 1-CH. AUTO SHELF MT.L-1201 SERIES 1 Ea.$279.00 Transportation Control Systems 660-003-040 RENO A&E VEH. LOOP DET. 1-CH. AUTO SHELF MT.T-100 SERIES 1 Ea.$134.00 Transportation Control Systems 660-003-041 RENO A&E VEH. LOOP DET. 1-CH. AUTO SHELF MT.T-110 SERIES 1 Ea.$162.50 Transportation Control Systems 660-006-016 RENO A&E VEH. LOOP DET. 4-CH. AUTO SHELF MT.T-400 SERIES 1 Ea.$327.00 Transportation Control Systems 660-006-017 RENO A&E VEH. LOOP DET. 4-CH. AUTO SHELF MT.U-1200 SERIES 1 Ea.$539.50 Transportation Control Systems 660-008-024 RENO A&E VEH. LOOP DET. 2-CH. AUTO RACK MT.222 SERIES 1 Ea.$92.00 Transportation Control Systems 660-008-031 RENO A&E VEH. LOOP DET. 2-CH. AUTO RACK MT.C-1100 SERIES 1 Ea.$207.00 Transportation Control Systems 660-009-010 RENO A&E VEH. LOOP DET. 4-CH. AUTO RACK MT.E-1100-SS 1 Ea.$317.00 Transportation Control Systems 660-016-002 RENO A&E VEH. DETECTOR- LOOP 2CH TS2 TYPE A (NO TIMINGS) G-200 SERIES 1 Ea.$92.00 Transportation Control Systems 660-017-003 RENO A&E VEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) C-1200 SERIES 1 Ea.$207.00 Transportation Control Systems 660-017-004 RENO A&E VEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) C-1201 SERIES 1 Ea.$291.50 Transportation Control Systems 660-017-005 RENO A&E VEH. DETECTOR- LOOP 2CH TS2 TYPE C (WITH TIMINGS) GT-200 SERIES 1 Ea.$136.00 Transportation Control Systems 660-022-001 RENO A&E VEH. DETECTOR- LOOP 4CH TS2 TYPE D (WITH TIMINGS) E-1200 SERIES 1 Ea.$317.00 Transportation Control Systems 660-022-002 RENO A&E VEH. DETECTOR- LOOP 4CH TS2 TYPE D (WITH TIMINGS) E/2-1200 SERIES 1 Ea.$317.00 Transportation Control Systems 660-023-001 RENO A&E VEH. DETECTOR- LOOP 4CH TS2 TYPE B (NO TIMINGS) Y-200 SERIES 1 Ea.$182.00 Transportation Control Systems 678-004-014 RENO A&E LOAD SWITCH LS-200 1 Ea.$28.00 Transportation Control Systems 678-007-013 RENO A&E FLASHER TYPE 3 FL-200 1 Ea.$28.00 Transportation Control Systems 678-016-004 RENO A&E MALFUNCTION MANAGEMENT UNIT TYPE 16 MMU-1600 1 Ea.$821.00 Transportation Control Systems 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 1 Ea.$31,500.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 with Enhanced Camera (cold-weather system, extended sun-shield) 1 Ea.$35,000.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 with FLIR Detection 1 Ea.$42,500.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Spare System 1 Ea.$12,500.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Addition InSync Processor 1 Ea.$4,550.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Additional Video Camera 1 Ea.$1,800.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Additional Enhanced Camera 1 Ea.$2,400.00 Rhythm Engineering 676-011-009 RTC MANUFACTURING, INC.WIRED CABINET ASSEMBLY TYPE I Model 502598LCB24 Series (Solar, 2 Batteries, 17¼ x26 x17)1 Ea.$1,376.00 Transportation Control Systems 676-011-010 RTC MANUFACTURING, INC.WIRED CABINET ASSEMBLY TYPE I Model 502507-24 (AC, 15x15x12)1 Ea.$636.00 Transportation Control Systems 676-011-011 RTC MANUFACTURING, INC.WIRED CABINET ASSEMBLY TYPE I Model 502598SW24 Series (Solar, 1 Battery, 18x17x14)1 Ea.$807.00 Transportation Control Systems 700-026-009 RTC MANUFACTURING, INC.SIGN BEACON (SCHOOL ZONE)Model 502598LCB Series (Solar, 2 Batteries with time switch, 17¼ x 26 x 17)1 Ea.$1,806.00 Transportation Control Systems 700-026-010 RTC MANUFACTURING, INC.SIGN BEACON (SCHOOL ZONE)Model 502507 (AC with time switch, 15 x 15 x 12)1 Ea.$1,088.00 Transportation Control Systems 700-026-011 RTC MANUFACTURING, INC.SIGN BEACON (SCHOOL ZONE)Model 502598SW Series (Solar, 1 Battery with time switch, 18 x 17 x 14)1 Ea.$1,543.00 Transportation Control Systems 700-026-016 RTC MANUFACTURING, INC.SIGN BEACON Guardian Series 1 Ea.$2,919.00 Transportation Control Systems 678-008-012 RTC MANUFACTURING, INC. TIME SWITCH, TYPE 1 MODEL AP21 1 Ea.$338.00 Transportation Control Systems 678-009-005 RTC MANUFACTURING, INC. TIME SWITCH, TYPE 2 MODEL AP-22 1 Ea.$430.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C2-C2-T2 (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$1,628.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C5-C5-T2 (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$2,125.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C9-C9-T2 (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$2,535.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C2-C2-XX (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$1,420.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-C5-C5-XX(Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$1,918.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-T2-T2-XX (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$1,420.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-L2-L2-XX (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$1,420.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-L5-L5-XX (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$1,918.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-XX-XX-XX (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$1,017.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900-HI-D-2SFP (Alternate power supply voltage and mounting options may be specified by purchaser when order is placed).1 Ea.$1,490.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH 25-10-0100 10km LC optics 1 Ea.$280.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH 25-10-0101 25km LC optics 1 Ea.$513.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH 25-10-0109 70km LC optics 1 Ea.$1,077.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2LC10 (Alternate Power Supply Voltage and Mounting Options may be specified by purchaser when order is placed)1 Ea.$1,935.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2SC10 (Alternate Power Supply Voltage and Mounting Options may be specified by purchaser when order is placed)1 Ea.$1,935.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2LC25 (Alternate Power Supply Voltage and Mounting Options may be specified by purchaser when order is placed)1 Ea.$2,225.00 Transportation Control Systems 684-002-001 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2SC25 (Alternate Power Supply Voltage and Mounting Options may be specified by purchaser when order is placed)1 Ea.$2,225.00 Transportation Control Systems 684-002-003 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG2100P-F-RM-HI-TX01-TX01-xxxx-xxxx-xxxx-xxxxx-xxxx-xxxx-SS01 (Alternate Power Supply Voltage and Mounting Options may be specified by purchaser when order is placed) 1 Ea.$2,734.00 Transportation Control Systems 684-002-003 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG2100-F-RM-HI-TX01-TX01-xxxx-xxxx-xxxx-xxxxx-xxxx-xxxx-SS01 (Alternate Power Supply Voltage and Mounting Options may be specified by purchaser when order is placed) 1 Ea.$2,144.00 Transportation Control Systems 684-002-018 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RUGGEDCOM RX1500 1 Ea.$3,395.00 Transportation Control Systems 684-002-022 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG2300 1 Ea.$3,413.00 Transportation Control Systems 684-002-023 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RX1400 1 Ea. 684-002-025 SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RUGGEDCOM RX1510 1 Ea.$3,327.00 Transportation Control Systems 671-017-012 SIEMENS INDUSTRY NEMA TS2 TYPE 2 CONTROLLER UNIT m60 Series 1 Ea.$2,868.00 Temple 671-017-012 SIEMENS INDUSTRY NEMA TS2 TYPE 2 CONTROLLER UNIT M60 SERIES 1 Ea.$3,424.00 Temple 671-019-009 SIEMENS INDUSTRY 2070 UNIT (FULL UNIT FOR 170 CABINET)2070LX 1 Ea.$2,399.00 Temple 660-024-002 SENSYS NETWORKS, INC.WIRELESS MAGNETOMETER ASSEMBLY APCC Series 1 Ea.$7,758.00 Temple 659-032-002 SIGNAL SAFE PIVOTAL ADJUSTABLE HANGER ASSEMBLY 8880 1 Ea.$750.00 Rainbow Distributors 684-002-010 SIQURA, INC.CAMERA - DOME PA 02 -US, Power supply 1 Ea.$102.00 Temple 682-002-015 SIQURA, INC.CAMERA-DOME PD900 1 Ea.$2,185.00 Temple 659-031-006 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-46 W/BAND 1 Ea.$135.99 Express Supply 659-031-006 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-46 W/CABLE 1 Ea.$128.99 Express Supply 659-031-013 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBxx-HPB-xx 1 Ea.$165.00 Rainbow Distributors 659-031-013 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-HPB-18 W/BAND 1 Ea.$206.99 Express Supply 659-031-013 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-HPB-18 W/CABLE 1 Ea.$243.99 Express Supply 659-031-015 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBxx-3M-xx 1 Ea.see config Express Supply 659-031-015 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-3M-46 1 Ea.$150.99 Express Supply 659-031-015 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-3M-46 1 Ea.$198.00 Rainbow Distributors 659-031-016 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBxx-3MCB-xx 1 Ea.see config Express Supply 659-031-016 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-3MCB-46 1 Ea.$247.99 Express Supply 659-031-016 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-3MCB-46 1 Ea.$260.99 Express Supply 659-031-017 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBxx-SCB-xx 1 Ea.see config Express Supply 659-031-017 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SB29-SCB-46 1 Ea.$187.99 Express Supply 659-031-017 SKY BRACKET MAST ARM SIGNAL MOUNTING SS-SBC66-SCB-46 1 Ea.$248.99 Express Supply 659-034-001 SKY BRACKET MAST ARM SIGN MOUNTING SS-SB29-SBK-46TK-23 W/BAND 1 Ea.$135.99 Express Supply 659-034-001 SKY BRACKET MAST ARM SIGN MOUNTING SS-SBC66-SBK-46TK-23 W/CABLE 1 Ea.$152.99 Express Supply 659-035-001 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SB29-RCM W/BAND (rigid)1 Ea.$79.99 Express Supply 659-035-001 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SBC66-RCM W/CABLE (rigid)1 Ea.$99.99 Express Supply 659-035-002 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SB29-CM W/BAND (standard)1 Ea.$69.00 Rainbow Distributors 659-035-003 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SB29-ACM-74 W/BAND (adjustable)1 Ea.$120.99 Express Supply 659-035-003 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SBC66-ACM-74 W/CABLE (adjustable)1 Ea.$151.99 Express Supply 659-035-006 SKY BRACKET MAST ARM CAMERA MOUNTING SS-SBTM-ACM-74 1 Ea.$134.99 Express Supply 102-044-001 SOLAR TECHNOLOGY INC.TRAILER MOUNTED ARROW BOARD AB-2015 (15 Led Lamps) (Current QPL # S102-0900, Last QPL recert 2/20/2009)1 Ea.$4,275.00 Safety Zone Specialists 102-044-002 SOLAR TECHNOLOGY INC.TRAILER MOUNTED ARROW BOARD AB-2025 (25 Led Lamps) (Current QPL # S102-1000, Last QPL recert 2/20/2009)1 Ea.$4,525.00 Safety Zone Specialists 102-044-008 SOLAR TECHNOLOGY INC.TRAILER MOUNTED ARROW BOARD AB-0515 (15 Led Lamps) (Current QPL # S102-0917, Last QPL recert 2/20/2007)1 Ea.$4,275.00 Safety Zone Specialists 102-044-009 SOLAR TECHNOLOGY INC.TRAILER MOUNTED ARROW BOARD AB-0525 (25 Led Lamps) (Current QPL # S102-1006, Last QPL recert 2/20/2009)1 Ea.$4,525.00 Safety Zone Specialists 102-048-004 SOLAR TECHNOLOGY INC.PORTABLE CHANGEABLE MESSAGE SIGN MB-1548 (Current QPL # S102-1207, Last QPL recert 2/20/09)1 Ea.$16,125.00 Safety Zone Specialists 102-052-013 SOLAR TECHNOLOGY INC.PORTABLE RADAR SPEED DISPLAY UNIT Silent Advisor RST-1000 (Current QPL # S102-1913)1 Ea.$8,225.00 Safety Zone Specialists 676-005-001 SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE I TYPE 1 UNWIRED 1 Ea.$350.00 Southern Manufacturing 676-006-001 SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE II TYPE II UNWIRED 1 Ea.$450.00 Southern Manufacturing 676-007-004 SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE IV TYPE IV UNWIRED 1 Ea.$1,200.00 Southern Manufacturing 676-008-009 SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED TYPE V 59"H X 40"W X 27"D 1 Ea.$1,500.00 Southern Manufacturing 676-010-001 SOUTHERN MFG. CO.CONTROLLER CABINET UNWIRED SPECIAL BC4T UNWIRED 1 Ea.$2,000.00 Southern Manufacturing 676-014-001 SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI TYPE VI UNWIRED 1 Ea.$1,800.00 Southern Manufacturing 676-015-001 SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III TYPE III UNWIRED 1 Ea.$800.00 Southern Manufacturing 676-024-001 SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 DWG # 332ALUM.PRT 1 Ea.$1,700.00 Southern Manufacturing 676-029-003 SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 MODEL SM-336 (39” x 24¼” x 20¼”)1 Ea.$1,425.00 Southern Manufacturing 676-031-001 SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 STRETCH MODEL SM-336S (46” x 24¼” x 20¼”)1 Ea.$1,500.00 Southern Manufacturing 676-035-003 SOUTHERN MFG. CO.ITS FIELD CABINET (340)340-DMS-FL-SS-GEN 1 Ea.$8,395.00 Southern Manufacturing 676-035-003 SOUTHERN MFG. CO.ITS FIELD CABINET (340)1RU8126MS Remote Power Manager/Enviromental Monitoring System 1 Ea.$1,095.00 Southern Manufacturing 676-035-005 SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 WE3RAL-334-FLDMS-G 1 Ea.$4,695.00 Southern Manufacturing 676-035-005 SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 1RU8126MS Remote Power Manager/Enviromental Monitoring System 1 Ea.$1,095.00 Southern Manufacturing 676-035-012 SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S WE3RAL-336S-FLITS 1 Ea.$3,925.00 Southern Manufacturing 676-035-012 SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S 1RU8126MS Remote Power Manager/Enviromental Monitoring System 1 Ea.$1,095.00 Southern Manufacturing 685-002-004 SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SM-UPS-1 1 Ea.$6,500.00 Southern Manufacturing 700-012-010 SOUTHERN MFG. CO.BLANKOUT SIGN MODEL LED BLANKOUT SERIES - Legend to be defined by purchaser at time of order 1 Ea.$4,995.00 Southern Manufacturing 700-015-019 SOUTHERN MFG. CO.INTERNALLY ILLUMINATED SIGN, FLUORESCENT STREET NAME SIGN FF-1.1.S-SERIES 1 Ea.$2,000.00 Southern Manufacturing 700-015-021 SOUTHERN MFG. CO.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN SSLED SERIES 1 Ea.$3,000.00 Southern Manufacturing 700-015-022 SOUTHERN MFG. CO.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN ThinLine(TM) LED STREET NAME SIGN 1 Ea.$2,500.00 Southern Manufacturing 700-015-023 SOUTHERN MFG. CO.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN Clean Profile Series 1 Ea.$3,500.00 Southern Manufacturing 746-006-001 SOUTHERN MFG. CO.TRAFFIC MONITORING SITE CABINET - TYPE IV CABINET Type IV unwired 1 Ea.$1,200.00 Southern Manufacturing 746-008-001 SOUTHERN MFG. CO.TRAFFIC MONITORING SITE CABINET - TYPE 334 CABINET Type 332/334 unwired 1 Ea.$1,800.00 Southern Manufacturing 746-009-001 SOUTHERN MFG. CO.TRAFFIC MONITORING SITE CABINET - TYPE III CABINET Type III unwired 1 Ea.$1,000.00 Southern Manufacturing 676-035-015 SOUTHERN MFG. CO.ITS FIELD CABINET 332D WE-332D-FL-DMS 1 Ea.$13,000.00 Southern Manufacturing 676-024-004 SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 332/334 CE3RAL1-8T-332D 1 Ea.$5,000.00 Southern Manufacturing 654-001-003 TAPCO RECTANGULAR RAPID FLASHING BEACON ASSEMBLY RRFB-XL Series 1 Ea.see config Universal Signs & Access. 700-027-001 TAPCO HIGHLIGHTED SIGNS BlinkerSign® LED Sign 2180 Series (24/7 Operation)1 Ea.see config Universal Signs & Access. 700-020-006 TELEGRA DYNAMIC MESSAGE SIGN - WALK-IN 5500 Series (Monochrome Amber and RGB Full Color) (18.52, 22.23, 27.78 and 30mm pitch)1 Ea.see config.Telegra 700-023-006 TELEGRA DYNAMIC MESSAGE SIGN - FRONT ACCESS 6600 Series (Monochrome Amber and RGB Full Color) (15, 18.52, 22.23, 27.78 and 30mm pitch)1 Ea.see config.Telegra 700-024-004 TELEGRA DYNAMIC MESSAGE SIGN - EMBEDDED 6200 Series (Monochrome Amber and RGB Full Color) (15, 18.52, 22.23, 27.78 and 30mm pitch)1 Ea.see config.Telegra 684-003-002 TELESTE VIDEO DECODER Model MPC-D1 1 Ea.$1,055.00 Control Technologies, Inc. 684-003-002 TELESTE VIDEO DECODER Model MPC-D2 1 Ea.$1,175.00 Control Technologies, Inc. 684-003-002 TELESTE VIDEO DECODER Model MPC-D4 1 Ea.$2,000.00 Control Technologies, Inc. 684-003-003 TELESTE VIDEO DECODER Model MPX D8 1 Ea.$3,535.00 Control Technologies, Inc. 684-004-002 TELESTE VIDEO ENCODER Model MPC-E1 1 Ea.$880.00 Control Technologies, Inc. 684-004-002 TELESTE VIDEO ENCODER Model MPC-E2 1 Ea.$1,410.00 Control Technologies, Inc. 684-004-002 TELESTE VIDEO ENCODER Model MPC-E4 1 Ea.$1,645.00 Control Technologies, Inc. 684-004-002 TELESTE VIDEO ENCODER Model MPX-E8 1 Ea.$2,825.00 Control Technologies, Inc. 650-022-003 TEMPLE, INC.BACKPLATE (RETROREFLECTIVE)BPA(R)500FL Series – 1 SECTION 1 Ea.$61.00 Temple 650-022-003 TEMPLE, INC.BACKPLATE (RETROREFLECTIVE)BPA(R)500FL Series – 2 SECTION 1 Ea.$68.00 Temple 650-022-003 TEMPLE, INC.BACKPLATE (RETROREFLECTIVE)BPA(R)500FL Series – 3 SECTION 1 Ea.$76.00 Temple 650-022-003 TEMPLE, INC.BACKPLATE (RETROREFLECTIVE)BPA(R)500FL Series – 4 SECTION 1 Ea.$97.00 Temple 650-022-003 TEMPLE, INC.BACKPLATE (RETROREFLECTIVE)BPA(R)500FL Series – 5 SECTION (In-line)1 Ea.$109.00 Temple 650-022-003 TEMPLE, INC.BACKPLATE (RETROREFLECTIVE)BPA(R)500FL Series – 5 SECTION (Cluster – span)1 Ea.$161.00 Temple 650-022-003 TEMPLE, INC.BACKPLATE (RETROREFLECTIVE)BPA(R)500FL Series – 5 SECTION (Cluster – mast arm)1 Ea.$154.00 Temple 663-001-011 TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption System 1 Ea.$5,078.00 Temple 676-003-012 TEMPLE, INC.WIRED CABINET ASSEMBLY TYPE V TF4008TFL0101 1 Ea.$8,729.00 Temple 676-005-008 TEMPLE, INC.CONTROLLER CABINET UNWIRED TYPE I SMTF161412TSD 1 Ea.$565.00 Temple 676-011-012 TEMPLE, INC.WIRED CABINET ASSEMBLY TYPE I TF4001F-FL 1 Ea.$684.00 Temple 676-023-006 TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 TF5116TFL02 1 Ea. 676-023-006 TEMPLE, INC. WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 EL712FLG alum enclosure w/ generator compartment & generator transfer switch. Includes 16-channel card rack, MMU 16LE ip signal monitor, 16 load switches, 1 flasher, Cabinet power supply, Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords , & photo cell, Less controller 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-023-006 TEMPLE, INC. WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 ELS1008FL Single door Size 6 Stretch Cabinet , 67" H, w/out generator compartment or transfer switch. Includes: MMU2-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell , less controller 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-023-006 TEMPLE, INC. WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/ generator compartment & transfer switch. Includes: MMU2-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher, Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell , less controller 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-023-006 TEMPLE, INC. WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 ELS1008FL2 Doublele door Size 6 Stretch Cabinet, 67" H, Front & back doors, w/out generator compartment or transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher, Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell, less controler 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-023-006 TEMPLE, INC. WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 ELS1008FLG2 Size 6 Stretch Cabinet, 67" H, Front & back doors, w/generator compartment & transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, Multilinlk fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-023-006 TEMPLE, INC. WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/ generator compartment & transfer switch. Includes: MMU2-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher, Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell , less controller. Painted white inside 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-023-006 TEMPLE, INC. WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy,TS-2 Size 6, Model TF5116FL-2 ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/ generator compartment & transfer switch. Includes: MMU2-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher, Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell , less controller. Painted white inside and painted outside 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-023-006 TEMPLE, INC. WIRED CABINET ASSEMBLY TS-2 SIZE 6 Temple, Wired Cabinet Assy, Model TF5116FL-2 ELS1008FLG2 Size 6 Stretch Cabinet, 67" H, Front & back doors, w/generator compartment & transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, Multilinlk fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller. Painted white inside 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY TF4116MT 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC. HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model TF4116MT-2 ELS712FLG Single door Size 6 Cabinet, 56" H, w/ generator compartment & transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller 1 Ea. SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC. HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model TF4116MT-2 ELS1008FL Single door Size 6 Stretch Cabinet , 67" H, w/out generator compartment or transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller 1 Ea. SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC. HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/ generator compartment & transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher, Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller 1 Ea. SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC. HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model TF4116MT-2 ELS1008FL2 Size 6 Stretch Cabinet, Front & back doors , 67" H, w/out generator compartment or transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller 1 Ea. SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC. HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model TF4116MT-2 ELS1008FLG2 Size 6 Stretch Cabinet, Front & back doors , 67" H, w/ generator compartment and transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller 1 Ea. SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC. HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/ generator compartment & transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher, Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller. Painted white inside 1 Ea. SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC. HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model TF4116MT-2 ELS1008FLG Single door Size 6 Stretch Cabinet , 67" H, w/ generator compartment & transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher, Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller. Painted white inside, and painted outside 1 Ea. SEE CONFIGURATIONS FOR TEMPLE 676-034-001 TEMPLE, INC. HYBRID NEMA TS1-TS2 CABINET ASSY Temple, Hybrid TS1-TS2 Wired Cabinet Assy, Model TF4116MT-2 ELS1008FLG2 Size 6 Stretch Cabinet, Front & back doors , 67" H, w/ generator compartment and transfer switch. Includes: MMU-16LEip signal monitor, (1) 16-channel card rack, 16 load switches, 1 flasher Multilink fiber termination panel w/ (2) fiber adapters, (4) fiber patch cords, & Photo cell. Less controller. Painted white inside 1 Ea. SEE CONFIGURATIONS FOR TEMPLE 676-035-006 TEMPLE, INC. ITS FIELD CABINET TYPE 334 ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet, Base mount cabinet w/ Generator compartment, Dual fans, Power panel, Cable management, Power Surge Suppresssion, & Drawer, Sun Shields 1 Ea.$5,172.00 Temple 676-035-006 TEMPLE, INC. ITS FIELD CABINET TYPE 334 ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet, Base mount cabinet w/ out Generator compartment, Dual fans, Power panel, Cable management, Power Surge Suppresssion, & Drawer, No Sun Shields 1 Ea.$3,130.00 Temple 676-035-006 TEMPLE, INC. ITS FIELD CABINET TYPE 334 ITS Field Cabinet Type 334, #11000ITS-FL 334 ITS Cabinet, Base mount cabinet w/ out Generator compartment, Dual fans, Power panel, Cable management, Power Surge Suppresssion, & Drawer, w/ Sun Shields 1 Ea.$4,325.00 Temple 676-035-013 TEMPLE, INC.ITS FIELD CABINET TYPE 336S 12000ITS-FL 1 Ea.Temple 676-035-013 TEMPLE, INC.ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL HUB ITS Pole mount Cabinet, Generator Compartment, Dual Fans, Power Panel, Cable Management, Power Surge Suppression & drawer, Sun Shields 1 Ea.$3,588.00 Temple 676-035-013 TEMPLE, INC.ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL HUB ITS, Base mount Cabinet with Generator Compartment, Dual Fans, Power Panel, Cable Management, Power Surge Suppression & drawer 1 Ea.$3,668.00 Temple 676-035-013 TEMPLE, INC.ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL HUB ITS Base mount Cabinet with Sun Shield, Generator Compartment, Dual Fans, Power Panel, Cable Management, Power Surge Suppression & drawer 1 Ea.$3,656.00 Temple 676-035-013 TEMPLE, INC.ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL HUB ITS Pole mount Cabinet, w/ out Generator Compartment, Dual Fans, Power Panel, Cable Management, Power Surge Suppression & drawer, No Sun Shields 1 Ea.$2,401.00 Temple 676-035-013 TEMPLE, INC.ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL HUB ITS Pole mount Cabinet, w/out Generator Compartment, Dual Fans, Power Panel, Cable Management, Power Surge Suppression & drawer, Sun Shields 1 Ea.$2,970.00 Temple 676-035-013 TEMPLE, INC.ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL HUB ITS, Base mount Cabinet w/ out Generator Compartment, Dual Fans, Power Panel, Cable Management, Power Surge Suppression & drawer. No Sun Shields 1 Ea.$2,332.00 Temple 676-035-013 TEMPLE, INC.ITS FIELD CABINET TYPE 336S ITS Field Cabinet, 336S, #12000ITS-FL 336S CCTV/LOCAL HUB ITS Base mount Cabinet with Sun Shield, w/ out Generator Compartment, Dual Fans, Power Panel, Cable Management, Power Surge Suppression & drawer 1 Ea.$2,900.00 Temple 676-037-002 TEMPLE, INC.170 WIRED CABINET TYPE 332 MODEL TF332FL, INCLUDES (12) MODEL 200 LOAD SWITCHES, EDI 242J DC ISOLATOR, EDI 2010ECL MONITOR. CONTROLLER NOT INCLUDED. 1 Ea.$8,888.00 Temple 676-039-002 TEMPLE, INC.170 WIRED CABINET TYPE 336 MODEL TF336FL 1 Ea.$7,265.00 Temple 685-002-005 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY FXM 500/1100/1500/2000 & CABINET 1 Ea.Temple 685-002-005 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY System Auxiliaries, Uninterruptible Power Source / CCTV Alpha FXM650 w/ SNMP, (2) 85GXL 50 aH batteries, battery cable kit, rack mount kit 1 Ea. Temple 685-002-005 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY System Auxiliaries, Uninterruptible Power Source: Alpha FXM 1100 UPS w/ SNMP, (4) 195 GXL 100 aH batteries, battery cable kit, Alpha S6 aluminum enclosure w/ generator compartment, universal automatic transfer switch, interior lamp, external on-battery LED 1 Ea. Temple 685-002-005 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY System Auxiliaries, Uninterruptible Power Source: Alpha FXM2000 UPS w/ SNMP, (4) 220 GXL 109 aH batteries, battery cable kit, Alpha S6 aluminum enclosure w/ generator compartment, universal automatic transfer switch, interior lamp, external on-battery LED 1 Ea. Temple 685-002-006 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY 17000-UP-FL-W/BATT 1 Ea.$8,102.00 Temple 685-002-006 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY System Auxiliaries, UPS: # 17000-UP-FL-w/ Batteries Clary SP1250LX-N UPS w/ SNMP network adapter, 41 aH battery & cable set, alum enclousre w/ generator plug, LED confirmation light 1 Ea.$7,437.00 Temple 685-003-002 TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY (REAL- TIME ACTIVE POWER CONDITIONER) 17000-UP-FL-W/O BATT 1 Ea. Temple 678-008-023 TEMPLE, INC.TIME SWITCH TYPE 1 FCU 500-071 School Beacon Timer Switch and Cellular Modem 1 Ea.$2,575.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A Series 1 Ea.Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 48" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$1,384.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 48" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$1,389.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 60" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$1,517.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 60" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$1,583.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 72" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$1,651.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 72" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$1,730.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 84" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$1,788.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 84" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$1,879.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 108" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$2,013.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 108" Single sided EdgeLit sign (2) SP-1079-FL-144-PNC, AstroBrac clamp kit 1 Ea.$2,133.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 48" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$1,580.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 48" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$1,644.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 60" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$1,711.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 60" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$1,782.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 72" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$1,857.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 72" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$1,934.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 84" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$1,995.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 84" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$2,084.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 108" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$2,217.00 Temple 700-015-026 TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 108" Double sided EdgeLit sign, free swinging (1) SP-1072-FL- 84-PNC, Free swinging sign mntg hdwr 1 Ea.$2,332.00 Temple 678-008-023 TEMPLE, INC.TIME SWITCH TYPE 1 FCU 500-071 1 Ea.$2,575.00 Temple 700-026-018 TEMPLE, INC.SIGN BEACON 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 665-006-001 TRAFICON (FLIR)THERMAL PASSIVE PEDESTRIAN DETECTOR TrafiSense ETH/BPL 3xx Series 1 Ea.$2,995.00 Control Technologies, Inc. 660-028-001 TRAFICON (FLIR)VEHICLE DETECTOR - THERMAL TrafiSense ETH/BPL #xx Series 1 Ea.$2,995.00 Control Technologies, Inc. 663-001-010 TOMAR ELECTRONICS PREEMPTION SYSTEM Strobecom II OSPOC Series 1 Ea.SEE CONFIGURATIONS FOR TEMPLE 700-019-004 TRAFFICALM SYSTEMS ELECTRONIC SPEED FEEDBACK SIGN Urban DFB Series 1 Ea.$2,500.00 Trafficalm Systems 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION)BlueTOAD (solar/cellular)1 Ea.$5,200.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD (Solar/Cellular) with 1 year of backend and cell 1 Ea.$6,200.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION)BlueTOAD (AC/Ethernet)1 Ea.$4,100.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD (AC/Ethernet) with 1 year of backend 1 Ea.$4,730.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Ethernet w/ cellular 1 Ea.$4,540.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Ethernet w/ cellular with 1 year of backend and cell 1 Ea.$5,560.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Server & Software with 25 licenses 1 Ea.$53,000.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Server & Software with 50 licenses 1 Ea.$88,000.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Server & Software with 75 licenses 1 Ea.$123,000.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Server & Software with 100 licenses 1 Ea.$156,000.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Ethernet Cable (75')1 Ea.$90.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD Ethernet Cable (150')1 Ea.$130.00 TrafficCast 660-027-004 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI BlueTOAD backend after year 1 1 Ea.$600.00 TrafficCast 660-027-007 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION)BlueTOAD Spectra 1 Ea.$4,500.00 TrafficCast 660-027-008 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION)BT-Ethernet-Cellular 1 Ea.$4,970.00 TrafficCast 660-027-010 TRAFFICCAST VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION)BlueTOAD, Spectra RSU 1 Ea.$6,595.00 TrafficCast 676-008-014 TRANSPORTATION CONTOL SYSTEMS CONTROLLER CABINET UNWIRED TYPE V TCS-5 1 Ea.$1,619.00 Transportation Control Systems 676-009-006 TRANSPORTATION CONTOL SYSTEMS WIRED CABINET ASSEMBLY TYPE III TYPE III W/PEEK LOAD BAY TX8631 9/16/99 1 Ea.$8,388.00 Transportation Control Systems 676-010-006 TRANSPORTATION CONTOL SYSTEMS CONTROLLER CABINET UNWIRED SPECIAL TCS-4T 1 Ea.$2,295.00 Transportation Control Systems 676-011-002 TRANSPORTATION CONTOL SYSTEMS WIRED CABINET ASSEMBLY TYPE I 2266082AT/S 1 Ea.$504.00 Transportation Control Systems 676-015-008 TRANSPORTATION CONTOL SYSTEMS CONT. CAB. UNWIRED TYPE III TCS-3 1 Ea.$1,095.00 Transportation Control Systems 676-023-007 TRANSPORTATION CONTOL SYSTEMS WIRED CABINET ASSEMBLY TS-2 SIZE 6 TCSMPXX TS2-T1 SERIES 1 Ea.$11,210.00 Transportation Control Systems 650-016-001 TRANSPORTATION CONTOL SYSTEMS 12" DIE CAST ALL LED VEHICLE SIGNAL ASSEMBLY HSS83ELED 1 Ea.$268.00 Transportation Control Systems 650-022-004 TRANSPORTATION CONTOL SYSTEMS BACKPLATE (RETROREFLECTIVE)BP-5001B-C 1 Ea.$55.00 Transportation Control Systems 650-022-004 TRANSPORTATION CONTOL SYSTEMS BACKPLATE (RETROREFLECTIVE)BP-5002B-C 1 Ea.$65.00 Transportation Control Systems 650-022-004 TRANSPORTATION CONTOL SYSTEMS BACKPLATE (RETROREFLECTIVE)BP-5003B-C 1 Ea.$77.00 Transportation Control Systems 650-022-004 TRANSPORTATION CONTOL SYSTEMS BACKPLATE (RETROREFLECTIVE)BP-5004B-C 1 Ea.$85.00 Transportation Control Systems 650-022-004 TRANSPORTATION CONTOL SYSTEMS BACKPLATE (RETROREFLECTIVE)BP-5005B-C 1 Ea.$110.00 Transportation Control Systems 650-022-004 TRANSPORTATION CONTOL SYSTEMS BACKPLATE (RETROREFLECTIVE)BP-5007B-C 1 Ea.$125.00 Transportation Control Systems 650-022-004 TRANSPORTATION CONTOL SYSTEMS BACKPLATE (RETROREFLECTIVE)BP-50218-C 1 Ea.$125.00 Transportation Control Systems 650-024-002 TRANSPORTATION CONTOL SYSTEMS LOUVER TCS-LOUVER 1 Ea.$105.00 Transportation Control Systems 653-021-003 TRANSPORTATION CONTOL SYSTEMS 16" X 18" ALL LED PEDESTRIAN SIGNAL 7090LED 1 Ea.$230.00 Transportation Control Systems 654-001-008 TRANSPORTATION CONTOL SYSTEMS RECTANGULAR RAPID FLASHING BEACON ASSEMBLY TCSFLN202-PED-RRFB-SERIES (SINGLE, 1 SIDE)1 Ea.$2,914.00 Transportation Control Systems 654-001-008 TRANSPORTATION CONTOL SYSTEMS RECTANGULAR RAPID FLASHING BEACON ASSEMBLY TCSFLN202-PED-RRFB-SERIES (DUAL BEACONS, 2 SIDES)1 Ea.$3,329.00 Transportation Control Systems 654-001-008 TRANSPORTATION CONTOL SYSTEMS RECTANGULAR RAPID FLASHING BEACON ASSEMBLY TCSFLN202-PED-RRFB-SERIES (15' Pedestal - Base, Pole, Collar, Anchor Bolts) 1 Ea.$501.00 Transportation Control Systems 676-002-013 TRANSPORTATION CONTOL SYSTEMS WIRED CABINET ASSEMBLY TYPE IV TYPE4ASSY 1 Ea.$7,950.00 Transportation Control Systems 676-003-006 TRANSPORTATION CONTOL SYSTEMS WIRED CABINET ASSEMBLY TYPE V TYPE V 1 Ea.$8,400.00 Transportation Control Systems 676-005-006 TRANSPORTATION CONTOL SYSTEMS CONTROLLER CABINET UNWIRED TYPE I TCS-1 1 Ea.$370.00 Transportation Control Systems 676-006-005 TRANSPORTATION CONTOL SYSTEMS CONTROLLER CABINET UNWIRED TYPE II TCS-2 1 Ea.$430.00 Transportation Control Systems 676-007-014 TRANSPORTATION CONTOL SYSTEMS CONTROLLER CABINET UNWIRED TYPE IV TCS-4 1 Ea.$901.00 Transportation Control Systems 676-023-008 TRANSPORTATION CONTOL SYSTEMS WIRED CABINET ASSEMBLY TS-2 SIZE 6 ZFDOT-4 1 Ea.$12,500.00 Transportation Control Systems 676-024-005 TRANSPORTATION CONTOL SYSTEMS 170 UNWIRED CABINET TYPE 332/334 TCS-300 1 Ea.$1,720.00 Transportation Control Systems 676-034-002 TRANSPORTATION CONTOL SYSTEMS HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY B563826B2D2PGSLG 1 Ea.$9,888.00 Transportation Control Systems 676-034-003 TRANSPORTATION CONTOL SYSTEMS HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY ZFDOT-8 1 Ea.$10,650.00 Transportation Control Systems 676-035-018 TRANSPORTATION CONTOL SYSTEMS ITS FIELD CABINET ZFDOTITS-2 1 Ea.$2,850.00 Transportation Control Systems 685-002-008 TRANSPORTATION CONTOL SYSTEMS UNINTERRUPTIBLE POWER SUPPLY PB2000-ITS/PIGGYBACK SERIES (PIGGYBACK CABINET MOUNT)1 Ea.$3,950.00 Transportation Control Systems 685-002-008 TRANSPORTATION CONTOL SYSTEMS UNINTERRUPTIBLE POWER SUPPLY PB2000-ITS/PIGGYBACK SERIES (BASE MOUNT)1 Ea.$3,950.00 Transportation Control Systems 685-002-010 TRANSPORTATION CONTOL SYSTEMS UNINTERRUPTIBLE POWER SUPPLY ZFDOT-9 1 Ea.$6,842.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 24X24 SINGLE MESSAGE 1 Ea.$2,440.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 30X30 SINGLE MESSAGE 1 Ea.$2,720.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 30X36 SINGLE MESSAGE 1 Ea.$3,110.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 36X36 SINGLE MESSAGE 1 Ea.$3,330.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 24X24 DUAL MESSAGE 1 Ea.$2,660.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 30X30 DUAL MESSAGE 1 Ea.$2,940.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 30X36 DUAL MESSAGE 1 Ea.$3,330.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 36X36 DUAL MESSAGE 1 Ea.$3,610.00 Transportation Control Systems 700-012-012 TRANSPORTATION CONTOL SYSTEMS BLANKOUT SIGN TCSLEDBO Series. 24X24 TO 36X36 SIGN, NEW, NON INVENTORY MUTCD MESSAGE 1 Ea.$8,900.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-4-20 1 Ea.$1,155.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-4-24 1 Ea.$1,155.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-5-20 1 Ea.$1,200.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-5-24 1 Ea.$1,200.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-6-20 1 Ea.$1,300.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-6-24 1 Ea.$1,300.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-7-20 1 Ea.$1,390.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-7-24 1 Ea.$1,390.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-8-20 1 Ea.$1,455.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-8-24 1 Ea.$1,455.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-9-20 1 Ea.$1,510.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, SINGLE FACE, TCSSIGNBL-SF-9-24 1 Ea.$1,510.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-4-20 1 Ea.$1,235.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-4-24 1 Ea.$1,235.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-5-20 1 Ea.$1,357.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-5-24 1 Ea.$1,357.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-6-20 1 Ea.$1,485.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-6-24 1 Ea.$1,485.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-7-20 1 Ea.$1,670.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-7-24 1 Ea.$1,670.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-8-20 1 Ea.$1,800.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-8-24 1 Ea.$1,800.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-9-20 1 Ea.$2,256.00 Transportation Control Systems 700-015-024 TRANSPORTATION CONTOL SYSTEMS INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN BRITELITE, DOUBLE FACE, TCSSIGNBL-DF-9-24 1 Ea.$2,256.00 Transportation Control Systems 700-026-012 TRANSPORTATION CONTOL SYSTEMS SIGN BEACON (SCHOOL ZONE)TCSFLN202S 1 Ea.$2,750.00 Transportation Control Systems 746-006-002 TRANSPORTATION CONTOL SYSTEMS TRAFFIC MONITORING SITE CABINET - TYPE IV CABINET TCS-4 unwired 1 Ea.$750.00 Transportation Control Systems 746-009-002 TRANSPORTATION CONTOL SYSTEMS TRAFFIC MONITORING SITE CABINET - TYPE III CABINET TCS-3C unwired 1 Ea.$500.00 Transportation Control Systems 676-035-014 TRANSPORTATION CONTOL SYSTEMS ITS Field Cabinet Type 336S ZFDOTITS 1 Ea.$2,350.00 Transportation Control Systems 676-035-016 TRANSPORTATION CONTOL SYSTEMS ITS Field Cabinet Type 336 ZFDOTITS-1 1 Ea.$1,950.00 Transportation Control Systems 700-019-005 UNIPART DORMAN ELECTRONIC SPEED FEEDBACK SIGN DF15 Series - AC Power 1 Ea.$6,154.00 Transportation Control Systems 700-019-005 UNIPART DORMAN ELECTRONIC SPEED FEEDBACK SIGN DF15 Series - Solar Power 1 Ea.$6,517.00 Transportation Control Systems 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES - 18 X 24 AC Power 1 Ea.$8,193.00 Transportation Control Systems 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES - 24 X 30 AC Power 1 Ea.$8,501.00 Transportation Control Systems 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES - 18 X 24 Solar Power 1 Ea.$8,193.00 Transportation Control Systems 700-021-001 UNIPART DORMAN ELECTRONIC REGULATORY SIGN VATCS POSTED SPEED SERIES - 24 X 30 Solor Power 1 Ea.$8,501.00 Transportation Control Systems 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES - AC Power 24 X 24 1 Ea.$8,501.00 Transportation Control Systems 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES - Solor Power 30 X 30 1 Ea.$10,408.00 Transportation Control Systems 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES - AC Power 30 x 30 1 Ea.$10,408.00 Transportation Control Systems 700-022-001 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS CURVE WARNING SERIES - Solar Power 24 x 24 1 Ea.$8,501.00 Transportation Control Systems 700-022-002 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE - AC Power 30 X 30 1 Ea.$8,501.00 Transportation Control Systems 700-022-002 UNIPART DORMAN ELECTRONIC WARNING SIGN VATCS/S1-1/SD/L/DL/PT SCHOOL ZONE - Solor Power 30 X 30 1 Ea.$8,501.00 Transportation Control Systems 102-044-023 VER-MAC TRAILER MOUNTED ARROW BOARD VM-95SL 1 Ea.$4,550.00 Ver-Mac, Inc. 102-044-044 VER-MAC TRAILER MOUNTED ARROW BOARD ST-4815 1 Ea.$4,050.00 Ver-Mac, Inc. 102-044-044 VER-MAC TRAILER MOUNTED ARROW BOARD ST-4815 Option Pintle Hitch 1 Ea.$4,050.00 Ver-Mac, Inc. 102-044-044 VER-MAC TRAILER MOUNTED ARROW BOARD St-4815 Option Internal Charger / 110 VAC 1 Ea.$4,200.00 Ver-Mac, Inc. 102-048-006 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN Northern Lights PCMS 1 Ea.$15,750.00 Ver-Mac, Inc. 102-048-018 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210 1 Ea.$14,750.00 Ver-Mac, Inc. 102-048-018 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210 Option Pintle Hitch 1 Ea.$14,750.00 Ver-Mac, Inc. 102-048-018 VER-MAC PORTABLE CHANGEABLE MESSAGE SIGN PCMS-1210 Option Internal Charger / 110 VAC 1 Ea.$15,000.00 Ver-Mac, Inc. 102-050-005 VER-MAC PORTABLE REGULTORY SIGN ST-SLS Series 1 Ea.$5,150.00 Ver-Mac, Inc. 102-052-015 VER-MAC PORTABLE RADAR SPEED DISPLAY UNIT SP-710V Series 1 Ea.$7,200.00 Ver-Mac, Inc. 102-044-020 WANCO, INC.TRAILER MOUNTED ARROW BOARD WTSP 110-LSA (15 Led Lamps) (Current QPL # S102-0924, Last QPL recert 4/2/2009)1 Ea.$4,510.00 Safety Zone Specialists 102-044-025 WANCO, INC.TRAILER MOUNTED ARROW BOARD WTSP 75-LSA C (25 Led Lamps) (Current QPL # S102-1017)1 Ea.$4,760.00 Safety Zone Specialists 102-044-026 WANCO, INC.TRAILER MOUNTED ARROW BOARD WTSP 110-LSA C (25 Led Lamps) (Current QPL # S102-1018, Last QPL recert 2/19/2009)1 Ea.$4,810.00 Safety Zone Specialists 102-044-043 WANCO, INC.TRAILER MOUNTED ARROW BOARD WTSP-08 (15 LED Lamps) (Current QPL # S102-1030)1 Ea.$4,510.00 Safety Zone Specialists 102-045-002 WANCO, INC.VEHICLE MOUNTED ARROW BOARD WFB6-SA (15 Led Lamps) (Current QPL # S102-1101)1 Ea.$2,530.00 Safety Zone Specialists 102-045-003 WANCO, INC.VEHICLE MOUNTED ARROW BOARD WFB6-SAC (25 Led Lamps) (Current QPL # S102-1111)1 Ea.$2,650.00 Safety Zone Specialists 102-045-004 WANCO, INC.VEHICLE MOUNTED ARROW BOARD WFB5-SAC (25 Led Lamps) (Current QPL # S102-1112)1 Ea.$2,200.00 Safety Zone Specialists 102-045-001 WANCO, INC.VEHICLE MOUNTED ARROW BOARD WFB5-SA 1 Ea.$2,060.00 Safety Zone Specialists 102-048-007 WANCO, INC.PORTABLE CHANGEABLE MESSAGE SIGN WTLMB-S-LL-(A) (Current QPL # S1 02-1212)1 Ea.$15,900.00 Safety Zone Specialists 102-048-008 WANCO, INC.PORTABLE CHANGEABLE MESSAGE SIGN WTLMB-S-LL-(B)M (Current QPL # S102-1214, Last QPL recert 2/19/2009)1 Ea.$16,700.00 Safety Zone Specialists 102-048-009 WANCO, INC.PORTABLE CHANGEABLE MESSAGE SIGN WTLMB-S-LL-(B) (Current QPL # S102-1215)1 Ea.$15,500.00 Safety Zone Specialists 102-048-010 WANCO, INC.PORTABLE CHANGEABLE MESSAGE SIGN WTLMB-S-LL-(A)M (Current QPL # S102-1216, Last QPL recert 2/19/2009)1 Ea.$17,140.00 Safety Zone Specialists 102-050-002 WANCO, INC.PORTABLE REGULTORY SIGN Fold-N-Go (Current QPL # S102-1300)1 Ea.$4,810.00 Safety Zone Specialists 102-051-001 WANCO, INC.TRAILER MOUNTED INCIDENT MANAGEMENT SIGN WVT3-S(A) Mini Message Director (Current QPL # S102-3401)1 Ea.$15,500.00 Safety Zone Specialists 102-052-009 WANCO, INC.PORTABLE RADAR SPEED DISPLAY UNIT WSDT-S (Current QPL # S102-1910)1 Ea.$8,295.00 Safety Zone Specialists 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE MODEL SS225 SmartSensor Matrix, 1 approach package, includes WX-SS- 225 SmartSensor, WX-SS-WARR-3, WX-SS-B03-0004, WX-SS-710, WX- SS-611, WX-SS-704-020 1 Ea.See Configurations for Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE MODEL SS225 SmartSensor Matrix, 2 approach package, includes (2) WX- SS-225 SmartSensors, (2) WX-SS-WARR-3, (2) WX-SS-710, (1) WX-SS- B03-004, (2) WX-SS-704-100, (1) WX-100-0281, (2) WX-SS-611, (4) WX- CLK-112 1 Ea.See Configurations for Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-225 Matrix 1 approach package includes: (1) SS-225 , (1) SS-Warr-3, (1) SS-611, (1) SS-704-040, (1) SS-710, (1) 102-0416 1 Ea.See Configurations for Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-225 Matrix 2 Approach Package, includes: (2) SS-225, (2) SS-WARR-3 (2) SS-611, (2) SS-704-040, (2) SS-710, (1) 102-0416 1 Ea.See Configurations for Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-225 Matrix 3 Approach Package, includes: (3) SS-225, (3) SS-WARR-3 (3) SS-611, (3) SS-704-040, (3) SS-710, (1) 102-0416 1 Ea.See Configurations for Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-225 Matrix 4 Approach Package, includes: (4) SS-225, (4) SS-WARR-3 (4) SS-611, (4) SS-704-040, (4) SS-710, (1) 102-0416 1 Ea.See Configurations for Wavetronix 660-020-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SmartSensor HD 1 Ea.See Configurations for Wavetronix 660-020-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-126 ITS or Mid-Block package includes: (1) HD 101-0415, (1) SS-Warr- 3, (1) SS-611, (1) SS-706-060, (1) 100-0064, (1) CLK-201 1 Ea.See Configurations for Wavetronix 660-020-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE (Retrofit) SS-126-001 ITS or Mid-Block package includes: (1) HD 101-0416, (1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1) 100-0064, (1) CLK-201 1 Ea.See Configurations for Wavetronix 660-020-005 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS105V ITS Package, includes WX-SS-105V, WX-SS-WARR-3, WX-SS- 708060, WX-SS-611, WX-CLK-201, WX-100-0064 1 Ea.See Configurations for Wavetronix 660-020-005 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-105V ITS package includes: (1) SS-105V, (1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1) 100-0064, (1) CLK-201 1 Ea.See Configurations for Wavetronix 660-020-006 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE (Retrofit) SS-105V ITS package includes: (1) SS-105V-001, (1) SS-Warr-3, (1) SS-611, (1) SS-706-060, (1) 100-0064, (1) CLK-201 1 Ea.See Configurations for Wavetronix 741-001-003 WAVETRONIX, LLC TRAFFIC MONITORING SITE VEHICLE SENSOR - MICROWAVE RADAR VEHICLE SENSOR SS105V TMS Package, includes WX-SS-105V, WX-SS-WARR-3, WX-SS- 701-060, WX-SS-611, WX-CLK-201, WX-100-0064, PG12V103FR, PB- 5100-15, PB-5100-15, PB-5335, PB-5325, PB-5306, SX65U, SOLAR PANEL MOUNT, SFM13.51811 1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200V and SS-200E (SmartSensor Advance)1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200V or SS-200E/1 approach package includes: (1) SS-200V or SS- 200E, (1) SS-Warr-3, (1) SS-611, (1) SS-704-060, (1) SS-710, (1) 102-0416 1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200V or SS-200E 2 approach package includes: (2) SS-200V or SS- 200E, (2) SS-Warr-3, (2) SS-611, (2) SS-704-060, (2) SS-710, (1) 102-0416 1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200V or SS-200E/3 approach package includes: (3) SS-200V or SS- 200E, (3) SS-Warr-3, (3) SS-611, (3) SS-704-060, (3) SS-710, (1) 102-0416 1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200V or SS-200E/4 approach package includes: (4) SS-200V or SS- 200E, (4) SS-Warr-3, (4) SS-611, (4) SS-704-060, (4) SS-710, (1) 102-0416 1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-705-003 (500' Cable Spool)1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM Ss-705-001 (1000' Cable Spool)1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-705-002 (5000' Cable Spool)1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM CLK-112 (2 Channel Contact Closure Rack Card)1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM CLK-114 (4 Channel Contact Closure Rack Card)1 Ea.See Configurations for Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM CLK-104 (4 Channel Din Rail Mount Contact Closure)1 Ea.See Configurations for Wavetronix 682-001-002 WIRELESS TECHNOLOGY, INC.CAMERA - EXTERNAL POSITIONER SW720-H.264-SD 1 Ea.See Configurations for Wavetronix 682-001-002 WIRELESS TECHNOLOGY, INC.CAMERA - EXTERNAL POSITIONER SW720-H.264-HD30 1 Ea.$4,857.00 Transportation Control Systems 682-001-002 WIRELESS TECHNOLOGY, INC.CAMERA - EXTERNAL POSITIONER 75' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER PLUG W/ANALOG VIDEO COAX & SERIAL DATA 1 Ea.$302.00 Transportation Control Systems 682-001-002 WIRELESS TECHNOLOGY, INC.CAMERA - EXTERNAL POSITIONER 150' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER PLUG W/ANALOG VIDEO COAX & SERIAL DATA 1 Ea.$705.00 Transportation Control Systems 682-001-002 WIRELESS TECHNOLOGY, INC.CAMERA - EXTERNAL POSITIONER 250' CABLE FOR H.264 - MS CONNECTOR TO RJ45 / POWER PLUG W/ANALOG VIDEO COAX & SERIAL DATA 1 Ea.$1,241.00 Transportation Control Systems 682-001-002 WIRELESS TECHNOLOGY, INC.CAMERA - EXTERNAL POSITIONER SW720-H.264-HD30-ENG 1 Ea.$5,425.00 Transportation Control Systems 685-002-011 ZINCFIVE, INC.UNINTERRUPTIBLE POWER SUPPLY 6.5 HR UPS ASSY, W/7 BATTERIES (170 OR NEMA)1 Ea.$24,089.00 ECONOLITE APL Configuration #Manufacturer Product Category Model/Product/Component Description QT Y. / Un it Bid Price Vendor 684-001-005-a B+B SMARTWORX DEVICE SERVER BB-VESP211 One ETH to One RS-232/422/485 port, AC PWR 1 $143.00 Intelligent Trans Serv ITS 684-001-005-b B+B SMARTWORX DEVICE SERVER BB-VESP211-232 One ETH to One RS-232 port, AC Power 1 $125.00 ITS 684-001-005-c B+B SMARTWORX DEVICE SERVER BB-VESP211-485 One ETH to One RS-422/485 port, AC Power 1 $125.00 ITS 684-001-005-d B+B SMARTWORX DEVICE SERVER BB-VESR901 1 Ethernet to 1 RS-232/422/485, DC PWR, DR 1 $189.00 ITS 684-001-005-e B+B SMARTWORX DEVICE SERVER BB-VESR902D VLINX, 2PORT, DB9, ESS, DIN, CU ETHERNET 1 $278.00 ITS 684-001-005-f B+B SMARTWORX DEVICE SERVER BB-VESR902T VLINX, 2PORT, TB, ESS, DIN, CU ETHERNET 1 $277.00 ITS 684-002-017-a B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7706G-2FI-AE 4-port GbE + 2 GbE SFP Full L2 Managed Ethernet Switch, -40~75C 1 $544.00 ITS 684-002-017-b B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7710G-2CI-AE 8-port GbE + 2 GbE Combo Full L2 Managed Ethernet Switch, -40~75C 1 $1,021.00 ITS 684-002-017-c B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7712G-2FV-AE 8-port GbE + 2 GbE SFP + 2 VDSL2 SFP Modules Full L2 Managed Ethernet Switch, -25~70C 1 $1,458.00 ITS 684-002-017-d B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7712G-2FV-1AE 8-port GbE + 2 GbE SFP + 2 VDSL2 SFP Modules Full L2 Managed Ethernet Switch, -25~70C with 1*Hardened PSU and 2*GbE SS 10KM SFP Modules + Cables 1 $1,710.00 Intelligent Transportation Services (ITS) 684-002-017-e B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7712G-4FI-AU 8-port GbE + 4 GbE SFP Full L2 Managed Ethernet Switch, -40~75C 1 $947.00 ITS 684-002-017-f B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7712G-4FI-1AE 8-port GbE + 4 GbE SFP Full L2 Managed Ethernet Switch, -40~75C with 1*Hardened PSU and 2*GbE SS 10KM SFP Modules + Cables 1 $1,139.00 ITS 684-002-017-g B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7716G-4F4CI-AE 8-port GbE + 4 GbE SFP + 4 GbE Combo Full L2 Managed Ethernet Switch, -40~75C 1 $1,496.00 ITS 684-002-017-h B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7720G-4FI-AU 16-port GbE + 4 GbE SFP Full L2 Managed Ethernet Switch, -40~75C 1 $1,117.00 ITS 684-002-017-i B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7720G-4FI-1AE 16-port GbE + 4 GbE SFP Full L2 Managed Ethernet Switch, -40~75C with 1*Hardened PSU and 2*GbE SS 10KM SFP Modules + Cables 1 $1,297.00 ITS 684-002-017-j B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7712G-2FVP-AE 8-port GbE(PoE/PoE+) + 2 GbE SFP + 2 VDSL2 SFP Modules Full L2 Managed Ethernet Switch, -40~75C 1 $1,540.00 ITS 684-002-017-k B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7710G-2CPI-AU 8-port GbE(PoE/PoE+) + 2 GbE Combo Full L2 Managed Ethernet Switch, -40~75C 1 $947.00 ITS 684-002-017-l B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7712G-4FPI-AU 8-port GbE(PoE/PoE+) + 4 GbE SFP Full L2 Managed Ethernet Switch, -40~75C 1 $1,117.00 ITS 684-002-017-m B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7710G-2CPI-1AE 8-port GbE(PoE/PoE+) + 2 GbE Combo Full L2 Managed Ethernet Switch, -40~75C with 1*120W Hardened PSU and 2*GbE SS 10KM SFP Modules + Cables 1 $1,235.00 Intelligent Transportation Services (ITS) 684-002-017-n B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH EKI-7712G-4FPI-1AE 8-port GbE(PoE/PoE+) + 4 GbE SFP Full L2 Managed Ethernet Switch, -40~75C with 1*120W Hardened PSU and 2*GbE SS 10KM SFP Modules + Cables 1 $1,371.00 ITS 684-002-017-o B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH ACCESSORY SFP-GSX/LCI-AE 1000Base-SX Multi-Mode SFP module, 550m, -40~85C 1 $81.00 ITS 684-002-017-p B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH ACCESSORY SFP-GLX/LCI-10E 1000Base-LX Single-Mode SFP module, 10km, - 40~85C 1 $89.00 ITS 684-002-017-q B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH ACCESSORY SFP-GLX/LCI-20E 1000Base-LX Single-Mode SFP module, 20km, - 40~85C 1 $98.00 ITS 684-002-017-r B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH ACCESSORY SFP-GLX/LCI-40E 1000Base-LX Single-Mode SFP module, 40km, - 40~85C 1 $199.00 ITS 684-002-017-s B+B SMARTWORX MANAGED FIELD ETHERNET SWITCH ACCESSORY SFP-GXD/LCI-50E 1000Base-ZX Single-Mode SFP module, 50km, - 40~85C 1 $233.00 ITS 684-001-007-a B+B SMARTWORX DEVICE SERVER EKI-1521CI-CE 1-port serial device server with wide temp and isolation, -40~75C 1 $401.00 ITS 684-001-007-b B+B SMARTWORX DEVICE SERVER EKI-1521CI-1CE 1-port serial device server with wide temp and isolation, -40~75C with 1*Hardened PSU + Cables 1 $497.00 ITS 684-001-007-c B+B SMARTWORX DEVICE SERVER EKI-1522CI-CE 2-port serial device server with wide temp and isolation, -40~75C 1 $427.00 ITS 684-001-007-d B+B SMARTWORX DEVICE SERVER EKI-1522CI-1CE 2-port serial device server with wide temp and isolation, -40~75C with 1*Hardened PSU + Cables 1 $552.00 ITS 684-001-007-e B+B SMARTWORX DEVICE SERVER EKI-1524CI-CE 4-port serial device server with wide temp and isolation, -40~75C 1 $628.00 ITS 684-001-007-f B+B SMARTWORX DEVICE SERVER EKI-1524CI-1CE 4-port serial device server with wide temp and isolation, -40~75C with 1*Hardened PSU + Cables 1 $726.00 ITS 685-002-009a ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY FXM 650 w/ 4 XTV 100 Batteries & Cables 1 $1,408.00 ITS 685-002-009b ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY FXM 2000 w/ 4 Enersys SBS 100F Batteries & Cables 1 $3,386.00 ITS 682-001-005a COHUHD COSTAR, LLC CAMERA - EXTERNAL POSITIONER Rise 4260 Series w/o wiper 1 Ea $3,957.00 ITS 682-001-005b COHUHD COSTAR, LLC CAMERA - EXTERNAL POSITIONER Rise 4260 Series with wiper 1 Ea $4,383.00 ITS 660-020-006a IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM - MICROWAVE SX-300-SS-Kit (Detector Only) Dual Serial 1 Ea.$3,627.00 ITS 660-020-006b IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM - MICROWAVE SX-300-TCP-Kit (Detector Only) Serial & IP 1 Ea.$3,744.00 ITS 660-020-006c IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM - MICROWAVE SX-300-HDCAM-Kit (Detector Only) Serial, IP, & HD CCTV 1 Ea.$4,215.00 ITS 660-020-006a IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM - MICROWAVE SX-300-SS-Kit (Detector, cable, and power supply) Dual Serial 1 Ea.$3,954.00 ITS 660-020-006b IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM - MICROWAVE SX-300-TCP-Kit (Detector, cable, and power supply) Serial & IP 1 Ea.$4,071.00 ITS 660-020-006c IMAGE SENSING SYSTEMS VEHICLE DETECTION SYSTEM - MICROWAVE SX-300-HDCAM-Kit (Detector, cable, and power supply) Serial, IP, & HD CCTV 1 Ea.$4,542.00 ITS 660-0024-004-a Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 - APL1 - Cabinet Assembly to include (1)Hub- Wireless Control & Reporting & storage unit, (4) long range 2.4Ghz Directional Outdoor Antenna, (1) male&female connectors,(1) 6.5ft Cat 6 cable. Note: 5 year warranty for Hub Device 1 $9,150.00 Blue-Band, LLC 660-0024-004-b Blue-Band, LLC Wireless Magnetometer Assembly Arm-0002 - APL1 - Single Arm Assembly -Includes (1) Arm w/ Apron, (1) Master contact closure card, (1) sealant applicator, (3) Road Adhesive Sealant. Note: year warranty on ARM Device.1 $2,990.00 Blue-Band, LLC 660-0024-004-c Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 -APLS1 - Blue-Band Enterprise ITS Mobility Cloud- Based Software-as-a-Service - 1st Yr. Only (per module) 1 $90,000.00 Blue-Band, LLC 660-0024-004-d Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 -APLS2 - Blue-Band Enterprise Traffic Mobility Cloud- Based Software-as-a-Service - 1st Yr. Only (per module) 1 $90,000.00 Blue-Band, LLC 660-0024-004-e Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 -APLS3 -Blue-Band Enterprise Smart Parking Cloud- Based Software-as-a-Service - 1st Yr. - Only (per module) 1 $90,000.00 Blue-Band, LLC 660-0024-004-f Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 -APLS4 - Blue-Band Enterprise Asset Maintenance Cloud-Based Software-as-a-Service - 1st Yr. Only (per module) 1 $130,000.00 Blue-Band, LLC 660-0024-004-g Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 - APLS5-A -Blue-Band - Per Asset /per year used with Blue-Band - Enterprise Cloud-Based Software-as-a-Service ITS/Traffic/Parking/Asset Maintenance Modules 1 $3.00 Blue-Band, LLC 660-0024-004-h Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 -APLS5-B Blue-Band Maintenance Fees per module/per year (starting year 2) used with Blue-Band - Enterprise Cloud-Based Software-as-a-Service - ITS/Traffic/Parking/Asset Maintenance Modules 1 $15,000.00 Blue-Band, LLC 660-0024-004-i Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 -APLS5-C - Initial software Set-up and asset provisioning per module for Blue-Band - Enterprise Cloud- Based Software-as-a-Service - ITS/Traffic/Parking/Asset Maintenance Modules 1 $10,000.00 Blue-Band, LLC 660-0024-004-j Blue-Band, LLC Wireless Magnetometer Assembly Hub-0001 -APLS5-D - Customization & Custom Report Development hourly rate hr.$230.00 Blue-Band, LLC 620-002-010-a CITEL Surge Protective Device for 120V or 120/240V Power DS70RS Series - DS72RS-120 (120V) 1 EA. $119.00 CITEL and ITS 620-002-010-b CITEL Surge Protective Device for 120V or 120/240V Power DS70RS Series - DS73RS-120 (120/240V) 1 EA. $153.00 CITEL and ITS 620-002-011-a CITEL Surge Protective Device (120V or 120/240V Power) M50-120S Series (120V) 1 EA. $121.55 CITEL and ITS 620-002-011-b CITEL Surge Protective Device (120V or 120/240V Power) M50-120T Series (120/240V) 1 EA. $140.25 CITEL and ITS 620-002-011-c CITEL Surge Protective Device (120V or 120/240V Power) DS72US Series - DS72US-120S (120V) 1 EA. $119.00 CITEL and ITS 620-002-011-d CITEL Surge Protective Device (120V or 120/240V Power) DS73US Series - DS73US-120T (120/240V) 1 EA. $153.00 CITEL and ITS 676-007-004-A SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED TYPE IV SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-007-004-B SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED TYPE IV SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-007-004-C SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED TYPE IV SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-007-004-D SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED TYPE IV SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-008-009-A SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED TYPE V SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-008-009-B SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED TYPE V SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-008-009-C SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED TYPE V SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-008-009-D SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED TYPE V SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-010-001-A SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED SPECIAL SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-010-001-B SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED SPECIAL SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-010-001-C SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED SPECIAL SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-010-001-D SOUTHERN MFG. CO. CONTROLLER CABINET UNWIRED SPECIAL SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-014-001-A SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-014-001-B SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-014-001-C SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-014-001-D SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE VI SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-015-001-A SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-015-001-B SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-015-001-C SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-015-001-D SOUTHERN MFG. CO.CONT. CAB. UNWIRED TYPE III SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-024-001-A SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 332/334 SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-024-001-B SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 332/334 SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-024-001-C SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 332/334 SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-024-001-D SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 332/334 SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-029-003-A SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-029-003-B SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-029-003-C SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-029-003-D SOUTHERN MFG. CO.170 UNWIRED CABINET TYPE 336 SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-031-001-A SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 336 STRETCH SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-031-001-B SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 336 STRETCH SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-031-001-C SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 336 STRETCH SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-031-001-D SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 336 STRETCH SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-035-003-A SOUTHERN MFG. CO.ITS FIELD CABINET (340) SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-035-003-B SOUTHERN MFG. CO.ITS FIELD CABINET (340) SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-035-003-C SOUTHERN MFG. CO.ITS FIELD CABINET (340)SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-035-003-D SOUTHERN MFG. CO.ITS FIELD CABINET (340)SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-035-005-A SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-035-005-B SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-035-005-C SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-035-005-D SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 334 SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-035-012-A SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-035-012-B SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-035-012-C SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-035-012-D SOUTHERN MFG. CO.ITS FIELD CABINET TYPE 336S SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 685-002-004-A SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 685-002-004-B SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 685-002-004-C SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets 1 $900.00 SOUTHERN MFG. CO. 685-002-004-D SOUTHERN MFG. CO.UNINTERRUPTIBLE POWER SUPPLY SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets 1 $800.00 SOUTHERN MFG. CO. 746-006-001-A SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE IV CABINET SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 746-006-001-B SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE IV CABINET SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 746-006-001-C SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE IV CABINET SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 746-006-001-D SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE IV CABINET SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 746-008-001-A SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE 334 CABINET SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 746-008-001-B SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE 334 CABINET SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 746-008-001-C SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE 334 CABINET SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 746-008-001-D SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE 334 CABINET SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 746-009-001-A SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE III CABINET SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 746-009-001-B SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE III CABINET SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 746-009-001-C SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE III CABINET SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 746-009-001-D SOUTHERN MFG. CO. TRAFFIC MONITORING SITE CABINET - TYPE III CABINET SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-035-015-A SOUTHERN MFG. CO.ITS FIELD CABINET 332D SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-035-015-B SOUTHERN MFG. CO.ITS FIELD CABINET 332D SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-035-015-C SOUTHERN MFG. CO.ITS FIELD CABINET 332D SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-035-015-D SOUTHERN MFG. CO.ITS FIELD CABINET 332D SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 676-024-004-A SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 332/334 SOUH-ATS-GC-30A-00, Automatic Transfer Switch Retrofit to existing cabinets 1 $1,200.00 SOUTHERN MFG. CO. 676-024-004-B SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 332/334 SOUH-ATS-GC-50A-00 Automatic Transfer Switch Retrofit to existing cabinets 1 $1,100.00 SOUTHERN MFG. CO. 676-024-004-C SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 332/334 SOUH-GC-30A-03 Manual Transfer Switch Retrofit to existing cabinets No award 676-024-004-D SOUTHERN MFG. CO. 170 UNWIRED CABINET TYPE 332/334 SOUH-GC-50A-06 Manual Transfer Switch Retrofit to existing cabinets No award 685-002-011-A ZINCFIVE INC UNINTERUPT. PWR SUP 6.5 HR UPS ASSY, W/7 BATTERIES (170 OR NEMA)1 $24,089.00 ECONOLITE 685-002-011 -B ZINCFIVE INC UNINTERUPT. PWR SUP STANDARD ASSY, W/2 BATTERIES (170 OR NEMA)No award 685-002-011-C ZINCFIVE INC UNINTERUPT. PWR SUP ITS PWR ANALIZER, W/1 BATTERY (170 OR NEMA)No award 660-015-037 ECONOLITE VEHICLE DETECTOR VID VISION, 4 CAMS, 4 BRKTS, 1000FT C/C, 1 COMM BRD 1 $22,000.00 ECONOLITE 684-002-028 ITS EXPRESS 684 ITS Express ITS-8042 V3 w/2-sfp-1000lx10 gig optics 1 $1,099.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8042 V3 w/2-sfp-2.5 g lx10 gig optics 1 $1,139.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8042 V3 w/2-sfp-10 g lx10 gig optics 1 $1,199.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8042 V3 Plus w/2-sfp-1000lx10 gig optics 1 $1,399.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8042-V3 Plus w/2-sfp-2.5 g lx10 gig optics 1 $1,439.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8042-V3 Plus w/2-sfp-10 g lx10 gig optics 1 $1,499.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8012-24 V3 w/2-sfp-1000lx10 gig optics 1 $1,299.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8012-24 V3 w/2-sfp-2.5 g lx10 gig optics 1 $1,339.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8012-24 V3 w/2-sfp-10 g lx10 gig optics 1 $1,399.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8012-24 V3 Plus w/2-sfp-1000lx10 gig optics 1 $1,699.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8012-24 V3 Plus w/2-sfp-2.5 g lx10 gig optics 1 $1,739.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8012-24 V3 Plus w/2-sfp-10 g lx10 gig optics 1 $1,799.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8004-16 V3 w/2-sfp-1000lx10 gig optics 1 $2,199.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8004-16 V3 w/2-sfp-2.5 g lx10 gig optics 1 $2,239.99 Express Supply 684-002-028 ITS EXPRESS 684 ITS Express ITS-8004-16-V3 w/2-sfp-10 g lx10 gig optics 1 $2,299.99 Express Supply 682-002-028 BOSCH SECURITY SYSTEMS, INC.682 VG5-ITS Autodome Series VG5-ITS1080P-30X kit 1 $3,099.99 Express Supply 682-001-004 BOSCH SECURITY SYSTEMS, INC.682 MIC IP HD Series MIC-ITS1080P-B30X KIT 1 $4,999.99 Express Supply 659-031-013 SKY BRACKET 659 Sky Bracket Pedestrian Beacon Mount SS-SB29-HPB-18 1 $222.00 Express Supply 659-031-013 SKY BRACKET 659 Sky Bracket Pedestrian Beacon Mount SS-SB42-HPB-18 1 $223.00 Express Supply 659-031-013 SKY BRACKET 659 Sky Bracket Pedestrian Beacon Mount SS-SB59-HPB-18 1 $224.50 Express Supply 659-035-003 SKY BRACKET 659 Sky Bracket Mast Arm Camera Mount SS-SBC66-SCK 1 $93.99 Express Supply 659-035-003 SKY BRACKET 659 Sky Bracket Mast Arm Camera Mount SS-SBC90-SCK 1 $95.99 Express Supply 659-035-003 SKY BRACKET 659 Sky Bracket Mast Arm Camera Mount SS-SBC120-SCK 1 $99.99 Express Supply 659-035-003 SKY BRACKET 659 Sky Bracket Mast Arm Camera Mount SS-SBC165-SCK 1 $109.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB29-3M-24 1 $152.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB29-3M-60 1 $170.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB29-3M-74 1 $177.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB29-3M-96 1 $187.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB42-3M-24 1 $154.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB42-3M-60 1 $171.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB42-3M-74 1 $178.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB42-3M-96 1 $188.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB59-3M-24 1 $155.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB59-3M-60 1 $172.99 Express Supply 659-031-015 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB59-3M-74 1 $179.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Signal Head Bracket SS-SB59-3M-96 1 $190.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB29-3MCB46 1 $247.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB29-3MCB60 1 $204.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB29-3MCB74 1 $258.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB42-3MCB46 1 $248.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB42-3MCB60 1 $255.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB42-3MCB74 1 $259.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB59-3MCB46 1 $249.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB59-3MCB60 1 $255.99 Express Supply 659-031-016 SKY BRACKET 659 Sky Bracket 3M Cluster Signal Head Bracket SS-SB59-3MCB74 1 $260.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB29-SCB-46 1 $235.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB29-SCB-60 1 $231.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB29-SCB-74 1 $246.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB42-SCB-46 1 $236.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB42-SCB-60 1 $242.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB42-SCB-74 1 $247.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB59-SCB-46 1 $239.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB59-SCB-60 1 $243.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB59-SCB-74 1 $249.99 Express Supply 659-031-017 SKY BRACKET 659 Sky Bracket Cluster Signal Head Bracket SS-SB96-SCB-46 1 $253.99 Express Supply 682-002-009 GovComm, Inc.Camera - Dome GC-IMPO-532 / 2 MP 32X Optical Zoom 1 $1,975.00 GovComm, Inc. 682-001-006 GovComm, Inc. Camera - External Positioner (Fixed) GC-IL426 / 2 MP Bullet Motorized Varifocal Lens IR 1 $999.00 GovComm, Inc. 682-001-006 GovComm, Inc. Camera - External Positioner (Fixed) GC-IL485 / 4K Bullet Motorized Varifocal Lens IR 1 $1,675.00 GovComm, Inc. 682-001-003 GovComm, Inc. Camera - External Positioner GC-ICPO-836 / 2 MP 36X Optical Zoom IR 1 $3,475.00 GovComm, Inc. 682-001-003 GovComm, Inc. Camera - External Positioner GC-ICPO-850 / 2 MP 50X Optical Zoom IR 1 $3,975.00 GovComm, Inc. 682-001-003 GovComm, Inc. Camera - External Positioner GC-ICPO-8836 / 4K 36X Optical Zoom IR 1 $4,975.00 GovComm, Inc. 102-055-001 Horizon Signal Technologies Portable Traffic Signal Model SQ3TS 1 $49,500.00 Horizon Signal 102-055-002 Horizon Signal Technologies Portable Traffic Signal Model SQ2 1 $30,750.00 Horizon Signal 102-059-002-a LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1020A-4 with Exo-Frame Mount 1 Ea.$7,944.39 LITESYS 102-059-002-b LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1020A-4 with Upper Mount 1 Ea.$9,046.61 LITESYS 102-059-002-c LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1020A-4 with Full Mount 1 Ea.$9,295.00 LITESYS 102-059-003-a LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1020F-4 with Exo-Frame Mount 1 Ea.$9,511.39 LITESYS 102-059-003-b LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1020F-4 with Upper Mount 1 Ea.$10,646.61 LITESYS 102-059-003-c LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1020F-4 with Full Mount 1 Ea.$10,895.00 LITESYS 102-059-004-a LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1030F-4 with Exo-Frame Mount 1 Ea.$11,311.39 LITESYS 102-059-004-b LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1030F-4 with Upper Mount 1 Ea.$12,446.61 LITESYS 102-059-004-c LITESYS INC. TRUCK MOUNTED CHANGEABLE MESSAGE SIGN LiteReader VCMS 1030F-4 with Full Mount 1 Ea.$12,695.00 LITESYS Addendum 1 684-005-003-a Advantech B+B Smartworx Media Converter IMC-350I-SE-A Media Converter, 10/100FX, 1310 nm, Single-Mode, 40 km, SC connector 1 $258.00 Intelligent Trans. Services 684-005-003-b Advantech B+B Smartworx Media Converter IMC-350I-SE-PS-A Media Converter, 10/100FX, 1310 nm, Single-Mode, 40 km, SC connector, Power adapter included 1 $261.00 Intelligent Trans. Services 684-005-003-c Advantech B+B Smartworx Media Converter IMC-350I-M8-A Media Converter, 10/100FX, 850 nm, Multi-Mode, 2 km, SC connector 1 $240.00 Intelligent Trans. Services 684-005-003-d Advantech B+B Smartworx Media Converter IMC-350I-M8-PS-A Media Converter, 10/100FX, 850 nm, Multi-Mode, 2 km, SC connector, Power adapter included 1 $232.00 Intelligent Trans. Services 684-005-003-e Advantech B+B Smartworx Media Converter IMC-350I-MM-A Media Converter, 10/100FX, 1310 nm, Multi-Mode, 5 km, SC connector 1 $240.00 Intelligent Trans. Services 684-005-003-f Advantech B+B Smartworx Media Converter IMC-350I-MM-PS-A Media Converter, 10/100FX, 1310 nm, Multi- Mode, 5 km, SC connector, Power adapter included 1 $258.00 Intelligent Trans. Services 684-005-003-g Advantech B+B Smartworx Media Converter IMC-350I-SL-PS-A Media Converter, 10/100FX, 1310 nm, Single-Mode, 80 km, SC connector, Power adapter included 1 $370.00 Intelligent Trans. Services 684-005-003-h Advantech B+B Smartworx Media Converter IMC-350I-SFP-PS-A Media Converter, 10/100FX, SFP Slot, , Power adapter included 1 $238.00 Intelligent Trans. Services 684-005-003-i Advantech B+B Smartworx Media Converter IMC-370I-MM-A Media Converter, 10/100/1000FX, 850 nm, Multi- Mode, 550m, SC connector 1 $385.00 Intelligent Trans. Services 684-005-003-j Advantech B+B Smartworx Media Converter IMC-370I-MM-PS-A Media Converter, 10/100/1000FX, 850 nm, Multi- Mode, 550m, SC connector, Power adapter included 1 $394.00 Intelligent Trans. Services 684-005-003-k Advantech B+B Smartworx Media Converter IMC-370I-SM-A Media Converter, 10/100FX, 1310 nm, Single-Mode, 15 km, SC connector 1 $394.00 Intelligent Trans. Services 684-005-003-l Advantech B+B Smartworx Media Converter IMC-370I-SM-PS-A Media Converter, 10/100FX, 1310 nm, Single- Mode, 15 km, SC connector, Power adapter included 1 $402.00 Intelligent Trans. Services 684-005-003-m Advantech B+B Smartworx Media Converter IMC-370I-SE-PS-A Media Converter, 10/100FX, 1310 nm, Single-Mode, 30 km, SC connector, Power adapter included 1 $436.00 Intelligent Trans. Services 684-005-003-n Advantech B+B Smartworx Media Converter IMC-370I-SFP-A Media Converter, 10/100/1000FX, SFP Slot 1 $368.00 Intelligent Trans. Services 684-005-003-o Advantech B+B Smartworx Media Converter IMC-370I-SFP-PS-A Media Converter, 10/100/1000FX, SFP Slot, Power adapter included 1 $377.00 Intelligent Trans. Services 684-005-003-p Advantech B+B Smartworx Media Converter Accessory SFP-GSX/LCI-AE 1000Base-SX Multi-Mode SFP module, 550m, -40~85C 1 $81.00 Intelligent Trans. Services 684-005-003-q Advantech B+B Smartworx Media Converter Accessory SFP-GLX/LCI-10E 1000Base-LX Single-Mode SFP module, 10km, - 40~85C 1 $89.00 Intelligent Trans. Services 684-005-003-r Advantech B+B Smartworx Media Converter Accessory SFP-GLX/LCI-20E 1000Base-LX Single-Mode SFP module, 20km, - 40~85C 1 $98.00 Intelligent Trans. Services 684-005-003-s Advantech B+B Smartworx Media Converter Accessory SFP-GLX/LCI-40E 1000Base-LX Single-Mode SFP module, 40km, - 40~85C 1 $199.00 Intelligent Trans. Services 684-005-003-t Advantech B+B Smartworx Media Converter Accessory SFP-GXD/LCI-50E 1000Base-ZX Single-Mode SFP module, 50km, - 40~85C 1 $233.00 Intelligent Trans. Services 684-005-003 ADVANTECH B+B SMARTWORX MEDIA CONVERTER Model # IMC-3501-SE-A 1 $217.50 Think IT Ai 102-055-004-a JOHN THOMAS PORTABLE TRAFFIC SIGNAL (for Work Zone Only) ADDCO PTS-2000 1/S et of 2 $49,000.00 John Thomas, Inc. 682-003-001-a Jupiter Systems Canvas Conference Room System CRS-4K/Canvas Conference Room System/ 1x4K output or 4x1K outputs (Each processor is custom configured based on the input and outputs needed. Please contact Manufacturer's Rep for exact pricing on the configuration needed.)1 $6,000.00 Jupiter Systems 682-003-001-b Jupiter Systems Canvas Conference Room System 3-630-004-00/Jupiter Media Server/ Transcodes/Translates video streams compatible to iOS and Android mobile format. Media Server Software D-CAN-007-00 is pre-loaded. 2x Xeon E5-2620 6 Core CPU @ 2 GHz, 32GB DDR3, 500GB HDD, GPU GT640. Windows 7 (64 bit). 1U rack mount.1 $5,000.00 Jupiter Systems 682-003-001-c Jupiter Systems Canvas Conference Room System D-CAN-000-00/Canvas Server Enterprise software license/ supports one Canvas installation.Canvas users and Active Directory domain user authentication. Supports redundant Canvas Servers and mobile deployments. Stores information related to Canvases, Canvas Sources and user privileges. (Optional Mobile Support)1 $15,000.00 Jupiter Systems 682-003-001-d Jupiter Systems Canvas Conference Room System D-CAN-001-00/Canvas Client for Workstations-Named License 1 $2,500.00 Jupiter Systems 682-003-001-e Jupiter Systems Canvas Conference Room System D-CAN-001-01/Canvas Client for Workstations-Floating License 1 $5,620.00 Jupiter Systems 682-003-001-f Jupiter Systems Canvas Conference Room System Commissioning -CAN/Commissioning based upon a site specific system configuration, a field engineer will validate the capabilities and proper operation of a Canvas installation. Areas to be covered and limited to are: review of Administrative Tasks (including Active Directory), Client Tasks, Catalyst and VirtualScreen configuration, and typical work flows. Assumes system is already installed, configured, and running. This service does not include remote control programming. Estimated travel and living expenses; will be invoiced at actual and reasonable cost. Jupiter Systems Professional Services must provide quote for each project.1 $2,500.00 Jupiter Systems 682-003-001-g Jupiter Systems Canvas Conference Room System Training-CAN/Technical Training conducted at the Dealer location, a field engineer will provide training regarding the capabilities and proper operation of a Canvas system. Training will address Canvas components, Out-of-the-Box (OOB) installation steps (Server and Client), Administration Tasks, Client Tasks, Catalyst Configuration, and review of typical usage. A Canvas System will be provided if necessary. Estimated travel and living expenses; will be invoiced at actual and reasonable cost. Jupiter Systems Professional Services must provide quote for each project.1 $2,500.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System Catalyst4K-1HC-2SSD-RAID1-2NIC-128RAM/Catalyst 4K Base System Display wall processor/ 4 mDP-to-DP Cables, 14 Core CPU, 128GB Ram, power supplies, RAID 1- 3 solid state drives with CANVAS 5.0 Standalone software and Windows10.(Each processor is custom configured based on the input and outputs needed. Please contact Manufacturer's Rep for exact pricing on your configuration.) 1 $38,815.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System 2-540-287-00 /Quad 4K graphics output Board with 4 mDP-to-DP Cables 1 $2,500.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System 2-540-287-01 /Eight 1080P graphics output Board with 8 mDP-to-DP Cables 1 $2,500.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System 3-540-284-00 /For HD inputs : Dual DVI-I Input ports. Single and Dual- link DVI compatible up to 2560x1600 resolution. Analog VGA input (using DVI-I to HD15 adapter) up to 2048x1200. YPrPb (progressive scan) inputs to 1080p (with adapter cable). Up to four freely scalable, high ( all of them )performance windows per input. For 4K inputs : Single link 4K option , 2nd 4K DVI with slow updating when used simultaneously.1 $2,500.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System 3-540-248-00/ Quad HD Decoder card. Supports SD and HD streams up to 1080p/30. Single Gigabit Ethernet interface.MPEG-2, MPEG-4, H.264 (L4.1), and MJPEG support*. *Standards Supported With Canvas is H.264 (L4.1) only 1 $5,000.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System 3-540-225-00 /PCIe Audio Card. Stereo to 5.1 surround sound. Mic and Line-in. Stereo and digital out.1 $175.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System 3-C4K-000-00/ (Catalyst 4K Spares Kit) Includes one 4-615-041-00 Catalyst 4K Mid-Chassis Fan Assembly, one 4-615-042-00 Catalyst 4K Rear-Chassis Fan Assembly, one 5-612-050-00 Single hot swappable power supply module for Catalyst 4K and one 4-619-067-05 Catalyst 4K 512 GB SATA SSD on Carrier.1 $2,168.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System Catalyst4K-2HC-8DVI-2QDEC-1SSD-2NIC-64RAM /Catalyst 4K/ 2 output + 8 DVI inputs + 8MPEG inputs w/critical spares 1 $68,463.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System Catalyst4K-2HC-8DVI-1SSD-2NIC-64RAM /Catalyst 4K/ 2 output + 8 DVI inputs w/critical spares 1 $48,213.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst 4K System Catalyst4K-2HC-2QDEC-1SSD-2NIC-64RAM /Catalyst 4K /2 output + 8MPEG w/critical spares 1 $50,338.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System CatalystXL-8HC-3SSD-RAID1-128RAM /Catalyst XL Base System Display wall processor with 8/4 1080p/4k outputs, 3SSD RAID1, 14 Core XEON CPU, 128 GB RAM with CANVAS Standalone and Win10 LTSB/C. (Each processor is custom configured based on the input and outputs needed. Please contact Manufacturer's Rep for exact pricing on your configuration.)1 $36,535.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System 2-540-287-00 /Quad 4K Graphics Output Board/Quad 4K graphics output Board with 4 mDP-to-DP Cables 1 $2,500.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System 2-540-287-01/ Eight 1080P Graphics Output Board: Eight Channel Graphics Output Board: Four 4K or Eight 1080P graphics output Board with 8 mDP 1.2 ports. Must use active dongles if the connection is either DVI (HD Only) or HDMI (4K or HD resolutions).1 $2,500.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System 2-540-304-00 /4 Channel Capture Board: 4 Channel HDMI Capture Board: 4 Channel HDMI capture. Includes four 4-750-163-00: Mini- HDMI to Female HDMI Adapter. Supports up to four channels of HD, 4K 30 or 4K60 @ YUV420.1 $6,000.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System 3-540-284-00 /4K DVI Input Card: For HD inputs : Dual DVI-I Input ports. Single and Dual-link DVI compatible up to 2560x1600 resolution per input. Analog VGA input (using DVI-I to HD15 adapter) up to 2048x1200. YPrPb (progressive scan) inputs to 1080p (with adapter cable). Up to four freely scalable, high performance windows per board. HDCP is enabled only on the FC4500H with resolutions 1080P and below. 4K inputs only available on Catalyst4K: Supports 1 4K@30 input per board. One freely scalable, high performance window per board.1 $2,500.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System 3-540-248-00 /Single Port Quad Decoder Card: Quad HD Decoder card. Supports SD and HD streams up to 1080p/30. Single Gigabit Ethernet interface.MPEG-2, MPEG-4, H.264 (L4.1), and MJPEG support*. *Standards Supported With Canvas is H.264 (L4.1) only 1 $5,000.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System 3-CXL-000-00 /Catalyst XL Critical Spares Kit/Includes one 4-615-043- 00 Catalyst XLC Chassis Fan Assembly, one 4-615-046-00 Catalyst XL Fabric Mid-Chassis Fan Assembly, one 4-615-047-00 Catalyst XL Fabric Rear-Chassis Fan Assembly, one 5-612-056-00 Catalyst XL CPU Power Supply Module-240W and one 5-612-057-00 Catalyst XL Fabric Power Supply Module-500W.1 $1,551.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System D-CAN-009-00 /CANVAS CLIENT-NAMED LICENSE/ Canvas Client license that is dedicated to a user account. Each named license may be used by one user at a time.1 $2,500.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System D-CAN-009-01/ CANVAS CLIENT-FLOATING LICENSE/ Canvas Client that may be used by any user on a PC or Jupiter hardware. Each floating license may be used by only one device at a time.1 $5,000.00 Jupiter Systems 682-003-004 Jupiter Systems Catalyst XL System D-CAN-000-00/ Canvas Server License/ Canvas Server Enterprise software license supports one Canvas installation. Canvas users and Active Directory domain user authentication. Supports redundant Canvas Servers and mobile deployments. Stores information related to Canvases, Canvas Sources and user privileges.1 $15,500.00 Jupiter Systems 102-045-018 K&K SYSTEMS VEHICLE MOUNTED ARROW BOARD Model # AV154896 1 eac h $1,715.91 K&K Systems, Inc. 102-045-019 K&K SYSTEMS VEHICLE MOUNTED ARROW BOARD Model # AV254896 1 eac h $2,003.64 K&K Systems, Inc. 654-002-005-a LUX SOLAR IN-ROADWAY LIGHTS LS1000+CWSYS (12 units) 1 Ea.$16,690.00 LUX SOLAR 654-002-005-b LUX SOLAR IN-ROADWAY LIGHTS LS1000+CWSYS (12 units) (Installation Only) 1 Ea.$12,800.00 LUX SOLAR 706-005-001-a LUX SOLAR IIRPM LS1000+ (Single Direction)1 $187.00 Lux Solar 706-005-001-b LUX SOLAR IIRPM LS1000+ (Bi-Directional)1 $202.00 Lux Solar 706-005-001-c LUX SOLAR IIRPM LS1000+ (Cup Only)1 $15.00 Lux Solar 706-005-001-d LUX SOLAR IIRPM LS1000+ (Single direction Module Only)1 $172.00 Lux Solar 706-005-001-e LUX SOLAR IIRPM LS1000+ (Bi-directional Module Only) 1 $187.00 Lux Solar 706-005-001-f LUX SOLAR IIRPM LS1000+ ( IIRPM Installation Only)24 $1,200.00 Lux Solar 706-005-001-g LUX SOLAR IIRPM LS1000+ (Single Direction) (2 Year Warranty)1 $127.00 Lux Solar 706-005-001-h LUX SOLAR IIRPM LS1000+ (Bi-directional) (2 Year Warranty)1 $142.00 Lux Solar 650-002-011 MOBOTREX TRAFFIC SIGNAL SG ALUMINUM, 12" DIE-CAST 3-SECTION VERTICAL VEHICLE SIGNAL 1EA $ 172.00 RAINBOW DIST 650-002-011 MOBOTREX TRAFFIC SIGNAL SG ALUMINUM, 12" DIE-CAST 4-SECTION VERTICAL VEHICLE SIGNAL 1EA $ 245.00 RAINBOW DIST 650-002-011 MOBOTREX TRAFFIC SIGNAL SG ALUMINUM, 12" DIE-CAST 5-SECTION CLUSTER VEHICLE SIGNAL 1EA $ 286.00 RAINBOW DIST 650-002-011 MOBOTREX TRAFFIC SIGNAL SG ALUMINUM, 12" DIE-CAST 3-SECTION HORIZONTAL VEHICLE SIGNAL 1EA $ 201.00 RAINBOW DIST 650-002-011 MOBOTREX TRAFFIC SIGNAL SG ALUMINUM, 12" DIE-CAST 4-SECTION HORIZONTAL VEHICLE SIGNAL 1EA $ 255.00 RAINBOW DIST 650-002-011 MOBOTREX TRAFFIC SIGNAL SG ALUMINUM, 12" DIE-CAST 5-SECTION HORIZONTAL VEHICLE SIGNAL 1EA $ 321.00 RAINBOW DIST 650-001-012 MOBOTREX TRAFFIC SIGNAL TA POLYCARBONATE, 12" 3-SECTION VERTICAL VEHICLE SIGNAL 1EA $ 138.00 RAINBOW DIST 650-001-012 MOBOTREX TRAFFIC SIGNAL TA POLYCARBONATE, 12" 4-SECTION VERTICAL VEHICLE SIGNAL 1EA $ 183.00 RAINBOW DIST 650-001-012 MOBOTREX TRAFFIC SIGNAL TA POLYCARBONATE, 12" 5-SECTION CLUSTER VEHICLE SIGNAL 1EA $ 233.00 RAINBOW DIST 650-001-012 MOBOTREX TRAFFIC SIGNAL TA POLYCARBONATE, 12" 3-SECTION HORIZONTAL VEHICLE SIGNAL 1EA $ 132.00 RAINBOW DIST 650-001-012 MOBOTREX TRAFFIC SIGNAL TA POLYCARBONATE, 12" 5-SECTION HORIZONTAL VEHICLE SIGNAL 1EA $ 226.00 RAINBOW DIST 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM DIN Relay IV 1 Ea.$290.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM Microsemi Injector PD-9001GI/DC; Single Port 30W Industrial PoE Midspan 1 Ea.$520.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM OUTREACH LITE Universal Ethernet Extender 1 Ea.$370.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM OUTREACH MAX XT External Ethernet & POE Extender 1 Ea.$410.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 with FLIR detection compatibility (less FLIR video cameras) 1 Ea.$31,500.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Additional Flir Camera 1 Ea.$4,000.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Ped Intercept Module (replaces current item #1326) 1 Ea.$5,000.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 Option, Monitor and Keyboard (replaces current item #1328) 1 Ea.$850.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 with FLIR detection compatibility (less FLIR video cameras), Spare system 1 Ea.$12,500.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync - NEMA / 170/2070 with FLIR detection, Spare system 1 Ea.$18,500.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Fusion Module - NEMA / 170/2070 Option, incorporate other external detection (replaces current item #1341) 1 Ea.$5,000.00 Rhythm Engineering 680-002-001 RHYTHM ENGINEERING ADAPTIVE SIGNAL CONTROL SYSTEM InSync Comprehensive Hardware and Software Warranty per intersection, per year (replaces current item #1351) 1 Ea.$3,000.00 Rhythm Engineering 700-020-006-a Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 1 - 0.79" (20 mm) pitch - 352 x 96 pix - RGB - 23'-1 3/16" x 6'-3 9/16" (7,040 x 1,920 mm) visible area - 25'-1 1/2" x 7'-10 1/2" (7,658 x 2,400 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 71,020.00 per unit Telegra Inc. 700-020-006-b Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 1 - 0.79" (20 mm) pitch - 352 x 96 pix - RGB - 23'-1 3/16" x 6'-3 9/16" (7,040 x 1,920 mm) visible area - 25'-1 1/2" x 7'-10 1/2" (7,658 x 2,400 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 64,660.00 per unit Telegra Inc. 700-020-006-c Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 2 - 0.79" (20 mm) pitch - 384 x 96 pix - RGB - 25'-2 3/8" x 6'-3 9/16" (7,680 x 1,920 mm) visible area - 27'-2 11/16" x 7'-10 1/2" (8,298 x 2,400 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 76,320.00 per unit Telegra Inc. 700-020-006-d Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 2 - 0.79" (20 mm) pitch - 384 x 96 pix - RGB - 25'-2 3/8" x 6'-3 9/16" (7,680 x 1,920 mm) visible area - 27'-2 11/16" x 7'-10 1/2" (8,298 x 2,400 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 69,960.00 per unit Telegra Inc. 700-020-006-e Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 3 - 0.79" (20 mm) pitch - 416 x 96 pix - RGB - 27'-3 9/16" x 6'-3 9/16" (8,320 x 1,920 mm) visible area - 29'-3 7/8" x 7'-10 1/2" (8,938 x 2,400 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 79,500.00 per unit Telegra Inc. 700-020-006-f Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 3 - 0.79" (20 mm) pitch - 416 x 96 pix - RGB - 27'-3 9/16" x 6'-3 9/16" (8,320 x 1,920 mm) visible area - 29'-3 7/8" x 7'-10 1/2" (8,938 x 2,400 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 74,094.00 per unit Telegra Inc. 700-020-006-g Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 4 - 0.88" (22.23 mm) pitch - 315 x 90 pix - RGB - 22'-11 9/16" x 6'-6 3/4" (7,000 x 2,000 mm) visible area - 25' x 8'-1 11/16" (7,620 x 2,481 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 69,430.00 per unit Telegra Inc. 700-020-006-h Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 4 - 0.88" (22.23 mm) pitch - 315 x 90 pix - RGB - 22'-11 9/16" x 6'-6 3/4" (7,000 x 2,000 mm) visible area - 25' x 8'-1 11/16" (7,620 x 2,481 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 63,070.00 per unit Telegra Inc. 700-020-006-i Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 5 - 0.88" (22.23 mm) pitch - 345 x 90 pix - RGB - 25'-1 3/4" x 6'-6 3/4" (7,667 x 2,000 mm) visible area - 27'-2 1/4" x 8'-1 11/16" (8,287 x 2,481 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 74,836.00 per unit Telegra Inc. 700-020-006-j Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 5 - 0.88" (22.23 mm) pitch - 345 x 90 pix - RGB - 25'-1 3/4" x 6'-6 3/4" (7,667 x 2,000 mm) visible area - 27'-2 1/4" x 8'-1 11/16" (8,287 x 2,481 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 68,794.00 per unit Telegra Inc. 700-020-006-k Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 6 - 0.88" (22.23 mm) pitch - 375 x 90 pix - RGB - 27'-4 1/16" x 6'-6 3/4" (8,333 x 2,000 mm) visible area - 29'-4 1/4" x 8'-1 11/16" (8,954 x 2,481 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 78,334.00 per unit Telegra Inc. 700-020-006-l Telegra Dynamic Message Sign - Walk-in Full Color Walk-in Dynamic Message Sign 5500 Series Type 6 - 0.88" (22.23 mm) pitch - 375 x 90 pix - RGB - 27'-4 1/16" x 6'-6 3/4" (8,333 x 2,000 mm) visible area - 29'-4 1/4" x 8'-1 11/16" (8,954 x 2,481 mm) housing dimensions - Power Supply Assembly included in the price, installed in DMS housing - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 72,822.00 per unit Telegra Inc. 700-023-006-a Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 1 - 0.79" (20 mm) pitch - 378 x 90 pix - RGB - 24'-9 4/8" x 5'-10 7/8" (7,560 x 1,800 mm) visible area - 26'-5 1/2" x 7'-6 13/16" (8,065 x 2,307 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 53,424.00 per unit Telegra Inc. 700-023-006-b Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 1 - 0.79" (20 mm) pitch - 378 x 90 pix - RGB - 24'-9 4/8" x 5'-10 7/8" (7,560 x 1,800 mm) visible area - 26'-5 1/2" x 7'-6 13/16" (8,065 x 2,307 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 45,262.00 per unit Telegra Inc. 700-023-006-c Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 2 - 0.79" (20 mm) pitch - 324 x 90 pix - RGB - 21'-3 1/8" x 5'-10 7/8" (6,480 x 1,800 mm) visible area - 22'-11" x 7'-6 13/16" (6,985 x 2,307 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 47,594.00 per unit Telegra Inc. 700-023-006-d Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 2 - 0.79" (20 mm) pitch - 324 x 90 pix - RGB - 21'-3 1/8" x 5'-10 7/8" (6,480 x 1,800 mm) visible area - 22'-11" x 7'-6 13/16" (6,985 x 2,307 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 39,167.00 per unit Telegra Inc. 700-023-006-e Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 3 - 0.79" (20 mm) pitch - 252 x 72 pix - RGB - 16'-6 7/16" x 4'-8 11/16" (5,040 x 1,440 mm) visible area - 18'-2 5/16" x 6'-4 5/8" (5,545 x 1,947 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 35,616.00 per unit Telegra Inc. 700-023-006-f Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 3 - 0.79" (20 mm) pitch - 252 x 72 pix - RGB - 16'-6 7/16" x 4'-8 11/16" (5,040 x 1,440 mm) visible area - 18'-2 5/16" x 6'-4 5/8" (5,545 x 1,947 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 31,482.00 per unit Telegra Inc. 700-023-006-g Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 4 - 0.79" (20 mm) pitch - 216 x 72 pix - RGB - 14'-2 1/16" x 4'-8 11/16" (4,320 x 1,440 mm) visible area - 15'-9 15/16" x 6'-4 5/8" (4,825 x 1,947 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 33,072.00 per unit Telegra Inc. 700-023-006-h Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 4 - 0.79" (20 mm) pitch - 216 x 72 pix - RGB - 14'-2 1/16" x 4'-8 11/16" (4,320 x 1,440 mm) visible area - 15'-9 15/16" x 6'-4 5/8" (4,825 x 1,947 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 28,599.00 per unit Telegra Inc. 700-023-006-i Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 5 - 0.79" (20 mm) pitch - 180 x 72 pix - RGB - 11'-9 3/4" x 4'-8 11/16" (3,600 x 1,440 mm) visible area - 13'-5 5/8" x 6'-4 5/8" (4,105 x 1,947 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 30,528.00 per unit Telegra Inc. 700-023-006-j Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 5 - 0.79" (20 mm) pitch - 180 x 72 pix - RGB - 11'-9 3/4" x 4'-8 11/16" (3,600 x 1,440 mm) visible area - 13'-5 5/8" x 6'-4 5/8" (4,105 x 1,947 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 26,076.00 per unit Telegra Inc. 700-023-006-k Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 6 - 0.88" (22.23 mm) pitch - 375 x 90 pix - RGB - 27'-4 1/16" x 6'-6 3/4" (8,333 x 2,000 mm) visible area - 29'-1/4" x 8'-2 3/4" (8,845 x 2,509 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 60,844.00 per unit Telegra Inc. 700-023-006-l Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 6 - 0.88" (22.23 mm) pitch - 375 x 90 pix - RGB - 27'-4 1/16" x 6'-6 3/4" (8,333 x 2,000 mm) visible area - 29'-1/4" x 8'-2 3/4" (8,845 x 2,509 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 53,212.00 per unit Telegra Inc. 700-023-006-m Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 7 - 0.88" (22.23 mm) pitch - 330 x 90 pix - RGB - 24'-11/16" x 6'-6 3/4" (7,333 x 2,000 mm) visible area - 25'-8 13/16" x 8'-2 3/4" (7,844 x 2,509 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 55,226.00 per unit Telegra Inc. 700-023-006-n Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 7 - 0.88" (22.23 mm) pitch - 330 x 90 pix - RGB - 24'-11/16" x 6'-6 3/4" (7,333 x 2,000 mm) visible area - 25'-8 13/16" x 8'-2 3/4" (7,844 x 2,509 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 47,647.00 per unit Telegra Inc. 700-023-006-o Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 8 - 0.88" (22.23 mm) pitch - 255 x 75 pix - RGB - 18'-7 1/8" x 5'-5 5/8" (5,667 x 1,667 mm) visible area - 20'-3 1/8" x 7'-1 5/8" (6,176 x 2,175 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 41,976.00 per unit Telegra Inc. 700-023-006-p Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 8 - 0.88" (22.23 mm) pitch - 255 x 75 pix - RGB - 18'-7 1/8" x 5'-5 5/8" (5,667 x 1,667 mm) visible area - 20'-3 1/8" x 7'-1 5/8" (6,176 x 2,175 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 38,160.00 per unit Telegra Inc. 700-023-006-q Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 9 - 0.88" (22.23 mm) pitch - 210 x 75 pix - RGB - 15'-3 3/4" x 5'-5 5/8" (4,667 x 1,667 mm) visible area - 16'-11 3/4" x 7'-1 5/8" (5,175 x 2,175 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 37,630.00 per unit Telegra Inc. 700-023-006-r Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 9 - 0.88" (22.23 mm) pitch - 210 x 75 pix - RGB - 15'-3 3/4" x 5'-5 5/8" (4,667 x 1,667 mm) visible area - 16'-11 3/4" x 7'-1 5/8" (5,175 x 2,175 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 33,072.00 per unit Telegra Inc. 700-023-006-s Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 10 - 0.88" (22.23 mm) pitch - 180 x 75 pix - RGB - 13'-1 1/2" x 5'-5 5/8" (4,000 x 1,667 mm) visible area - 14'-9 1/2" x 7'-1 5/8" (4,508 x 2,175 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 34,768.00 per unit Telegra Inc. 700-023-006-t Telegra Dynamic Message Sign - Front Access Full Color Front Access Dynamic Message Sign 6600 Series Type 10 - 0.88" (22.23 mm) pitch - 180 x 75 pix - RGB - 13'-1 1/2" x 5'-5 5/8" (4,000 x 1,667 mm) visible area - 14'-9 1/2" x 7'-1 5/8" (4,508 x 2,175 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 30,316.00 per unit Telegra Inc. 700-024-004-a Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 1 - 0.79" (20 mm) pitch - 108 x 36 pix - RGB - 7'-1 1/16" x 2'-4 3/8" (2,160 x 720 mm) visible area - 7'-4 5/16" x 2'-7 5/8" (2,243 x 804 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 16,006.00 per unit Telegra Inc. 700-024-004-b Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 1 - 0.79" (20 mm) pitch - 108 x 36 pix - RGB - 7'-1 1/16" x 2'-4 3/8" (2,160 x 720 mm) visible area - 7'-4 5/16" x 2'-7 5/8" (2,243 x 804 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 15,688.00 per unit Telegra Inc. 700-024-004-c Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 2 - 0.79" (20 mm) pitch - 126 x 36 pix - RGB - 8'-3 3/16" x 2'-4 3/8" (2,520 x 720 mm) visible area - 8'-6 1/2" x 2'-7 5/8" (2,603 x 804 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 16,642.00 per unit Telegra Inc. 700-024-004-d Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 2 - 0.79" (20 mm) pitch - 126 x 36 pix - RGB - 8'-3 3/16" x 2'-4 3/8" (2,520 x 720 mm) visible area - 8'-6 1/2" x 2'-7 5/8" (2,603 x 804 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 16,218.00 per unit Telegra Inc. 700-024-004-e Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 3 - 0.79" (20 mm) pitch - 342 x 36 pix - RGB - 22'-2 5/16" x 2'-4 3/8" (6,840 x 720 mm) visible area - 24'-1 x 3/16" x 4'-5/16" (7,345 x 1,227 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 31,270.00 per unit Telegra Inc. 700-024-004-f Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 3 - 0.79" (20 mm) pitch - 342 x 36 pix - RGB - 22'-2 5/16" x 2'-4 3/8" (6,840 x 720 mm) visible area - 24'-1 x 3/16" x 4'-5/16" (7,345 x 1,227 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 27,030.00 per unit Telegra Inc. 700-024-004-g Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 4 - 0.88" (22.23 mm) pitch - 90 x 30 pix - RGB - 6'-6 3/4" x 2'-2 1/4" (2,000 x 667 mm) visible area - 6'-10 1/16" x 2'-5 9/16" (2,085 x 751 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 15,582.00 per unit Telegra Inc. 700-024-004-h Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 4 - 0.88" (22.23 mm) pitch - 90 x 30 pix - RGB - 6'-6 3/4" x 2'-2 1/4" (2,000 x 667 mm) visible area - 6'-10 1/16" x 2'-5 9/16" (2,085 x 751 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 15,264.00 per unit Telegra Inc. 700-024-004-i Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 5 - 0.88" (22.23 mm) pitch - 120 x 30 pix - RGB - 8'-9" x 2'-2 1/4" (2,667 x 667 mm) visible area - 9'-3/8" x 2'-5 9/16" (2,752 x 751 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 16,642.00 per unit Telegra Inc. 700-024-004-j Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 5 - 0.88" (22.23 mm) pitch - 120 x 30 pix - RGB - 8'-9" x 2'-2 1/4" (2,667 x 667 mm) visible area - 9'-3/8" x 2'-5 9/16" (2,752 x 751 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 16,218.00 per unit Telegra Inc. 700-024-004-k Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 6 - 0.88" (22.23 mm) pitch - 300 x 30 pix - RGB - 21'-10 1/2" x 2'-2 1/4" (6,667 x 667 mm) visible area - 23'-6 9/16" x 3'-10 1/4" (7,177 x 1,174 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 1-2 piec es $ 30,422.00 per unit Telegra Inc. 700-024-004-l Telegra Dynamic Message Sign - Embedded Full Color Embedded Dynamic Message Sign 6200 Series Type 6 - 0.88" (22.23 mm) pitch - 300 x 30 pix - RGB - 21'-10 1/2" x 2'-2 1/4" (6,667 x 667 mm) visible area - 23'-6 9/16" x 3'-10 1/4" (7,177 x 1,174 mm) housing dimensions - Power Supply Assembly included in the price, to be installed in 3rd party cabinet - Sign Controller included in the price, to be installed in 3rd party cabinet - installation not included in the price 3+ piec es $ 26,288.00 per unit Telegra Inc. 684-002-016-a CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-4TC4G-E Switch - managed - 4 x combo SFP + 4 x combo Gigabit SFP - DIN rail mountable - DC power - TAA Compliant 1 $2,452.62 Think IT Ai 684-002-016-b CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-8T4G-E Switch - managed - 8 x 10/100 + 4 x combo Gigabit SFP - DIN rail mountable - DC power - TAA Compliant 1 $2,969.32 Think IT Ai 684-002-016-c CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-8S4G-E Switch - managed - 8 x SFP + 4 x combo Gigabit SFP - DIN rail mountable - DC power - TAA Compliant 1 $2,969.32 Think IT Ai 684-002-016-d CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-4T4P4G-E Switch - managed - 4 x 10/100 + 4 x 10/100 (PoE+) + 4 x combo Gigabit SFP - DIN rail mountable - PoE+ - DC power - TAA Compliant 1 $3,560.35 Think IT Ai 684-002-016-e CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-16T4G-E Switch - managed - 16 x 10/100 + 4 x combo Gigabit SFP - DIN rail mountable - DC power - TAA Compliant 1 $3,905.07 Think IT Ai 684-002-016-f CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-4S8P4G-E Switch - managed - 4 x SFP + 8 x 10/100 (PoE+) + 4 x combo Gigabit SFP - DIN rail mountable - PoE+ - DC power - TAA Compliant 1 $3,841.37 Think IT Ai 684-002-016-g CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-8GT4G-E Switch - managed - 8 x 10/100/1000 + 4 x combo Gigabit SFP - DIN rail mountable - DC power - TAA Compliant 1 $4,275.26 Think IT Ai 684-002-016-h CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-8GS4G-E Switch - managed - 8 x Gigabit SFP + 4 x combo Gigabit SFP - DIN rail mountable - DC power - TAA Compliant 1 $4,328.35 Think IT Ai 684-002-016-i CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-4GC4GP4G-E Switch - managed - 8 x combo Gigabit SFP + 4 x 10/100/1000 (PoE+) - DIN rail mountable - PoE+ - DC power - TAA Compliant 1 $4,835.86 Think IT Ai 684-002-016-j CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-16GT4G-E Switch - managed - 16 x 10/100/1000 + 4 x combo Gigabit SFP - DIN rail mountable - DC power - TAA Compliant 1 $6,027.13 Think IT Ai 684-002-016-k CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-8GT8GP4G-E Switch - managed - 8 x 10/100/1000 + 8 x 10/100/1000 (PoE+) + 4 x combo Gigabit SFP - DIN rail mountable - PoE+ - DC power - TAA Compliant 1 $6,934.56 Think IT Ai 684-002-016-l CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Switches IE-4000-4GS8GP4G-E Switch - managed - 4 x Gigabit SFP + 8 x 10/100/1000 (PoE+) + 4 x combo Gigabit SFP - DIN rail mountable - PoE+ - DC power - TAA Compliant 1 $5,738.34 Think IT Ai 684-002-016-a CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Power Supplies PWR-IE50W-AC= 50W AC 100-240V or DC 125-250V No POE support 1 $332.67 Think IT Ai 684-002-016-b CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Power Supplies PWR-IE65W-PC-AC= 65W AC 100-240V or DC 125-250V with POE support 1 $421.15 Think IT Ai 684-002-016-c CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Power Supplies PWR-IE65W-PC-DC= 65W DC 24- 48VDC/4.5A with POE support 1 $489.82 Think IT Ai 684-002-016-d CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Power Supplies PWR-IE170W-PC- AC= 170W AC 100- 240V or DC 125-250V with POE support 1 $1,335.67 Think IT Ai 684-002-016-e CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4000 Series - Power Supplies PWR-IE170W-PC- DC= 170W DC 12- 54VDC/2.3A with POE support 1 $1,344.87 Think IT Ai 684-002-029-a CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE5000 Series - Switches IE-5000-12S12P-10G Switch - managed - 4 x 1 Gigabit / 10 Gigabit SFP+ + 12 x Fast Ethernet/Gigabit SFP + 12 x 10/100/1000 (PoE+) - rack-mountable - PoE+ - TAA Compliant 1 $17,845.69 Think IT Ai 684-002-029-b CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE5000 Series - Switches IE-5000-16S12P Switch - managed - 16 x Gigabit SFP + 12 x 10/100/1000 (PoE+) - rack-mountable - PoE+ - TAA Compliant 1 $8,263.85 Think IT Ai 684-002-029-c CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE5000 Series - Power Supplies RGD-AC-DC-H 150W AC 100-240V/2.0A or DC 100-250V/2.0A with POE support 1 $495.48 Think IT Ai 684-002-029-d CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE5000 Series - Power Supplies RGD-LOW-DC-H 150W DC 24-60V/10A with POE support 1 $495.48 Think IT Ai 684-002-029-e CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE5000 Series - Power Supplies RGD-AC-DC-250 250W AC 100- 240V/3.3A or DC 100-250V/3.3A with POE support 1 $990.95 Think IT Ai 684-002-029-f CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE5000 Series - License L-IE5000-RTU= IE5000 electronic software license upgrade from LAN base to IP service Layer 3 features 1 $2,123.47 Think IT Ai 684-002-030-a CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4010 Series - Switches IE-4010-16S12P Switch - managed - 12 x 10/100/1000 (PoE+) + 4 x 10/100/1000/SFP (uplink) + 12 x 10/100/1000/SFP - DIN rail mountable - TAA Compliant 1 $5,375.93 Think IT Ai 684-002-030-b CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4010 Series - Switches IE-4010-4S24P Switch - managed - 24 x 10/100/1000 (PoE+) + 4 x 10/100/1000/SFP (uplink) - DIN rail mountable - TAA Compliant 1 $5,402.13 Think IT Ai 684-002-030-c CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4010 Series - Power Supplies RGD-AC-DC-H 150W AC 100-240V/2.0A or DC 100-250V/2.0A with POE support 1 $495.48 Think IT Ai 684-002-030-d CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4010 Series - Power Supplies RGD-LOW-DC-H 150W DC 24-60V/10A with POE support 1 $495.48 Think IT Ai 684-002-030-e CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4010 Series - Power Supplies RGD-AC-DC-250 250W AC 100- 240V/3.3A or DC 100-250V/3.3A with POE support 1 $990.95 Think IT Ai 684-002-030-f CISCO SYSTEMS MANAGED FIELD ETHERNET SWITCH IE4010 Series - License L-IE4000-RTU= IE4010 Electronic software license upgrade from LAN base L2 to IP Services L3 features 1 $2,119.93 Think IT Ai 660-027-007-A TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) BlueTOAD Spectra Solar/Cellular 1 $5,670.00 TrafficCast, TCS or Cubic ITS, Inc. 660-027-007-B TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) BlueTOAD Spectra POE w/ cellular 1 $5,000.00 TrafficCast, TCS or Cubic ITS, Inc. 660-027-007-C TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) BlueTOAD Spectra Connectivity for 1 year 1 $660.00 TrafficCast, TCS or Cubic ITS, Inc. 660-027-007-D TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) BlueTOAD Spectra Connectivity for 2 years 1 $1,320.00 TrafficCast, TCS or Cubic ITS, Inc. 660-027-007-E TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) BlueTOAD Spectra Connectivity for 3 years 1 $1,980.00 TrafficCast, TCS or Cubic ITS, Inc. 660-027-007-F TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) BlueTOAD Spectra Connectivity for 4 years 1 $2,640.00 TrafficCast, TCS or Cubic ITS, Inc. 660-027-007-G TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) BlueTOAD Spectra Connectivity for 5 years 1 $3,300.00 TrafficCast, TCS or Cubic ITS, Inc. 660-027-007-H TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) BlueTOAD Spectra POE Injector & Power Supply 1 $125.00 TrafficCast, TCS or Cubic ITS, Inc. 660-027-010-A TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU In cabinet processor No Award 660-027-010-B TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU - On Board Unit No Award 660-027-010-C TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU extended warranty No Award 660-027-010-D TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU MAP File Creation No Award 660-027-010-E TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU Real-Time Data & Storage (up to 50 devices)No Award 660-027-010-F TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU Real-Time Data & Storage (up to 100 devices)No Award 660-027-010-G TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU TIM Creator (small)No Award 660-027-010-H TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU TIM Creator (medium)No Award 660-027-010-I TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU TIM Creator (large)No Award 660-027-010-J TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU Mobile Display (setup and customization)No Award 660-027-010-K TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra RSU Mobile Display (hosting & operations)No Award 660-027-010-L TrafficCast VEHICLE DETECTION SYSTEM - AVI (AUTOMATIC VEHICLE IDENTIFICATION) Spectra or Specta RSU Extended Warranty per year No Award 650-001-008-a MCCAIN 12" POLYCARBONATE VEHICLE SIGNAL 2-SECTION EMPTY POLY HEAD 1 $110.00 TCS 650-001-008-b MCCAIN 12" POLYCARBONATE VEHICLE SIGNAL 3-SECTION EMPTY POLY HEAD 1 $165.00 TCS 650-001-008-c MCCAIN 12" POLYCARBONATE VEHICLE SIGNAL 4-SECTION EMPTY POLY HEAD 1 $220.00 TCS 650-001-008-d MCCAIN 12" POLYCARBONATE VEHICLE SIGNAL 5-SECTION IN-LINE EMPTY POLY HEAD 1 $275.00 TCS 650-001-008-e MCCAIN 12" POLYCARBONATE VEHICLE SIGNAL 5-SECTION CLUSTER EMPTY POLY HEAD 1 $360.00 TCS 650-002-007-a MCCAIN 12" DIE CAST VEHICLE SIGNAL 2-SECTION EMPTY ALUM HEAD 1 $110.00 TCS 650-002-007-b MCCAIN 12" DIE CAST VEHICLE SIGNAL 3-SECTION EMPTY ALUM HEAD 1 $165.00 TCS 650-002-007-c MCCAIN 12" DIE CAST VEHICLE SIGNAL 4-SECTION EMPTY ALUM HEAD 1 $220.00 TCS 650-002-007-d MCCAIN 12" DIE CAST VEHICLE SIGNAL 5-SECTION IN-LINE EMPTY ALUM HEAD 1 $275.00 TCS 650-002-007-e MCCAIN 12" DIE CAST VEHICLE SIGNAL 5-SECTION CLUSTER EMPTY ALUM HEAD 1 $360.00 TCS 700-026-016-a RTC MANUFACTURING, INC.SIGN BEACON M2M MODEM WITH COMM 1 $900.00 TCS 700-026-016-b RTC MANUFACTURING, INC.SIGN BEACON M2M MODEM WITH 3 YEAR COMM 1 $1,100.00 TCS 700-026-016-c RTC MANUFACTURING, INC.SIGN BEACON M2M MODEM WITH 5 YEAR COMM 1 $1,300.00 TCS 700-026-016-d RTC MANUFACTURING, INC.SIGN BEACON M2M MODEM ONLY 1 $716.00 TCS 700-026-016-e RTC MANUFACTURING, INC.SIGN BEACON DC GUARDIAN BOARD RTC CAB 1 $382.00 TCS 700-026-016-f RTC MANUFACTURING, INC.SIGN BEACON DC GUARDIAN BOARD SMALL PNL 1 $404.00 TCS 700-026-016-g RTC MANUFACTURING, INC.SIGN BEACON DC GUARDINA BOARD LRG PNL SUN 20 1 $495.00 TCS 660-027-009-a MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B WITH COMM 1 $3,893.00 TCS 660-027-009-b MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B COMM ONLY No Award 660-027-009-c MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B 5 YEAR COMM AND ATSPM No Award 660-027-009-d MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B 1 YEAR COMM AND ATSPM No Award 660-027-009-e MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM 1B COMM AND ATSPM ONLY No Award 660-027-009-f MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B NETWORK INTEGRATION DEVICE No Award 660-027-009-g MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B AVI LITE No Award 660-027-009-h MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B AVI 1 YEAR COMM AND SOFTWARE 1 $17,800.00 TCS 660-027-009-i MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM 1B ATSPM OR COUNTS ONLY No Award 660-027-009-j MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B AVI 5 YEAR COMM AND SOFTWARE 1 $27,534.00 TCS 660-027-009-k MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B AVI WITH COUNTS No Award 660-027-009-l MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B AVI 5 YEAR COUNTS No Award 660-027-009-m MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM SMARTLINK 1B AVI-2 No Award 660-027-009-n MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION) SPECTRUM 1B AVI ADD ON No Award 660-027-009-o MIOVISION TECHNOLOGIES VEHICLE DETECTOR - AVI (AUTOMATIC VEHICLE IDENTIFICATION)SMARTLINK 1B ONLY No Award 650-016-001-a TRANSPORTATION CONTOL SYSTEMS 12" DIE CAST ALL LED VEHICLE SIGNAL ASSEMBLY 4 SECTION SIGNAL WITH LEDS ALUM, POLY, OR LT WT 1 $358.00 TCS 650-016-001-b TRANSPORTATION CONTOL SYSTEMS 12" DIE CAST ALL LED VEHICLE SIGNAL ASSEMBLY 5 SECTION SIGNAL WITH LEDS ALUM, POLY, OR LT WT 1 $439.00 TCS 650-016-001-c TRANSPORTATION CONTOL SYSTEMS 12" DIE CAST ALL LED VEHICLE SIGNAL ASSEMBLY 5 SECTION CLUSTER SIGNAL WITH LEDS ALUM, POLY, OR LT WT 1 $540.00 TCS 654-001-008-a TRANSPORTATION CONTOL SYSTEMS RECTANGULAR RAPID FLASHING BEACON ASSEMBLY AC POWER RRFB ASSEMLBY SINGLE (SIDED, 1 SIDE)1 $2,310.00 TCS 654-001-008-b TRANSPORTATION CONTOL SYSTEMS RECTANGULAR RAPID FLASHING BEACON ASSEMBLY AC POWER RRFB ASSEMLBY (DUAL BEACONS, 2 SIDES)1 $2,734.00 TCS 676-035-018-a TRANSPORTATION CONTOL SYSTEMS ITS FIELD CABINET ZFDOTITS-2 WITH UPS 1 $6,032.00 TCS 676-035-018-b TRANSPORTATION CONTOL SYSTEMS ITS FIELD CABINET ZFDOTITS-2 WITH SMART OUTLET PD 1 $3,200.00 TCS 676-035-018-c TRANSPORTATION CONTOL SYSTEMS ITS FIELD CABINET ZFDOTITS-2 WITH UPS AND SMART OUTLET PD 1 $6,382.00 TCS 685-002-008-a TRANSPORTATION CONTOL SYSTEMS PB2000- ITS/PIGGYBACK SERIES (PIGGYBACK CABINET MOUNT)PIGGY BACK OR BASE MOUNT CABINET WITH BATTERY MANAGER 1 $4,175.00 TCS 685-002-008-b TRANSPORTATION CONTOL SYSTEMS PB2000- ITS/PIGGYBACK SERIES (PIGGYBACK CABINET MOUNT)PIGGY BACK OR BASE MOUNT CABINET WITH SNMP 1 $4,225.00 TCS 685-002-008-c TRANSPORTATION CONTOL SYSTEMS PB2000- ITS/PIGGYBACK SERIES (PIGGYBACK CABINET MOUNT)PIGGY BACK OR BASE MOUNT CABINET WITH BATTERY MANAGER AND SNMP 1 $4,457.00 TCS 685-002-010-a TRANSPORTATION CONTOL SYSTEMS UNINTERRUPTIBLE POWER SUPPLY 1000 WATT 24 VDC UPS ONLY NO TRANSFER SWITCH FOR ITS - NO CABINET 1 $2,984.00 TCS 685-002-010-b TRANSPORTATION CONTOL SYSTEMS UNINTERRUPTIBLE POWER SUPPLY 1000 WATT 24 VDC UPS WITH PIGGY OR BASE CABINET 1 $5,831.00 TCS 685-002-010-c TRANSPORTATION CONTOL SYSTEMS UNINTERRUPTIBLE POWER SUPPLY 1500 WATT 36VDC UPS WITH PIGGY OR BASE CABINET 1 $6,109.00 TCS 676-035-014-a TRANSPORTATION CONTOL SYSTEMS ITS Field Cabinet Type 336S 336S WITH UPS 1 $5,532.00 TCS 676-035-014-b TRANSPORTATION CONTOL SYSTEMS ITS Field Cabinet Type 336S 336S WITH SMART OUTLET PD No Award 676-035-014-c TRANSPORTATION CONTOL SYSTEMS ITS Field Cabinet Type 336S 336S WITH UPS AND SMART OUTLET PD No Award 676-034-003-a TRANSPORTATION CONTOL SYSTEMS HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY ZFDOT-8 WITH MCCAIN ATC CONTROLLERM, MONITOR, AND SWITCH 1 $15,934.00 TCS 682-001-002-a WIRELESS TECHNOLOGY, INC. CAMERA - EXTERNAL POSITIONER SIDEWINDER WALL MOUNT BRACKET 1 $110.00 TCS 682-001-002-b WIRELESS TECHNOLOGY, INC. CAMERA - EXTERNAL POSITIONER SIDEWINDER WALL MOUNT WITH VERTICAL POLE ADAPTER 1 $155.00 TCS 682-001-002-c WIRELESS TECHNOLOGY, INC. CAMERA - EXTERNAL POSITIONER SIDEWINDER MOUNTING PLATE SQUARE 1 $82.00 TCS 682-001-002-d WIRELESS TECHNOLOGY, INC. CAMERA - EXTERNAL POSITIONER SIDEWINDER MOUNTING BASE PLATE ROUND 1 $222.00 TCS 682-001-002-e WIRELESS TECHNOLOGY, INC. CAMERA - EXTERNAL POSITIONER SIDEWINDER MACH 6 COMMUNICATION DEVICE 1 $1,215.00 TCS 682-001-002-f WIRELESS TECHNOLOGY, INC. CAMERA - EXTERNAL POSITIONER HYDRA265 DIGITAL VIDEO SIGNAL PROCESSOR 1 $2,715.00 TCS 684-002-003-a SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG920P NO SFP MANAGED ETHERNET SWITCH 1 $3,413.00 TCS 684-002-003-b SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG920P 1000LX-LC-1310NM, 10KM 1 $3,925.00 TCS 684-002-003-c SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG920P 1000LX-LC-1310NM, 25KM 1 $4,500.00 TCS 684-002-003-d SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG920P 1000LX-LC-1550NM, 70KM 1 $5,888.00 TCS 684-002-003-e SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900GP DUAL FIBER OR COPPER GIGABIT 1 $1,754.00 TCS 684-002-001-a SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RS900G-HI-D-2SFP 1 $1,490.00 TCS 684-002-022-a SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG-I800 SWITCH 1 $770.00 TCS 684-002-022-b SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG-RSL910 SWITCH 1 $2,327.00 TCS 684-002-022-c SIEMENS CANADA LIMITED MANAGED FIELD ETHERNET SWITCH RSG-RMC40 1 $465.00 TCS 660-018-005-a MS SEDCO, INC. VEHICLE DETECTION SYSTEM - MICROWAVE INTERSECTOR ADVANCE DETECTION ONLY PER APPROACH 1 $4,000.00 TCS 660-018-005-b MS SEDCO, INC. VEHICLE DETECTION SYSTEM - MICROWAVE INTERSECTOR POWER SUPPLY (IF NEEDED)1 $670.00 TCS 660-018-005-c MS SEDCO, INC. VEHICLE DETECTION SYSTEM - MICROWAVE INTERSECTOR CARD CAGE 1 $575.00 TCS 102-053-001-a M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO CAM-1 COMMUNICATION AND AUDIO MODULE 1 $9,450.00 TCS 102-053-001-b M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO GPS BLACK MAX GPS SYNC 1 $5,790.00 TCS 102-053-001-c M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO BALCK MAX TRANSMITTER MODULE 1 $4,995.00 TCS 102-053-001-d M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO BLACK MAX POWER SUPPLY 1 $1,695.00 TCS 102-053-001-e M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO CONNECTED VEHICLE INTELIGENT ROADSIDE CONTROLLER No Award 102-053-001-f M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO TRAID GROUND SYSTEM 1 $2,550.00 TCS 102-053-001-g M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO 4G LTE COMMUNICATION MODEM 1 $950.00 TCS 102-053-001-h M.H. CORBIN PORTABLE HIGHWAY ADVISORY RADIO MH CORBIN FLASHING BEACON SOLAR MAX CONTROLLER 1 $3,250.00 TCS 660-009-014-a GLOBAL TRAFFIC TECHNOLOGIES, LLC VEH. LOOP DET. 4- CH. AUTO RACK MT.9004 4 CHANNEL DETECTOR CARD 1 $650.00 TCS 660-009-014-b GLOBAL TRAFFIC TECHNOLOGIES, LLC VEH. LOOP DET. 4- CH. AUTO RACK MT.DETECTOR INSTALL CABLE 1000' HOME RUN 1 $625.00 TCS 660-009-014-c GLOBAL TRAFFIC TECHNOLOGIES, LLC VEH. LOOP DET. 4- CH. AUTO RACK MT.DETECTOR MEMORY CARD EXPANSION 1 $250.00 TCS 660-009-014-d GLOBAL TRAFFIC TECHNOLOGIES, LLC VEH. LOOP DET. 4- CH. AUTO RACK MT.DETECTOR COMMUNICATION MODULE 1 $130.00 TCS 663-001-005-a GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 711 ONE CHANNEL DETECTORS 1 $456.00 TCS 663-001-005-b GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 721 ONE CHANNEL TWO DIRECTION DETECTORS 1 $509.00 TCS 663-001-005-c GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 722 TWO CHANNEL TWO DIRECTION DETECTORS 1 $705.00 TCS 663-001-005-d GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 708 SPAN WIRE CLAMP FOR DETECTOR 1 $20.00 TCS 663-001-005-e GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 755 FOUR CHANNEL ADAPTER CARD 1 $55.00 TCS 663-001-005-f GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 760 CARD RACK WITH P1 HARNESS ASSY 1 $300.00 TCS 663-001-005-g GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 138-1 500' IR CABLE 1 $300.00 TCS 663-001-005-h GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 138-2 1000' IR CABLE 1 $575.00 TCS 663-001-005-i GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 794H LED EMITTER (HIGH PRIORITY)1 $1,005.00 TCS 663-001-005-j GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 794L LED EMITTER (LOW PRIORITY)1 $1,005.00 TCS 663-001-005-k GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 5 YEAR EXTENDED WARRANTY IR DETECTOR 1 $106.00 TCS 663-001-005-l GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 5 YEAR EXTENDED WARRANTY EMITTER 1 $155.00 TCS 663-001-005-m GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 5 YEAR EXTENDED WARRANTY PHASE SELECTOR 1 $425.00 TCS 663-001-005-n GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM MAST ARM DETECTOR MOUNT SP-1113-45-62-84 1 $60.00 TCS 663-001-006-a GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 768 MULTIMODE AUX INTERFACE PANEL (AIP)1 $505.00 TCS 663-001-006-b GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 3100 OPTICOM GPS INTERSECTION RADIO UNIT (MAST ARM)1 $2,705.00 TCS 663-001-006-c GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 3101 OPTICOM GPS INTERSECTION RADIO UNIT (CABINET MOUNT)1 $2,705.00 TCS 663-001-006-d GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 1070-1 GPS INSTALLATION CABLE 500 FT 1 $525.00 TCS 663-001-006-e GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 1070-2 GPS INSTALLATION CABLE 1000 FT 1 $1,000.00 TCS 663-001-006-f GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM GPS VEHILCE KIT HIGH PRIORITY SERIES 2000 76-1000-1155-0 1 $3,040.00 TCS 663-001-006-g GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM GPS VEHILCE KIT LOW PRIORITY SERIES 2000 76-1000-1156-0 1 $3,040.00 TCS 663-001-006-h GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM GPS INTLLIGREEN KIT 76-1000-1062-0 1 $5,975.00 TCS 663-001-006-i GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 5 YEAR EXTENDED WARRANTY FOR AUX INTERFACE PANEL (AIP)1 $80.00 TCS 663-001-006-j GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 5 YEAR EXTENDED WARRANTY GPS VEHICLE KIT HIGH PRIOIRTY 76- 1000-1157-0 1 $525.00 TCS 663-001-006-k GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM 5 YEAR EXTENDED WARRANTY GPS VEHICLE KIT LOW PRIOIRTY 76- 1000-1158-0 1 $525.00 TCS 663-001-006-l GLOBAL TRAFFIC TECHNOLOGIES, LLC PREEMPTION SYSTEM MAST ARM GPS RADIO MOUNT 1 $250.00 TCS 650-022-005-a PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8000-1-RT2-PNC 1 SECT UNIVERSAL STRAIGHT 2" REFLECTIVE TAPE 1 $70.00 TCS 650-022-005-b PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8000-3-RT2-PNC 3 SECT UNIVERSAL STRAIGHT 2" REFLECTIVE TAPE 1 $87.25 TCS 650-022-005-c PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8000-4-RT2-PNC 4 SECT UNIVERSAL STRAIGHT 2" REFLECTIVE TAPE 1 $105.00 TCS 650-022-005-d PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8000-5-RT2-PNC 5 SECT UNIVERSAL STRAIGHT 2" REFLECTIVE TAPE 1 $120.50 TCS 650-022-005-e PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8003-16-RT2-PNC HAWK CTC 16"1 $96.25 TCS 650-022-005-f PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8003-16.5-RT2-PNC HAWK CTC 16.5"1 $96.25 TCS 650-022-005-g PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8003-17-RT2-PNC HAWK CTC 17"1 $96.25 TCS 650-022-005-h PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8005-16-RT2-PNC UNIVERSAL 5 SECT CLUSTER 16" WITH 2" REFLECTIVE TAPE 1 $136.00 TCS 650-022-005-i PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8005-16.5-RT2-PNC UNIVERSAL 5 SECT CLUSTER 16.5" WITH 2" REFLECTIVE TAPE 1 $136.00 TCS 650-022-005-j PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8005-17-RT2-PNC UNIVERSAL 5 SECT CLUSTER 17" WITH 2" REFLECTIVE TAPE 1 $136.00 TCS 650-022-005-k PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8101-3-MCCAIN-RT2-PNC 3 SECT WITH 2" REFLECTIVE TAPE 1 $89.25 TCS 650-022-005-l PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8101-4-MCCAIN-RT2-PNC 4 SECT WITH 2" REFLECTIVE TAPE 1 $107.00 TCS 650-022-005-m PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8101-5-MCCAIN-RT2-PNC 5 SECT WITH 2" REFLECTIVE TAPE 1 $122.75 TCS 650-022-005-n PELCO PRODUCTS, INC.BACKPLATE (RETROREFLECTIVE)BK-8101-5CL-MCCAIN-RT2-PNC 5 SECT CLUSTER WITH 2" REFLECTIVE TAPE 1 $138.75 TCS 665-004-009-a PELCO PRODUCTS, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR SE-6172-PNC CONTROLLER INTERFACE UNIT CIU 1 $1,100.00 TCS 665-004-009-b PELCO PRODUCTS, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR SE-6195-PNC REAL TIME CLOCK 1 $110.00 TCS 654-001-003 Tapco RECTANGULAR RAPID FLASHING BEACON ASSEMBLY RRFB-XL Series, Solar Powered Back to Back Assembly 1 $2,800.00 Universal Signs & Accessories 654-001-003 Tapco RECTANGULAR RAPID FLASHING BEACON ASSEMBLY RRFB-XL Series, Solar Powered Single Sided Assembly 1 $2,350.00 Universal Signs & Accessories 654-001-003 Tapco RECTANGULAR RAPID FLASHING BEACON ASSEMBLY RRFB-XL Series, AC Powered Back to Back Assembly 1 $2,410.00 Universal Signs & Accessories 654-001-003 Tapco RECTANGULAR RAPID FLASHING BEACON ASSEMBLY RRFB-XL Series, AC Powered Single Sided Assembly 1 $2,000.00 Universal Signs & Accessories 700-027-001 Tapco HIGHLIGHTED SIGNS BlinkerSign® LED Sign 2180 Series (24/7 Operation), 48" x 48"1 $1,500.00 Universal Signs & Accessories 700-027-001 Tapco HIGHLIGHTED SIGNS BlinkerSign® LED Sign 2180 Series (24/7 Operation), 36" x 36"1 $1,400.00 Universal Signs & Accessories 700-027-001 Tapco HIGHLIGHTED SIGNS BlinkerSign® LED Sign 2180 Series (24/7 Operation), 30" x 30"1 $1,325.00 Universal Signs & Accessories 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-225 Matrix - Aboveground Equipment, Pole Mount, includes: (1) SS- 225, (1) SS-Warr-3, (1) SS-611, (1) SS-704-006, (1) SS-710 1 Ea.$4,898.66 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-225 Matrix - Aboveground Equipment, Span Mount, includes: (1) SS- 225, (1) SS-Warr-3, (1) 101-0462, (1) SS-704-006, (1) SS-710 1 Ea.$4,866.40 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-225 (SmartSensor Matrix) includes: (1) SS-225, (1) SS-WARR-3 1 Ea.$4,427.86 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-611 (SmartSensor Pole Mount)1 Ea.$193.60 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE 101-0462 (SmartSensor Span Mount)1 Ea.$161.34 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-704-006 (SmartSensor 6-Conductor Cable - 6')1 Ea.$105.60 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-710 (SmartSensor Cable Junction Box)1 Ea.$171.60 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE 102-0402 Click 600 - Cabinet Equipment, includes: (1) 102-0402 1 Ea.$2,150.14 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE 102-0416 Click 650 - Cabinet Equipment, includes: (1) 102-0416, CLK- 650-WARR-3 1 Ea.$3,038.94 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE 102-0451 Click 656 - Cabinet Equipment, includes: (1) 102-0451, CLK- 656-WARR-3 1 Ea.$4,424.94 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE 310-0413 (4' SDLC Y-Cable)1 Ea.$322.66 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE 310-0411 (4' SDLC Cable with Right Angle Connector)1 Ea.$244.94 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE 310-0418 (4' SDLC 15 pin to 25 pin Cable)1 Ea.$240.54 Wavetronix 660-026-002 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE 101-0448 (6-Conductor, 500' Cable Spool)1 Ea.$1,108.80 Wavetronix 660-026-002 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-705-001 (6-Conductor, 1000' Cable Spool)1 Ea.$1,801.06 Wavetronix 660-026-002 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE SS-705-002 (6-Conductor, 5000' Cable Spool)1 Ea.$9,009.74 Wavetronix 660-026-002 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE CLK-112 (2 Channel Contact Closure Rack Card)1 Ea.$378.40 Wavetronix 660-026-002 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE CLK-114 (4 Channel Contact Closure Rack Card)1 Ea.$397.46 Wavetronix 660-018-004 WAVETRONIX, LLC VEHICLE DETECTION SYSTEM - MICROWAVE CLK-104 (4 Channel Din Rail Conctact Closure Module), (1) 228-0020 1 Ea.$429.73 Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200V Advance - Aboveground Equipment, Pole Mount, includes: (1) SS-200V, (1) SS-WARR-3, (1) SS-611, (1) SS-704-006, (1) SS-710 1 Ea.$4,744.66 Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200V Advance - Aboveground Equipment, Span Mount, includes: (1) SS-200V, (1) SS-WARR-3, (1) 101-0462, (1) SS-704-006, (1) SS-710 1 Ea.$4,712.40 Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200E Advance Extended Range - Aboveground Equipment, Pole Mount, includes: (1) SS-200E, (1) SS-WARR-3, (1) SS-611, (1) SS-704- 006, (1) SS-710 1 Ea.$5,206.66 Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200E Advance Extended Range - Aboveground Equipment, Span Mount, includes: (1) SS-200E, (1) SS-WARR-3, (1) 101-0462, (1) SS-704- 006, (1) SS-710 1 Ea.$5,174.40 Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200V SmartSensor Advance, includes: (1) SS-200V, (1) SS-WARR-3 1 Ea.$4,273.86 Wavetronix 660-026-002 WAVETRONIX, LLC DILEMMA ZONE PROTECTION SYSTEM SS-200E SmartSensor Advance Extended Range, includes: (1) SS-200E, (1) SS-WARR-3 1 Ea.$4,735.86 Wavetronix 660-020-004 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-126 ITS or Mid-Block package includes: (1) HD 101-0415, (1) SS- WARR-3, (1) SS-611, (1) SS-706-060, (1) CLK-201 1 Ea.$6,498.27 Wavetronix 660-020-004 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-126-001 (Retrofit) ITS or Mid-Block package includes: (1) HD 101- 0416, (1) SS-WARR-3, (1) SS-611, (1) SS-708-060, (1) CLK-201 1 Ea.$6,803.40 Wavetronix 660-020-004 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-126 ITS or Mid-Block Sensor includes: (1) HD 101-0415, (1) SS- WARR-3 1 Ea.$5,837.40 Wavetronix 660-020-004 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-126-001 (Retrofit) ITS or Mid-Block Sensor, includes: (1) HD 101- 0416, (1) SS-WARR-3 1 Ea.$6,078.13 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS105V ITS Package, includes (1) SS-105V, (1) SS-WARR-3, (1) SS-706- 060, (1) SS-611, (1) CLK-201 1 Ea.$4,623.00 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-105V (Retrofit) ITS package, includes: (1) SS-105V-001, (1) SS-WARR- 3, (1) SS-611, (1) SS-708-060, (1) CLK-201 1 Ea.$4,917.40 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-105V ITS includes: (1) SS-105V, (1) SS-Warr-3 1 Ea.$297.47 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-105V (Retrofit) ITS includes: (1) SS-105V-001, (1) SS-Warr-3 1 Ea.$361.87 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-706-060 (SmartSensor 8-Conductor Cable - 60', 10 Pin Connector)1 Ea.$161.00 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-708-060 (SmartSensor 8-Conductor Cable - 60', 26 Pin Retrofit Connector) 1 Ea.$361.87 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE CLK-201 (1 Amp AC to DC Power Converter)1 Ea.$161.00 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE CLK-202 (2 Amp AC to DC Power Converter)1 Ea.$200.87 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE CLK-204 (4 Amp AC to DC Power Converter)1 Ea.$282.13 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE Ss-707-001 (8-Conductor, 1000' Cable Spool)1 Ea.$2,399.67 Wavetronix 660-020-005 WAVETRONIX, LLC TRAFFIC DATA DETECTION SYSTEM - MICROWAVE SS-707-002 (8-Conductor, 5000' Cable Spool)1 Ea.$11,995.27 Wavetronix APL Configuration #Manufacturer Product Category Model/Product/Component Description QTY. / Unit Estimated Delivery time Bid Price Vendor 4-port serial device server with wide temp and isolation, -40~75C with 1*Hardened PSU + Cables 1 ea 30 $880.00 Temple 685-002-009-a ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-1616 Enclosure with UATS,RM for FXM-1100/2000,5ft BCK,LRI,Lamp, Nat. Almn 1 assy 30 - 42 $4,198.00 Temple FXM1100,120Vac Input and Output, 48Vdc Battery Bus, SNMP Kit, AC and DC Breakers with Auxillary Switch, for Firmware Version 1.07 or later (4) AlphaCell 195XTV Battery, 12V 100Ah,Top M6-Fem Term 685-002-009-b ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-1616 Enclosure with L5-30-Fl GenPort,UGTS,UATS,RM for FXM-1100/2000,5ft BCK,LRI,Lamp,Nat. Almn 1 assy 30 - 42 $4,637.00 Temple FXM1100,120Vac Input and Output, 48Vdc Battery Bus, SNMP Kit, AC and DC Breakers with Auxillary Switch, for Firmware Version 1.07 or later (4) AlphaCell 195XTV Battery, 12V 100Ah,Top M6-Fem Term 685-002-009-c ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-1616 Enclosure with UATS,RM for FXM-1100/2000,5ft BCK,LRI,Lamp, Nat. Almn 1 assy 30 - 42 $4,274.00 Temple FXM1100,120Vac Input and Output, 48Vdc Battery Bus, SNMP Kit, AC and DC Breakers with Auxillary Switch, for Firmware Version 1.07 or later (4) AlphaCell 240XTV Battery, 12V 112Ah,Top M6-Fem Term 685-002-009-d ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-1616 Enclosure with L5-30-Fl GenPort,UGTS,UATS,RM for FXM-1100/2000,5ft BCK,LRI,Lamp,Nat. Almn 1 assy 30 - 42 $5,060.00 Temple FXM2000, 120Vac Input and Output, 48Vdc Battery Bus, AC and DC Breakers with Auxiliary Switch, with FXM Communications Module, Firmware 1.07 or Later (4) AlphaCell 240XTV Battery, 12V 112Ah,Top M6-Fem Term 685-002-009-e ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-2216 Enclosure with UATS,5ft BCK,LAMP,LRI,RM for FXM-1100/2000,Fixed Battery Trays,Nat. Almn 1 assy 30 - 42 $4,749.00 Temple FXM1100,120Vac Input and Output, 48Vdc Battery Bus, SNMP Kit, AC and DC Breakers with Auxillary Switch, for Firmware Version 1.07 or later (4) AlphaCell 195XTV Battery, 12V 100Ah,Top M6-Fem Term 685-002-009-f ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-2216 Enclosure with UATS,5ft BCK,LAMP,LRI,RM for FXM-1100/2000,Fixed Battery Trays,Nat. Almn 1 assy 30 - 42 $5,168.00 Temple FXM1100,120Vac Input and Output, 48Vdc Battery Bus, SNMP Kit, AC and DC Breakers with Auxillary Switch, for Firmware Version 1.07 or later (4) AlphaCell 195XTV Battery, 12V 100Ah,Top M6-Fem Term 685-002-009-g ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-2216 Enclosure with UATS,5ft BCK,LAMP,LRI,RM for FXM-1100/2000,Fixed Battery Trays,Nat. Almn 1 assy 30 - 42 $5,172.00 Temple FXM2000, 120Vac Input and Output, 48Vdc Battery Bus, AC and DC Breakers with Auxiliary Switch, with FXM Communications Module, Firmware 1.07 or Later (4) AlphaCell 240XTV Battery, 12V 112Ah,Top M6-Fem Term 685-002-009-h ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-2216 Enclosure with L5-30-FI GenPort,UGTS,UATS,5ft BCK,LAMP,LRI,RM for FXM-1100/2000,Fixed Battery Trays,Nat. Almn 1 assy 30 - 42 $5,591.00 Temple FXM2000, 120Vac Input and Output, 48Vdc Battery Bus, AC and DC Breakers with Auxiliary Switch, with FXM Communications Module, Firmware 1.07 or Later (4) AlphaCell 240XTV Battery, 12V 112Ah,Top M6-Fem Term 685-002-009-i ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-2216 Enclosure with UATS,5ft BCK,LAMP,LRI,RM for FXM-1100/2000,Slide Out Battery Trays,Nat. Almn 1 assy 30 - 42 $5,082.00 Temple FXM1100,120Vac Input and Output, 48Vdc Battery Bus, SNMP Kit, AC and DC Breakers with Auxillary Switch, for Firmware Version 1.07 or later (4) AlphaCell 195XTV Battery, 12V 100Ah,Top M6-Fem Term 685-002-009-j ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-2216 Enclosure with L5-30-FI GenPort,UGTS,UATS,5ft BCK,LAMP,LRI,RM for FXM-1100/2000,Slide Out Battery Trays,Nat. Almn 1 assy 30 - 42 $5,501.00 Temple FXM1100,120Vac Input and Output, 48Vdc Battery Bus, SNMP Kit, AC and DC Breakers with Auxillary Switch, for Firmware Version 1.07 or later (4) AlphaCell 195XTV Battery, 12V 100Ah,Top M6-Fem Term 685-002-009-k ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY SE48-2216 Enclosure with UATS,5ft BCK,LAMP,LRI,RM for FXM-1100/2000,Slide Out Battery Trays,Nat. Almn 1 assy 30 - 42 $5,505.00 Temple FXM2000, 120Vac Input and Output, 48Vdc Battery Bus, AC and DC Breakers with Auxiliary Switch, with FXM Communications Module, Firmware 1.07 or Later (4) AlphaCell 240XTV Battery, 12V 112Ah,Top M6-Fem Term 685-002-009-l ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY FXM1100,120Vac Input and Output, 48Vdc Battery Bus, SNMP Kit, AC and DC Breakers with Auxillary Switch, for Firmware Version 1.07 or later 1 ea 30 - 42 $967.00 Temple 685-002-009-m ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY FXM2000, 120Vac Input and Output, 48Vdc Battery Bus, AC and DC Breakers with Auxiliary Switch, with FXM Communications Module, Firmware 1.07 or Later 1 ea 30 - 42 $1,314.00 Temple 685-002-009-n ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY FXM650,120Vac Input and Output, 24Vdc Battery Bus, AC and DC Breakers with Auxillary Switch,with FXM Communication Module and Firmware Version 1.07 or 1 ea 30 - 42 $771.00 Temple 685-002-009-o ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY FXM650,120Vac Input and Output, 24Vdc Battery Bus, AC and DC Breakers with Auxillary Switch,with FXM Communication Module and Firmware Version 1.07 or 1 assy 30 - 42 $1,284.00 Temple Rack Mount Kit, Bracket, 2RU, FXM 650, Black Battery Cable Kit, FXM650, 24VDC, 2 x 195/220GXL (2) AlphaCell 100XTV Battery, 12V 56Ah,Top M6-Fem Term 685-002-009-p ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY FXM350-24, 120VAC Input/Output, 24V Out, 60/50Hz, SNMP 1 ea 30 - 42 $646.00 Temple 685-002-009-q ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY Kit, RBMS Plus Controller with 0-Batt cable, one CAT5-7 cable, and four BS3B-12-4- EQ sensors 1 ea 30 $695.00 Temple 685-002-009-r ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY (4) AlphaCell 195XTV Battery, 12V 100Ah,Top M6-Fem Term 1 assy 30 $1,012.00 Temple 685-002-009-s ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY (4) AlphaCell 240XTV Battery, 12V 112Ah,Top M6-Fem Term 1 assy 30 $1,088.00 Temple 685-002-009-t ALPHA TECHNOLOGIES UNINTERRUPTABLE POWER SUPPLY (4) Enersys 12V 100A SBS100F VLRA Battery,M6 M Terminals 1 assy 30 $1,816.00 Temple 654-001-004a CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY R920 Solar Wireless RRFB, powdercoat black, 2.5" sq & 2.38" rd mntg 1 assy 30 - 42 $2,855.00 Temple 654-001-004b CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY R920 Solar Wireless RRFB, powdercoat black, side of pole mntg 1 assy 30 - 42 $2,952.00 Temple 654-001-004c CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY R920 Solar Wireless RRFB, powdercoat black, back to back light bars, 2.5" sq & 2.38" rd mntg 1 assy 30 - 42 $2,458.00 Temple 654-001-004d CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY R920 Solar Wireless RRFB, powdercoat black, back to back light bars, side of pole mntg 1 assy 30 - 42 $3,554.00 Temple 654-001-004e CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY R920 Solar Wireless RRFB, powdercoat black, single light bar, Bulldog push button 1 assy 30 - 42 $3,647.00 Temple Top of pole mntg, 4.5" od pole PB-5100-12-PNC, Alum pole w/ threads, sched 40, 4" x 12' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug Straight anchor bolt set of (4), 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base .080 Alum 36x36, w/ Z-bar attached & U-bolts, W11-2 .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PL 654-001-004f CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY R920 Solar Wireless RRFB, powdercoat black, back to back light bar, Bulldog push button 1 assy 30 - 42 $4,317.00 Temple PB-5100-12-PNC, Alum pole w/ threads, sched 40, 4" x 12' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug Straight anchor bolt set of (4), 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base (2) .080 Alum 36x36, w/ Z-bar attached & U-bolts, W11-2 .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PL .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PR 654-001-005a CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC315 Solar wireless RRFB - Single Direction Complete Assy 1 assy 30 - 42 $3,792.00 Temple (1) SC315 Solar, controller cabinet, Powers 1 - 2 light bars Light bar w/ Conf Light, 35 Ah battery, 50w solar panel w/ mntg hdwr, Bulldog pushbutton, R10-25 push button sign & sign frame PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug Straight anchor bolt set of (4), 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base PB-5401 Acorn Pole cap .080 Alum 36x36, w/ Z-bar attached & U-bolts, W11-2 .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PL 654-001-005b CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC315 Solar wireless RRFB - Back to back, Complete Assy 1 assy 30 - 42 $3,906.00 Temple (1) SC315 Solar, controller cabinet, Powers 1 - 2 light bars (2) Light bar w/ Conf Light, 35 Ah battery, 50w solar panel w/ mntg hdwr, Bulldog pushbutton, R10-25 push button sign & sign frame PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug Straight anchor bolt set of (4), 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base PB-5401 Acorn Pole cap (2) .080 Alum 36x36, w/ Z-bar attached & U-bolts, W11-2 .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PL .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PR 654-001-006a CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC 315 AC wireless RRFB, back to back light bar - Complete Assy 1 assy 30 - 42 $3,847.00 Temple Single Direction Complete Assy SC-315 AC Controller Cabinet, Powers 1-2 Light Bars (1) light bar, Bulldog pushbutton, harness, sign, sign frame PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug Straight anchor bolt set of (4), 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base PB-5401 Acorn Pole cap .080 Alum 36x36, w/ Z-bar attached & U-bolts, W11-2 .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PL 654-001-006aa CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC 315 AC wireless RRFB, back to back light bar - Complete Assy 1 assy 30 - 42 $2,199.00 Temple Single Direction Complete Assy - Pairs with 654-001-006a (1) light bar, Bulldog pushbutton, harness, sign, sign frame PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug Straight anchor bolt set of (4), 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base PB-5401 Acorn Pole cap .080 Alum 36x36, w/ Z-bar attached & U-bolts, W11-2 .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PL Requires conduit to connect to 654-001-006a - Conduit is not included 654-001-006b CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC 315 AC wireless RRFB, back to back light bar 1 assy 30 - 42 $4,214.00 Temple Back-to Back Complete Assy (1) SC-315 AC Controller Cabinet, Powers 3-4 Light Bars (2) Light bar w/ Conf Light Bulldog push button, harness, sign, sign frame PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug Straight anchor bolt set of (4), 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base PB-5401 Acorn Pole cap (2) .080 Alum 36x36, w/ Z-bar attached & U-bolts, W11-2 .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PL .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PR 654-001-006bb CARMANAH TECHNOLOGIES RECTANGULAR RAPID FLASHING BEACON ASSEMBLY SC 315 AC wireless RRFB, back to back light bar Back-to Back Complete Assy - Pairs with 654-001-006b 1 assy 30 - 42 $3,010.00 Temple (2) Light bar w/ Conf Light Bulldog push button, harness, sign, sign frame PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug Straight anchor bolt set of (4), 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base PB-5401 Acorn Pole cap (2) .080 Alum 36x36, w/ Z-bar attached & U-bolts, W11-2 .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PL .080 Alum 24x12, w/ Z-bar attached & U-bolts, W16-7PR Requires conduit to connect to 654-001-006b - Conduit is not included 700-026-003a CARMANAH TECHNOLOGIES SIGN BEACON R247E, 24/7 Flasher, Yellow LED 1 assy 30 - 42 $2,145.00 Temple 10w solar engine, powdercoat black 1-bcn, 2 - 2.5" & 2.38 - 2.88" od rd mntg hdwr 700-026-003b CARMANAH TECHNOLOGIES SIGN BEACON R247E, 24/7 Flasher, Yellow LED 1 assy 30 - 42 $2,241.00 Temple 10w solar engine, powdercoat black 1-bcn, side of pole mntg 700-026-004a CARMANAH TECHNOLOGIES SIGN BEACON R247E, 24/7 Flasher, Red LED 1 assy 30 - 42 $2,145.00 Temple 10w solar engine, powdercoat black 1-bcn, 2 - 2.5" & 2.38 - 2.88" od rd mntg hdwr 700-026-004a CARMANAH TECHNOLOGIES SIGN BEACON R247E, 24/7 Flasher, Red LED 1 assy 30 - 42 $2,241.00 Temple 10w solar engine, powdercoat black 1-bcn, side of pole mntg 700-026-013a CARMANAH TECHNOLOGIES SIGN BEACON R247G, 24/7 Flasher cabinet, natural alum finish 1 assy 30 - 42 $3,577.00 Temple 80w solar engine, side of pole mnt, 100 Ah battery 2-beacon w/ mntg 700-026-014a CARMANAH TECHNOLOGIES SIGN BEACON R829G School Flasher cabinet, natural alum finish 1 assy 30 - 42 $3,670.00 Temple 80w solar engine, side of pole mnt, 100 Ah battery 2-beacon w/ mounting 700-019-001a CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-15 Sign w/ Slow Down message, 15" digits,1 assy 30 - 42 $4,250.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG 700-019-001b CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ beacon 1 assy 30 - 42 $4,936.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / Yellow 700-019-001c CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ beacon 1 assy 30 - 42 $5,007.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG 700-019-001d CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-15 Sign w/ Slow Down message, 15" digits,1 assy 30 - 42 $4,725.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / Yellow PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-001e CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-15 Sign w/ Slow Down message, 15" digits,1 assy 30 - 42 $4,796.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-001f CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ beacon 1 assy 30 - 42 $5,433.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / Yellow PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-001g CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ beacon 1 assy 30 - 42 $5,504.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-001h CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits,1 assy 30 - 42 $5,486.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / Yellow 700-019-001i CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ 1-bcn 1 assy 30 - 42 $6,217.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / Yellow 700-019-001j CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ 2-bcn 1 assy 30 - 42 $6,948.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / Yellow 700-019-001k CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits,1 assy 30 - 42 $5,587.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG 700-019-001l CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ 1-bcn 1 assy 30 - 42 $6,288.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG 700-019-001m CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ 2-bcn 1 assy 30 - 42 $7,019.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG 700-019-001n CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits,1 assy 30 - 42 $6,032.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / Yellow PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-001o CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits,1 assy 30 - 42 $6,128.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-001p CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ 1-bcn 1 assy 30 - 42 $6,790.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / Yellow PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-001q CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-15 Sign w/ Slow Down message, 15" digits, w/ 1-bcn 1 assy 30 - 42 $6,861.00 Temple Traffic Analyzer & Scheduler 30x42 YOUR SPEED sign / FYG PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-002a CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-18 Sign w/ Slow Down Message, 18" digits 1 assy 30 - 42 $5,065.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG 700-019-002b CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-18 Sign w/ Slow Down Message, 18" digits, w/ 1-bcn 1 assy 30 - 42 $5,725.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / Yellow 700-019-002c CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-18 Sign w/ Slow Down Message, 18" digits, w/ 1-bcn 1 assy 30 - 42 $5,796.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG 700-019-002d CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-18 Sign w/ Slow Down Message, 18" digits 1 assy 30 - 42 $5,412.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / Yellow PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-002e CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-18 Sign w/ Slow Down Message, 18" digits 1 assy 30 - 42 $5,483.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-002f CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-18 Sign w/ Slow Down Message, 18" digits, w/ 1-bcn 1 assy 30 - 42 $6,145.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / Yellow PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-002g CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN SpeedCheck-18 Sign w/ Slow Down Message, 18" digits, w/ 1-bcn 1 assy 30 - 42 $6,216.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-002h CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits 1 assy 30 - 42 $5,976.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / Yellow 700-019-002i CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits,. w/ 1-bcn 1 assy 30 - 42 $6,880.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / Yellow 700-019-002j CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits,. w/ 2-bcn 1 assy 30 - 42 $7,586.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / Yellow 700-019-002k CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits 1 assy 30 - 42 $6,047.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG 700-019-002l CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits,. w/ 1-bcn 1 assy 30 - 42 $6,779.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG 700-019-002m CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits,. w/ 2-bcn 1 assy 30 - 42 $7,485.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG 700-019-002n CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits 1 assy 30 - 42 $6,498.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / Yellow PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-002o CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits 1 assy 30 - 42 $6,594.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-002p CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits,. w/ 1-bcn 1 assy 30 - 42 $7,427.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / Yellow PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-019-002q CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Solar SpeedCheck-18 Sign w/ Slow Down Message, 18" digits,. w/ 1-bcn 1 assy 30 - 42 $7,498.00 Temple Traffic Analyzer & Scheduler 36x48 YOUR SPEED sign / FYG PB-5100-15-PNC, Alum pole w/ threads, sched 40, 4" x 15' SP-1116-FL-AD-NL-GL-PNC, Sq alum base, alum door, grounding lug (4) Straight anchor bolt set, 3/4-10 x 18", w/ dbl nuts & washers PB 5325 Collar assy for square base 700-022-003a CARMANAH TECHNOLOGIES ELECTRONIC SPEED FEEDBACK SIGN Slow Down Alert sign w/ beacon 1 assy 30 - 42 $4,111.00 Temple Traffic Analyzer & Scheduler 30x30 MPH sign, yellow 685-002-001a CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP560 w/ RM kit, Bypass switch, SNMP, 48v battery set & cable kit 1 assy 70 $2,622.00 Temple 685-002-001b CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP1250 LE w/ RM kit, Bypass switch, SNMP, 48v battery set & cable kit 1 assy 70 $4,193.00 Temple 685-002-001c CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP1250 LE w/ RM kit, Bypass switch, SNMP, 48v battery set & cable kit & fast charger 1 assy 70 $4,810.00 Temple 685-002-001d CLARY CORPORATION UNINTERRUPTIBLE POWER SUPPLY SP2000LX, UPS, 2000VA, w/ Power I/O 1 ea 70 $3,998.00 Temple 650-001-013a MOBOTREX 12" POLYCARBONATE VEHICLE SIGNAL SG102A1C11BBB20-15, 12" 2-Section, Poly, empty 1 ea 30 $81.00 Temple 650-001-013b MOBOTREX 12" POLYCARBONATE VEHICLE SIGNAL SG103A1C11BBB30-15, 12" 3-Section, Poly, empty 1 ea 30 $131.00 Temple 650-001-013c MOBOTREX 12" POLYCARBONATE VEHICLE SIGNAL SG104A1C11BB40-15 12", 4 Section, Poly, empty 1 ea 30 $175.00 Temple 650-001-013d MOBOTREX 12" POLYCARBONATE VEHICLE SIGNAL SG105A1C11BB50-15 12", 5 Section Poly, inline, empty 1 ea 30 $219.00 Temple 650-001-013e MOBOTREX 12" POLYCARBONATE VEHICLE SIGNAL SG105H1C11BB50-15 12", 5 Section, Poly, cluster, empty 1 ea 30 $219.00 Temple 650-001-013f MOBOTREX 12" POLYCARBONATE VEHICLE SIGNAL SG105H1C11BB50-15 12", 5 Section, Poly, cluster, empty, w/ 2-way arm set 1 ea 30 $363.00 Temple 650-002-011a MOBOTREX 12" DIE CAST VEHICLE SIGNAL SG102A2C11FFF20-15 12", 2 Section , alum, empty 1 ea 30 $123.00 Temple 650-002-011b MOBOTREX 12" DIE CAST VEHICLE SIGNAL SG103A2C11FFF30-15 12", 3 Section, alum, empty 1 ea 30 $164.00 Temple 650-002-011c MOBOTREX 12" DIE CAST VEHICLE SIGNAL SG104A2C11FFF40-15 12", 4 Section, alum, empty 1 ea 30 $221.00 Temple 650-002-011d MOBOTREX 12" DIE CAST VEHICLE SIGNAL SG105A2C11FFF50-15, 5-Section, inline, alum, empty 1 ea 30 $279.00 Temple 650-002-011e MOBOTREX 12" DIE CAST VEHICLE SIGNAL SG105H2C11FFF50 12", 5 Section, cluster, alum, empty 1 ea 30 $277.00 Temple 650-002-011f MOBOTREX 12" DIE CAST VEHICLE SIGNAL SG105H2C11FFF50 12", 5 Section, cluster, alum, empty, w/2-way arm set 1 ea 30 $416.00 Temple 676-028-001a MOBOTREX DETECTOR RACK (TS2)ABW12062P010 Rack harness, 37 pin connector 1 ea 30 $96.00 Temple 700-012-013a ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN LED 28" x 28" 2-messge blankout sign 1 ea 60 $3,274.00 Temple 700-012-013b ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN LED 28" x 38" 1-messge blankout sign 1 ea 60 $2,944.00 Temple 700-012-013c ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN LED 28" x 28" 2-messge blankout sign 1 ea 60 $3,464.00 Temple 700-012-013d ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN LED 36" x 36" 1-messge blankout sign 1 ea 60 $4,119.00 Temple 700-012-013e ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN LED 36" x 48" 1-messge blankout sign 1 ea 60 $5,024.00 Temple 700-012-013f ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN Mast arm mount for sign up to 38" 1 ea 30 $190.00 Temple 700-012-013g ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN Mast arm mount for sign up to 48"1 ea 30 $212.00 Temple 700-012-013h ORANGE TRAFFIC ELECTRONIC DISPLAY SIGN (EDS) LED BLANK-OUT SIGN Span wire hanger assy, adj, with 72" extender w/ holes 1 ea 30 $143.00 Temple 659-010-005a PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-0321-SS-PNC span wire clamp, ss hdwr 1 ea 30 $27.48 Temple 659-010-005b PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-0321-SB-PNC span wire clamp, ss bushings 1 ea 30 $23.27 Temple 659-010-005c PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-0321-SB-SS-PNC span wire clamp, ss bushings, ubolt, hdwr 1 ea 30 $31.70 Temple 659-010-006a PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-0338-SS-GLV 1 ea 30 $27.44 Temple 659-010-006b PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-0338-SB-SS-GLV 1 ea 30 $32.75 Temple 659-010-006c PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-0338-SB-SS-PXX 1 ea 30 $32.75 Temple 659-010-010a PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-3211-SS- PNC 1 ea 30 $28.55 Temple 659-010-010b PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-3211-SB- PNC 1 ea 30 $25.34 Temple 659-010-010c PELCO PRODUCTS, INC.SPANWIRE CLAMP SE-3211-SB-SS PNC 1 ea 30 $32.76 Temple 746-001-003d PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5334-1S-GL, alum door 1 ea 30 $153.40 Temple 746-001-003e PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5334-3S-GL, alum door 1 ea 30 $156.57 Temple 746-001-003f PELCO PRODUCTS, INC.TRAFFIC MONITORING SITE POLE AND PEDESTAL MOUNTED HARDWARE FOR CABINET MOUNTING PB-5334-NL-3S-GL, alum door 1 ea 30 $164.00 Temple 659-031-021a PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-0-80-PNC 1 ea 30 $78.12 Temple 659-031-021b PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-0-120-PNC 1 ea 30 $84.51 Temple 659-031-021c PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-1-80-PNC 1 ea 30 $127.83 Temple 659-031-021d PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-1-120-PNC 1 ea 30 $134.34 Temple 659-031-021e PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-2-80-PNC 1 ea 30 $131.16 Temple 659-031-021f PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-2-120-PNC 1 ea 30 $139.67 Temple 659-031-021g PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-3-80-PNC 1 ea 30 $131.45 Temple 659-031-021h PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-3-120-PNC 1 ea 30 $139.77 Temple 659-031-021i PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-4-80-PNC 1 ea 30 $139.66 Temple 659-031-021j PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-4-120-PNC 1 ea 30 $151.27 Temple 659-031-021k PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-5-80-PNC 1 ea 30 $147.08 Temple 659-031-021l PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING EC-3075-FL-5-120-PNC 1 ea 30 $156.58 Temple 659-031-022a PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1127-FL-62-PNC 1 ea 30 $124.27 Temple 659-031-022b PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1127-FL-84-PNC 1 ea 30 $124.64 Temple 659-031-022c PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1127-FL-96-PNC 1 ea 30 $125.74 Temple 659-031-022d PELCO PRODUCTS, INC.MAST ARM SIGNAL MOUNTING SP-1127-FL-120-PNC 1 ea 30 $128.91 Temple 653-006-001a PELCO PRODUCTS, INC.POLE END EC-2052-PT-P33 1 ea 30 $17.91 Temple 659-010-001a PELCO PRODUCTS, INC.SPANWIRE CLAMP EC-2079-PBC-PNC 1 ea 30 $26.41 Temple 659-011-001a PELCO PRODUCTS, INC. (Formally EC)SIGN BRACKET EC-2093-PNC 1 ea 30 $52.81 Temple 659-011-001c PELCO PRODUCTS, INC. (Formally EC)SIGN BRACKET EC-2094-PNC 1 ea 30 $79.25 Temple 659-011-001d PELCO PRODUCTS, INC. (Formally EC)SIGN BRACKET EC-2094XL-PNC 1 ea 30 $86.64 Temple 659-011-013a PELCO PRODUCTS, INC. (Formally EC)SIGN BRACKET EC-3075-SB-52-PNC 1 ea 30 $95.06 Temple 659-011-013b PELCO PRODUCTS, INC. (Formally EC)SIGN BRACKET EC-3075-SB-80-PNC 1 ea 30 $101.43 Temple 665-005-005a POLARA ENGINEERING, INC.AUDIBLE/TACTILE PEDESTRIAN DETECTOR (2) Model XAV2E-LED w/ (1) XAVCU2-DC control unit 1 ea 30 $916.27 Temple 665-005-005b POLARA ENGINEERING, INC.AUDIBLE/TACTILE PEDESTRIAN DETECTOR Model XAV2E-LED-NA, no arrow 1 ea 30 $355.97 Temple 665-005-005c POLARA ENGINEERING, INC.AUDIBLE/TACTILE PEDESTRIAN DETECTOR Model XAV2E-LED-BD, Bi-directional arrow on button 1 ea 30 $355.97 Temple 665-005-005d POLARA ENGINEERING, INC.AUDIBLE/TACTILE PEDESTRIAN DETECTOR XAVCU2, control unit for XAV2-LED 1 ea 30 $260.13 Temple 665-005-005e POLARA ENGINEERING, INC.AUDIBLE/TACTILE PEDESTRIAN DETECTOR XAVCU2-DC, DC control unit for XAV2-LED 1 ea 30 $260.13 Temple 665-003-011a POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR BDL3-B button w/ BDPM3-B mount 1 ea 30 $92.00 Temple 665-003-011b POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR BDL3AL-B button w/ BDPM3-B mount 1 ea 30 $103.00 Temple 665-003-011c POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR BDL3AR-B button w/ BDPM3-B mount 1 ea 30 $103.00 Temple 665-003-011d POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR PBCU-CD, Latching Control Unit 1 ea 30 $336.00 Temple 665-003-011e POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR PBCU-EB, Control unit shelf mount insert enclosure 1 ea 30 $163.00 Temple 665-003-011f POLARA ENGINEERING, INC. PEDESTRIAN DETECTOR Polara Bulldog w/ raised arrow, and mounting cup. No LED 1 ea 30 $103.00 Temple 665-004-007a POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN3 9x18 APS Push button station 1 ea 30-42 $411.00 Temple 665-004-007b POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN3 9x15 APS Push button station 1 ea 30-42 $391.00 Temple 665-004-007c POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN3 9x12 APS Push button station 1 ea 30-42 $382.00 Temple 665-004-007d POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN3 5 x 7 APS Push button station 1 ea 30-42 $347.00 Temple 665-004-007e POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR Navigator special voice message 1 ea 30-42 $25.00 Temple 665-004-007f POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iPHCU3W, Ped head control unit 1 ea 30-42 $227.00 Temple 665-004-007g POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN3-CABLE-12, 12' Interconnect cable (1 per PHCU)1 ea 30-42 $17.00 Temple 665-004-008a POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN3 9x18 APS Push button station 1 ea 30-42 $411.00 Temple 665-004-008b POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN2 9x15 APS Push button station 1 ea 30-42 $405.00 Temple 665-004-008c POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN2 9x12 APS Push button station 1 ea 30-42 $396.00 Temple 665-004-008d POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iN2 5 x 7 APS Push button station 1 ea 30-42 $361.00 Temple 665-004-008e POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR Navigator special voice message 1 ea 30-42 $25.00 Temple 665-004-008f POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR iCCU-S, central control unit, w/ harness & interconnect bd, & bluetooth dongle 1 ea 30-42 $2,496.00 Temple 665-004-008g POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR Remote Programming Tool 1 ea 30-42 $274.00 Temple 665-004-008h POLARA ENGINEERING, INC. AUDIBLE/TACTILE PEDESTRIAN DETECTOR NPA 4x2-B 4.5" Ped pole spacer (Set of 2)1 ea 30-42 $88.00 Temple 671-017-012a SIEMENS INDUSTRY NEMA TS2 TYPE 2 CONTROLLER UNIT M60 Series: M62 ATC Lite controller 1 ea 30-42 $2,990.00 Temple 660-024-002a SENSYS NETWORKS, INC.WIRELESS MAGNETOMETER ASSEMBLY Sensor Only 1 ea 30 $559.00 Temple 660-024-002b SENSYS NETWORKS, INC.WIRELESS MAGNETOMETER ASSEMBLY APCC Only 1 ea 30 $2,425.00 Temple 660-024-002c SENSYS NETWORKS, INC.WIRELESS MAGNETOMETER ASSEMBLY SPP Radio Only 1 ea 30 $1,057.00 Temple 660-024-002c SENSYS NETWORKS, INC.WIRELESS MAGNETOMETER ASSEMBLY Extension Card Only 1 ea 30 $373.00 Temple 682-002-015a SIQURA, INC.CAMERA-DOME PD900 Camera, 3MP dome camera, Quad stream H.264 H.264, HD1090p, 30x opt zoom w/ BTU-POE-PLUS GigabitU-PoE, & HI-POE-SPD 1 ea 30 $2,186.00 Temple 682-002-015b SIQURA, INC.CAMERA-DOME PD910 Camera, 3MP bubbless dome camera, Quad stream H.264 H.264, HD1090p, 40x opt zoom w/ BTU-POE-PLUS GigabitU-PoE, & HI-POE-SPD 1 ea 30 $2,314.00 Temple 682-002-015c SIQURA, INC.CAMERA-DOME PD910 Camera, 3MP bubbless dome camera, Quad stream H.264 H.264, HD1090p, 40x opt zoom w/ Enable-IT 360 PoE Injector 1 ea 30 $2,377.00 Temple 682-002-015d SIQURA, INC.CAMERA-DOME Enable-IT 360 Gigabit PoE Injector 1 ea 30 $110.50 Temple 682-002-015e SIQURA, INC.CAMERA-DOME Mast arm mounting - CCTV camera shephard's hook 1 ea 30 $443.00 Temple 663-001-011 a TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $3,552.00 Temple AI 500-086 – Preempt/Priority FMU2 Conn/Svc/Supp Plan Standard 1 Yr fixed - Cabinet 663-001-011 b TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $3,167.00 Temple AI 500-086 – Preempt/Priority FMU2 Conn/Svc/Supp Plan - None 663-001-011 c TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $7,416.00 Temple AI 500-086-02 – Preempt/Priority FMU2 4G Video with 4-port switch Conn/Svc/Supp Plan CAT4 Video 5 Yr fixed - Cabinet - Enhanced 663-001-011 d TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $4,363.00 Temple AI 500-086-02 – Preempt/Priority FMU2 4G Video with 4-port switch Conn/Svc/Supp Plan CAT4 Video 1 Yr fixed - Cabinet - Enhanced 663-001-011 e TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $3,572.00 Temple AI 500-086-02 – Preempt/Priority FMU2 4G Video with 4-port switch Conn/Svc/Supp Plan - None 663-001-011 f TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $6,529.00 Temple AI 500-086-02 – Preempt/Priority FMU2 4G Video with 4-port switch Conn/Svc/Supp Plan Standard 10 Yr fixed - Cabinet 663-001-011 g TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $9,507.00 Temple AI 500-086-02 – Preempt/Priority FMU2 4G Video with 4-port switch Conn/Svc/Supp Plan CAT4 Video 10 Yr fixed - Cabinet - Enhanced 663-001-011 h TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $4,257.00 Temple Vehicle Kit Conn/Svc/Supp Plan Standard 5 Yr fixed - Cabinet 663-001-011 i TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $2,730.00 Temple Vehicle Kit Conn/Svc/Supp Plan Standard 1 Yr fixed - Cabinet 663-001-011 j TEMPLE, INC.PREEMPTION SYSTEM Glance TIMM 500 Preemption/Priority System 1 ea 30 $2,345.00 Temple Vehicle Kit Conn/Svc/Supp Plan - None 676-011-012a TEMPLE, INC.WIRED CABINET ASSEMBLY TYPE I Temple Model TF4001F-FL, Type 1 Wired cabinet w/ 1-bcn 1 ea 42 $929.00 Temple 676-011-012b TEMPLE, INC.WIRED CABINET ASSEMBLY TYPE I Temple Model TF4001F-FL, Type 1 Wired cabinet w/ 2-bcn 1 ea 42 $1,149.00 Temple 676-023-006a TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $9,958.00 Temple ELS712FLG Single door cabinet, 56" H, w/ generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-023-006b TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $9,721.00 Temple ELS1008FL Single door cabinet, 67" H, w/out generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-023-006c TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $10,597.00 Temple ELS1008FLG Single door cabinet , 67" H, w/ generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-023-006d TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $10,424.00 Temple ELS1008FL2, 67" Cabinet, front & back door, w/out generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-023-006e TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $10,930.00 Temple ELS1008FL2, 67" Cabinet, front & back door, w/ generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-023-006f TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $10,993.00 Temple ELS1008FLG Single door cabinet , 67" H, w/ generator compartment White paint inside (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-023-006g TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $11,023.00 Temple ELS1008FLG Single door cabinet , 67" H, w/ generator compartment White paint inside Black paint outside (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-023-006h TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $11,289.00 Temple ELS1008FLG2, 67" Cabinet, front & back door, w/ generator compartment White paint inside (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-023-006i TEMPLE, INC.WIRED CABINET ASSEMBLY TS-2 SIZE 6 Model TF5116TFL02 1 ea 84 $14,301.00 Temple ELS1008FLG Single door cabinet , 67" H, w/ generator compartment Siemens M62 NEMA Linux controller MMU2-16LE IP signal monitor (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No fiber termination panel 676-034-001a TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT 1 ea 84 $10,181.00 Temple ELS712FLG Single door cabinet, 56" H, w/ generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-034-001b TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT-2 1 ea 84 $10,367.00 Temple ELS1008FL Single door cabinet , 67" H, w/out generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-034-001c TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT-2 1 ea 84 $10,776.00 Temple ELS1008FLG Single door cabinet , 67" H, w/ generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-034-001d TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT-2 1 ea 84 $11,419.00 Temple ELS1008FLG2 Double door cabinet, 67" H, Front & back doors, w/out generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-034-001e TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT-2 ELS1008FLG2 Double door cabinet, 67" H, Front & back doors, 1 ea 84 $11,975.00 Temple w/ generator compartment (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-034-001f TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT-2 1 ea 84 $11,172.00 Temple ELS1008FLG Single door cabinet , 67" H, w/ generator compartment Painted white inside (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-034-001g TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT-2 1 ea 84 $11,865.00 Temple ELS1008FLG Single door cabinet , 67" H, w/ generator compartment Painted white inside Painted black outside (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-034-001h TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT-2 1 ea 84 $12,403.00 Temple ELS1008FLG2 Double door cabinet, 67" H, Front & back doors, w/ generator compartment Painted white inside (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No Controller No MMU No fiber termination panel 676-034-001i TEMPLE, INC.HYBRID NEMA TS1 - TS2 WIRED CABINET ASSEMBLY Model TF4116MT-2 1 ea 84 $14,481.00 Temple ELS1008FLG Single door cabinet , 67" H, w/ generator compartment Siemens M62 NEMA Linux controller MMU2-16LE IP signal monitor (1) 16-channel card rack, (16) load switches, (1) CPS105 power supply No fiber termination panel 676-035-006a TEMPLE, INC.ITS FIELD CABINET TYPE 334 Model #11000ITS-FL 1 ea 56-70 $5,744.00 Temple 334 Cabinet, w/ sun shield, w/ generator compartment Ground mount Dual fans, 50 amp power panel, power surge suppression 676-035-006b TEMPLE, INC.ITS FIELD CABINET TYPE 334 Model #11000ITS-FL 1 ea 56-70 $3,702.00 Temple 334 Cabinet, No sun shield, no generator compartment Ground mount Dual fans, 50 amp power panel, power surge suppression 676-035-006c TEMPLE, INC.ITS FIELD CABINET TYPE 334 Model #11000ITS-FL 1 ea 56-70 $4,897.00 Temple 334 Cabinet, w/ sun shield, no generator compartment Ground mount Dual fans, 50 amp power panel, power surge suppression 676-035-013a TEMPLE, INC.ITS FIELD CABINET TYPE 336S Model # 12000ITS-FL 1 ea 56-70 $4,861.00 Temple 336S cabinet, w/ sun shields, w/ generator compartment Pole mount Dual fans, 50 amp power panel, power surge suppression 676-035-013b TEMPLE, INC.ITS FIELD CABINET TYPE 336S Model # 12000ITS-FL 1 ea 56-70 $4,240.00 Temple 336S cabinet, w/ sun shields, w/ generator compartment Base mount Dual fans, 50 amp power panel, power surge suppression 676-035-013c TEMPLE, INC.ITS FIELD CABINET TYPE 336S Model # 12000ITS-FL 1 ea 56-70 $3,616.00 Temple 336S cabinet, w/o sun shields, w/ generator compartment Base mount Dual fans, 50 amp power panel, power surge suppression 676-035-013d TEMPLE, INC.ITS FIELD CABINET TYPE 336S Model # 12000ITS-FL 1 ea 56-70 $3,017.00 Temple 336S cabinet, w/o sun shields, w/o generator compartment Pole mount Dual fans, 50 amp power panel, power surge suppression 676-035-013e TEMPLE, INC.ITS FIELD CABINET TYPE 336S Model # 12000ITS-FL 1 ea 56-70 $3,585.00 Temple 336S cabinet, w/ sun shields, w/o generator compartment Pole mount Dual fans, 50 amp power panel, power surge suppression 676-035-013f TEMPLE, INC.ITS FIELD CABINET TYPE 336S Model # 12000ITS-FL 1 ea 56-70 $2,947.00 Temple 336S cabinet, w/o sun shields, w/o generator compartment Base mount Dual fans, 50 amp power panel, power surge suppression 676-035-013g TEMPLE, INC.ITS FIELD CABINET TYPE 336S Model # 12000ITS-FL 1 ea 56-70 $3,515.00 Temple 336S cabinet, w/ sun shields, w/o generator compartment Base mount Dual fans, 50 amp power panel, power surge suppression 676-037-002a TEMPLE, INC.170 WIRED CABINET TYPE 332 Traffic Controller Assembly, Model TF332FL 1 ea 84 $12,603.00 Temple 332A cabinet assembly with Siemens Model 2070LX controller Includes 16 load switches, & 2010ECLip signal monitor, FDOT Generator transfer switch, Rack mount fiber termination panel 685-002-006a TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY Model # 17000-UP-FL UPS cabinet assembly 1 ea 70-84 $8,391.00 Temple Clary SP2000LXN UPS OP96D 51AH Battery set 96VDC, 8ea SP19O1 - Single String Battery Cable 96 VDC SPD302C w/36" cable Bypass Switch SPLX-96 Fast Battery Charger 96VDC SPO-09A2 SNMP Network Adapter Card Internal 685-002-006b TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY Model # 17000-UP-FL UPS cabinet assembly, left hinged 1 ea 70-84 $8,662.00 Temple Clary SP2000LXN UPS OP96C 41AH Battery set 96VDC, 8ea SP19O1 - Single String Battery Cable 96 VDC SPD302C w/36" cable Bypass Switch SPLX-96 Fast Battery Charger 96VDC SPO-09A2 SNMP Network Adapter Card Internal 685-002-006c TEMPLE, INC.UNINTERRUPTIBLE POWER SUPPLY Model # 17000-UP-FL UPS cabinet assembly Clary SP1250LX UPS 1 ea 70-84 $7,725.00 Temple OP96D 51AH Battery set 96VDC, 8ea SP19O1 - Single String Battery Cable 96 VDC SPD302C w/36" cable Bypass Switch SPLX-96 Fast Battery Charger 96VDC SPO-09A2 SNMP Network Adapter Card Internal 678-008-023a TEMPLE, INC.TIME SWITCH TYPE 1 FCU 500-071, School bcn timer switch 1 ea 30 $1,716.00 Temple One Year Plan 678-008-023b TEMPLE, INC.TIME SWITCH TYPE 1 FCU 500-071, School bcn timer switch 1 ea 30 $3,098.00 Temple 10 Year Plan 678-008-023b TEMPLE, INC.TIME SWITCH TYPE 1 FCU 500-071, School bcn timer switch 1 ea 30 $1,492.00 Temple No Plan 700-015-026a TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 96" Single sided EdgeLit sign 1 ea 56-70 $1,985.00 Temple (2) SP-1079-FL-144-PNC, AstroBrac clamp kit, rigid mntg 700-015-026b TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 96" Single sided EdgeLit sign 1 ea 56-70 $1,754.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026c TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 96" Double sided EdgeLit sign 1 ea 56-70 $2,044.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026d TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 96" Single sided EdgeLit sign 1 ea 56-70 $1,985.00 Temple (2) SP-1079-FL-144-PNC, AstroBrac clamp kit, rigid mntg 700-015-026e TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 96" Single sided EdgeLit sign 1 ea 56-70 $2,044.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026f TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 96" Double sided EdgeLit sign, free swinging 1 ea 56-70 $2,191.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026g TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 48" Single sided EdgeLit sign 1 ea 56-70 $1,789.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026h TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 48" Single sided EdgeLit sign 1 ea 56-70 $1,500.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026i TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 60" Single sided EdgeLit sign 1 ea 56-70 $1,584.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026j TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 60" Single sided EdgeLit sign 1 ea 56-70 $1,651.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026k TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 72" Single sided EdgeLit sign 1 ea 56-70 $1,718.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026L TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 72" Single sided EdgeLit sign 1 ea 56-70 $1,789.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026m TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 84" Single sided EdgeLit sign 1 ea 56-70 $1,885.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026n TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 84" Single sided EdgeLit sign 1 ea 56-70 $1,938.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026o TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 18" x 108" Single sided EdgeLit sign 1 ea 56-70 $2,080.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026p TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A 24" x 108" Single sided EdgeLit sign 1 ea 56-70 $2,192.00 Temple (1) SP-1072-FL-84-PNC, Free swinging sign mntg hdwr 700-015-026q TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A Sign - Add logo - per sign panel 1 ea 56-70 $39.00 Temple 700-015-026r TEMPLE, INC.INTERNALLY ILLUMINATED SIGN, LED STREET NAME SIGN R409A Sign - Add Internal Photocell 1 ea 56-70 $25.00 Temple 678-008-023a TEMPLE, INC.TIME SWITCH TYPE 1 FCU 500-071, School bcn timer switch 1 ea 30 $1,716.00 Temple One Year Plan 678-008-023b TEMPLE, INC.TIME SWITCH TYPE 1 FCU 500-071, School bcn timer switch 1 ea 30 $3,098.00 Temple 10 Year Plan 678-008-023b TEMPLE, INC.TIME SWITCH TYPE 1 FCU 500-071, School bcn timer switch 1 ea 30 $1,492.00 Temple No Plan 700-026-018 a TEMPLE, INC.SIGN BEACON TF4001F-FL-DC, solar school zone flasher w/ 1-bcn 1 ea 42-56 $2,598.00 Temple 700-026-018b TEMPLE, INC.SIGN BEACON TF4001F-FL-DC, solar school zone flasher w/ 2-bcn 1 ea 42-56 $2,870.00 Temple 663-001-010a TOMAR ELECTRONICS PREEMPTION SYSTEM Tomar Strobecom II OSPOCV2-4, Opticom compatible Optical Signal 1 ea 30 $2,152.00 Temple Processor, 4-channel w/ logging & w/ Ethernet port. 663-001-010b TOMAR ELECTRONICS PREEMPTION SYSTEM DETOC1 Opticom compatible detector 1 ea 30 $347.00 Temple 663-001-010c TOMAR ELECTRONICS PREEMPTION SYSTEM DETOC21 Opticom compatible detector 1 ea 30 $394.00 Temple 663-001-010d TOMAR ELECTRONICS PREEMPTION SYSTEM DETOC22 Opticom compatible detector 1 ea 30 $558.00 Temple 663-001-010e TOMAR ELECTRONICS PREEMPTION SYSTEM SP-1113-FL-84 Astro Mini-Brac 1 ea 30 $57.00 Temple 663-001-010f TOMAR ELECTRONICS PREEMPTION SYSTEM #4091S, DETOC span wire mount 1 ea 30 $52.00 Temple 663-001-010g TOMAR ELECTRONICS PREEMPTION SYSTEM M913-500 Detector cable, 3-conductor shielded, 500' reel 1 ea 30 $321.00 Temple 663-001-010h TOMAR ELECTRONICS PREEMPTION SYSTEM M913-1000 Detector cable, 3-conductor shielded, 1000' reel 1 ea 30 $621.00 Temple 663-001-010i TOMAR ELECTRONICS PREEMPTION SYSTEM M913-2500 Detector cable, 3-conductor shielded 1 ea 30 $1,702.00 Temple 663-001-010j TOMAR ELECTRONICS PREEMPTION SYSTEM Tomar Strobecom II OSPOCV2-2, Opticom compatible Optical Signal 1 ea 30 $1,397.00 Temple Processor, 2-channel w/ logging & w/ Ethernet port. 663-001-010k TOMAR ELECTRONICS PREEMPTION SYSTEM #1881 Card Cage & Harness assy 1 ea 30 $149.00 Temple ORDERING INSTRUCTIONS MFMP Contract #: CR11362 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 58-1765732 VENDOR: American Signal Company ADDRESS: 2755 Bankers Indiustrial Drive CITY, STATE, ZIP: Atlanta, GA 30360 TELEPHONE: 770.448.6650 TOLL FREE NO.: E-MAIL: pporter@amsig.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Preston Porter - Regional Sales Manager ADDRESS: 2755 Bankers Industrial Drive CITY, STATE, ZIP: Atlanta GA 30360 TELEPHONE: 770.789.5188 TOLL FREE NO.: E-MAIL ADDRESS: pporter@amsig.com WEB ADDRESS: www.amsig.com ORDERING INSTRUCTIONS MFMP Contract #: CR11363 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE:ALL ORDERS SHOULD BE DIRECTED TO:Orders can be placed with ASCO Power Technologies,Inc.,or these Authorized Resellers [Control Technologies,Inc., Transportation Control Systems,Inc.,The Arnold Group (TAG),Rainbow Distributors USA, Inc., or Intelligent Transportation Services, Inc.] ASCO Power Technologies, Inc. Information: MFMP #: CR11363 FEDERAL EMPLOYER ID NUMBER (FEID): 22-3693502 VENDOR: ASCO Power Technologies, Inc ADDRESS: 14550 58th St. North CITY, STATE, ZIP: Clearwater, FL. 33760 TELEPHONE: 727-45-2753 TOLL FREE NO.: 888-237-4567 FAX NO: 727-539-8955 E-MAIL: david.snelling@ascopower.com DELIVERY: DELIVERY WILL BE MADE WITHIN 8 -10 DAYS AFTER RECEIPT OF PURCHASE ORDER. Control Technologies, Inc. Information: MFMP #: CR11365 FEDERAL EMPLOYER ID NUMBER (FEID): 59-2038877 VENDOR: Control Technologies, Inc. (Reseller for ASCO Power) ADDRESS: 2776 S. Financial Cout CITY, STATE, ZIP: Sanford, FL. 32773 TELEPHONE: 407-330-2800 TOLL FREE NO.: 800-865-27545 FAX NO: 407-337-2804 E-MAIL: mike@cttraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT OF PURCHASE ORDER. Transportation Control Systems Information: MFMP #: CR11393 FEDERAL EMPLOYER ID NUMBER (FEID): 59-1673144 VENDOR: Transportation Control Systems, Inc. (Reseller for ASCO Power) ADDRESS: 1030 South 86th St. CITY, STATE, ZIP: Tampa, FL. 33619 TELEPHONE: 813-630-2800 TOLL FREE NO.: 800-886-2735 FAX NO: 813-630-2801 E-MAIL: sgillis@tcstraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT OF PURCHASE ORDER. The Arnold Group (TAG) Information: MFMP #: N/A FEDERAL EMPLOYER ID NUMBER (FEID): 74-3164734 VENDOR: The Arnold Group (TAG) (Reseller for ASCO Power) ADDRESS: 170 Sunport Lane, Suite 800 CITY, STATE, ZIP: Orlando, FL. 32809 TELEPHONE: (407) 859-1730 TOLL FREE NO.: FAX NO: (407) 859-1399 E-MAIL: dfitzpatrick@tag-fla.com DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT OF PURCHASE ORDER. Rainbow Distributors USA, Inc. Information: MFMP#: CR11385 FEDERAL EMPLOYER ID NUMBER (FEID): 59-3337206 VENDOR: Rainbow Distributors USA, Inc. (Reseller for ASCO Power) ADDRESS: 204 N. Elm Ave CITY, STATE, ZIP: Sanford, FL. 32771 TELEPHONE: 407-330-6363 FAX NO: (407) 330-6360 E-MAIL: Kyle@RainbowDistributorsUSA.com DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT OF PURCHASE ORDER. Intelligent Transportation Services, Inc. Information: MFMP#: CR11373 FEDERAL EMPLOYER ID NUMBER (FEID): 59-3003934 VENDOR: Intelligent Transportation Services, Inc. (Reseller for ASCO Power) ADDRESS: 3205 S Access Rd CITY, STATE, ZIP: Englewood, FL 34224 TELEPHONE: (407) 492-6664 TOLL FREE NO.: FAX NO: (941) 473-8166 E-MAIL: tmalone@itstraffic.us DELIVERY: DELIVERY WILL BE MADE WITHIN 8-10 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Dave Snelling, Traffic and ITS Surge Sales ADDRESS: 14550 58th St. North CITY, STATE, ZIP: Clearwater, FL. 33760 TELEPHONE: 727-450-2753 TOLL FREE NO.: 800-237-4567 FAX NO: 727-539-8955 E-MAIL ADDRESS: david.snelling@ascopower.com WEB ADDRESS: www.ascopower.com ORDERING INSTRUCTIONS MFMP #: CR11376 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 05-0514587-002 VENDOR: Advantech B+B SMARTWORX ADDRESS: 707 DAYTON RD PO BOX 1040 CITY, STATE, ZIP: Ottawa, IL 61350 TELEPHONE: 815 434 8770 TOLL FREE NO.: E-MAIL: dmcmichael@advantech-bb.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: DINA MCMICHAEL ADDRESS: 707 DAYTON RD PO BOX 1040 CITY, STATE, ZIP: Ottawa, IL 61350 TELEPHONE: 815 434 8770 TOLL FREE NO.: E-MAIL: dmcmichael@advantech-bb.com WEB ADDRESS: Advantech.com ORDERING INSTRUCTIONS MFMP CR#: CR11377 & (TCS: CR11393 as a Reseller) Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 45-1433362/ TCS - 59-1673144 VENDOR: Blue-Band, LLC/Transportation Control Systems, Inc.(TCS) ADDRESS: 1445 Dolgner Place #36/TCS - 1030 S. 86th Street CITY, STATE, ZIP: Sanford, FL 32771/TCS - Tampa, FL 33619 TELEPHONE: 877-577-7572/TCS - 813-630-2800 TOLL FREE NO.: 877-577-7572 x2 /TCS - 800-886-2735 E-MAIL: sales@blue-band.net/TCS - sgillis@tsctraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Keivn Yorke, CEO / TCS - Steven Gillis - President ADDRESS: 1445 Dolgner Place # 36/TCS - 1030 S. 86th Street CITY, STATE, ZIP: Sanford, FL 32771/TCS - Tampa, FL 33619 TELEPHONE: 877-577-7572 x2/ TCS - 813-630-2800 TOLL FREE NO.: 877-577-7572 x 2/TCS - 800-886-2735 E-MAIL ADDRESS: Keviny@blue-band.net/TCS - sgillis@tcstraffic.com WEB ADDRESS: www.blue-band.net/TCS - www.tcstraffic.com ORDERING INSTRUCTIONS MFMP #: CR11364 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 13-3190000 VENDOR: CITEL AMERICA INCORPORATED ADDRESS: 10108 USA Today Way CITY, STATE, ZIP: Miramar, FL 33025 TELEPHONE: 954-430-6310 TOLL FREE NO.: 800-248-3548 E-MAIL: info@citel.us DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Jessaca Townsend, RSM ADDRESS: 10108 USA Today Way CITY, STATE, ZIP: Miramar, FL 33025 TELEPHONE: 954-430-6310 TOLL FREE NO.: 800-248-3548 E-MAIL ADDRESS: jtownsend@citel.us WEB ADDRESS: www.citel.us ORDERING INSTRUCTIONS MFMP #: CR11365 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-2038877 VENDOR: Control Technologies, Inc. ADDRESS: 2776 S. Financial Court CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407-330-2800 TOLL FREE NO.: 800-865-2745 E-MAIL: info@cttraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30-90 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Michael R. Day, President ADDRESS: 2776 S. Financial Court CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407-330-2800 TOLL FREE NO.: 800-865-2745 E-MAIL ADDRESS: mike@cttraffic.com WEB ADDRESS: www.cttraffic.com ORDERING INSTRUCTIONS MFMP #: CR11369 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 95-3196532 ECONOLITE 1250 N. TUSTIN AVE ANAHEIM CA. 92807 PHONE: 714-630-3700 TOLL FREE NO.: WWW.ECONOLITE.COM DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: THERESA MULLANEY/ESTIMATOR 883 AIRPORT PARK DRIVE, GUITE G & H GLEN BURNIE MD 21061 443-722-4553 tmullaney@econolite.com www.econolite.com ORDERING INSTRUCTIONS MFMP #: CR11370 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 20-5497315 VENDOR: Express Supply Inc. ADDRESS: 632 Gatlin Av CITY, STATE, ZIP: Orlando, Fl. 32806 TELEPHONE: 407-497-8614 TOLL FREE NO.: N/A E-MAIL: orders@expresssupply.net DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Mark Schulting President ADDRESS: 21 Drennen Rd. CITY, STATE, ZIP: Orlando, Fl. 32806 TELEPHONE: 407-497.8614 TOLL FREE NO.: N/A E-MAIL ADDRESS: orders@expresssupply.net WEB ADDRESS: www.expresssupply.net ORDERING INSTRUCTIONS MFMP #: CR11371 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 45-4470922 VENDOR: GovComm, Inc. ADDRESS: 3830 SW 30 Avenue CITY, STATE, ZIP: Ft Lauderdale, Florida 33312 TELEPHONE: 305-937-2000 x 7101 TOLL FREE NO.: None E-MAIL: Sales@GovComm.us DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Craig A. Waltzer, President ADDRESS: 3830 SW 30 Avenue CITY, STATE, ZIP: Ft Lauderdale, Florida 33312 TELEPHONE: 305-937-2000 x 7101 TOLL FREE NO.: None E-MAIL ADDRESS: Sales@GovComm.us WEB ADDRESS: www.GovComm.us ORDERING INSTRUCTIONS MFMP #: CR11372 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 23-2851564 Vendor: Horizon Signal Technologies ADDRESS: 5 Corporate Blvd. CITY, STATE, ZIP: Reading, PA 19608 TELEPHONE: 404-782-7765 TOLL FREE NO.: E-MAIL: mstubblefield@horizonsignal.com DELIVERY: DELIVERY WILL BE MADE WITHIN 14-28 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Matt Stubblefield ADDRESS: 301 S McKinley St. CITY, STATE, ZIP: Orlando FL 32811 TELEPHONE: 404-782-7765 TOLL FREE NO.: E-MAIL ADDRESS: mstubblefield@horizonsignal.com WEB ADDRESS: www.horizonsignal.com ORDERING INSTRUCTIONS MFMP #: CR11374 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 810489057 VENDOR: Intelicom d/b/a LiteSys Inc. ADDRESS: P. O. Box, 150 Pollywog Lane CITY, STATE, ZIP: Belgrade MT 59714 TELEPHONE: (406) 388-9317 TOLL FREE NO.: 1-800-533-7441 E-MAIL: sales@litesys.com DELIVERY: DELIVERY WILL BE MADE WITHIN 45 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Kendall Kanning, Corporate Sales Representative ADDRESS: P.O. Box 239, 150 Pollywog Lane CITY, STATE, ZIP: Belgrade, MT 59714 TELEPHONE: (406) 388-9317 TOLL FREE NO.: 1-800-533-7441 E-MAIL ADDRESS: kendall@litesys.com WEB ADDRESS: www.litesys.com ORDERING INSTRUCTIONS MFMP #: CR11373 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-3003934 VENDOR: Intelligent Transportation Services, Inc. (ITS) ADDRESS: 3205 South Access Road CITY, STATE, ZIP: Englewood, FL 34224 TELEPHONE: 407-492-6664 TOLL FREE NO.: E-MAIL: tmalone@itstraffic.us DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Tim Malone, President ADDRESS: 3205 South Access Road CITY, STATE, ZIP: Englewood, FL 34224 TELEPHONE: 407-492-6664 TOLL FREE NO.: E-MAIL ADDRESS: tmalone@itstraffic.us WEB ADDRESS: www.itstraffic.us ORDERING INSTRUCTIONS MFMP #: CR11375 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): F203858711 VENDOR: ITS Plus, Inc. ADDRESS: 6220 Trailwood Dr, Suite 200 CITY, STATE, ZIP: Plano, TX 75024 TELEPHONE: 817-404-9287 TOLL FREE NO.: 833-487-7587 E-MAIL: Staci.ingram@ITSPlus3.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Staci Ingram President ADDRESS: 6220 Trailwood Dr. Suite 200 CITY, STATE, ZIP: Plano, TX 75024 TELEPHONE: 817-404-9287 TOLL FREE NO.: 833-487-7587 E-MAIL ADDRESS: Staci.ingram@ITSPlus3.com WEB ADDRESS: www.ITSPlus3.com ORDERING INSTRUCTIONS MFMP #: CR11378 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 34-1857196 VENDOR: John Thomas, Inc. ADDRESS: 1560 Lovett Drive CITY, STATE, ZIP: Dixon, IL 61021 TELEPHONE: 815-288-2343 TOLL FREE NO.: 888-447-7263 E-MAIL: abrousil@jtitraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: M. Adam Sarver, Southeast Regional Manager ADDRESS: 1560 Lovett Drive CITY, STATE, ZIP: Dixon, IL 61021 TELEPHONE: 815-288-2343 TOLL FREE NO.: 888-447-7263 E-MAIL ADDRESS: masarver@jtitraffic.com WEB ADDRESS: www.jtitraffic.com ORDERING INSTRUCTIONS MFMP #: CR11379 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 47-4868542 VENDOR: Jupiter Systems Reseller: APG Technology Attention: Zac Davis ADDRESS: 4825 140th Avenue North CITY, STATE, ZIP: Clearwater, Florida, 33762 TELEPHONE: 727.530.0077 E-MAIL: zac.davis@apg.company DELIVERY: DELIVERY WILL BE MADE WITHIN 45 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Kristen Pawlak (Regional Sales Manager) ADDRESS: 31015 Huntwood Avenue CITY, STATE, ZIP: Haywood, CA 94544-7007 TELEPHONE: 440.984.1808 TOLL FREE NO.: E-MAIL ADDRESS: kpawlak@jupiter.com WEB ADDRESS: www.jupiter.com ORDERING INSTRUCTIONS MFMP #: CR11380 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 72-1370925 VENDOR: K&K Systems, Inc. ADDRESS: 687 Palmetto Road CITY, STATE, ZIP: Tupelo, MS 38801 TELEPHONE: 662-566-2025 / Cell: 662-372-0164 TOLL FREE NO.: 888-414-3003 E-MAIL: wkasal@k-ksystems.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30-45 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Wayne Kasal, Account Manager ADDRESS: 687 Palmetto Road CITY, STATE, ZIP: Tupelo, MS 38801 TELEPHONE: 662-566-2025 / Cell: 662-372-0164 TOLL FREE NO.: 888-414-3003 E-MAIL ADDRESS: wkasal@k-ksystems.com WEB ADDRESS: www.k-ksystems.com ORDERING INSTRUCTIONS MFMP #: CR11381 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 47-1842676 VENDOR: Lux Solar, Inc. ADDRESS: 10891 La Reina Road, Suite 100 CITY, STATE, ZIP: Delray Beach, FL 33446 TELEPHONE: (561) 498-2960 TOLL FREE NO.: E-MAIL: maj@lux-solar.com DELIVERY: DELIVERY WILL BE MADE WITHIN 15 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Wael "Maj" Majdalawi, PE, PTOE ADDRESS: 10891 La Reina Road, Suite 100 CITY, STATE, ZIP: Delray Beach, FL 33446 TELEPHONE: (954) 608-4608 TOLL FREE NO.: E-MAIL ADDRESS: maj@lux-solar.com WEB ADDRESS: www.iiRPM.com ORDERING INSTRUCTIONS MFMP #: CR11382 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 63-0927870 VENDOR: MG SQUARED, INC. ADDRESS: 3301 Oakhill Drive CITY, STATE, ZIP: Birmingham, AL 35216 TELEPHONE: 205-823-6688 TOLL FREE NO.: NA E-MAIL: Martin@mgsquared.com DELIVERY: DELIVERY WILL BE MADE WITHIN 56 to 98 DAYS AFTER RECEIPT OF PURCHASE ORDER DEPENDING UPON LINE ITEM PURCHASED PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Martin A. Maners, III (Vice President & General Counsel) ADDRESS: 3301 Oakhill Drive CITY, STATE, ZIP: Birmingham, AL 35216 TELEPHONE: 205-823-6688 Ext. 25 TOLL FREE NO.: NA E-MAIL ADDRESS: Martin@mgsquared.com WEB ADDRESS: www.LoweringSystemS.com ORDERING INSTRUCTIONS MFMP #: CR11384 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 20-0348594 VENDOR: Peek Traffic ADDRESS: CITY, STATE, ZIP: TELEPHONE: TOLL FREE NO.: 800-245-7660 E-MAIL: sales@peektraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Al Quires, Sales Tech. ADDRESS: CITY, STATE, ZIP: TELEPHONE: TOLL FREE NO.: 1-800-245-7660 E-MAIL ADDRESS: sales@peektraffic.com WEB ADDRESS: ORDERING INSTRUCTIONS MFMP #: CR11385 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-3337206 VENDOR: RAINBOW DISTRIBUTORS USA, INC ADDRESS: PO BOX 952946 CITY, STATE, ZIP: LAKE MARY, FL 32795 TELEPHONE: 407-330-6363 TOLL FREE NO.: NA E-MAIL: KYLE@RAINBOWDISTRIBUTORSUSA.COM DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: KYLE KILGER, VICE PRESIDENT ADDRESS: PO BOX 952946 CITY, STATE, ZIP: LAKE MARY, FL 32795 TELEPHONE: 407-330-6363 TOLL FREE NO.: NA E-MAIL: KYLE@RAINBOWDISTRIBUTORSUSA.COM WEB ADDRESS: WWW.RAINBOWDISTRIBUTORSUSA.COM ORDERING INSTRUCTIONS MFMP #: CR11386 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 800280265 VENDOR: Rhythm Engineering, Llc. ADDRESS: 11228 Thompson Ave CITY, STATE, ZIP: Lenexa, KS 66219 TELEPHONE: 813 734 2085 TOLL FREE NO.: N/A FAX: 913 227 0674 E-MAIL: jim.clark@rhythmtraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Jim Clark, VP - Engineering and Client Services ADDRESS: 11228 Thompson Ave CITY, STATE, ZIP: Lenexa, KS 66219 TELEPHONE: 813 734 2085 TOLL FREE NO.: N/A FAX: 913 227 0674 E-MAIL ADDRESS: jim.clark@rhythmtraffic.com WEB ADDRESS: http://www.rhythmtraffic.com ORDERING INSTRUCTIONS MFMP #: CR11387 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-3122879 VENDOR: Safety Zone Specialists, Inc. ADDRESS: PO Box 90764 CITY, STATE, ZIP: Lakeland, FL 33804-0764 TELEPHONE: 863-984-1385 TOLL FREE NO.: E-MAIL: david@safetyzonespecialists.com DELIVERY: DELIVERY WILL BE MADE WITHIN 7-21 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: David Vespa, President ADDRESS: PO Box 90764 CITY, STATE, ZIP: Lakeland, FL 33804-0764 TELEPHONE: 863-984-1385 TOLL FREE NO.: E-MAIL ADDRESS: david@safetyzonespecialists.com WEB ADDRESS: ORDERING INSTRUCTIONS MFMP #: CR11368 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-3223520 VENDOR: Earnest Products, Inc. dba Southern Manufacturing ADDRESS: 2000 E Lake Mary Blvd CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407-894-8851 TOLL FREE NO.: 800-866-5699 E-MAIL: orders@southernmfg.com DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Alex Otero-Sales Engineer ADDRESS: 2000 E Lake Mary Blvd CITY, STATE, ZIP: Sanford, FL 32773 TELEPHONE: 407-915-5982 TOLL FREE NO.: 800-866-5699 E-MAIL ADDRESS: aotero@southernmfg.com WEB ADDRESS: www.southernmfg.com ORDERING INSTRUCTIONS MFMP #: CR11393 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-1673144 VENDOR: Transportation Control Systems, Inc. ADDRESS: 1030 S. 86th Street CITY, STATE, ZIP: Tampa, Florida 33619 TELEPHONE: 813-630-2800 TOLL FREE NO.: 800-886-2735 E-MAIL: sgillis@tcstraffic.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Steven Gillis, President ADDRESS: 1030 S. 86th Street CITY, STATE, ZIP: Tampa, Florida 33619 TELEPHONE: 813-630-2800 TOLL FREE NO.: 800-886-2735 E-MAIL ADDRESS: sgillis@tcstraffic.com WEB ADDRESS: www.tcstraffic.com ORDERING INSTRUCTIONS MFMP #: CR11388 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 26-0171522 VENDOR: Telegra Inc. ADDRESS: 1475 N Broadway, Suite 281 CITY, STATE, ZIP: Walnut Creek, CA 94596-4672 TELEPHONE: (844) 468-3534 TOLL FREE NO.: E-MAIL: info@telegra-inc.com DELIVERY: DELIVERY WILL BE MADE WITHIN 120-150 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Armin Shamskhou ADDRESS: 1475 North Broadway, Suite 281 CITY, STATE, ZIP: Walnut Creek, CA, 94596-4672 TELEPHONE: 415-794-2008 TOLL FREE NO.: 844-468-3534 E-MAIL ADDRESS: Armin@telegra-inc.com WEB ADDRESS: https://www.telegra-inc.com/ ORDERING INSTRUCTIONS MFMP #: CR11389 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 630573758 VENDOR: Temple, Inc ADDRESS: 305 Bank St. CITY, STATE, ZIP: Decatur, AL 35601 TELEPHONE: 256-353-3820 TOLL FREE NO.: 800-633-3221 E-MAIL: orders@temple-inc.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30-42 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Keith Frasier ADDRESS: 305 Bank St CITY, STATE, ZIP: Decatur, AL 35601 TELEPHONE: 256-353-3820 TOLL FREE NO.: 800-633-3221 E-MAIL ADDRESS: keith.frasier@temple-inc.com WEB ADDRESS: www.temple-inc.com ORDERING INSTRUCTIONS MFMP #: CR11390 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 82-1328542 VENDOR: Think IT Ai (GOVBROS, LLC) ADDRESS: 121 Madison St S. CITY, STATE, ZIP: Saint Petersburg, Florida, 33711 TELEPHONE: (813) 421-1606 (786) 277-7258 TOLL FREE NO.: E-MAIL: charles@thinkitai.com joyce@thinkitai.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Charles Elliott / COO Joyce Toledo / Account Manage ADDRESS: 121 Madison St S. CITY, STATE, ZIP: Saint Petersburg, Florida, 33711 TELEPHONE: (813) 421-1606 (786) 277-7258 TOLL FREE NO.: E-MAIL ADDRESS: charles@thinkitai.com joyce@thinkitai.com WEB ADDRESS: https://thinkitai.com/ ORDERING INSTRUCTIONS MFMP #: CR11391 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 82-0358635 VENDOR: Arizona Transformer d/b/a TraffiCalm Systems ADDRESS: 5676 East Seltice Way CITY, STATE, ZIP: Post Falls, Idaho 83854 TELEPHONE: 208-691-0102 TOLL FREE NO.: 855-738-2722 E-MAIL: khentemann@trafficalm.com DELIVERY: DELIVERY WILL BE MADE WITHIN 14 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Karen Hentemann, Southern US Sales Manager ADDRESS: 5676 East Seltice Way CITY, STATE, ZIP: Post Falls, Idaho 83854 TELEPHONE: 208-691-0102 TOLL FREE NO.: 855-738-2722 E-MAIL ADDRESS: khentemann@trafficalm.com WEB ADDRESS: www.trafficalm.com ORDERING INSTRUCTIONS MFMP #: CR11392 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 20-5191348 VENDOR: TrafficCast International Inc. ADDRESS: 1800 Deming Way, Suite 100 CITY, STATE, ZIP: Middleton, WI 53562 TELEPHONE: 678-575-0958 TOLL FREE NO.: E-MAIL: pmistiacwi@trafficcast.com DELIVERY: DELIVERY WILL BE MADE WITHIN 45 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Paul Misticawi, VP Sales ADDRESS: 1800 Deming Way, Suite 100 CITY, STATE, ZIP: Middleton, WI 53562 TELEPHONE: 678-575-0958 TOLL FREE NO.: E-MAIL ADDRESS: pmisticawi@trafficcast.com WEB ADDRESS: trafficcast.com ORDERING INSTRUCTIONS MFMP #: CR11394 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 59-1053866 VENDOR: Universal Signs & Accessories ADDRESS: 3001 Orange Ave CITY, STATE, ZIP: Fort Pierce, Fl 34947 TELEPHONE: 772-461-0665 TOLL FREE NO.: 800-432-0331 E-MAIL: office@universalsignsfl.com DELIVERY: DELIVERY WILL BE MADE WITHIN 30 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Sean Stone IWS Account Manager ADDRESS: 3001 Orange Ave CITY, STATE, ZIP: Fort Pierce, Fl 34947 TELEPHONE: 772-461-0665 TOLL FREE NO.: 800-432-0331 E-MAIL ADDRESS: sstone@universalsignsfl.com WEB ADDRESS: www.universalsignsfl.com ORDERING INSTRUCTIONS MFMP #: CR11395 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 98-0223271 (98-1359787) VENDOR: Ver-Mac Inc. ADDRESS: 4950 N. Sam Houston Parkway Easy CITY, STATE, ZIP: Houston, TX 77032 TELEPHONE: 418-654-1303 TOLL FREE NO.: 888-488-7446 E-MAIL: kim.jack@ver-mac.com DELIVERY: DELIVERY WILL BE MADE WITHIN 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Kimberly Jack Inside Sales Coordinator ADDRESS: same as above CITY, STATE, ZIP: TELEPHONE: TOLL FREE NO.: E-MAIL ADDRESS: WEB ADDRESS: www.ver-mac.com ORDERING INSTRUCTIONS MFMP #: CR11396 Bid Number: DOT-ITB-20-9034-GH Title: FDOT APL Traffic Equipment NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER ID NUMBER (FEID): 82-0525153 VENDOR: Wavetronix ADDRESS: 78 E 1700 S CITY, STATE, ZIP: Provo, UT 84606 TELEPHONE: 407-366-5144 TOLL FREE NO.: 407-366-5144 E-MAIL: FLSales@wavetronix.com DELIVERY: DELIVERY WILL BE MADE WITHIN DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT QUESTIONS TO: NAME & TITLE: Michael Waldron / Sales Coordinator ADDRESS: 3000 Dovera Drive, Suite 100 CITY, STATE, ZIP: Oviedo, FL 32765 TELEPHONE: 407-988-6129 TOLL FREE NO.: 407-988-6129 E-MAIL ADDRESS: FLSales@wavetronix.com WEB ADDRESS: www.wavetronix.com ITBTERMSHELL.COMM – 07/2018 BID SHEET Instructions and Signature Page BID #: DOT-ITB-20-9034-GH FOB: Destination BID TITLE: FDOT APL Traffic Equipment • AN EXCEL WORKBOOK IS ATTACHED SEPARATELY TO THIS SOLICITATION IN THE VENDOR BID SYSTEM. BID AS SPECIFIED. • PLEASE NOTE THAT THE WORKBOOK CONTAINS THREE (3) TABS: 1) “APL BID LIST_2019” 2) “APL Configurations” 3) Ordering Instructions • ALL APL CONFIGURATION ITEMS (this Tab is OPTIONAL) SUBMITTED MUST BE APPROVED BY THE DEPARTMENT TO BE CONSIDERD FOR AWARD. EACH APL CONFIGURATION MUST BE DIRECTLY TRACEABLE TO AN APL CERTIFICATION # LISTED ON THE “APL BID LIST_2019” Tab. Example entries for APL Configurations: Existing APL # xxx-xxx-xxx - a, b, c, d….etc. APL Configurations shall be limited to twenty (20) per APL. • DOWNLOAD THE WORKBOOK AND ELECTRONICALLY ENTER BID AMOUNT(s). BIDDING ON ALL ITEMS IS NOT REQUIRED BLANK PRICE CELLS WILL BE CONSIDERED AS “NO BIDS” • SAVE THE COMPLETED WORKBOOK (in Excel Format to allow for “copy and “paste”) TO A USB FLASH DRIVE AND SUBMIT WITH YOUR BID PACKAGE. • INCLUDE A HARD COPY OF THE BID SHEETS (FOR ONLY ITEMS BID) AND A SIGNED COPY OF THIS SIGNATURE PAGE WITH YOUR BID RESPONSE PACKAGE. RENEWAL: see Introduction Section #7. THE UNIT PRICE(s) WILL APPLY TO THE INITIAL TERM AND ANY RENEWAL PERIODS. NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. Bidder: FEIN: . Address: City, State, Zip: . Phone: E-mail: Authorized Signature: Date: Printed/Typed: Title: . I N T R O D U C T I O N S E C T I O N 1) INVITATION The purpose of this Invitation to Bid is to obtain competitive bids to establish agency wide pricing for FDOT Approved Product List (APL) Traffic Equipment. The contract will become effective on the date the successful bidder(s) is approved for award and will expire 36 months from that date. After the award, said bidder(s) will be referred to as the "Vendor(s)". All commodities identified in this Invitation to Bid will be subject to the availability of identical commodities as provided by mandatory Department of Management Services' State Contract(s) at such time these commodities become available. In the event of duplication(s) of commodities, the Department of Management Services' mandatory State Contract shall prevail. 2) TIMELINE Provided below is a list of critical dates and actions. These dates are subject to change. Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. ACTION / LOCATION DATE LOCAL TIME DEADLINE FOR TECHNICAL QUESTIONS - 9-19-2019 5:00 PM (There is no deadline for administrative questions) BIDS DUE (On or Before) - 10-17-2019 3:00 PM FDOT Procurement Office 605 Suwannee Street, MS 20 Tallahassee, FL 32399-0450 ATTN: Greg Hill (850) 414-4482 PUBLIC OPENING - 10-17-2019 3:00 PM FDOT Procurement Office 605 Suwannee Street, MS 20 Tallahassee, FL 32399-0450 POSTING OF INTENDED DECISION/AWARD - 10-29-2019 5:00 PM 3) BID OPENING AGENDA The sealed bids will be opened by the Department's Procurement Office personnel at the date, time and location in the Timeline. All bid openings are open to the public and will be conducted according to the following agenda: Opening remarks – Approximate time of 2 minutes by Department Procurement Office personnel. Public input period – To allow a maximum of 15 minutes total for public input related to the bid solicitation. Bids opened – At conclusion of public input or 15 minutes, whichever occurs first, bids received timely will be opened with bidder’s name to be read aloud and recorded. Adjourn - After all bids received timely have been opened, the meeting will be adjourned. 4) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at a pre-bid conference, public meeting, and/or opening shall contact the contact person at the phone number, e-mail address or fax number provided on the title page at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD). 5) CONTRACT USE Use of the contract resulting from this bid will be optional for the Department. The Department reserves the right to solicit separate bids for any unusual or abnormal quantity requirements that may arise during the term of the contract. 6) RENEWAL Upon mutual agreement, the Department and the Contract Vendor may renew the contract for a period that may not exceed 3 years or the term of the original contract, whichever is longer. The renewal must be in writing and signed by both parties, and is subject to the same terms and conditions set forth in the initial contract and any written amendments signed by the parties. Any renewal shall specify the renewal price, as set forth in the solicitation response except that an agency may negotiate lower pricing. Renewal is contingent upon satisfactory performance evaluations and subject to the availability of funds. S P E C I A L C O N D I T I O N S 1) MyFloridaMarketPlace BIDDERS MUST BE ACTIVELY REGISTERED IN THE STATE OF FLORIDA’S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE BID OPENING OR THEY MAY BE CONSIDERED NON-RESPONSIVE (see Special Condition 21). All prospective bidders that are not registered should go to https://vendor.myfloridamarketplace.com/ to complete on-line registration, or call 1- 866-352-3776 for assisted registration. All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the referenced Form PUR 1000 General Contract Condition #14. The Transaction Fees imposed shall be based upon the date of issuance of the payment. 2) Florida Department of Financial Services (DFS) W-9 REQUIREMENT The Florida Department of Financial Services (DFS) requires all vendors that do business with the state to submit an electronic Substitute Form W-9. Vendors must submit their W-9 forms electronically at https://flvendor.myfloridacfo.com to receive payments from the state. Contact the DFS Customer Service Desk at (850) 413-5519 or FLW9@myfloridacfo.com with any questions. 3) QUESTIONS & ANSWERS In accordance with section 287.057(23), Florida Statutes, respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Any technical questions arising from this Invitation to Bid must be forwarded, in writing, to the procurement agent identified below. Questions must be received no later than the time and date reflected on the Timeline. The Department’s written response to written inquiries submitted timely by bidders will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”), under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting their bid. WRITTEN TECHNICAL QUESTIONS should be submitted to: greg.hill@dot.state.fl.us Questions regarding administrative aspects of the bid process should be directed to the Procurement Agent in writing at the email address above. 4) ORAL INSTRUCTIONS / CHANGES TO THE INVITATION TO BID (ADDENDA) No negotiations, decisions, or actions will be initiated or executed by a bidder as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. Notices of changes (Addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, click on “Search Advertisements”) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. All Addenda will be acknowledged by signature and subsequent submission of Addenda with bid when so stated in the Addenda. 5) DIVERSITY ACHIEVEMENT The Department, in accordance with Title VI of the Civil Rights Act of 1964, 42 USC 2000d- 2000d-4, Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that the Department will affirmatively ensure that in any contract/agreement entered into pursuant to this advertisement, minority and disadvantaged business enterprises will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated on the basis of race, color, national origin, or sex in consideration for an award. The Department encourages the recruitment and utilization of small, minority, women, and service-disabled veteran businesses. The Department, its vendors, suppliers, and consultants should take all necessary and reasonable steps to ensure that small, minority, women, and service-disabled veteran businesses have the opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. 6) PRICES/DELIVERY Prices shall be firm, net, delivered prices, F.O.B. destination. Delivery should be made within thirty (30) calendar days or less upon receipt of an order by the contract vendor at their designated ordering location. If more time is needed, the vendor shall notify the Customer of any potential delivery delays. 7) IN-STATE PREFERENCE FOR COMMODITY BIDS [ x ] Not applicable because federal funds may be used for this bid. 8) INTENDED AWARD As the best interest of the State may require, the right is reserved to make award(s) by individual item, group of items, all or none, or a combination thereof: on a geographical district basis and / or on a statewide basis with one or more suppliers to reject any and all bids or waive any minor irregularity or technicality in bids received. When it is determined there is competition to the lowest responsible bidder, evaluation of other bids is not required. Bidders are cautioned to make no assumptions, unless their bid has been evaluated as being responsive. All awards made as a result of this bid shall conform to applicable Florida Statute. If the Department is confronted with identical pricing or scoring from multiple vendors, the Department shall determine the order of award using the following criteria, in the order of preference listed below (from highest priority to lowest priority): 1. Section 295.187(4), Florida Statutes; Veteran Business Enterprise 2. Section 287.087, Florida Statute; Drug Free Work Place 3. Section 287.057(11); Minority Business Enterprise In the event that the application of the above referenced preferences does not resolve the identical replies, the Department shall determine the award by means of random drawing. 9) PRE-BID CONFERENCE: A PRE-BID CONFERENCE WILL NOT BE HELD. 10) ALTERNATES ALTERNATE BRANDS WILL NOT BE CONSIDERED FOR THIS BID. BID AS SPECIFIED. 11) WARRANTY/SUBSTITUTIONS A warranty is required on all items purchased against defective materials, workmanship, and failure to perform in accordance with required industry performance criteria, for a period of not less than ninety (90) days from the date of acceptance by the purchaser. Any deviation from this criteria must be documented in the bid response or the above statement shall prevail. Delivery of substitute commodities requires prior written approval from the ordering location. 12) REPLACEMENT/RESTOCKING Replacement of all materials found defective within the warranty period shall be made without cost to the purchaser, including transportation if applicable. All fees associated with restocking cancelled orders shall be the responsibility of the vendor. 13) PRODUCT REQUIREMENTS/SPECIFICATIONS/CONFIGURATIONS Items furnished shall be standard products of the manufacturer or their suppliers, shall be new, unused, clean, and free from any defects or features affecting appearance, serviceability, or the safety of the user in normal intended use. Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful bidder will be held responsible therefore. Deviations (i.e., APL Configurations) must be described in detail on the “APL Configurations” bid tab. 14) ACCEPTANCE All items listed in the specifications, delivered to the Department not meeting specifications or found to be poorly manufactured will not be accepted, but returned to the vendor, at their expense, for replacement. Replacement of all items found defective shall be made without cost to the Department, including transportation, if applicable. As it may be impossible for each facility to inspect all items upon arrival, a reasonable opportunity must be given to these facilities for inspection of the items and returning those that are defective. 15) REVIEW OF BIDDER'S FACILITIES & QUALIFICATIONS After the bid due date and prior to contract execution, the Department reserves the right to perform or to have performed, an on-site review of the bidder's facilities and qualifications. This review will serve to verify data and representations submitted by the bidder and may be used to determine whether the bidder has adequate facilities, equipment, qualified and experienced staff, and overall management capabilities to provide the required items. The review may also serve to verify whether the bidder has financial capabilities adequate to meet the contract requirements. Should the Department determine that the bid package has material misrepresentations or that the size or nature of the bidder's facilities, equipment, management capabilities, or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the bid. 16) PROTEST OF INVITATION TO BID SPECIFICATIONS Any person who is adversely affected by the contents of this Invitation to Bid must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450: 1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, (the notice of protest may be Faxed to 850-414-5264), and 2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 17) UNAUTHORIZED ALIENS The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. 18) SCRUTINIZED COMPANIES LISTS ALL Responses, regardless of dollar value, must include a completed Vendor Certification Regarding Scrutinized Companies Lists to certify the respondent is not on either of those lists. The Form should be submitted with the bid. A Vendor is ineligible to enter into a contract with the Department for goods or services of any amount if, at the time of entering into such contract, the Vendor is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, also prohibits companies from entering into a contract for goods or services of $1 million or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes. If the Department determines the Vendor submitted a false certification under Section 287.135 of the Florida Statutes, the Department shall either terminate the Contract after it has given the Vendor notice and an opportunity to demonstrate the Department’s determination of false certification was in error pursuant to Section 287.135 of the Florida Statutes, or maintain the Contract if the conditions of Section 287.135 of the Florida Statutes are met. 19) RESERVATIONS The Department reserves the right to accept or reject any or all bids received and reserves the right to make an award without further discussion of the bids submitted. Therefore, the bidder should make sure that the bid package submitted is complete and accurate and submitted to ensure delivery on or before the bid opening time and date specified in this solicitation. It is understood that the bid will become a part of the Department's official file, without obligation to the Department. 20) ADDITIONAL TERMS & CONDITIONS No conditions may be applied to any aspect of the ITB by the bidder. Any conditions placed on any aspect of the bid documents by the bidder may result in the bid being rejected as a conditional bid (see “RESPONSIVENESS OF BIDS”). DO NOT WRITE IN CHANGES ON ANY ITB SHEET. The only recognized changes to the ITB prior to bid opening will be a written Addenda issued by the Department. 21) RESPONSIVENESS OF BIDS Bids will not be considered if not received by the Department on or before the date and time specified as the due date for submission. All bids must be typed or printed in ink. A responsive bid is an offer to provide the items specified in this Invitation to Bid in accordance with all requirements of this Invitation to Bid. Bids found to be non-responsive will not be considered. Bids may be rejected if found to be irregular or not in conformance with the specifications and instructions herein contained. A bid may be found to be irregular or non-responsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms, modifying the bid specifications, submitting conditional bids or incomplete bids, submitting indefinite or ambiguous bids, or executing forms or the bid sheet with improper and/or undated signatures. Other conditions which may cause rejection of bids include, evidence of collusion among bidders, obvious lack of experience or expertise to provide the required items, and failure to perform or meet financial obligations on previous contracts. ALL determinations of responsiveness will be the responsibility of the FDOT Procurement Office. 22) REQUIRED DOCUMENTS The bidder must use the Bid Sheet (attached to this advertisement in VBS) to submit its bid. Submit the following required items: 1. The Excel WORKBOOK saved to a USB flash drive – must allow copy and paste 2. a printout of the pages containing your bid items (do not submit no bid pages) 3. a printout of the completed Bid Sheet Signature page The Bid Sheet must be signed and dated in ink by a representative who is authorized to contractually bind the bidder. All bid sheets and other documentation submitted in response to this solicitation must be executed and submitted in a sealed envelope. Indicate the bid number, with the time and date of the bid opening, on the envelope used to submit the bid. 23) "DRUG-FREE WORK PLACE" PREFERENCE Whenever two or more bids which are equal with respect to price, quality, and service are received, the Department shall determine the order of award first in accordance with section 295.187(4), Florida Statutes, giving preference to “Veteran Business Enterprise” then to bid responses from vendors that certify the business has implemented a drug-free workplace program in accordance with Section 287.087, Florida Statutes. The “Drug-Free Workplace Program Certification” must be completed and submitted with the bid response to be eligible for this preference. 24) COPYRIGHTED MATERIAL Copyrighted material will be accepted as part of a bid only if accompanied by a waiver that will allow the Department to make paper and electronic copies necessary for the use of Department staff and agents. It is noted that copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Therefore, such material will be subject to viewing by the public, but copies of the material will not be provided to the public. 25) ATTACHMENT TO ITB SUBMITTAL - CONFIDENTIAL MATERIAL The Bidder must include any materials it asserts to be exempted from public disclosure under Chapter 119, Florida Statutes, in a separate bound document labeled "Attachment to DOT-ITB-20-9034-GH - Confidential Material". The Bidder must identify the specific Statute that authorizes exemption from the Public Records Law. Any claim of confidentiality on materials the Bidder asserts to be exempt from public disclosure and placed elsewhere in the bid will be considered waived by the Bidder upon submission, effective after opening. 26) MAIL OR DELIVER BIDS TO: (DO NOT FAX OR SEND BY E-MAIL) FDOT Procurement Office 605 Suwannee Street, MS 20 Tallahassee, FL 32399-0450 Attn: Greg Hill It is the bidder's responsibility to assure that the bid is delivered to the proper place on or before the Bid Due date and time (See Introduction Section 2, Timeline). Bids which for any reason are not so delivered will not be considered. 27) MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL Bidders may modify submitted bids at any time prior to the bid due date. Requests for modification of a submitted bid shall be in writing and must be signed by an authorized signatory of the bidder. Upon receipt and acceptance of such a request, the entire bid will be returned to the bidder and not considered unless resubmitted by the due date and time. Bidders may also send a change in a sealed envelope to be opened at the same time as the bid. The ITB number, opening date and time should appear on the envelope of the modified bid. 28) POSTING OF INTENDED DECISION/AWARD 28.1 - General: The Department’s decision will be posted on the Florida Vendor Bid System at www.myflorida.com, (click on “BUSINESS”, click on “Doing Business with the State”, under “Everything for Vendors and Customers”, click on “Vendor Bid System (VBS)”, on date and time in the Timeline, and will remain posted for a period of seventy-two (72) hours. Any bidder who is adversely affected by the Department's recommended award or intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450: 1. A written notice of protest within seventy-two (72) hours after posting of the Intended Award, (the notice of protest may be Faxed to 850-414-5264), and 2. A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. At the time of filing the formal written protest, a bond (a cashier’s check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount based on the contract price submitted by the protestor. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 28.2 - Inability to Post: If the Department is unable to post as defined above, the Department will notify all bidders by electronic notification on the Florida Vendor Bid System (see special condition 28.1, above) or by mail, fax, and/or telephone. The Department will provide notification of any future posting in a timely manner. 28.3 - Request to Withdraw Bid: Requests for withdrawal will be considered if received by the Department, in writing, within seventy- two (72) hours after the bid opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the bidder. Bidders that do not withdraw as stated above will forfeit their bid bond, if applicable. 29) RECYCLED MATERIAL The Department encourages the use of products and materials with recycled content and post-consumer recovered materials. If the item(s) specified in the Technical Specification is available with recycled content, we request that you provide product information to help in our search for recycled products. However, this bid request is for the product as specified herein and does not require prices for recycled product. This information should be sent as part of your bid response or may be sent separately. 30) PRICE ADJUSTMENTS Price(s) shall remain firm for the life of the contract. Price increases will not be allowed. 31) DELIVERY LOCATION(S) The point of delivery for this contract will be specified by the customer. Bid prices will include delivery. 32) CANCELLATION All contract obligations shall prevail for at least one hundred and eighty (180) days after the effective date of the contract. For the protection of both parties, this contract may be cancelled in whole or in part after one hundred and eighty (180) days by either party giving thirty (30) days prior written notice to the other contract party. The contract may, also, be cancelled by the Department for nonperformance (default) in accordance with Rule 60A-1.006(3), F.A.C. 33) ORDERING INSTRUCTIONS Manufacturers are encouraged to bid direct naming dealers who will accept orders and complete deliveries. Bidders must include a completed Excel ordering instructions, including FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEIN) and contact information, for invoicing dealers. 34) ORDER QUANTITIES No minimum order quantities will be accepted. The Department will order as needed in the quantities needed. 35) OPEN PURCHASE ORDERS The Department may, at its discretion, establish an open (estimated quantity) purchase order with the contract vendor(s) to facilitate the purchasing of materials. The purchase of materials may be placed by; (1) written purchase order, (2) telephone orders by authorized Department personnel, or (3) an itemized order in writing. The Department will supply the contract vendor(s) with a list of personnel authorized to order. Delivery of items on these open purchase orders shall not exceed the contract effective period. 36) INVOICING Invoices must match units specified on the Customer’s Order. 37) FORMS The Bidder must complete all required items below and submit them as part of the Bid package. Any Bid in which these forms are not used or in which these forms are improperly executed may be considered non- responsive and the bid may be subject to rejection. Excel Workbook (all 3 tabs) (electronic copy uploaded to USB and printed pages of items bid) Drug-Free Workplace Program Certification Scrutinized Vendor Form 38) TERMS AND CONDITIONS 38.1 General Contract Conditions (PUR 1000) The State of Florida’s General Contract Conditions are outlined in form PUR 1000, which is a downloadable document incorporated into this Invitation to Bid (ITB) by reference. Any terms and conditions set forth in this ITB document will take precedence over the PUR 1000 form where applicable. http://www.dms.myflorida.com/content/download/2933/11777/1000.pdf The following paragraphs do not apply to this Invitation to Bid: Paragraph 31, Dispute Resolution - PUR 1000 Paragraph 40, PRIDE – PUR 1000, when federal funds are utilized. 38.2 General Instructions to Respondents (PUR 1001) The State of Florida’s General Instructions to Respondents are outlined in form PUR 1001, which is a downloadable document incorporated into this Invitation to Bid (ITB) by reference. Any terms and conditions set forth in this ITB document take precedence over the PUR 1001 form where applicable. http://www.dms.myflorida.com/content/download/2934/11780/1001.pdf The following paragraphs do not apply to this Invitation to Bid: Paragraph 3, Electronic Submission – PUR 1001 Paragraph 4, Terms and Conditions – PUR 1001 Paragraph 5, Questions – PUR 1001 38.3 MFMP Purchase Order Terms and Conditions All MFMP Purchase Order contracts resulting from this solicitation will include the terms and conditions of this solicitation and the State of Florida’s standardized Purchase Order Terms and Conditions, which can be found at the Department of Management Services website at the following link: http://www.dms.myflorida.com/content/download/117735/646919/Purchase_Order_Terms_Sept_1,_2015_.pdf Section 8(B), PRIDE, is not applicable when using federal funds. 39) ORDER OF PRECEDENCE All responses are subject to the terms and conditions of this solicitation, which, in case of conflict, shall have the following order of precedence listed: Special Conditions APL Specifications APL Bid List_2019 Tab MFMP Purchase Order Terms and Conditions – Section 8(B), PRIDE, is not applicable when using federal funds. General Instructions to Respondents (PUR 1001) General Contract Conditions (PUR 1000) Introduction Section Appendix I 375-040-40 PROCUREMENT 05/15 Page 1 of 3 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TERMS FOR FEDERAL AID CONTRACTS (APPENDIX I): CONTRACT (Purchase Order) # During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “Contractor”) agrees as follows: A. It is understood and agreed that all rights of the Department relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America. B. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of U.S.D.O.T., anything to the contrary in this Agreement not withstanding. C. Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation (hereinafter, “USDOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. D. Nondiscrimination: The Contractor, with regard to the work performed during the contract, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. E. Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the Contractor, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Contractor of the Contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. F. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. G. Sanctions for Noncompliance: In the event of the Contractor’s noncompliance with the nondiscrimination provisions of this contract, the Florida Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the contract until the Contractor complies, and/or b. cancellation, termination or suspension of the contract, in whole or in part. H. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (C) through (I) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. In the event a Contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the Contractor may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. I. Compliance with Nondiscrimination Statutes and Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); 375-040-40 PROCUREMENT 05/15 Page 2 of 3 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 -- 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). J. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising there from. K. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. L. Participation by Disadvantaged Business Enterprises: The Contractor shall agree to abide by the following statement from 49 CFR 26.13(b). This statement shall be included in all subsequent agreements between the Contractor and any sub-Contractor or contractor. The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. M. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement. N. It is understood and agreed that if the Contractor at any time learns that the certification it provided the Department in compliance with 49 CFR, Section 26.51, was erroneous when submitted or has become erroneous by reason of changed circumstances, the Contractor shall provide immediate written notice to the Department. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Contractor in all lower tier covered transactions and in all aforementioned federal regulation. O. The Department hereby certifies that neither the Contractor nor the Contractor's representative has been required by the Department, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract, to 1. employ or retain, or agree to employ or retain, any firm or person, or 2. pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; The Department further acknowledges that this agreement will be furnished to a federal agency, in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. P. The Contractor hereby certifies that it has not: 1. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above contractor) to solicit or secure this contract; 2. agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this contract; or 3. paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above contractor) any fee contribution, donation, or consideration of any kind for, or in 375-040-40 PROCUREMENT 05/15 Page 3 of 3 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION connection with, procuring or carrying out the contract. The Contractor further acknowledges that this agreement will be furnished to the State of Florida Department of Transportation and a federal agency in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. Q. Federal-aid projects for highway construction shall comply with the Buy America provisions of 23 CFR 635.410, as amended. R. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of federally assisted construction contract” in 41 CFR Part 60-1.3 shall comply with the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRUG-FREE WORKPLACE PROGRAM CERTIFICATION 375-040-18 PROCUREMENT 03/17 287.087 Preference to businesses with drug-free workplace programs. --Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug- free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. Does the individual responding to this solicitation certify that their firm has implemented a drug-free workplace program in accordance with the provision of Section 287.087, Florida Statutes, as stated above? YES NO NAME OF BUSINESS: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7529 Agenda Date: 3/5/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve Supplemental Work Order One to Black and Veatch for support services related to American’s Water Infrastructure Act (AWIA) (19-0030-UT) in the amount of $101,025 and authorize the appropriate officials to execute same. (consent) SUMMARY: As a result of an amendment to the Safe Drinking Water Act, the AWIA requires water systems serving more than 3,300 people to conduct a Risk and Resilience Assessment (RRA) and update their Emergency Response Plan (ERP). Congress and the EPA have mandated that utilities consider typical water assets along with mission critical support services such as finance and information technology. The assessment should consider risks to the water system as well the systems resiliency from both natural hazards (hurricanes, storm surge, etc.) and malevolent acts (physical and cyber-attacks). November 6, 2019, City Manager approved the initial work order to review existing information and identify documents, assessments, resources and gaps needed to be addressed in the subsequent RRA in the amount of $98,975. This supplemental work order will complete the Risk and Resilience Assessment of the City’s potable water infrastructure in accordance with the AWIA. This includes an assessment of natural hazards of concern, physical security, cybersecurity of electronic, computer and automated systems, for a new work order value of $200,000. The Risk and Resilience Assessment compliance deadline is March 31, 2020 and the ERP compliance deadline is September 30, 2020. Due to the costs of the project, the City will issue a Request for Qualifications shortly to procure a consultant to complete the ERP. APPROPRIATION CODE AND AMOUNT: 3217321-530100-96721 $101,025 Funding is available in Capital Improvement Project 96721, System Repair and Replacement Maintenance. Page 1 City of Clearwater Printed on 3/3/2020 WORK ORDER INITIATION FORM 1 of 12 Revised: 2/11/2020 Black & Veatch SUPPLEMENTAL I - WORK ORDER INITIATION FORM for the CITY OF CLEARWATER Date: February 11, 2020 Consultant Project Number: 403617 City Project Number: 19-0030-UT 1. PROJECT TITLE: America’s Water Infrastructure Act (AWIA) Support Services – Risk & Resilience Assessment 2. SCOPE OF SERVICES: BACKGROUND In October 2018, the America’s Water Infrastructure Act of 2018 (AWIA) introduced a new requirement for water systems to conduct a Risk and Resilience Assessment (RRA) and prepare an Emergency Response Plan (ERP) that incorporates the findings of the RRA. The AWIA guidelines were not published until a later date and the City of Clearwater’s deadline to submit certification of the RRA is March 31, 2020. I. SCOPE OF SERVICES – RISK AND RESILIENCE ASSESSMENT (RRA) Task 1 – Additional Project Management The following tasks are in addition to the original project management budget. Task 1.1 – Project Management and Administration ENGINEER will perform general administrative duties associated with the Project, including project set-up, resource management, progress monitoring, scheduling, general correspondence, office administration, and invoicing. ENGINEER will maintain an accurate project documentation, filing, and project cost accounting system throughout the project. The ENGINEER will maintain an accurate project schedule throughout the project. Task 1.2 Quality Assurance and Quality Control WORK ORDER INITIATION FORM 2 of 12 Revised: 2/11/2020 ENGINEER will maintain continuous control over the quality of all its work efforts. This will include oversight and review by the lead technical engineer(s), project manager, senior technical staff and managerial staff. ENGINEER will perform management of the Quality Assurance / Quality Control (QA/QC) Program for the project. A QA/QC Plan was developed at the beginning of the project assigning appropriate QA/QC reviewers and approximate schedule for performing the QA/QC reviews. The QA/QC Plan will be modified as needed with this new work added. ENGINEER’s Project Manager will coordinate and manage the QA/QC program in accordance with the QA/QC Plan. The intent of the QA/QC program is that all project deliverables to the CITY receive an appropriate QA/QC review prior to submittal. Time for the QA/QC reviewers to perform the reviews is included in the corresponding scope tasks. ENGINEER will create and maintain a “Comment-Response Log” in Excel format. CITY will provide comments on the draft deliverables, and ENGINEER will respond to each comment using the log. Following submission of each report or technical memorandum and receipt of CITY comments, a Comment Review Meeting will be held. Prior to the meeting, ENGINEER will present the log of comments and list of questions to be discussed and clarified at the Comment Review Meetings. Rows will not be deleted from the log (even if responded to/ resolved) and the entire log workbook will be delivered to the CITY at the conclusion of the project. It is assumed that the ENGINEER’s Project Manager and Engineering Manager will attend the Comment Review Meetings in person. Anticipated Comment Review Meetings with the CITY include: - Risk and Resilience Assessment Technical Memorandum Throughout the project, the ENGINEER will maintain an organized document management filing system including all reference documents used throughout the project (e.g. assumptions, data points, reports referenced). At the end of the project, the ENGINEER will compile the reference documents into a Project Catalog and deliver it to the CITY. Task 1 Deliverables: • Monthly activity reports with sufficient detail to support invoicing and invoices concurrent with work (PDF format) • Decision logs from meetings and conferences with CITY staff (PDF format) • Comment-Response Log (Excel format); content of which derives from other tasks • Link and login information for ProjectWise document sharing (Email format) • Project Catalog (PDF format) Task 2 – Project Definition – Included in original work order, no additional funds Task 3 – Contingency – Included in original work order, no additional funds Task 4 - Risk and Resilience Assessment ENGINEER will generally follow the AWWA J100 Standard for Risk and Resilience Management of Water and Wastewater Systems Revision 13 and the EPA’s Baseline Information on WORK ORDER INITIATION FORM 3 of 12 Revised: 2/11/2020 Malevolent Acts for Community Water Systems Guideline (issued July 2019). This scope of services follows the seven step Risk Assessment Methodology for Critical Assets Protection (RAMCAP©) methodology. The cyber assessments will generally follow the National Institute of Standards and Technology (NIST) Cyber Security Framework. Based on the data collected and the Threat-Asset pairs identified during Task 2, the ENGINEER will conduct activities relating to the Risk and Resilience Assessment. Figure 1 below illustrates the workflow for the Risk and Resilience Assessment. Figure 1: Risk and Resilience Assessment Workflow WORK ORDER INITIATION FORM 4 of 12 Revised: 2/11/2020 Task 4.1 – Consequence Analysis The ENGINEER will analyze what happens to the CITY’s ability to continue to provide safe water service when a threat or hazard occurs and quantify impacts such as financial costs to the CITY, duration and severity of service denial for customers, loss of life and injuries, etc. The ENGINEER will primarily use interview workshops with CITY staff to determine the consequences for each threat-asset combination selected for analysis. It is anticipated that three 2-hour interview workshops with various stakeholders in the City will be required as part of this task. Figure 2 illustrates the recommended onsite workshops. Consequences will be addressed in workshop Nos. 1, 4, 5 and 6. The ENGINEER will assist the CITY in identifying the appropriate workshop attendees (i.e. Utilities/Engineering /Police/Fire/IT/Finance/etc.). Based on the analysis, the ENGINEER will assign a Consequence score to each asset or threat-asset pair. Task 4.2 - Vulnerability Analysis The ENGINEER will analyze what vulnerabilities exist that would allow a threat or hazard to result in the consequences identified in the above task and that would potentially cause a disruption to the CITY’s system. The Vulnerability Analysis step involves the analysis of the ability of each critical asset and its protective systems to resist and withstand each specified threat. The ENGINEER will rely on historic information, staff experience and professional judgement for developing the vulnerability scores. This will require review of available information, site visits and staff interviews. Based on the analysis the ENGINEER will assign a Vulnerability (V) score to each threat-asset pair. The monitoring practices, operation and maintenance of the system, and the use, storage, or handling of various chemicals by the system will be considered as part of the vulnerability assessment as applicable. Task 4.2.1 - Natural Hazards The Natural Hazards analysis will include an assessment of vulnerabilities related to each natural hazard identified in the Threat Characterization Task. The ENGINEER will consider the existing controls in place, such as building characteristics, building code standards and year of construction, equipment properties, O&M practices, emergency response plans, chemical storage, use and handling, system redundancies and interconnections. This would be a combination of review of available asset information (record drawings, condition, etc.) and desktop analyses researching impacts of storm surge, etc. Information gained from the Physical Security site visits may also be applicable. Figure 2: Onsite Workshops WORK ORDER INITIATION FORM 5 of 12 Revised: 2/11/2020 It is anticipated that a 2-hour interview workshop with various stakeholders will be required as part of this task. Figure 2 illustrates the recommended onsite workshops and the Natural Hazards Vulnerability interviews will be addressed in workshop No. 2. Task 4.2.2 - Physical Security (Malevolent Act) The physical security analysis will include site visits to the three water treatment plants (WTP), up to 10 representative well sites to cover the wellfield, two elevated storage tanks, five Pinellas County interconnections, MSB Building (Engineering, Customer Services, IT and Finance), Public Utilities complex and the Solid Waste Refueling Station for evaluating facilities and existing physical security equipment. These visits will be conducted during the day for the bulk of the effort as well as night to inspect CCTV operation (if applicable) and lighting levels. This effort will also include interviews with staff and local/regional law enforcement to review response plans, procedures, personnel behavior, etc. This is included as workshop No. 7 in Figure 2. ENGINEER assumes the CITY will make initial contact with law enforcement agencies on behalf of ENGINEER for these interviews. Task 4.2.3 - Cybersecurity (Malevolent Act) The ENGINEER will conduct an Information Technology (IT) vulnerability assessment and an Operation Technology (OT) vulnerability assessment. Both the IT and OT assessments will be a desktop assessment only and will include discussions/interviews with the supervisor of each system. No penetration tests of either the IT or OT systems is included in this scope of services. • Information Technology (IT) - Financial Systems, Water Quality Compliance, Security Cameras • Operation Technology (OT) – Industrial Control System, SCADA system and Data Historian, physical and cyber security controls and infrastructure The NIST Cyber Security Framework, specifically Special Publication 800-53, will be utilized for the assessment of the IT systems. NIST SP 800-82 will be utilized for OT Risk Assessment. This framework will be further informed by additional NIST Special Publications (800-30), DHS, AWWA, and ASIS standards as appropriate. It is anticipated that three 2-hour interview workshops with various stakeholders will be required as part of this task. Figure 2 illustrates the recommended onsite workshop and the cybersecurity vulnerability assessments will be addressed in workshops No. 4, 5 and 6. Figure 2 (Repeated): Onsite Workshops WORK ORDER INITIATION FORM 6 of 12 Revised: 2/11/2020 Task 4.3 - Threat Analysis The ENGINEER will analyze the likelihood that one of the hazards identified will strike the CITY’s facilities. The threat analysis will be based on AWWA J100 Risk and Resilience Management of Water and Wastewater Systems methodology, the EPA’s Baseline Information on Malevolent Acts for Community Water Systems Guideline or a five-point scale depending on available data. Various methods will be employed to calculate or estimate threat likelihood with respect to the type of threat considered. For example, the likelihood of vandalism will be based upon the EPA Baseline Information on Malevolent Acts for Community Water Systems and adjusted with respect to the crime statistics for the surrounding area, history of vandalism, etc. The likelihood of natural hazards will be based on the general approach provided by the J100 standard and available data from NOAA, USGS, etc. It is anticipated that five 2-hour interview workshops with various stakeholders will be required as part of this task. Figure 2 illustrates the recommended onsite workshop and the threat analysis interviews will be addressed in workshops No. 3, 4, 5, 6 and 7. Task 4.4 – Risk and Resilience Analysis The ENGINEER will complete a system-wide baseline risk evaluation by calculating the risk scores for each threat-asset pair based on the Consequence, Vulnerability and Threat Analyses and developing a systemwide resilience score. Baseline Risk and Resilience will be calculated using the AWWA J100 standard. Task 4.5 - Risk and Resilience Analysis Review Workshop The ENGINEER will facilitate a 3-hour workshop to discuss the specific findings from the risk and resilience assessment. The workshop will include a review of assets, threat-asset pairs, results from the Consequence, Vulnerability and Threat Analyses, and existing controls and their effectiveness. The recommendations from the workshop will be documented in meeting minutes and will be incorporated in the Risk and Resilience Assessment Technical Memorandum. The ENGINEER’s Project Manager, Engineering Manager and Technical Advisor will attend the workshop at the CITY in-person while other key team members will attend via teleconference. The ENGINEER will assist the CITY in identifying the appropriate workshop attendees (i.e. Utilities/Engineering/Police/Fire/IT, etc.). Task 4.6 – Risk and Resilience Assessment Technical Memorandum The ENGINEER will document the Risk and Resilience Assessment in a confidential draft and final technical memorandum (TM) which will summarize the risk assessment performed and the Figure 2 (Repeated): Onsite Workshops WORK ORDER INITIATION FORM 7 of 12 Revised: 2/11/2020 resulting baseline risk level. The ENGINEER will incorporate comments from the CITY and update the Risk and Resilience Assessment Technical Memorandum to address these comments. An electronic copy of the draft and final technical memorandum will be provided. Task 4.7 – RRA Certification ENGINEER will work with CITY to have the appropriate person certify compliance on the EPA website. CITY will be responsible for conducting an internal legal review (if City prefers to for example have the RRA Certification Form undergo a legal review prior to Public Utilities Director’s signature) and provide appropriate approvals. Task 4 Deliverables: The following confidential documents will be provided to the City. •Threat Characterization Workshop Presentation and Minutes (PowerPoint, Word) •Risk and Resilience Assessment Review Workshop Presentation and Minutes (PowerPoint, Word) •Risk and Resilience results spreadsheet (Excel) •Draft Risk and Resilience Assessment Technical Memorandum (Word) •Comment-Response Log (Excel) •Final Risk and Resilience Assessment Technical Memorandum (PDF) Task 5 – Contingency (in addition to original work order) ENGINEER will work with CITY on developing scope and fee for utilization of these as-needed funds. Written authorization by CITY and ENGINEER’s Project Managers must in place prior to proceeding with any Task 5 work. Task 5 Deliverables: to be determined (if any) 3.PROJECT GOALS: To comply with the US EPA’s requirements set forth in the America’s Water Infrastructure Act, the CITY, with the support of the ENGINEER, will review all available information pertinent to the water supply, treatment and distribution system with regards to Risk and Resilience Assessment (RRA) and submit certification to the Environmental Protection Agency that the RRA is complete. 4.BUDGET: See schedule B. This price includes all labor and expenses anticipated to be incurred by ENGINEER for the completion of these tasks in accordance with the Agreement for Professional Services Method “A” – Hourly Rate for a fee not to exceed one hundred one thousand, twenty five dollars ($101,025). No application fees are anticipated for the scope of services described herein. 5.SCHEDULE: ENGINEER proposes to perform the work on a continuing basis from issuance of Notice to Proceed (NTP) through the RRA certification deadline of March 31, 2020. Final progress WORK ORDER INITIATION FORM 8 of 12 Revised: 2/11/2020 reporting, invoicing, and project closure administrative procedures would occur up to an estimated 3 months after that date. Workshops, site visits and deadlines for submission of technical memoranda will be coordinated between ENGINEER and CITY to best accommodate staff availabilities and meet the needs of the project’s regulatory deadline. 6.STAFF ASSIGNMENTS: CITY Staff: Glenn Daniel Project Manager Fred Hemerick Public Utilities Site Representative (Water Production Assistant manager) Jeremy J. Brown, PE Utilities Engineering Manager Richard G. Gardner, PE Public Utilities Assistant Director ENGINEER Staff: ENGINEER Project Manager – Rebecca Oliva ENGINEER Engineering Manager – Deanna Hamilton ENGINEER Technical Lead – Amanda Schwerman ENGINEER support staff - various 7.CORRESPONDENCE/REPORTING/COMMUNICATION PROCEDURES: ENGINEER’s project correspondence shall be directed to: Rebecca Oliva - Black & Veatch Project Manager (813) 282-4189 OlivaR@bv.com Deanna Hamilton - Black & Veatch Engineering Manager (813)282-4163 HamiltonD@bv.com Amanda Schwerman - Black & Veatch Technical Lead (813) 207-7943 SchwermanA@bv.com All CITY project correspondence shall be directed to: Glenn Daniel - Water, Reclaim & Wastewater Collections Manager (727) 562-4960 ext: 7249 Glenn.Daniel@myClearwater.com with copies to the Utilities Engineering Manager and Public Utilities Assistant Director. ENGINEER acknowledges that all City directives shall be provided by the City Project Manager. WORK ORDER INITIATION FORM 9 of 12 Revised: 2/11/2020 In addition to the original copies delivered as stated in the scope of work, all project deliverables will be submitted in electronic format on CD or other City approved device prior to approval of final invoice. 8.INVOICING/FUNDING PROCEDURES: For work performed, invoices shall be submitted monthly to the: City of Clearwater, Engineering Department Att. Veronica Josef, Senior Staff Assistant PO Box 4748 Clearwater, Florida 33758-4748. Contingency services will be billed as incurred only after written authorization provided by the CITY to proceed with those services. CITY Invoicing Code: _3217321-530100-96721 9.INVOICING PROCEDURES At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: A.Purchase Order, Project and Invoice Numbers and Contract Amount. B.The time period (begin and end date) covered by the invoice. C.A short narrative summary of activities completed in the time period D.Contract billing method – Lump Sum or Hourly Rate E.If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). F.If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). G.If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10.SPECIAL CONSIDERATIONS: The consultant named above is required to comply with Section 119.0701, Florida Statutes (2013) where applicable. Specific City of Clearwater responsibilities: •CITY will facilitate scheduling of the workshops and coordination as to ensure the most appropriate people are in attendance as feasible. •CITY will review draft submittals and provide comments in Word format within three weeks of submittal for inclusion in the final submittal, unless an expedited review is requested prior to the draft submittal. WORK ORDER INITIATION FORM 10 of 12 Revised: 2/11/2020 •CITY will coordinate with other CITY departments and staff outside direct involvement on this project. Specific ENGINEER responsibilities: •The ENGINEER (with guidance from the City PM) will produce agenda’s, sign-in sheets and minutes for all meetings, workshops, etc. •The ENGINEER will prepare a health and safety plan when any site work or site visits are conducted. •The ENGINEER will assist the CITY in identifying the appropriate attendees for each meeting and workshop PREPARED BY: APPROVED BY: ________________________ ________________________ Rafael E. Frias, III, P.E. Tara Kivett, P.E. Associate Vice President City Engineer Black & Veatch City of Clearwater ___________________ ___________________ Date Date Attachment “A” WORK ORDER INITIATION FORM 11 of 12 Revised: 2/11/2020 CITY OF CLEARWATER ENGINEERING DEPARTMENT WORK ORDER INITIATION FORM CITY DELIVERABLES 1.FORMAT The design plans shall be compiled utilizing the following methods: 1.City of Clearwater CAD standards. 2.Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2.DELIVERABLES The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. If not available Land Desktop files are still acceptable, however the City or Clearwater is currently phasing out Land Desktop. NOTE: If approved deviation from Clearwater CAD standards are used the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562 4762 or email address Tom.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Attachment “B” WORK ORDER INITIATION FORM 12 of 12 Revised: 2/11/2020 America’s Water Infrastructure Act (AWIA) Support Services – SUPPLEMENTAL I City Project No. 19-0030-UT Black & Veatch SUPPLMENTAL I - WORK ORDER INITIATION FORM PROJECT BUDGET Task Description Subconsultant Services Labor Total 1.0 Additional Project Management 1.3 Project Management and Administration $0 $5,094 $5,094 $5,094 4.0 Risk and Resilience Assessment 4.1 Consequence Analysis $0 $10,213 $10,213 4.2 Vulnerability Analysis $0 $30,316 $30,316 4.3 Threat Analysis $0 $4,744 $4,744 4.4 Risk and Resilience Analysis $0 $14,279 $14,279 4.5 Risk and Resilience Workshop $0 $11,448 $11,448 4.6 Risk and Resilience Technical Memorandum $0 $11,435 $11,435 $82,435 5.0 Additional Contingency 5.1 Contingency $0 $4,318 $4,318 $4,318 Subtotal, Labor and Subcontractors $91,847 Permit Review Fees $0 6.1 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) $9,178 Supplement Grand Total $101,025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#20-7525 Agenda Date: 3/5/2020 Status: Consent AgendaVersion: 1 File Type: Action ItemIn Control: Official Records & Legislative Services Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Appoint Michael D. Brewster to the Sister Cities Advisory Board as the Local Business Community representative with a term to expire March 31, 2024. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Sister Cities Advisory Board TERM: 4 years APPOINTED BY: Sister Cities Advisory Board FINANCIAL DISCLOSURE: Not Required MEMBERS: 6 + 1 At-large member CHAIRPERSON: Michael Ballard MEETING DATES: Quarterly PLACE: Main Library SPECIAL QUALIFICATIONS: 1 City Councilmember; 1 youth member nineteen years old or younger; 1 Clearwater Sister Cities, Inc. representative nominated by organization; 1 local business community representative; 1 school board world language coordinator or designee; 1 Clearwater Arts Alliance (FKA Clearwater Arts Foundation) representative nominated by organization; 1 at-large member Representatives of Clearwater Sister Cities, Inc., the local business community, the school board’s world language coordinator or designee, and the Clearwater Arts Alliance shall not be required to reside within the City of Clearwater. APPOINTMENTS NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAD A TERM WHICH EXPIRED AND NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE: 1.Terrence Gourdine - 1101 Wellington Dr., 33764 Original Appointment - 12/16/10 (was serving 2nd term which expired 12/31/18) (Local Business Community rep) THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1.Michael D. Brewster - 2665 Camille Drive, Palm Harbor, FL 34684 Monin Inc., 2100 Range Rd., 33765 (Local Business Community rep) Page 1 City of Clearwater Printed on 3/3/2020 File Number: ID#20-7525 Zip codes of current members: 1 - 33710 2 - 33761 1 - 33763 1 - 34683 Page 2 City of Clearwater Printed on 3/3/2020 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ordinance #9378-20 Agenda Date: 3/5/2020 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve the request from the owner of property addressed as 2001 Gulf to Bay Blvd. and 511 S Hercules Avenue to vacate a portion of a dedicated right-of-way described as that part of lots 1 and 12, Midway Subdivision, according to the plat thereof, as recorded in Plat Book 13, Page 4 of the Public Records of Pinellas County, Florida, and pass Ordinance 9378-20 on first reading. (VAC2020-02) SUMMARY: The property owner of 2001 Gulf to Bay Blvd. and 511 S Hercules Ave. (Property Owner), Clearwater has requested that the City vacate a portion of a dedicated right-of-way. The City of Clearwater has no municipal use for the portion of the dedicated right-of-way proposed to be vacated and will retain a 10-foot-wide right of way, drainage and utility easement to support existing and future facilities. The purpose of this vacation will be to allow for continued use of a portion of a parking lot and access for the Roma Square strip mall. Page 1 City of Clearwater Printed on 3/3/2020 1 Ord. No. 9378-20 ORDINANCE NO. 9378-20 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A PORTION OF A DEDICATED RIGHT-OF-WAY, DESCRIBED AS THAT PART OF LOTS 1 AND 12, MIDWAY SUBDIVISION, ACCORDING TO THE MAP OR PLAT THEREOF, AS RECORDED IN PLAT BOOK 13, PAGE 4 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A” (attached hereto and incorporated herein), has requested that the City vacate said right- of-way; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said right- of-way is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: The right-of-way described as follows: See Exhibit “A” Is hereby vacated, closed and released, and the City of Clearwater releases all of its right, title and interest thereto, contingent upon, and subject to, the following conditions precedent: 1. City of Clearwater hereby retains a 10-foot wide Right-of-Way, and Drainage & Utility Easement, over, under and across the real property described in Exhibit “B” (attached hereto and incorporated herein) to support existing and future facilities therein by the City of Clearwater. 2 Ord. No. 9378-20 Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ George N. Cretekos Mayor Approved as to form: Attest: ________________________________ ________________________________ Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk EXHIBIT B S HERCULES AVE GULF-TO-BAY BLVD ROGERS ST S CIRUS AVE S NIMBUS AVE 525 535 545 555 565575 408 540 410411 409 203020072015200220132000202120052009202520112027201720081996AERIAL MAP Proposed Right-of-Way Vacation ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Proposed Right-of-Way Vacation with 10' Right-of-Way, Drainage & Utility Easement Retained2001 Gulf-to-Bay Blvd. & 511 S Hercules Ave. Page 1 of 1Aerial Flown 2019 Date:1/28/2020 Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\2001Gulf to Bay Blvd.mxd WDMap Gen By:RBReviewed By:298BGrid #:13--29s-15eS-T-R: 10' Right-of-Way, Drainage & Utility Easement Retained 5112001 EXHIBIT A Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ordinance #9379-20 Agenda Date: 3/5/2020 Status: Public HearingVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Approve the request from SP Trail LLC, and the Housing Finance Authority of Pinellas County, as Trustee, of the Pinellas County Land Assembly Trust-Woodlawn Trail, (Applicant), to vacate a 70-foot drainage and utility easement as recorded in Official Records Book 5880, Page 343, of the Public Records of Pinellas County, Florida, on real property located at 803 Woodlawn Loop and pass Ordinance 9379-20 on first reading. (VAC2020-04) SUMMARY: The applicant was required to vacate a drainage and utility easement recorded in Official Records Book 5880, Page 343, of the Public Records of Pinellas County, Florida, as a condition of the development order for the construction of Woodlawn Trail affordable housing community. City staff supports the vacation request. Page 1 City of Clearwater Printed on 3/3/2020 1 Ord. No. 9379-20 ORDINANCE NO. 9379-20 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING A 70 FOOT DRAINAGE & UTILITY EASEMENT, AS DESCRIBED IN OFFICIAL RECORDS BOOK 5880, PAGE 343, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A” (attached hereto and incorporated herein), has requested that the City vacate said easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: The easement described as follows: See Exhibit “A” Is hereby vacated, closed and released, and the City of Clearwater releases all of its right, title and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. 2 Ord. No. 9379-20 PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ George N. Cretekos Mayor Approved as to form: Attest: ________________________________ ________________________________ Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk EXHIBIT A WOODLAWN ST 1st AVE WWOODLAWN LOOPS MYRTLE AVE SCRANTON AVE S MYRTLE AVE 833 831 827 825821819815813809 806822807 8136358036328178318116381504 1514 1514 1508 1511 AERIAL MAP PROPOSED DRAINAGE & UTILITY EASEMENT VACATION ² N.T.S.Scale: Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\803_Woodlawn Loop.mxd803Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Proposed Drainage & Utility Easement Vacation803 Woodlawn Loop Page 1 of 1Aerial Flown 2019XXXXGrid #:XX-XXs-XXeS-T-R:Date:1/29/2020WDMap Gen By:RBReviewed By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9380-20 2nd rdg Agenda Date: 3/5/2020 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Legal Department Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9380-20 on second reading, amending Chapter 2, Article V. Division 3, Employees Pension Plan, to re-establish a cost of living benefit for police officers. SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 3/3/2020 ORDINANCE NO. 9380-20 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA; AMENDING CHAPTER 2, ARTICLE V, DIVISION 3, EMPLOYEES PENSION PLAN, TO RE-ESTABLISH A COST-OF-LIVING BENEFIT FOR POLICE OFFICERS; AMENDING SECTION 2.421 OF THE CITY CODE RELATING TO COST-OF-LIVING ADJUSTMENTS FOR POLICE OFFICERS; PROVIDING FOR INCLUSION IN THE CODE; PROVIDING FOR SEVERABILITY; PROVIDING FOR A REPEALER; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Clearwater Employees’ Pension Fund (the “Fund”) contains a cost-of-living adjustment for some retirees; WHEREAS, members who are not eligible to retire as of January 1, 2013 are not currently entitled to cost-of-living benefits for service on or after January 1, 2013. WHEREAS, the Fund’s actuary has studied the cost of resuming cost-of-living benefits for police officers who are active members of the Fund on January 1, 2020. WHEREAS, the proposed cost-of-living benefit for police officers would only be paid after a five-year delay. WHEREAS, the Board of Trustees of the City of Clearwater Employees’ Pension Fund has prepared this ordinance in consultation with labor and management. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA, THAT: Section 1: Section 2.421(4) of the Code of Ordinances of the City of Clearwater is hereby created to read as follows: Section 2.421. Cost-of-living adjustment. (4) Resumption of COLA for police officers: Notwithstanding anything to the contrary, retirement benefits for all police officers who are actively employed on or after January 1, 2020 shall be increased by an annual cost-of-living adjustment equal to one and one- half percent (1.5%) as set forth below, including cost-of-living benefits on service earned from January 1, 2013 through January 1, 2020. The cost-of-living adjustment shall also apply to beneficiaries and survivors of all police officers who are actively employed on or after January 1, 2020. The cost-of-living shall be payable on each April 1, provided that the eligible police retiree, their beneficiary or survivor, has received at least 60 months of monthly benefits. This subsection is not intended to limit the rights of grandfathered police officers who were eligible to retire prior to January 1, 2013, or the right to pro-rated cost- of-living benefits on service earned prior to January 1, 2013. 2 Ordinance 9380-20 Coding: Words in strikeout type are deletions from existing text. Words in underline type are additions. Section 2: It is the intention of the City Council, and it is hereby ordained that the provisions of this Ordinance shall become and be made a part of the Code of Ordinances of the City Clearwater, that the sections of the Ordinance may be renumbered or relettered to accomplish such intentions; and that the word “Ordinance” shall be changed to “Section” or other appropriate word. Section 3: If any clause, section, or other part or application of this Ordinance shall be held in any court of competent jurisdiction to be unconstitutional or invalid, such unconstitutional or invalid part or application shall be considered as eliminated and shall not affect the validity of the remaining portions or applications which shall remain in full force and effect. Section 4: All ordinances or parts of ordinances, resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 5: This Ordinance shall become effective immediately upon adoption, unless otherwise provided. PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED ____________________________ George N. Cretekos Mayor Approved as to form: Attest: _________________________ ____________________________ Owen Kohler Rosemarie Call Assistant City Attorney City Clerk November 26, 2019 Mr. Jay Ravins Finance Director City of Clearwater 100 S. Myrtle Avenue Clearwater, Florida 33756 Re: City of Clearwater Employees’ Retirement Plan Scenarios with 30-Year Projections Dear Jay: Gabriel, Roeder, Smith & Company (GRS) has been engaged by the City to prepare projections of an alternative scenario for the City of Clearwater Employees’ Retirement Plan (Plan). This letter presents 30- year projections of the cost of the current pension plan and one alternative scenario. It also includes a discussion of risks associated with measuring the accrued liability and actuarially determined contribution. The results are based on census and asset data as of January 1, 2019. The enclosed exhibits present the following: 1. Baseline Projection: 30-year projections of current pension plan benefits using current assumptions and methods as described in the January 1, 2019 Actuarial Valuation Report dated March 29, 2019 and reflecting the following in the projection: from the period January 1, 2020 through December 31, 2020 the investment return assumption is lowered to 6.65%, from the period January 1, 2020 through December 31, 2021, the investment return assumption is lowered to 6.55%, and from January 1, 2022 and onward, the investment return assumption is lowered to 6.50%. Current pension benefits to Police Officers include the following: • Cost of Living Adjustments (COLAs): 1.5% annually commencing on each April 1 for all retirees and beneficiaries who have received at least 6 monthly benefit payments. For any non- grandfathered members (not eligible for normal retirement on January 1, 2013), there is no COLA for benefits accrued after January 1, 2013. 2. Scenario #1: Same as the Baseline Projection EXCEPT: • Cost of Living Adjustments (COLAs): 1.5% annually on all benefits, including any benefits accrued after January 1, 2013. For any non-grandfathered members (not eligible for normal retirement on January 1, 2013), there is a five-year delay (after the retirement date) until this COLA is applied to benefits accrued after January 1, 2013. This change applies to Police Officers who are active members of the Plan on the Plan change effective date and future Police Officer members. Mr. Jay Ravins November 26, 2019 Page 2 Due to the interaction of previously established negative (credit) amortization bases with newly created positive (charge) amortization bases, the resulting net amortization payment on the Unfunded Actuarial Accrued Liability (UAAL) as of January 1, 2020 is projected to be a very small fraction (only about 2%) of the UAAL, which does not cover the interest on the UAAL. If this were actually the case as of any future valuation date, then we would recommend fresh-starting the UAAL amortization schedule with a single amortization base equal to the total UAAL as of that date (mainly to reduce future volatility and avoid negative amortization). As such, this study reflects a fresh start of the UAAL as of January 1, 2020 in all scenarios. The Plan changes detailed above are assumed to be effective on January 1, 2020. Except as indicated above, all remaining methods, assumptions, and benefits are the same as indicated in our January 1, 2019 Actuarial Valuation Report. Risks Associated with Measuring the Accrued Liability and Actuarially Determined Contribution The determination of the accrued liability and the actuarially determined contribution requires the use of assumptions regarding future economic and demographic experience. Risk measures are intended to aid in the understanding of the effects of future experience differing from the assumptions used in the course of the actuarial valuation. Risk measures may also help with illustrating the potential volatility in the accrued liability and the actuarially determined contribution that results from the differences between actual experience and the actuarial assumptions. Future actuarial measurements may differ significantly from the current measurements presented in this report due to such factors as the following: Plan experience differing from that anticipated by the economic or demographic assumptions; changes in economic or demographic assumptions due to changing conditions; increases or decreases expected as part of the natural operation of the methodology used for these measurements (such as the end of an amortization period, or additional cost or contribution requirements based on the Plan’s funded status); and changes in Plan provisions or applicable law. The scope of an actuarial valuation does not include an analysis of the potential range of such future measurements. Examples of risk that may reasonably be anticipated to significantly affect the Plan’s future financial condition include: 1. Investment risk – actual investment returns may differ from the either assumed or forecasted returns; 2. Contribution risk – actual contributions may differ from expected future contributions. For example, actual contributions may not be made in accordance with the Plan’s funding policy or material changes may occur in the anticipated number of covered employees, covered payroll, or other relevant contribution base; 3. Salary and Payroll risk – actual salaries and total payroll may differ from expected, resulting in actual future accrued liability and contributions differing from expected; Mr. Jay Ravins November 26, 2019 Page 3 4. Longevity risk – members may live longer or shorter than expected and receive pensions for a period of time other than assumed; 5. Other demographic risks – members may terminate, retire or become disabled at times or with benefits other than assumed resulting in actual future accrued liability and contributions differing from expected. The effects of certain trends in experience can generally be anticipated. For example, if the investment return is less (or more) than the assumed rate, the cost of the Plan can be expected to increase (or decrease). Likewise, if longevity is improving (or worsening), increases (or decreases) in cost can be anticipated. The computed contribution amounts may be considered as a minimum contribution that complies with the pension Board’s funding policy and the State statutes. The timely receipt of the actuarially determined contributions is critical to support the financial health of the Plan. Users of this report should be aware that contributions made at the actuarially determined rate do not necessarily guarantee benefit security. Risk Assessment Risk assessment was outside the scope of this report. Risk assessment may include scenario tests, sensitivity tests, stochastic modeling, stress tests, and a comparison of the present value of accrued benefits at low-risk discount rates with the actuarial accrued liability. We are prepared to perform such assessment to aid in the decision-making process. Disclosures and Qualifications This report was prepared at the request of the City of Clearwater, with the authorization of the Board of Trustees for the City of Clearwater Employees’ Pension Plan, and is intended for use by the City of Clearwater and those designated or approved by the City. This report may be provided to parties other than the City only in its entirety and only with the permission of the City. GRS is not responsible for unauthorized use of this report. The purpose of this report is to describe the financial effect of potential changes to Plan benefits. This report should not be relied on for any purpose other than the purpose described. The calculations in this report are based upon information furnished by the Plan Administrator for the January 1, 2019 Actuarial Valuation Report concerning Plan benefits, financial transactions, plan provisions and active members, terminated members, retirees and beneficiaries. We reviewed this information for internal and year-to-year consistency, but did not audit the data. We are not responsible for the accuracy or completeness of the information provided by the City or the Plan Administrator. Mr. Jay Ravins November 26, 2019 Page 4 Projections are deterministic, meaning that throughout the projection period, Plan experience is expected to exactly match the actuarial assumptions, including the assumed investment return on the market value of assets. Throughout the projections, new members are assumed to be hired each year at a rate sufficient to maintain a constant active headcount. New members are assumed to have the same average demographic characteristics (age, gender, salary – adjusted each year for inflation) at their dates of employment as those of current members hired between January 1, 2014 and January 1, 2019 (during the five-year period ending on the most recent actuarial valuation / census data collection date). The calculations are based upon assumptions regarding future events, which may or may not materialize. They are also based on the assumptions, methods, and plan provisions outlined in this report. If you have reason to believe that the assumptions that were used are unreasonable, that the plan provisions are incorrectly described, that important plan provisions relevant to this proposal are not described, or that conditions have changed since the calculations were made, you should contact the author of the report prior to relying on information in the report. In the event that more than one plan change is being considered, it is very important to remember that the results of separate actuarial valuations cannot generally be added together to produce a correct estimate of the combined effect of all of the changes. The total can be considerably greater than the sum of the parts due to the interaction of various plan provisions with each other, and with the assumptions that must be used. This report has been prepared by actuaries who have substantial experience valuing public employee retirement systems. To the best of our knowledge the information contained in this report is accurate and fairly presents the actuarial position of the Plan as of the valuation date. All calculations have been made in conformity with generally accepted actuarial principles and practices, and with the Actuarial Standards of Practice issued by the Actuarial Standards Board and with applicable statutes. Peter N. Strong and Trisha Amrose are members of the American Academy of Actuaries (MAAA) and meet the Qualification Standards of the American Academy of Actuaries to render the actuarial opinions contained herein. The undersigned actuaries are independent of the plan sponsor. We welcome your questions and comments. Sincerely yours, Peter N. Strong, FSA, EA, MAAA Trisha Amrose, EA, MAAA Senior Consultant and Actuary Consultant and Actuary This communication shall not be construed to provide tax advice, legal advice or investment advice. 5 $ Amount % of Pay $ Amount % of Pay 2020 84,608,940 9,708,956 11.48%101%84,608,940 9,708,956 11.48%101%0 2021 86,338,301 11,494,306 13.31%99%86,338,301 12,854,956 14.89%98%1,360,650 2022 88,089,098 13,339,099 15.14%97%88,089,098 14,766,901 16.76%97%1,427,802 2023 89,828,550 14,476,246 16.12%96%89,828,550 15,958,797 17.77%96%1,482,551 2024 91,635,712 16,674,650 18.20%95%91,635,712 18,195,645 19.86%94%1,520,995 2025 93,436,907 16,858,148 18.04%95%93,436,907 18,418,206 19.71%94%1,560,058 2026 95,373,286 17,005,178 17.83%95%95,373,286 18,604,117 19.51%95%1,598,938 2027 97,394,672 17,131,977 17.59%95%97,394,672 18,769,332 19.27%95%1,637,355 2028 99,313,628 17,206,684 17.33%96%99,313,628 18,881,297 19.01%95%1,674,613 2029 101,408,386 17,278,471 17.04%96%101,408,386 18,989,486 18.73%96%1,711,015 2030 103,603,150 17,365,934 16.76%96%103,603,150 19,113,196 18.45%96%1,747,262 2031 105,953,933 17,484,215 16.50%96%105,953,933 18,452,757 17.42%96%968,542 2032 108,409,882 17,619,878 16.25%97%108,409,882 18,624,964 17.18%97%1,005,086 2033 110,941,137 17,769,629 16.02%97%110,941,137 18,810,467 16.96%97%1,040,838 2034 113,641,098 17,949,212 15.79%97%113,641,098 19,025,384 16.74%97%1,076,172 2035 116,436,258 18,150,811 15.59%98%116,436,258 19,263,371 16.54%98%1,112,560 2036 119,320,033 18,373,534 15.40%98%119,320,033 19,521,997 16.36%98%1,148,463 2037 122,246,699 18,147,731 14.85%99%122,246,699 19,330,643 15.81%99%1,182,912 2038 125,246,972 17,950,603 14.33%99%125,246,972 19,168,120 15.30%99%1,217,517 2039 128,266,961 16,018,742 12.49%99%128,266,961 17,268,637 13.46%99%1,249,895 2040 131,368,014 14,736,628 11.22%99%131,368,014 16,019,562 12.19%99%1,282,933 2041 134,510,536 14,898,435 11.08%99%134,510,536 16,214,854 12.05%99%1,316,420 2042 137,699,003 15,105,302 10.97%100%137,699,003 16,455,180 11.95%100%1,349,879 2043 140,932,873 15,352,148 10.89%100%140,932,873 16,735,387 11.87%100%1,383,239 2044 144,197,308 15,635,479 10.84%100%144,197,308 17,051,625 11.83%100%1,416,146 2045 147,509,199 15,931,643 10.80%100%147,509,199 17,380,942 11.78%100%1,449,299 2046 150,886,026 16,240,542 10.76%100%150,886,026 17,723,511 11.75%100%1,482,969 2047 154,307,999 15,577,281 10.09%100%154,307,999 17,079,019 11.07%100%1,501,737 2048 157,775,245 15,403,092 9.76%100%157,775,245 16,930,032 10.73%100%1,526,940 2049 161,264,145 15,732,087 9.76%100%161,264,145 17,292,467 10.72%100%1,560,380 Total 482,616,642 522,609,806 39,993,165 Total Present Value at 6.50%218,005,754 236,107,658 18,101,904 Assumptions Investment Return Assumption and Actual Return on Plan Assets Increase in Administrative Expenses Per Year 2.25% No future actuarial experience gains or losses All other assumptions and methods are the same as those used in the January 1, 2019 Actuarial Valuation Report 6.75% from 1/1/2019 to 12/31/2019, 6.65% from 1/1/2020 to 12/31/2020, 6.55% from 1/1/2021 to 12/31/2021, and 6.50% thereafter City of Clearwater Employees' Pension Plan 30-Year Projection of Actuarially Determined Contributions Current Plan Provisions Scenario 1: 1.5% Cost of Living Adjustments (COLAs) with 5-Year Delay on Police Officers' Benefits Accrued after 1/1/2013Actuarially Determined Contribution Funded Ratio on Valuation Date Actuarially Determined Contribution Funded Ratio on Valuation Date Cost / (Savings) as $ Amount Pensionable Pay Fiscal Year Ending Pensionable Pay 6 $0.0 $2.0 $4.0 $6.0 $8.0 $10.0 $12.0 $14.0 $16.0 $18.0 $20.0 $22.0 $24.0 $26.0 $0.0 $2.0 $4.0 $6.0 $8.0 $10.0 $12.0 $14.0 $16.0 $18.0 $20.0 $22.0 $24.0 $26.0 Projected City Contributions ($)(Millions)Fiscal Year End City of Clearwater Employees' Pension Plan 30-Year Projection of City Contribution Requirement Current Plan (No Changes) Scenario 1 (1.5% COLAs with 5-Year Delay on Police Officers' Benefits Accrued after 1/1/2013) INDIVIDUAL SPEAKER Citizen Comment Card Name: .. -- /--- Address: 6-Y._c P w2(1-, s--7- City: City: eCf/.(Q4 4 f(L Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: 9, / What is your position on the item? For Against Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Resolution #20-04 Agenda Date: 3/5/2020 Status: City Manager ReportVersion: 1 File Type: ResolutionIn Control: Engineering Department Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Accept a drainage and utility easement from SP Trail LLC, and the Housing Finance Authority of Pinellas County, as Trustee, of the Pinellas County Land Assembly Trust-Woodlawn Trail for the construction, installation and maintenance of city drainage and utility facilities on real property located at 803 Woodlawn Loop and adopt Resolution 20-04. SUMMARY: The Drainage and Utility Easement will provide the City rights for construction, installation and maintenance of drainage and utility facilities at the Woodlawn Trail affordable housing community. Page 1 City of Clearwater Printed on 3/3/2020 [A05-00152 /246138/1] Resolution No. 20-04 RESOLUTION NO. 20-04 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA ACCEPTING A DRAINAGE AND UTILITY EASEMENT FROM SP TRAIL LLC, AND THE HOUSING FINANCE AUTHORITY OF PINELLAS COUNTY, AS TRUSTEE, OF THE PINELLAS COUNTY LAND ASSEMBLY TRUST-WOODLAND TRAIL, FOR THE CONSTRUCTION, INSTALLATION, AND MAINTENANCE OF CITY DRAINAGE AND UTILITY FACILITIES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater required a drainage and utility easement from SP Trail LLC, and Housing Finance Authority of Pinellas County, as Trustee, of the Pinellas County Land Assembly Trust-Woodland Trail in conjunction with the development of the subject property, for the construction, installation, and maintenance of certain drainage and utility facilities; and WHEREAS, by this Resolution, the City Council of the City of Clearwater wishes to accept said grant of easement; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER FLORIDA: Section 1. The City Council of the City of Clearwater hereby accepts the Drainage and Utility Easement, a copy of which is attached hereto and incorporated herein as Exhibit “A” to Resolution 20-04. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ______ day of _________________, 2020. ________________________________ George N. Cretekos Mayor Approved as to form: Attest: ___________________________ ________________________________ Laura Mahony Rosemarie Call Assistant City Attorney City Clerk EXHIBIT "A" TO RESOLUTION 20-04 1st AVE W WOODLAWN ST TILLEY AVE S MYRTLE AVE SCRANTON AVE S MYRTLE AVE 6286298136358036198326326296296336268318116306381512 1515 1522 1514 1514 1534 1508 1523 1516 1511 1516 1526 1512 15191518 1518 1517 1511 1516 1528 1515 1504 1525 1508 1528A 833 831 827 825821819815813809 806822807 8176241507 1527 1504 1517 1523 AERIAL MAP PROPOSED NEW DRAINAGE EASEMENT ² N.T.S.Scale: Document Path: C:\Users\Wioletta.Dabrowski\City of Clearwater\Engineering Geographic Technology - Location Maps\803 Woodlawn Loop.mxd803PROPOSED NEW UTILITY EASEMENT Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Proposed New Drainage & Utility Easements to City of Clearwater803 Woodlawn Loop Page 1 of 1Aerial Flown 2019XXXXGrid #:XX-XXs-XXeS-T-R:Date:1/27/2020WDMap Gen By:RBReviewed By: