R09-131
"
1
2 RESOLUTION NO. R09- 131
3
4 A RESOLUTION OF THE CITY COMMISSION OF
5 THE CITY OF BOYNTON BEACH, FLORIDA,
6 APPROVING THE "PIGGY-BACK" OF A PALM
7 BEACH COUNTY CONTRACT #2009055 WITH
8 GERELCO TRAFFIC CONTROLS, INC., OF PORT
9 ST. LUCIE, FLORIDA, FOR CONSTRUCTION OF
10 THE TRAFFIC SIGNAL AT THE INTERSECTION
11 i OF GATEWAY BOUELVARD AND QUANTUM
12 i BOULE V ARD; AUTHORIZING THE MAYOR AND
13 CITY CLERK TO EXECUTE A CONTRACT; AND
14 PROVIDING AN EFFECTIVE DATE.
15
16 WHEREAS, City staff has confirmed that the County of Palm Beach has
17 complied with Public Contract Bid requirements which equal or exceed the City of
18 Boynton Beach's requirements; and
19 WHEREAS, upon recommendation of staff, it is the City's desire to "piggy-back"
20 a Palm Beach County Contract #2009055 and authorizes the Mayor and City Clerk to sign
21 a Contract with Gerelco Traffic Controls, lnc., of Port 81. Lucie, Florida for construction
22 of the traffic signal at the intersection of Gateway Boulevard and Quantum Boulevard.
23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
24 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
25 Section I. The foregoing "Whereas" clauses are hereby ratified and confirmed
26 as being true and correct and are hereby made a specific part of this Resolution upon
27 adoption.
28 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby
29 approves the "piggy-back" of a Palm Beach County Contract #2009055 and authorizes the
30 Mayor and City Clerk to sign a Contract with Gerelco Traffic Controls, Inc., of Port S1.
S:\CA\RESO\Agreements\Rid Awards\Piggy-Back PBC. Gerelco.doc
"
1 Lucie, Florida for construction of the traffic signal at the intersection of Gateway
2 Boulevard and Quantum Boulevard, a copy of the Agreement is attached hereto as Exhibit
3 HA~'.
4 Section 3. That this Resolution shall become effective immediately.
i-h
5 PASSED AND ADOPTED this I L/ -day of September, 2009.
6
7 BEACH, FLORIDA
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24 ATTEST:
25
26
2k
2
29
30
31
32
33
S:\CA\RESO\A.greementsIBid Awards\Piggy-Back PBC - Gere1co.doc
g OG\ - /31
CONTRACT FOR CONSTRUCTION OF TRAFFIC SIGNAL
This Agreement is made as of this\=t- ~day of lX...\~\npx, 2009 by and between
GERELCO TRAFFIC CONTROLS, INC., of Port Saint Lucie, Florida, a Florida Corporation,
with offices at 560 N.W. Enterprise Drive, Port St. Lucie, Florida 34986 ("GERELCO"), and
THE CITY OF BOYNTON BEACH, a Florida municipal corporation, with an address at 100
East Boynton Beach Boulevard, Boynton Beach, FL 33435 (the "City").
RECITALS
WHEREAS, pursuant to a Palm Beach County Traffic Engineering Division analysis,
the installation of a traffic signal will improve traffic safety and provide a means for safer vehicle
movements through the intersection; and
WHEREAS, GERELCO, submitted a proposal dated August 24, 2009 to the City for
construction of the traffic signal at the intersection of Gateway Boulevard and Quantum
Boulevard for a total cost of $248,887.28, which includes a five (5%) contingency at prices
based on Palm Beach County Contract #2009055); and
NOW THEREFORE, in consideration of the mutual covenants contained herein, and
for other valuable consideration received, the receipt and sufficiency of which are hereby
acknowledged, the parties agree as follows:
AGREEMENT
Section I. The foregoing recitals are true and correct and are hereby incorporated in
this Agreement.
Section 2. The City and GERELCO, agree that GERELCO shall construct the traffic
signal at the intersection of Gateway Boulevard and Quantum Boulevard pursuant to
GERELCO'S proposal dated August 24, 2009 and incorporating the terms and conditions for
performance as set forth in Palm Beach County Contract #2009055, a copy of which is attached
hereto as Exhibit "A", except as hereinafter provided:
A. All references to the Palm Beach County shall be deemed as references to the City
of Boynton Beach.
B. All Notices to the City shall be sent to:
City: Kurt Bressner, City Manager
City of Boynton Beach
100 East Boynton Beach Boulevard
Boynton Beach, Florida 33435
Telephone: (561) 742-6010/ Facsimile: (561) 742-6090
~
I .-6.
~ --. --'---.- '..,
Page 1 F' 1(::;1' 1\:\.> ,'.' ' ,
: \! ":"", ~ \, ,
S:\CA\AGMTS\Piggyback (PBC ~ Gerelco Traffic).doc
Copy: James A. Cherof, City Attorney
Goren, Cherof, Doody & Ezrol, P A.
3099 East Commercial Boulevard, Suite 200
Fort Lauderdale, FL 33308
Telephone: (954) 771-4500
Facsimile: (954) 771-4923
C. The proposal from GERELCO dated August 24, 2009, is attached hereto Exhibit
'''B''.
Section 3. In the event that the Palm Beach County Contract is amended, or
terminated, GERELCO shall notify the City within ten (10) days. In the event the Palm Beach
County Contract is amended or terminated prior to its expiration, this Contract shall remain in
full force and effect, and not be deemed amended or terminated, until specifically amended or
terminated by the parties hereto.
Section 4. The GERELCO agrees that in the event it enters into a Contract for the
same (or substantially similar) scope of services with another local government in Florida which
contains a term or condition, including fees, charges or costs, which the City determines to be
more favorable than the terms in this Contract, the parties shall enter into an Addendum to
provide those terms to the City.
Section 5. The insurance required shall require that the Certificate of Insurance name
the City of Boynton Beach as an additional insured.
Section 6. In all other aspects, the terms and conditions of the Palm Beach County
Contract are hereby ratified and shall remain in full force and effect under this Contract, as
provided by their terms.
IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the
day and year first written above.
F BOYNTON BEACH, FLORIDA
ATTEST:
, AL~
. ,
-
Page 2
S-\CA\AGMTS\PIggyback (PBC - Gerelco Trafflc),ooc
GERELCO TRAFFIC CONTROLS. INe.
WITNESSES: ~// kL
o ~\l-., I "'\.~~CJ.tI( BY:
PrintName:V=~>-\ A. ~\.6y3
~tP~~~ Title:~I~r-
ATTEST:
~I /4t
SECRE ARY
Page 3
S',\CA\AGMTS\PiggybacK (PBC - Gere\co Traffic).doc
EXHIBIT A
AGREEMENT BETWEEN PALM BEACH COUNTY
AND GERELCO TRAFFIC CONTROLS, INC.
Page 4
S:\C^\AGMTS\Piggyback (PBC - Gerelco Traffic).doc
~
.'.~
~
/~ PROPOSAL FORM
":jj;
~
j;; GERELCO TRAFFIC CONTROLS. INC.
~,:,
(COMPANY NAME)
~'
~0 560 NW ENTERPRISE DR.
tM
:..1,
". PORT ST. LUCIE. FL
~ (COMPANY ADDRESS)
34986
I ZIP CODE
I 772/340-7474 772/323-2005 mhawthorne@aerelco.com
PHONE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS
B 90-0174266 DATE SUBMITTED: JANUARY 13. 2009
Federal Tax ID#
~
..'1
,":,
":l
"i
. FOR THE CONSTRUCTION OF: ANNUAL TRAFFIC SIGNAL CONTRACT
PALM BEACH COUNTY PROJECT NO. 2009055
I
I TO: THE BOARD OF COUNTY COMMISSIONERS OF PALM BEACH COUNTY, FLORIDA:
We, the undersigned, hereby declare that no person or persons, firm or corporation, other than
~ the undersigned, are interested in this proposal as principals, and that this proposal is made without
collusion with any person, firm, or corporation, and we have carefully and to our full satisfaction
examined the Contract Documents, and that we have made a full examination of the location of the
~ proposed work and the source of supply of materials, and we hereby agree to furnish and pay for all
\;'
J necessary labor, equipment, materials and services, fully understanding that the quantities shown
herein are approximate only and that we will fully complete all necessary work in accordance with the
~ Contract Documents and the requirements under them of the Engineer, within the time limit specified in
this proposal for the following unit prices, to wit:
~.
~j
~1
P-1
~..
,N.~
-~:.
G
1m
l'!:
w.! PROJECT NAME: ANNUAL TRAFFIC SIGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 20090S5
~ BID PROPOSAL
1t~ FlU or
Install
Item Number Description Qty Unit Only Unit Price Total V
~ 102-I-A GENERAL MAINTENANCE OF TRAfFIC 1500 HR F&I <90.00 <135000.00
:!~
102+8 MAINTENANCE OF TRAFFIC '5ECURlNG 51GNAL POLE' 20 HR F&I <145.00 <2 900.00 v
m MA;.~NANCE OF TRAFFIC (UTIliTY LOCATION, SOFT <98.50 $4 925.00
'd 102-1-C DIG 50 HR F&I
102-11 POUCE AS51ST FOR MAINTENANCE OF TRAFFIC 100 HR F&I <54.00 <5 400.00
I~"NGEABL~,- VARIABLE MESSAGE SIGN <46.50 $2 325.00
~ 102-99 MPORARY SO ED F&I v
."
:tr/ TRAfFIC MONITORING STATION '4 LANE DIVIDED' <9480.00 194 800.00
144.77 10 EA F&I v
~ 144-78 TRAFFIC MONITORING STATION fADDmONAL LANE' 20 EA F&I <I 305.00 <26 100.00 v
.~ 400-1-15 CLASS I CONCRETE (MISC.) WIRE REINFORCED 20 Cf F&I <575.00 III 500.00 v
455-142 CROSSHOLE SONIOLOGGING TEST 30 EA F&I 11875.00 <56 250.00
I 522-I-A CONCRETE SIDEWALK 4" THICK 300 SY F&I <75.00 <22 500.00
522-1-B CONCRETE SIDEWALK 6" THICK 300 SY F&I <115.00 134 500.00
SS2-1-C PAVER BRICK REPAIR - REMOVE AND REPLACE 200 SF F&I 120.00 14.000.00
620-1-1 GROUNDING ELECTROOE 25 PI F&I 125.00 $625.00 v
I 630-1-11-1 I" GALV.IMC. ABOVE GROUND CONDUIT 300 LF F&I 10.00 <3000.00 v
630-1-11-1_25 1 V." GALV. IMC. ABOVE GROUND CONDUIT 50 LF F&I 11.50 <575.00 v
630-1-11-2 2" GALV. IMC. ABOVE GROUND CONDUrTC 2000 LF F&I 14.75 129 SIlO.OO v
630+12-2 2" PVC 'SCH 40' UNDERGROUND CONDUIT 21000 LF F" 14.50 ," 194 500.00
m 630-1-12-2A ADDmONAL 2" PVC fSCH 40\ CONDUIT IN TRENCH 10000 LF F&I <1.75 117 500.00
,
SPLIT DUCT, 2" PVC (SCH 40), INCLUDE 90 DEGREE <5.50 <2 750.00
630-1-12-250 SWEEPS AND COUPlINGS 500 LF F&I v
~ 630-1-12-4 4" PVC ISCH 4ii\UNDERGROUND CONDUIT 1000 LF F&I <7.50 17 SIlO.oo
-:,oJ ADOmONAL 4" PVC (SCH 40) UNDERGROUND 14.00 $4000.00
630-H2-4A CONDUIT OPEN TRENCH 1000 LF F&I
i CO~~~IT, .~NDERGROUNO, 4" PVC (SCH 40) WITH (3) 19.2S <4 625.00
630-1-12-4; 1 V." HOPE INNERDUCT 500 LF F&I
CONDUIT, AOOmONAL 4" (HOPE SDRll) WITH (3)
630-1-12-41A IV." fHDPE' INNERDUCT 500 LF F&I <9.25 14 625.00
I 630+ 12-;6 INNERDUCT I V. '(HOPE SORll'- 2000 LF F&I <2.25 14 500.00 V
1-2" (HOPE SDR 11).~NOER PAVEMENT CONDUIT 19.75 - <19 500.00
630-1-13-2-1 DIRECTIONAL BORE 2000 LF F&I
I 2-2" (HOPE SDR I1)F~NOER PAVEMENT CONDUIT 113.45 <161400.00
630-1-13-2-2 DIRECTlONAL BORE 12000 LF F&I
3-2" (HOPE SDR I1)F~NOER PAVEMENT CONDUIT
630-1-13-2-3 DIRECTlONAL BORE 12000 LF F&I <16.75 <201000.00
~ 4-2" (HOPE SDR I1)E~NOER PAVEMENT CONDUIT <19.75
630-1-13-2-4 DIRECT10NAL BORE 10000 LF F&I $197500.00
4" (HOPE SDR 11) U~DER PAVEMENT CONDUIT 113.00 <2 600.00
630-1-13-4 0IRECT10NAL BORE 200 LF F&I
~ CONDUIT UNDER PAVEMENT, 1-4" (HOPE SDR 11)
l'. wm:,(3) IV," (HOPE) INNER DUCT (DIRECT10NAL <16.50
630-1-13-4;-1 BORE 200 LF F&I 13 300.00
M CONDUIT UNDER PAVEMENT, 2-4" (HOPE SOR 11)
WITH (3) IV." (HOPE) INNER DUCT (DIRECT10NAL
630-1-13-4;'2 BORE" 200 LF F&I 130.00 <6 000.00
6" (HOPE SOR 11) U~DER PAVEMENT CONDUIT
630-1-13-6 OIRECTlONAL BORE 200 LF F&I <23.00 14 600.00
~ 630-1-15-2 2" GALV. IMC. BRIDGE Mr. CONDUIT 2000 LF F&I $14.75 <29 500.00 v
';~ CONDUIT, 2" PVC (SCH 40), OPEN TRENCH IN
630-1-16-2 PAVEMENT 500 LF F&I 14.25 12 125.00
~ CONDUIT, 4" (HOPE SDR 11) WITH (3) Iv." (HOPE)
0:j 630-1-16-4; INNEROUCT OPEN TRENCH IN PAVEMENT 100 LF F&I 19.25 <925.00
630+30-5 1.25" FIGURE 8 HOPE INNERDUCT AERIAL CONDUIT 1000 LF F&I 13.80 <3 800.00
E
.' Page P~ 2A
'-'
~
~~:;
, PROJECT NAME: ANNUAL TRAFFIC 5IGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
~ BID PROPOSAL
~!tj FaJor
Instill
Item Number Description Qty Unit Only Unit Price Total V
~.. RODDING AND CLEANING OUT EXISTING CONDUIT
i' 63ll-3 SCH40 2000 LF F&I <0.65 <I 300.00
632-6-1-19 SIGNAL CABLE - 19 CONDUCTOR 6000 LF F&I $3.05 <18 300.00 v
~ 632-6-H SIGNAL CA8LE - 4 CONDUCTOR 2000 LF F&I $1.95 $3 900.00 v
, SIGNAL CABLE (SPAN LENGTli 0' - 250" <965.00 $4 825.00
t 632-7-1-1A 5 PI F&I v
632+ 1-1B SIGNAL CABLE (SPAN LENGTli 251' - 350" 5 PI F&I <1145.00 <5 725.00 v
632-7-1-1C SIGNAL CABLE lSPAN LENGTH 3S1' - 450" 5 PI F&I $1 43S.OO $7 175.00 v
~ 632-7-1-10 SIGNAL CABLE SPAN LENGTli 4S1' - 550'1 5 PI F&I $2 270.00 $11 350.00 v
""-',1 632.7+1E SIGNAL CABLE SPAN LENGTli 551' - 650" 5 PI F&I <3 200.00 16 000.00 v
632+1-1F SIGNAL CABLE SPAN LENGTli 651' - 750" 5 PI F&I <3 450.00 17250.00 v
632+1-1G SIGNAL CABLE (SPAN LENGTH 751' - Grealer\ 5 PI F&I $4 050.00 20 250.00 v
I 632-7-1-4 PEDESTRIAN SIGNAL CABLE - 4 CONDUCTOR 100 PI F&I $900.00 $90 000.00 v
632-7+7 PEDESTRIAN SIGNAL CABLE - 7 CONDUCTOR 100 PI F&I <I OBS.oo <lOB 500.00 v
633-111-12 FIBER OPTIC CABLE FSM' 12<OUNT AERIALl 1200 LF F&I <2.93 <3 516.00
I 633-111-24 FIBER OPTIC CABlE IFSM' 2'KOUNT AERIAL 25000 LF F&I $3.07 <76 750.00
633-111-48 FIBER OPTIC CABLE lFSM1 'l8-COUNT AERIAL 25000 LF F&I $3.32 $83 000.00
633-111.96 FIBER OPTIC CABLE. IFSM\ 96-COUNT (AERIAL 2SOOO LF F&I U9S $98 750.00
FIBER OPTIC CABLE, (FSM) 12<OUNT $1.53 <18360.00
I 633-121-12 UNDERGROUND1 12000 LF F&I
FIBER OPTIC CABLE, (FSM) 24-COUNT <1.69 <42 250.00
633-121-24 UNDERGROUND1 25000 LF F&I
FIBER OPTIC CABLE, (FSM) 'l8<OUNT <1.90 H7 500.00
~ 633-12H8 UNDERGROUND1 25000 LF F&I
FIBER OPTIC CABLE, (FSM) 96-COUNT <65 250.00
633-121-96 UNDERGROUND' 25000 LF F&I <2.61
FIBER OPTIC CABLE, 12-COUNT (AERIAL), INSTALL
~ 633-311-12 ONLY 6000 LF I $0.93 $5 580.00
'( FIBER OPTIC CABLE, 24<OUNT (AERIAL), INSTALL
633-311-24 ONLY 6000 LF I $0.93 <5 5BO.00
. FIBER OPTIC CABlE, 'l8-COUNT (AERIAL), INSTALL $0.93 <5 580.00
633-311-48 ONLY 6000 LF I
FIBER OPTIC CABLE, 96<OUNT (AERIAL), INSTALL
633-311-96 ONLY 6000 LF I $0.93 $5 580.00
I FI8ER OPTIC CABLE, I2<OUNT (UNDERGROUND),
633-321-12 INSTALL ONLY 6000 LF I $1.02 $6 120.00
FIBER OPTIC CABLE, 24-COUNT (UNDERGROUND),
633-321-24 INSTALL ONLY 6000 LF I $1.02 $6 120.00
I FIBER OPTIC CABLE, 'l8-COUNT (UNDERGROUND), $1.02 <6 120.00
633-321-48 INSTALL ONLY 6000 LF I
FIBER OPTIC CABLE, 96<OUNT (UNDERGROUND),
633-321-96 INSTALL ONLY 6000 LF I $1.02 <6 120.00
~ FIBER OPTIC CABLE, (FSM) 12-COUNT DIRECT BURY $7.80 <7 800.00
633-421-12 IN SAWCUT 1000 LF I
FIBER OPTIC CABlE, (FSM) 2'KOUNT DIRECT 8URY
633-421-24 IN SAWCUT 1000 LF I <8.04 $8 040.00
~ FIBER OPTIC CABLE, (FSM) 'l8<OUNT DIRECT BURY <8.29 $8.290.00
.<<~ 633-421-48 IN SAWCUT 1000 LF 1
i-'
633+ 12 TERMINATION 12<OUNT FIBER 50 EA F&I $1 252.88 $62644.00
633+ 18 TERMINATION 18<OUNT FIBER 5 EA F&I $1 662.38 $8 311.90
~ 633+24 TERMINATION 24<OUNT FIBER 10 EA F&I $2 033.13 <20 331.30
.A.! 633+36 TERMINATION 36<OUNT FIBER 5 EA F&I <3 066.38 <15331.90
633-7-48 TERMINATION 48-COUNT FIBER 30 EA F&I H070.25 <122 107.50
633-7-6 TERMINATION 6-COUNT FIBER 10 EA F&I $906.75 $9.067.50
~. 633-7-96 TERMINATION 96-COUNT FIBER 5 EA F&I $7 034.63 $35 173.15
., 633-9-12 SPLICE FIBER OPTIC FUSION 12<OU 50 EA F&I $1 252.88 $62 644.00
633-9-18 SPUCE FIBER OPTIC FUSION 18-COU 5 EA F&I <I 530.75 <7653.75
633-9-24 SPLICE FIBER OPTIC FUSION 24<OU 50 EA F&I <I 662.38 <83 119.00
ll!lI 633-9-36 SPUCE FIBER OPTIC FUSION 36-COU"" 5 EA F&I <2 349.75 $11 7'l8.75
tti 633-!H8 SPUCE FIBER OPTIC FUSION 'l8-COUNTJ 50 EA F&I $3017.63 $150881.50
633-9-6 SPUCE FIBER OPTIC FUSION l6-COUNTJ 5 EA F&I $1 057.88 $5.269.40
&.~ 633.9-96 SPUCE FIBER OPTIC FUSION 196-COUNTJ 4 EA F&I $5 113.88 <20455.52
t~ Page p. 3A
~
.\
jJ PROJECT NAME: ANNUAL TRAFFIC 5IGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
~ BID PROPOSAL
i~i FlIJor
:'.\
Install
Item Number Description Qty Unit Only Unit Price Total V
~ 633-9-30 SPLICE FIBER OPTIC FUSION C30-COUNTl 10 EA F&I $2 174.25 $21 742.50
633-9-54 SPLICE FIBER OPTIC FUSION (S4-cDUrm 10 EA F&I $3 553.88 $35 538.00
634-4- 104 v." SPAN WIRE ASSEMBLY FOR COMMUNICATION 25000 LF F&I $1.34 $33 500.00
~ 634-4- I 13-IA SPAN WIRE ASSEMBLY (W) (SPAN LENGTl1 0' - 250') 2 PI F&I $000.00 $1 600.00 v
. SPAN WIRE ASSEMBLY ('10") (SPAN LENGTl12SI'-
634+113-IB 350') 2 PI F&I $975.00 $I 950.00 v
~ SPAN WIRE ASSEMBLY ('10") (SPAN LENGTH 351'- $1 250.00 $2 500.00
.~ 634+113-IC 450') 2 PI F&I v
SPAN WIRE ASSEMBLY ('Ifo") (SPAN LENGTl14SI'- $I 000.00 $1 800.00
634-4-113-10 550') I PI F&I v
~ SPAN WIRE ASSEMBLY ("'") (SPAN LENGTl1 551'. $1 925.00 $1 925.00
.' 634-4-113-IE 650') I PI F&I v
SPAN WIRE ASSEMBLY (7/16") (SPAN LENGTl1 O' - $1 050.00 $1050.00
I 634-4-113-2A 250') I PI F&I v
SPAN WIRE ASSEMBLY (1/16") (SPAN LENGTl1: 251'- $1950.00 $1 950.00
634+113-2B 350') I PI F&I v
SPAN WIRE ASSEMBLY (7/16") (SPAN LENGTH: 351'- $2 250.00 $2 250.00
I 634-4-113-2C 450') I PI F&I v
SPAN WIRE ASSEMBLY (7/16") (SPAN LENGTl1: 451'- $2 950.00 $2950.00
634-4-113-20 550') I PI F&I v
SPAN WIRE ASSEMBLY (7/16") (SPAN LENGTl1: 551'. $3 250.00 $3 250.00
~. 63++113-2E 650') I PI F&I v
SPAN WIRE ASSEMBLY 3/8 HIGH YIELD (SPAN $3 225.00 $3 225.00
634-4-113-IE-HY LENGTH 551' - 650') I PI F&I v
SPAN WIRE ASSEMBLY (3/0") (SPAN LENGTl1 651' -
6 634-4- 113-IF 750') '1 PI F&I $3 100,00 $3 100.00 v
-, SPAN WIRE ASSEMBLY (7/16") (SPAN LENGTl16SI'-
634-4- 113-2F 750') I PI F&I $3 700.00 $3 700.00 v
SPAN WIRE ASSEMBLY 3/8 HIGH YIELD (SPAN $4 950.00 $4 950.00
. 634-4-113-IF-HY LENGTH 651' - 750') I PI F&I v
SPAN WIRE ASSEMBLY (3/8") (SPAN LENGTl17SI'- $3 950.00 $3 950.00
634-4- 113-IG Greater) I PI F&I v
SPAN WIRE ASSEMBLY (7/16") (SPAN LENGTH 751'- $4.200.00 $4 200.00
I 634-4- 113-2G Greater) I PI F&I v
SPAN WIRE ASSEMBLY"'" HIGH YIELD (SPAN
634-4-113-IG.HY LENGTl1 751' - Greater) I PI F&I $5925.00 $5 925.00 v
PULL BOX (30" x 48" x 24'0) HEAVY DUTY SPLIT $945.00 $75 600.00
I 635+ 15A COVERS 80 EA F&I
635-1-15B PULL BOX (17" x 30" x 12"0) HEAVY DlfTY COVERS 600 EA F&I $340.00 $204 000.00
I PULL BOX (17" x 30" x 12"D)SPECIAL-TRAFFlC LOAD $375.00 $7 SOO.OO
63S-I-ISB-S BEARING HEAVY DlfTY COVERS 20 EA F&I
PULL BOX, (17")(30")(10"0) FIBERGlASS, HEAVY DUTY
635-1-15C COVERS 100 EA F&I $430.00 $43 000.00
! PULL BOX, (17"X30"X24"D) FIBERGlASS, HEAVY DUTY
.~ 635-1-150 COVERS 25 EA F&I $520.00 $13 000.00
PULL BOX, SfAlNLESS STEEL CORROSION RESISfANf
635-1-15E - WALL MOUNT 2 EA F&I $750.00 $1 500.00 v
~ 639-1-13 ELECfRlCAL POWER SERVICE (OVERHEAD) 20 AS F&I $075.00 $17500.00 v
639-1-23 ELECTRICAL POWER SERVICE (UNDERGROUNOl 80 AS F&I $850.00 $68 000.00 v
639-2-1 ELECfRlCAL SERVICE WIRE 2000 LF F&I $1.25 $2 500.00 v
639-3-11 ELECrRICAL SERVICE DISCONNECT 20 EA F&J $200.00 $4 000.00 v
e 641-1 GUYING CONCRETE STRAIN POLES 4 EA F&J $575.00 $2 300.00 v
, 641-2'12-12 PRESTRESSED CONCRETE POLE (12' TYPE P-lI ) 30 EA F&J $651.00 $19530.00 v
i '~
641-2-15-44 PRESTRESSED CONCRETE POLE (44' TYPE P-V) 12 EA F&J $2 872.00 $34 464.00 v
I?'l 641-2-16-44 PRESTRESSED CONCRETE POLE '44' TYPE P-Vl) 12 EA F&J 53 372.00 $40 464.00 v
641-2-16-46 PRESTRESSED CONCRETE POLE (46' TYPE P-Vl) 8 EA F&J 53 409.00 $27 272.00 v
tJ 641-2-17-44 PRESTRESSED CONCRETE POLE (44' TYPE P-Vlll 8 EA F&I $3 746.00 $29 968.00 v
641-2-17-46 PRESTRESSED CONCRETE POLE (46' TYPE P-VlIl 4 EA F&I $3 935.00 $15740.00 v
~ Page P.4A
1\1
.{..\
~
r; PROJECT NAME: ANNUAL TRAFFIC 5IGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
~ BID PROPOSAL
',- FaJor
Install
Item Number Description Qty Unit Only Unit Price To,,". y
~ PRESTRESSED CONCRm POLE (SO' TYPE P-VIll 54063.00 516252.00
. 541-2-17-50 4 EA F&.I V
'S 54 810.00 <19240.00
541-2-19-70 PRESTRESSED CONCRm POLE 170' UTILITY TYPE) 4 EA F&.I V
m PRESTRESSED CONCRm POLE (INSTALL ONLY - V, $1 975.00 $79 000.00
541,2-30 VI VII OR vlln 40 EA I V
PRESTRESSED CONCRm POLE (70' UTILITY
541-2-30-70 TYPE)(INSTALL ONLY) 4 EA I <2 500.00 $10 000.00 V
~ 543-1 GUMNG WOOD POLE 4 EA F&.I 5550.00 52 200.00 V
543-145 WOOD STAAIN 45' POlE 8 EA F&.I 5890.00 57 120.00 V
543-150 WOOD STRAIN 50' POlES 10 EA F&.I S1 000.00 $10 000.00 V
543-155 WOOD STAAIN 55' POLE 16 EA F&.I $1100.00 $17600.00 V
~ 543-300 WOOD STRAIN POLE ( INSTALL ONLY) 4 EA I 5675.00 52 700.00 V
"'.-
549-31-101 MAST ARM ASSY 01-51 36' 4 EA F&.I $16 565.00 $66 260.00 V
549-31-102 MAST ARM ASsr 03-5246' 4 EA F&.I $19650.00 $78 600.00 V
I 549-31-103 MAST ARM ASS'! OS-53 60' 4 EA F&.I 527 725.00 110 900.00 V
549-31-104 MAST ARM ASS'! D6-S4 TCY 6" 6 EA F&.I 533 290.00 199 740.00 V
549-31-105 MAST ARM ASS'! 07-56 78' 4 EA F&.I <33 485.00 $133 940.00 V
549-33-000-0 MAST ARM ARM ONLYl!NSTALL ONLY 4 EA 1 $550.00 $2 200.00 V
I 549-33-000-05 MAST ARM ARM &UPRI~ INSTAll ONLY 4 EA I <850.00 $3 400.00 V
549-33-000-S MAST ARM UPRIGHT ONLY INSTAll ONLY 4 EA I <550.00 52 200.00 V
549-33-101 MAST ARM ASsr 01-5136' INST ONLY 2 EA I <5 500.00 511 000.00 V
549-33-102 MAST ARM ASS'! 03-52 46' INST ONLY 2 EA I $6 200.00 $12400.00 V
! 549-33-104 MAST ARM ASS'! D6-S4 TCY 6" INST ONLY 2 EA I $8.650.00 $17300.00 V
MAKE AVAIlABLE A 21-FT LOW PROALE AUGER
549-4 TRUCK FOR DRill SHAFT FOUNDATION 12 PI F <1.00 $12.00 V
m TRAFAC SIGNAL HEAD ALUMINUM (I-SEmON, 1- 5350.00 $7 000.00
650-51-111 WAY) 20 AS F&.I V
TRAFFIC SIGNAL HEAD UGHT WEIGHT (I-SEmON, 1- $350.00 $1 400.00
650-51-112 WAY) 4 AS F&.I V
. TRAfAC SIGNAL HEAD ALUMINUM (I-SEmON, 2- 5625.00
650-51-121 WAY) 4 AS F&.I $2 500.00 V
TRAFFIC SIGNAL HEAD UGHT WEIGHT (I-SEmON, 2-
650-51-122 WAY) 4 AS F&I $625.00 $2 500.00 V
.~ TRAFFIC SIGNAL HEAD ALUMINUM (I-SEmON, 3- $800.00 53 200.00
650-51-131 WAY) 4 AS F&I V
TRAFAC SIGNAL HEAD UGHT WEIGHT (I-SEmON, 3-
6So-S1-132 WAY) 4 AS F&.I $800.00 $3 200.00 V
I TRAFAC SIGNAL HEAD ALUMINUM (I-SEmON, 4-
650-51-141 WAY' 4 AS F&I $900.00 <3 600.00 V
TRAFAC SIGNAL HEAD UGHT WEIGHT (!-SEmON, 4-
650-51-142 WAY) 4 AS F&.I $900.00 $3 600.00 V
~ TRAfAC SIGNAL HEAD ALUMINUM (3-SEmON, I-
!J 650-51-311 WAY) 400 AS F&I $700.00 5280 000.00 V
TRAFAC SIGNAL HEAD UGHT WEIGHT (3-SEmON, 1-
650-51-312 WAY) 20 AS F&.I <700.00 S14ooo.00 V
~ TRAFAC SIGNAL HEAD ALUMINUM (3-SEmON, 2- <975.00
;\1 650-51-321 WAY) 20 AS F&.I $19500.00 V
TRAFAC SIGNAL HEAD UGHT WEIGHT (3-SEmDN, 2- 5975.00
650-51-322 WAY! 2 AS F&.I S1 950.00 V
~ TRAFAC SIGNAL HEAD ALUMINUM (3'SEmDN, 3-
.. 650-51-331 WAY\ 2 AS F&I $1 300.00 <2 600.00 V
TRAFAC SIGNAL HEAD UGHT WEIGHT (3-SEmON, 3-
650-51-332 WAY) 2 AS F&.I <I 240.00 <2 480.00 V
F
:~ TRAFAC SIGNAL HEAD ALUMINUM (3-SEmON, 4-
ili 650-51-341 WAY) 2 AS F&.I $1 800.00 $3 600.00 V
TRAFFIC SIGNAL HEAD UGHT WEIGHT (3.SEmON, 4-
," 650-51-342 WAY) 4 AS F&I $1 720.00 <6 880.00 V
t1 TRAfFIC SIGNAL HEAD ALUMINUM (4-SEmON, 1-
'~ 650-51-411 WAY) 20 AS F&.I $870.00 S17 400.00 V
r
\~ Page p. 5A
~
~j PROJECT NAME: ANNUAL TRAFFIC SIGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
BID PROPOSAL
~ FlU or
".'
Instill
Item Number Description Qty Unit Only Unit Price Total V
~ TRAFFIC SIGNAL HEAD UGHT WEIGHT (4-SECTION, 1- '850.00 <I 700.00
650.51-412 WAY' 2 AS F&I .;
TRAFFIC SIGNAL HEAD ALUMINUM (5-SECTION, 1- SIIOO.OO <110000.00
I 650-51-511 WAY' 100 AS F&I .;
TRAFFIC SIGNAL HEAD UGHT WEIGHT (5-SECTION, 1- SI 050.00 S21 000.00
650-51-512 WAY) 20 AS F&I .;
I TRAFFIC SIGNAL HEAD ALUMINUM (I-SECTlON, 1- S9O.00 <180.00
650-53-111 WAY' INSTALL ONLY 2 AS I .;
TRAFFIC SIGNAL HEAD UGHT WEIGHT (I-SECTION, 1- S90.00 SI80.00
650-53-112 WAY' INSTALL ONLY 2 AS I .;
~ TRAFFIC SIGNAL HEAD ALUMINUM (3-SECTION, 1- <150.00 '300.00
650-53-311 WAY) INSTALL ONLY 2 AS I .;
TRAFFIC SIGNAL HEAD UGHT WEIGHT (3-SECTION, 1-
650-53-312 WAY) INSTALL ONLY 2 AS I <150.00 '300.00 .;
I TRAFFIC SIGNAL HEAD ALUMINUM (3-SECTION, 2- S2S0.00 $500.00
650-53-321 WAYlINSTALLONLY 2 AS I .;
TRAFFIC SIGNAL HEAD UGHT WEIGHT (3-SECTION, 2- S250.00 S500.00
I 650-53-322 WAY' INSTALL ONLY 2 AS 1 .;
TRAFFIC SIGNAL HEAD ALUMINUM (+SECTION, 1- '175.00 '350.00
650-53-411 WAY' INSTALL ONLY 2 AS I .;
TRAFFIC SIGNAL HEAD UGHT WEIGHT (+SECTION, I. <350.00
~ 650-53-412 WAY) INSTALL ONLY 2 AS I SI7S.00 .;
.... TRAFFIC SIGNAL HEAD ALUMINUM (S-SECTION, 1-
650-53-511 WAY' INSTALL ONLY 16 AS I S22S.00 S3 600.00 .;
TRAFFIC SIGNAL HEAD UGHT WEIGHT (5-SECTION, 1- S225.00 '900.00
~ 650-53-512 WAYlINSTALLONLY 4 AS 1 .;
~,
~ PEDESTRIAN SIGNAL - COUNT DOWN (I-WAY)
653-191 ALUMINUM 200 EA F&I <720.00 <144 000.00 .;
, PEDESfRlAN SIGNAL - COUNT DOWN (2-WAY) <I 350.00 S135000.00
653-192 ALUMINUM 100 EA F&I .;
659-101 SIGNAL HEAD AUX. SACK PlATES 3-SECTION) 20 EA F&I S70.00 SI400.00 .;
659-102 SIGNAL HEAD AUX. 8AQ( PlATES 4-SECTlON' 10 EA F&I <95.00 <950.00 .;
I 659-103 SIGNAL HEAD AUX. D15CONNECf HANGER' 12 EA F&I S295.00 53 540.00 .;
659-107 SIGNAL HEAD AUX. (ALUMINUM PEDESTAL' 200 EA F&I S750.00 5150000.00 .;
659-111 SIGNAL HEAD AUX. (SACK PLATES I-SECTION) 4 EA F&I '70.00 '280.00 .;
659-118 SIGNAL HEAD AUX. (8AQ( PLATES S-SECTlONl 12 EA F&I '135.00 <I 620.00 .;
I SIGNAL HEAD AUX. LED MODULE GREEN (FURNISH & '118.00 '4 720.00
659-120-1 INSTALL' 40 EA F&I .;
ISIGNAL HtAU AUX. LED MUUULI: RED (FURNISH&:- S8S.00 '3 400.00
659-120-2 INSTALL) 40 EA F&I .;
I SIGNAL HEAD AUX. LED MODULE YELLOW (FURNISH <108.00 '4 320.00
659-120-3 & INSTALLl 40 EA F&I .;
SIGNAL HEAD AUX. LED MODULE GREEN ARROW
I 659-120-4 "FURNISH & INSTALL' 20 EA F&I S95.00 <I 900.00 .;
SIGNAL HEAD AUX. LED MODULE RED ARROW
659-120-5 "FURNISH & INSTALLl 20 EA F&I '65.00 <I 300.00 .;
SIGNAL HEAD AUX. LED MODULE YELLOW ARROW
I 659-120-6 IIFURNISH & INSTALLl 20 EA F&I S68.00 <I 360.00 .;
MAST ARM SIGNAL HANGER ( I-WAY) (FURNISH &
659-121-1 INSTALL' 10 EA F&I SI90.00 SI 900.00 .;
~ MAST ARM SIGNAL HANGER ( 2.WAY) (FURNISH &
.. 659-121-2 INSTALLl 10 EA F&I S350.00 53 500.00 .;
') MAST ARM SIGNAL HANGER ( 3.WAY) (FURNISH &
659-121-3 INSTALL' 2 EA F&I S500.00 S I 000.00 .;
f;,: MAST A,~ SIGNAL HANGER ( +WAY) (FURNISH & '600.00 <I 200.00
~'I 659-121-4 INSTALL 2 EA F&I .;
~' SIGNAL HEAD AUX. ~~D MODULE FOR (I) SIGNAL
659-320-1 FAa: (INSTALL ONLY 10 EA I S30.00 5300.00 .;
~ Page p. 6A
~., .
.,.\;J
I PROJECT NAME: ANNUAL TRAFFIC SIGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
i BID PROPOSAL
Fa.Ior
Install
Item Number Description Qty Unit Only Unit Price Tobll V
["1
tJ SIGNAL HEAD AUX. LED MODULES FOR (2) SIGNAL
liJ 659-320-2 FACES IlNSTALL ONLY) 140 EA I $60.00 $8400.00 0/
SIGNAL HEAD AUX. LED MODULES FOR (3) SIGNAL $90.00 $900.00
~9 659-320-3 FACES !INSTALL ONLY) 10 EA I 0/
Y SIGNAL HEAD AUX. LED MODULES FOR (4) SIGNAL $120.00 $1 200.00
659-320-4 FACES (INSTALL ONLY' 10 EA I 0/
I SIGNAl HEAD AUX. LED MODULES FOR (5) SIGNAL $1 500.00
659-320-5 FACES !INSTALL ONLY) 10 EA I $150.00 0/
DETEcrOR AMPUAER (2- CHANNEL, TS-2, RACK
660-1-0 MOUNTED (FURNISH & INSTALL) 40 EA F&l $210.00 $8 400.00 0/
m DmcroR AMPUAER (1- CHANNEL, TS-I, SHELF $125.00 $500.00
660-1-1 MOUNTED (FURNISH & INSTAlL) 4 EA F&l 0/
66O-2-I02-A LODP ASSEMBLY 6' x Variable Width ( TYPE B - F&l
I ADVANCE) - DAY TIME 5:00A.M. - 7:00P.M. 4 EA $625.00 $2 500.00
660-2-102 LOOP ASSEMBLY 6'x6' (TYPE B) (FURNISH & F&l
INSTAlL) - DAY TIME 5:00A.M. - 7:00P.M. 40 EA $440.00 $17600.00
66O-2-I06-A LOOP ASSEMBLY (TYPE F - 26' ) - DAY TIME 5:00A.M. F&l
I 7:00P.M. 240 EA $670.00 $160 800.00
660-2-106-B-DY LOOP ASSEMBLY (TYPE F - 46' ) - DAY TIME 5:00A.M. F&l
7:00P.M. 100 EA $730.00 $73 000.00
665-11 PEDESTRIAN DmcroR (PUSH BllTTON) 300 EA F&l $105.00 $31 500.00 0/
~ PEDESTRIAN DmcroR Wrni POST (CONCRETE
;y 665-12 MONUMENT) 20 EA F&l $400.00 $8.000.00 0/
668-33 NAZfEC CABINET (lYPE KIIDETECfOR CABIN"" 2 EA F&l $10250.00 $20 500.00 0/
~ NAZfEC CABINET (TYPE M) WITH AIR CONDmONING $1 550.00 $3 100.00
668-34 INSTAlL ONL YI 2 EA I 0/
..
FlASHING BEACON CONTROLLER ASSEMBLY,
670+3 INSTALL ONLY 10 EA I $625.00 <6 250.00 0/
, TRAFFIC CONTROLLER ASSEMBLY (TYPE 5) AS PER
670-5-110 NAZTEC 4 AS F&l $21 550.00 $86 200.00 0/
TRAFFIC CONTROLLER ASSEMBLY (TYPE 6) AS PER $26875.00 $107500.00
I 670-5-11o-A NAzrEC 4 AS F&l 0/
TRAFAC CONTROLLER ASSEMBLY (TYPE 5 - INSTALL
670-5-310 ONLY] 80 AS I $1 850.00 $148 000.00 0/
TRAFFIC CONTROLLER ASSEMBLY (TYPE 6 -INSTALL $1 850.00 <18 500.00
I 670-5-3IO-XA ONLY) 10 AS I 0/
676-110-61 HUB SITE CABINET 24" W/CONCRm BASE 2 EA F&l <5 000.00 $10000.00 0/
676-110-62 HUB SITE CABINET 48" W/CONCRETE BASE 4 EA F&l $7625.00 $30 500.00 0/
676-210-61 HUB SITE CABINET 24" FURNISH ONLY 10 EA F $J 600.00 $36 000.00 0/
~ 676-210-62 HUB SITE CABINET 48" FURNISH ONLY 4 EA F $4.950.00 <19800.00 0/
-.(:, 677-10 BASE MOUNT CABINET (FOUNDATION! 3' X 3' 2 EA F&l $1 350.00 $2 700.00 0/
., 677-11 BASE MOUNT CABINET (FOUNDATION) 3' X 5' 2 EA F&l $1 500.00 $3 000.00 0/
~ PATCH CABLE, ST:ST ABER OPTIC SM, DUAL 2IP, 2m $33.15 $1657.50
681-200 CERAMIC 50 EA F
...
.", PATCH CABLE, ST:MTRJ ABER OPTIC 5M, DUAL 2IP,
681-201 2m CERAMIC 50 EA F $43.14 $2 157.00
~. PATCH CABLE, ST:LC FIBER OPTIC SM, DUAl2IP, 2m
681-203 CERAMIC 50 EA F $36.08 $1 804.00
PATCH CABLE, ST:ST ABER OPTIC SM, DUAL 2IP. 1m
681-204 CERAMIC 50 EA F S31.44 SI 572.00
B PATCH CABLE, ST:M11U FIBER OPTIC SM, DUAL 2IP,
"r, $41.93 $2 096.50
>,J: 681-205 1m CERAMIC 50 EA F
PATCH CABLE, ST:LC ABER OPTIC SM, DUAL 2IP, 1m $34.61
~ 681-207 CERAMIC 50 EA F <I 730.50
f~~\ PATCH CABLE, ST:ST ABER OPTIC SM, 1 FI8ER, 2m
681-208 CERAMIC SO EA F $22.91 $1.145.50
m Page P.7A
U
~.~
, '~
'.J PROJECT NAME: ANNUAL TRAFFIC 5IGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
f-., i BID PROPOSAL
~~t
. ~M
Install
Item Number Description Qty Unit Only Unit Price Total y
f:} PATCH CABLE, ST:ST FIBER OPTIC SM, I FIBER, 1m .. _
"" 681-209 CERAMIC SO EA F <21.94 <1097.00
~l 681.210 COPPER PATCH CABLE CAT SE 568A I M GRAY $TO 20 EA F '1.76 <35.20
~ COPPER PATCH CABLE, CAT SE, S68B, I M, YELLOW, . _ ._
681-211 CROSS-oVER 100 EA F <3.51 <351.00
685-165 PTZ CAMERA VlCON COMPLETE 10 EA F <4860.38 <48 603.BO
I1l\ 685-173 DIGITAL VIDEO ENCODER 40 EA F <2525.25 <101010.00
(\:1 RSG2100 INDUSTRIALLY HARDENED ETHERNET
. 685-261 SWITCH (FURNISH ONLY) 2 EA F <6678.75 t13357.50
RS900 9-PORT ETHERNET SWITCH wrT1i 2 FIBER
.~l- 685-262-2 PORTS 10 EA F 'I 291.88 <12 918.80
~ RS900 9-PORT ETHERNET SWITCH WITH 3 FIBER
685-262-3 PORTS 10 EA F 'I 486.811 <14868.80
690-10 REMOVE TRAFFIC SIGNAL HEAD ASSEMBLY 200 EA R <45.00 <9000.00 V
I 690-100 REMOVE MISCELlANEOUS SIGNAL EOlJIPMENT 60 HR R <85.00 <5 100.00 V
690-15 REMOVE INTERNALY ILLUMINATED SIGN 10 EA R <50.00 <500.00 V
690-20 REMOVE PEDESTRIAN SIGNAl ASSEMBLY 100 EA R <45.00 <4500.00 V
I 690-200 TREE / BUSH TRIMMING AND REMOVAL ISO HR R '151.13 22669.50 V
~ 690-31 REMOVE SIGNAL PEDESTAL 40 EA R t125.00 <5000.00 V
POLE REMOVAL (UP TO 10 FEET DEEP) CONCRETE ._
690-33-1 POLE 20 EA R <1550.00 531000.00 V
Q REMOVAL MAST ARM (UPRIGHT AND FONDA110N
[i 690-33-2 COMPLETE' I EA R <I 550.00 tI 5S0.00 V
690-33-3 REMOVE POLE WOOD 6 EA R <225.00 <1350.00 V
~.... 690-]4-2 REMOVAL MAST ARM (UPRIGHT AND ARM) I EA R '650.00 <650.00 V
} 690-3+2A REMOVAL MAST ARM (ARM ONLY) I EA R <300.00 <300.00 V
, 690-3+2B REMOVE MAST ARM IUPRIGHT) I EA R <350.00 <350.00 V
690-40 REMOVE POWER SERVICE 10 EA R <75.00 <750.00 V
"690-50 REMOVE CONTROLLER ASSEMBLY 10 EA R <400.00 <4000.00 V
If 690-55 REMOVE PERMANENT MOUNTED SIGNS IVMS) I EA R <400.00 <<00.00 V
. 690-60 REMOVE VEHICLE DETECTOR ASSEMBLY 4 EA R <15.00 <60.00 V
690-70 REMOVE PEDESTRIAN DETECTOR ASSEMBLY 40 EA R <20.00 <BOO.OO V
~ 690-80 REMOVE SPAN WIRE ASSEMBLY 20 PI R <550.00 <II 000.00 V
Iii 690-90 REMOVE CABUNG AND CONDUIT 500 LF R <2.00 <I 000.00 V
REMOVE EXISTING SIGNAl INTERCONNECT CABLE
690-91 AERIAL IINCLUDING SPANWIRE) 2000 LF R <0.66 <1320.00
iii 690-92 REMOVE CABLE UNDERGROUND 15000 LF R <0.5B <8700.00
I 690-93 REMOVE SMALL PULL BOX 10 EA R <66.00 <660.00
690-94 REMOVE lARGE PULL BOX 10 EA R <110.00 t1100.00
. 699+1 A INTERNALLY ILLUMINATED SIGN 16" 20 EA F&I <1750.00 <35000.00 V
I 699-1-18 INTERNALLYlLLUMINATED SIGN 16'\1NSTALL ONLY 40 EA I '325.00 <13 000.00 V
699-1-1 C INTERNALLY ILLUMINATED SIGN '8'\ 20 EA F&I <I 850.00 <37000.00 V
~ 699-1-1 0 INTERNALLY ILLUMINATED SIGN (8'lINSTALL ONLY 20 EA I <325.00 <6500.00 V
"' 700-89-2 LED BlANK-<xJr SIGN 130" X 30"\ 2 EA F&I <3000.00 <6000.00 V
700-89-3 FIBER OPTIC BLANK-<xJr SIGN 130" X 30'" 6 EA F&I <2800.00 <16800.00 V
il.,r REMOVE PAVEMENT MARKINGS (PAINT) HYDROBlAST
~\ 710-11 SOFT 40 SF R <10.00 <<00.00
REMOVE PAVEMENT MARKINGS (THERMOPlASTIC)
_. 711-7 HYDROBLAST SOFT 80 SF R <10.00 <800.00
J} 715-1-12 CONDUCTOR INo. 8 to No.6' 200 Lf F&I <2.S0 <500.00 V
"'- 715-1-13 CONDUCTOR INo. 4 to No.2' 100 Lf F&I <4.00 <400.00 V
715-5-111 A' WMINAlRE & BRACKET ARM ALUMINUM 8" 80 EA F&I <810.00 <64 800.00 V
1.'1' LUMlNAlRE & BRACKET ARM ALUMINUM (12'
~)\ 715-S-11IB\ w/36"rlse' 40 EA F&I <855.00 <34200.00 V
, WMINAlRE & BRACKET ARM ALUMINUM (IS'
715'S-11(C) w/36"rlse) 20 EA F&I <875.00 <17500.00 V
~f
~ ~~~M
~ PROJECT NAME: ANNUAL TRAFFIC SIGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
~ BID PROPOSAL
~:~( Falor
Jnstall
Item Number Description Qty Unit Only Unit Price Total ...;
W' 715-5-50 LUMINAlRE & 8RACKEf ARM - REMOVE 10 EA R <90.00 <900.00 ..j
~'l 786-1-11 MICROWAVE VEHICLE DEfECTION SYSTEM 10 EA F&I <850.00 $8 500.00 ..j
VIDEO IMAG~ DETECTION 1 - CAMERA SYSTEM <10212.00
~ 786-1-12-11 'AUTOSCOPE 2 EA F&I $20 424.00 ..j
,1.!,
, VIDEO ~~AGE DETECTION 1 - CAMERA SYSTEM
786-1-12-12 'rrERIS 2 EA F&I <9910.00 $19820.00 ..j
VIDEO IMAGE DETECTION 4 - CAMERA SYSTEM
~ ' AUTOSCOPEl $27 605.00 5165 630.00
;." 786-1-12-41 6 EA F&I ..j
,.
i VIDEO IMAGE DETECTlON 4 - CAMERA SYSTEM
786-1-12-42 'rrERIS\ 6 EA F&I <22 650.00 $135900.00 ..j
Ii MICROWAVE VEHICLE DETECTION SYSTEM (FURNISH <500.00
" 786-1-31 ONLY; 4 EA F $2 000.00 ..j
,
VIDEO IMAc;,; DETECTION 1 . CAMERA SYSTEM
786-1-32-11 Al1TOSCOPE 2 EA I <I 400.00 $2 800.00 ..j
I VIDEO IMAGE DETECTION 1 - CAMERA SYSTEM
786-1-32-12 fTERlSl 2 EA I <1400.00 $2 800.00 ..j
VIDEO [MA~; DETECTION 4 - CAMERA SYSTEM
786-1-32-41 AlITOSCOPE 2 EA 1 <4 500.00 <9.000.00 v
, VIDEO IMAGE DETECTION 4 - CAMERA SYSTEM
786+32-42 rrERISl 2 EA I <4.500.00 $9 000.00 v
I 788-1-2 8I-DIRECTIONAL CONTACT CLOSURE TRANSCEIVER 8 PI F $1170.00 $9,360.00 v
TOTAL BASE BID ... ... ... ***.... $6,900,557.07 ..
W
'1
j
I
I
I
~
..'
~~~
1!ft>
00
~
.~
r
J
....
bl Page p. 9A
,
~
j~ PROJECT NAME: ANNUAL TRAFFIC SIGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
~a BID PROPOSAL
i}: F&J
FORI
{d: Item Number Description Qty Unit Only Unit Price Total ..;
CONTINGENT ITEM5
~: 633-221-12 FIBER OPTIC CABlE 12-COUNT FURNISH ONLY 500 LF F <0.46 U30.OO
'~ <0.60 <300.00
" ~ 633-221-24 FIBER OPTIC CABlE - 24 COUNT-FURNISH ONLY 500 LF F
~ 633-221-48 FIBER OPTIC CABLE - 48 COUNT-FURNISH ONLY 500 LF F <0.80 $400.00
,- <1.50
.,...! FI8ER OPTIC CABLE 96-COUNT FURNISH ONLY 500 LF F $750.00
633-221-96
SPAN WIRE ASSEMBlY 'Ia" HIGH YIELD (SPAN <I 500.00 51500.00
I 634-4-I13-IA-HY LENGTH 0' - 250'\ 1 PI F&I v
SPAN WIRE ASSEM8L Y 'Ia" HIGH YIELD (SPAN <I 850.00 $1 850.00
634+ 113-lB-HY LENGTH 251' - 350'\ I PI F&I v
I SPAN WIRE ASSEMBLY 'Ia" HIGH YIELD (SPAN <2 250.00 $2 250.00
634-4-113-IC-HY LENGTH 351' - 450'\ I PI F&I v
SPAN WIRE ASSE~~L Y 'Ia" HIGH YIELD (SPAN
634-4-113-10-HY LENGTH 4S1' - 550' I PI F&I <2 650.00 $2 650.00 v
I SPAN WIRE ASSEMBLY (y,") (SPAN LENGTH 0' - <2 400.00 $2 400.00
634-4-113-3A 250'} I PI F&I v
SPAN WIRE ASSE~,~LY ('h" OR IJ\RGER) (SPAN
634-4-113-3B LENGTH 251' - 350' I PI F&I <2 975.00 $2 975.00 v
~ SPAN WIRE ASSEMBLY ('h" OR IJ\RGER) (SPAN
Ir <3 650.00
.' 634-4-113-3C LENGTH 351' - 450" I PI F&I $3 650.00 v
'",
SPAN WIRE ASSEMBLY (W' OR IJ\RGER) (SPAN <4 250.00
634-4-113-30 LENGTH 451' - S50'\ I PI F&I $4 250.00 v
~
.iI, SPAN WIRE ASSEMBLY ('h" OR lARGER) (SPAN
',r!
t', LENGTH 551' - 650" PI F&I <5 200.00 <5 200.00 v
634-4-113-3E I
SPAN WIRE ASSEMBLY ('h" OR lARGER) (SPAN <7 920.00 <7 920.00
. 634-4-113- 3F LENGTH 6SI' - 750'} I PI F&I v
SPAN WIRE ASSEMBLY ('I>" OR IJ\RGER) (SPAN <9480.00 <9 480.00
634-4-113-3G LENGTH 751' - Greater' I PI F&I v
641-2-15-40 PRESTRESSED CONCRETE POLE {4O' TYPE P'Yl 1 EA F&I <2 832.00 $2 832.00 v
I 641-2-18-50 PRESTRESSED CONCRETE POLE {50' TYPE P-Yllll 1 EA F&I <4 600.00 $4.600.00 v
PRESTRESSED CONCRm POLE (52' TYPE P- <6 721.00
I 641-2-19-52 CUSTOM DESIGN' I EA F&I $6721.00 v
PRESTRESSED ~NCRm POLE (54' TYPE P- <6805.00
641-2-19-54 CUSTOM DESIGN I EA F&I $6 805.00 v
PRESTRESSED CONCRm POLE (56' TYPE P- <6 885.00
~ 641-2-19-56 CUSTOM DESIGN' 1 EA F&I $6 885.00 v
649-1-14 STEEL STRAIN POLE (TYPE PS-V1l\ I EA F&I <28 000.00 U8 000.00 v
649.i-15 STEEL STRAIN POLE rrYPE PS-YIll I EA F&I <29 100.00 $29 100.00 v
i 649-1-16 STEEL STRAIN POLE rrYPE PS- IX} I EA F&I 32 200.00 $32 200.00 v
649-1-17 STEEL STRAIN POLEITYPE PS- X' I EA F&I 34 300.00 34 300.00 v
649-1-19 STEEL STRAIN POLE CUSTOM' I EA F&I 43 700.00 43 700.00 v
649-31-106 MAST ARM ASSY 01-52136' W'LUM 2 EA F&I <22 950.00 4S 900.00 v
~ 649.31-107 MAST ARM ASSt D3-S22 46' wn UM 2 EA F&I <28 300.00 $56 600.00 v
649-31-108 MAST ARM ASSY D5-S23 60' WILUM 2 EA F&I <36 6S0.OO 73 300.00 v
649.31-109 MAST ARM ASSY 06-S24 70' 6" W/i'UM 2 EA F&I <43 800.00 87 600.00 v
649-31-110 MAST ARM ASSt 01-01 OBl36'+36' 1 EA F&I <28 7S0.OO 28 750.00 v
I 649-31-111 MAST ARM ASSt 03-01 OBL 36'+46' I EA F&I <31400.00 31400.00 v
649-:H-1I2 MAST ARM ASSt 05-02 OBL 36'+ 60' I EA F&I <42 550.00 $42 550.00 v
649-31-113 MAST ARM ASSY OBL D6-D2 70'6"+36' I EA F&I <49 550.00 $49 550.00 v
649-31-114 MAST ARM ASSt DBL 04-04 46'+46' I EA F&I 40 200.00 $40 200.00 v
~\ 649-31-115 MAST ARM ASSY OBL 05-04 60'+46' I EA F&I 46 450.00 46 450.00 v
649-31-116 MAST ARM ASSY DBL 05-04 70'6"+46' I EA F&I 50 450.00 50 450.00 v
" 649-31-117 MAST ARM ASSY DBL 05.05 60'+60' I EA F&I <51 600.00 51600.00 v
649-31-118 MAST ARM ASSY DBL 06-05 70'6"+60' I EA F&I <53 400.00 <53 400.00 v
~ Page P-IOA
ffi'
~f'~'
f.; PROJECT NAME: ANNUAL TRAFFIC 5IGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
~ BID PROPOSAL
:.-~,
" FlU
FORI
Item Number Description Qty Unit Only Unit Price Total V
~; 649-31-119 MAST ARM ASSf DBl 06-06 70'6"+70'6" I EA F&I S5B 500.00 S58 500.00 v
;,:1 649-3 1-199-0 1 MAST ARM AS5Y 01-01 DBL 36'+36' WllUM 1 EA F&I $33 600.00 $33 600.00 v'
649-31-199-02 MAST ARM ASSf 03-01 DBl 46'+36' W/lUM 1 EA F&I $37 500.00 $37 500.00 v
~' 649-31-\99-03 MAST ARM ASSY 04-04 DBl 46' +46' W UM 1 EA F&l <43 850.00 $43850.00 v'
~ 649-31-199-04 MAST ARM ASSY 05-02 OBL 60'+36' W WM 1 EA F&I S45 600.00 S45 600.00 v
f'l 649-31-199-05 MAST ARM ASSf 05-05 OBl 60'+60' W UM 1 EA F&l 55 950.00 $55 950.00 v'
649-31-\99-06 MAST ARM ASSY D6-D2 DBl 70'6" + 36' W/lUM 1 EA F&I 52 750.00 S52 750.00 v'
~i 649-31-\99-07 MAST ARM ASSf 06-04 DBL 70'6"+ 46' W/lUM 1 EA F&1 54 950.00 S54 950.00 v'
~~ 649-31-\ 99-Q8 MAST ARM ASSY 06-05 OBL 70'6" + 60' W/lUM 1 EA F&I S60 750.00 S60 750.00 v
649-31-199-09 MAST ARM ASSY 07-02 SPEC 1 EA F&l $49 400.00 $49400.00 v'
649-31-\99-10 MAST ARM ASSf 07-04 SPEC 1 EA F&I <56 250.00 $56 250.00 v
~ 649-31-199-11 MAST ARM ASSf 07-05 SPEC 1 EA F&l <50 100.00 $60.100.00 v'
i:i 649-31-199-12 MAST ARM ASSf 07-06 SPEC 1 EA F&I S62 700.00 S62 700.00 v
649-3 1-199-13 MAST ARM ASSf 07-02 SPEC WitUM 1 EA F&l S56 000.00 $56 000.00 v'
I 649-31-199-14 MAST ARM ASSf 07-04 SPEC W WM 1 EA F&l <5B 925.00 $5B 925.00 v'
649-31-199-15 MAST ARM ASSY07-0S SPEC W WM 1 EA F&1 <62 700.00 $62.700.00 v'
649-31-199-16 MAST ARM ASSf 07-06 SPEC W/lUM 1 EA F&I S65 600.00 S65 600.00 v'
649-31-199-17 MAST ARM ASSY > 78' SPEC 1 EA F&l S51 950.00 $51 950.00 v'
I 649-31-199-19 MAST ARM ASSf >7B' SPEC WllUM 1 EA F&I 57 550.00 57 550.00 v
649-32-101 MAST ARM ASSY 01-51: 36' fURNISH ONLY 1 EA F 15 300.00 15 300.00 V
649-32-102 MAST ARM ASSf 03-52: 46' fURNISH ONLY 1 EA F lB 600.00 1B 600.00 v
649-32-103 MAST ARM ASSf 05-53 60' fURNISH ONLY 1 EA F $25 375.00 $25 375.00 V
~) 649-32-104 MAST ARM ASSf 06-54 70' 6" fURNISH ONLY 1 EA F <29 750.00 S29 750.00 V
's! 649-32-105 MAST ARM ASSf 07-56 78' fURNISH ONLY 1 EA F $30 600.00 $30 600.00 V
~\ 649-32-106 MAST ARM AS5Y 01-52136' W/LUM fURNISH ONLY 1 EA F $18675.00 $18675.00 V
649-32-107 MAST ARM ASSf 03-522 46' W/LUM FURNISH ONLY 1 EA F $240100.00 $24 400.00 V
. 649-32-108 MAST ARM ASSY 05-523 60' WitUM FURNISH ONLY I EA F $28 950.00 $28 950.00 V
MAST ARM ASSf 06-524 70' 6" W/lUM fURNISH
6'19-32-109 ONLY I EA F $35 200.00 $35200.00 V
I MAST ARM ASSf 01-01 OBl36'+36' FURNISH
6'19-32-110 ONLY 1 EA F $22950.00 $22 950.00 V
MAST ARM ASSY 03.01 OBl36'+46' fURNISH
6'19-32-111 ONLY 1 EA F <26 650.00 <26 650.00 v'
I MAST ARM ASSY 05-02 OBl36"+ 60' FURNISH
649-32-112 ONLY 1 EA F <35 100.00 $35 100.00 V
MAST ARM ASSf OBL 06-02 36'+70'6" FURNISH
649-3HI3 ONLY 1 EA F <40 350.00 $40 350.00 V
~ MAST ARM A5Sf DBL 04-04 46'+46' fURNISH
649-32-114 ONLY 1 EA F $32 200.00 S32 200.00 V
'~
MAST ARM ASSY OBl 05-04 60'+46' FURNISH
649-32-115 ONLY 1 EA F $38 500.00 $3B 500.00 v'
~ MAST ARM ASSf OBl 06-04 46'+70'6" FURNISH
4\:;, 6'19-32-116 ONLY 1 EA F $41 200.00 $41 200.00 V
MAST ARM ASSf OBl 05-05 60'+60' FURNISH
i 649-32-117 ONLY 1 EA F <42 500.00 $42 500.00 V
MAST ARM ASSf OBL 06-05 60'+70'6" fURNISH
649-32-118 ONLY 1 EA F <"" 050.00 S"" 050.00 v'
MAST ARM ASSY OBl 06-06 70'6"+70'6" FURNISH
~ 649-32-119 ONLY 1 EA F $52 300.00 52 300.00 v'
:'.~ 649-32-199-01 MAST ARM ASSf 07.02 SPEC fURNISH ONLY 1 EA F $41 850.00 141 850.00 V
649-32-199-02 MAST ARM ASSf 07-04 SPEC fURNISH ONLY 1 EA F <45 850.00 45 850.00 v'
649-32-199-03 MAST ARM ASSf 07,05 SPEC fURNISH ONLY 1 EA F S47 500.00 $47 500.00 V
~.
;'1 649-32-199-f}4 MAST ARM ASSf 07-06 SPEC fURNISH ONLY 1 EA F $50 500.00 $50 500.00 v'
.,..
.. MAST ARM ASSf 01-01 OBl36'+36' W/LUM
649-32-199-05 fURNISH ONLY 1 EA F <29 700.00 <29 700.00 V
~..
}"l Page p~ l1A
fl-;:.
~
",.'l
PROJECT NAME: ANNUAL TRAFFIC SIGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
~
"I BID PROP05AL
I Fill
"}
FORI
Item Number Description Qty Unit Only Unit Price Total V
~
,'1, MAST ARM ASSY 03-01 OBL 46'+36' W/WM
, i <32 IS0.oo <32 150.00
..';- 649-32-199-06 FURNISH ONLY 1 EA F ..;
MAST ARM ASSY 04-04 OBL 46'+46' W/LUM <36 150.00 <36 lSO.OO
m 649-32-199-07 FURNISH ONLY I EA F ..;
MAST ARM ASSY OS-02 DBL 60'+36' W/WM <3B 47S.00 <38475.00
649-32-199-08 FURNISH ONLY 1 EA F ..;
~; MAST ARM ASSY OS-OS 08L 60'+60' W/WM <46 150.00 <46 150.00
649-32-199-09 FURNISH ONLY I EA F ..;
,
MAST ARM ASSY 06-02 08L 7r:t6" + 36' W/LUM <43 750.00 <43 750.00
649-32-199-10 FURNISH ONLY I EA F ..;
i MAST ARM ASSY 06-04 OBl 7r:t6"+46' W/LUM <45600.00 <45 600.00
649-32-199-11 FURNSH ONLY 1 EA F ..;
MAST ARM ASSY 06-05 D8L 70'6" + 60' W/LUM
649-32-199-12 FURNSH ONLY 1 EA F <48850.00 <48 850.00 ..;
I MAST ARM ASSY 07-02 sPEC W/WM FURNISH <43 300.00 <43 300.00
649-32-199-13 ONLY I EA F ..;
MAST ARM ASSY 07-04 SPEC W/LUM FURNISH <44 350.00 <44 350.00
I 649-32-199-14 ONLY 1 EA F ..;
MAST ARM ASSY07-D5 SPEC W/LUM FURNISH <47 950.00 <47 950.00
649-32-199-15 ONLY I EA F ..;
MAST ARM ASSY 07-06 SPEC W/WM FURNISH <50 9SO.00 <50950.00
~ 649-32-199-16 ONLY 1 EA F ..;
h~ 649-33-103 MAST ARM ASSY 05-S3 60' INSf ONLY 11 EA I <10 000.00 <110000_00 ..;
.;;
649-33-106 MAST ARM ASSY 01-02136' W/WM INSf ONLY 1 EA I <9 375.00 <9 375.00 ..;
~ 649-33-107 MAST ARM ASSY D3-S22 46' WILUM INSf ONLY I EA [ <9825.00 <9 825.00 ..;
. 649-33-108 MAST ARM ASSY 05-S23 60' WILUM INSf ONLY 1 EA I <11 200.00 <11 200.00 ..;
649-33-109 MAST ARM ASSY 06-S24 70' 6" W/LUM INSf ONLY 1 EA I <13 525.00 <13 525.00 ..;
i 649-33-110 MAST ARM ASSY 01-51 08L 36'+36' INSf ONLY I EA [ $8 600.00 <8 600.00 ..;
<10 125.00 <10125.00
649-33-111 MAST ARM ASSY 03-01 08L 36'+46' INSf ONLY 1 EA I ..;
I 649-33-112 MAST ARM ASSY 05-02 D8L 36"+ 60' INSf ONLY I EA [ SI0875.00 <10875.00 ..;
649-33-113 MAST ARM AS5Y DBL 06-02 36'+7r:t6"INSf ONLY I EA I <13 185.00 <13 185.00 ..;
6'.
~4 649-33-114 MAST ARM ASSY OBL D4-04 46'+46' INSf ONLY I EA I <13 250.00 <13 250,00 ..;
:r~
649-33-115 MAST ARM ASSY OBL DS-04 6O'+46'INSf ONLY I EA I <13300.00 <13 300.00 ..;
~'
~':)
.l1 649-33-116 MAST ARM ASSY 08L 06-04 7r:t6"+46' INSf ONLY I EA [ <13 950.00 <13 950.00 ..;
649-33-117 MAST ARM ASSY OBL 05-05 60'+60' INSf ONLY I EA I $13 950,00 <13 950.00 ..;
~
.,.'\
if'; 649-33-118 MAST ARM AS5Y OBL 06-05 70'6"+60' [NSf ONLY 1 EA I $14 100,00 <14100.00 ..;
MAST ARM A5SY OBL 06-06 70'6"+70'6" INSf
~ 649-33-119 ONLY I EA [ <14 200.00 14200.00 ..;
',' 649-33-199-01 MAST ARM ASSY 07-5678' [NSf ONLY EA I <13 525.00
;'..1 1 13 525.00 ..;
.~
649-33-199-1 MAST ARM ASSY 07-02 SPEC INSf ONLY I EA I <16000.00 16 000.00 ..;
(I..., MAST ARM AS5Y 05-05 OBl6r:t+6r:t W/LUM INSf <14500.00 <14 500.00
P 649-33-199-10 ONLY 1 EA I ..;
,Ii
I:~ MAST ARM ASSY D6-D2 OBL 70'6" + 36' W/LUM
649-33-199-11 INSf ONLY I EA [ S13 500.00 <13 500.00 ..;
$
::J Page P-1ZA
;,u
m PROJECT NAME: ANNUAL TRAFFIC 5IGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
l?].!'i BID PROPOSAL
t~ ~
FORI
~,,' Item Numb.r Ducriptlon Qty Unit Only Unit Prlco Total ..;
i.i MAST ARM ASSY 06-04 OBL 70'6"+46' W/LUM INST
. u 649-33-199-12 ONLY 1 EA I $16000.00 $16000.00 v
MAST ARM ASSY 06-0S0BL 70'6" + 60' W/LUM
~ 649-33-199-13 INST ONLY 1 EA I $16500.00 $16500.00 v
, 649-33-199-14 MAST ARM ASSY 07-02 SPEC WILUM INST ONLY 1 EA I $16500.00 $16500.00 v
i 649-33-199-15 MAST ARM ASSY 07-04 SPEC WILUM INST ONLY 1 EA I $16500.00 $16500.00 v
649-33-199-16 MAST ARM ASSY 07-05 SPEC W/LUM INST ONLY 1 EA I $17500.00 '17500.00 v
~ 649-33-199-17 MAST ARM ASSY 07.06 SPEC W/LUM INST ONLY 1 EA I <18500.00 <18500.00 v
649-33-199-2 MAST ARM ASSY 07-04 SPEC INST ONLY 1 EA I $162SO.00 '162SO.00 v
649-33-199-3 MAST ARM ASSY 07-05 SPEC INST ONLY 1 EA I 172SO.00 $172SO.00 v
I 649-33-199-4 MAST ARM ASSY 07-06 SPEC INSTONLY 1 EA I 182SO.00 <18250.00 v
649-33-199-5 MAST ARM ASSY >78' SPEC INST ONLY 1 EA I 19500.00 <19500.00 v
MAST ARM ASSY 01-01 DBL 36'+36' W/LUM INST
649-33-199-6 ONLY 1 EA I $9500.00 $9500.00 v
II MAST ARM ASSY 03-01 OBL 46'+36' W/LUM INST
{[l 649-33-199.7 ONLY 1 EA I <10500.00 <10500.00 v
MAST ARM ASSY 04-04 OBL -16'+46' W/LUM INST
f21 649-33-199-8 ONLY 1 EA I $13000.00 $13 000.00 v
iil~ MAST ARM ASSY 05-02 DBL 60'+36' W/LUM INST
~ 649-33-199-9 ONLY 1 EA 1 $16000.00 $16000.00 v
685-266 FIBER OPTIC SPUONG TRAILER 2 EA F US 425.00 $70 850.00 v
()i 685-286 2 POST OPEN FRAME RACK BLACK FINISH -ISU 1 EA F $550.00 $550.00 v
li~ 699-1-1 A LED ImRNALLY ILLUMINATEO SIGN 16'\ LED 1 EA F&J $3150.00 $3150.00 v
INTERNALLY ILLUMINATED SIGN (6') INSTALL
. 699-1-1 B LED ONLY LED 1 EA I <1300.00 $1300.00 v
Ill! 699+1 C LED INTERNALLY ILLUMINATED SIGN IB'\ LED 1 EA F&J $3 -ISO.OO '3 -150.00 v
. INTERNALLY ILLUMINATED SIGN (B') INSTALL
699+10 LED ONLY LED 1 EA I $1500.00 $1500.00 v
em 715-1-6 REMOVE CONDUCTOR 100 LF R $1.00 $100.00 v
1/ 715-1-11 CONDUCTOR lNo. 10 or small...\ 100 LF F&J $0.75 $75.00 v
715-1-14 CONDUCTOR INo. 1 to No. 0\ 100 LF F&I $5.00 $500.00 v
71S-l-1S CONDUCTOR INo. VO to No. 310\ 100 LF F&J <10.00 <1000.00 v
I. 715-2-12 -40-3 CONDUIT UNDERPVT IPVC SCH oW\l3"\ 1000 LF F&J $13.00 '13000.00 v
STANDARD lAMPPOST, STANDARD FOUNDATION
715+111 oW' MOUrmNG HEIGHn 1 LF F&J $6 500.00 $6 500.00 v
." LUM1NAlRE & BRACKET ARM ALUMINUM (12'
r~ 715-5-11 -B1 wlB4"rise\ 2 EA F&J $925.00 '18SO.00 v
~ LUMINAlRE & BRACKET ARM ALUMINUM (IS'
715-5-11 .C1 wlB4"rise\ 2 EA F&I $925.00 $18SO.00 v
f'.~ LUMINAlRE & BRACKET ARM ALUMINUM (12'
{f; 71S-S-21'B w136"rise\ 2 EA F $675.00 '1350.00 v
LUMlNAIRE & BRACKET ARM ALUMINUM (12'
715-5-21-B1 wlB4"risel 2 EA F $675.00 <1350.00 v
(,j LUMINAlRE & BRACKET ARM ALUMINUM (15'
Ui 715-5-21-<: w136"risel- 2 EA F $675.00 $1350.00 v
LUMINAlRE & BRACKET ARM ALUMINUM (15'
".' 71S-5-21-Cl w/B4"rise\ 2 EA F $675.00 $1.350.00 v
fl LUMINAlRE & BRACKET ARM ALUMINUM (12'
lli 715-5-31-B wl36"rise\ 2 EA I $250.00 $500.00 v
LUMINAlRE & BRACKET ARM ALUMINUM (12'
k.' 715-5-31-B1 wl8-1"risel 2 EA I $2SO.00 $500.00 v
u:? LUMINAlRE & 8RACKET ARM ALUMINUM (15'
715-5-31-<: w/36"rise\ 2 EA I $250.00 '500.00 v
~ Page P-I3A
ff PROJECT NAME: ANNUAL TRAFFIC 5IGNAL CONTRACT (PRIMARY)
PROJECT NUMBER: 2009055
~1 BID PROP05AL
'\1 FlU
FORI
Item Number Deocrlpllon Qty Unit Only Unit Price Total V
B0
"uJ LUMINA[RE & BRACKET ARM ALUMINUM (15' <250.00 <500.00
't~ 715-5-31-C1 w/84"risel 2 EA I V
715-7-11 LOAD CEIITER C5ECONDARY VOLTAGE1 1 EA F&l <i1 050.00 < 11 050.00 v
r 715-10-2 UGtrr POLE FOUNDATION 2 EA F&l <1 150.00 '2 300.00 v
.,
:~'j 715-10-5 REMOVE UGtrr POLE FOUNDATION 1 EA R <100.00 <100.00 v
715-11-111-A LUM1NAlRE ROADWAY COBRA HEAD 1150 WATTl 1 EA F&l <625.00 <625.00 v
~
',~~ 715-11-111-B LUM[NAlRE ROADWAY COBRA HEAD 1200 WATT) 1 EA F&l <625.00 <625.00 v
715-[1-111-0 LUMlNAlRE ROADWAY COBRA HEAD I40Q WATn 1 EA F&l <625.00 <625.00 v
~
.~ 715-11-111-( LUM[NA[RE ROADWAY COBRA HEAD 1250 WATTl 1 EA F&l <625.00 <625.00 v
715-11-112 LUM[NAlRE {ROADWAY HIGH MAST1 1 EA F&l '1 550.00 <1 550.00 v
I 715-11-113 LUM[NAlRE {ROADWAY POLE TOP1 10 EA F&l <1 300.00 <13 000.00 v
715-11-118 LUM[NAlRE CROADWAY FLOOD1 1 EA F&I <665.00 <665.00 v
715-11-500 LUM[NAlRE ROADWAY (ALL TYPES' 1 EA R '385.00 '385.00 v
715-1+31 PULL BOX (ROADS[DE) ClNSfALL ONLY1 1 EA I '175.00 <175.00 v
I 715-19-111 H[GH MAST UGtrr COMPLETE C80'1 1 EA F&l <45 200.00 <45 200.00 v
715-19-600 UGtrr POLE COMPLETE HIGH MAST Call sizes' 1 EA R <2 550.00 <2 550.00 v
715-540-000 UGtrr POLE COMPLETE 1 EA R <1 350.00 <1 350.00 v
tJ 715.550.000 UGtrr POLE COMPLETE 1 EA RE $1,350.00 $1,350.00 V
e. TOTAL CONTINGENT ITEM5 ... ... ... ***.__.- "3 973 033.00 ..
"?
GRAND TOTAL ... ... ... .....*... $10873.590.07 ..
m
'i>J
/.' v Indicates items to be done by BIdder in accordance with Section 3.6 "General Provisions"
. TOTAL bid amount of wor1< to be done by Sldde~s own forces: $
PERCEtITAGE of the above total based on Total Base Sid: %
I The above breakdown of the related pay items shall be submitted with the bid, ~dders falling
to submit said breakdown shall be rejected for reason of being non.responslve.
LEGEND: If - Unear Feet ED - Each Day
I SF . Square Feet WK - Per Week
5Y - Square Yard 15 - Lump Sum (Complete)
AS - Assembly F&l - Furinsh & Install
~ PI - Per Installation F - Furnish Only
EA - Each I - Install Only
HR - Per Hour R ~ Remove
~1
{\
j
~
m
::j
'11
<~
!.\ Page P.14A
~:!;
,
m' ,
:r<j
.~~ .
~~
,
.f.~
ANNUAL TRAFFIC SIGNAL CONTRACT
r BID NO. 2009055
-.-,.,:
-~;;~ TOTAL AMOUNT OF BASE BID:
~~ t,)F-f
L~ i L,. 'l<':'lC. l.\ I.") =l .
" (In Figures)
@ NOTES:
~ 1. This contract shall be awarded for eighteen months and shall commence with the date when the
contract is executed by the Board of County Commissioners,
I 2. Palm Beach County reserves the right to increase or decrease the total quantities as necessary to
meet actual requirements.
I * PLEASE AFFIX SIGNATURE WHERE INDICATED
(FAILURE TO DO SO SHALL BE CAUSE FOR REJEcnON OF YOUR BID)
U'i NAME OF FIRM: c.. H~<.~ 0 i'~:::::r.e.\<. \,,<_
t:
.:;
* SIGNATURE: - .. u. ,\ --c: _. ' 1'31'oe,\
~ ' - ~
(SIgn and....) ~ ,
. \'h"c ~\A"::'l..- \.\A~"'~t.c-"...?"
(Print S1gnalllry's Name)
I ADDRESS: ',L c .........J "...", \ .....f l'~ r"o lH"'I'(~
CITY, STATE AND ZIP: '-' r r" ~_
f b.~ T " L_ df' f ( 5 \. ')p, ~
I TELEPHONE: ('711) "-fa 7".,"(
~. STATE UCENSE # \"') t.."c..." 1.........\":\-
.~
COUNTY UCENSE # le.OI ('0;::;
~~
'-lj; CITY UCENSE # I :rl.';'jl(
E'
.. UCENSE TYPE:
.~ t l~ '-1"!~ ~l(.
.t,
~1
1"
;4~
"
P-15A
''''--'
r
~-~~
,.
:F
.
~
~i
. ~I RELATED WORK EXPERIENCE
'i~
~"
YJ This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the work
specified. The bidder is to submit the following information with their proposal:
ri A, Experience record showing the bidder has a minimum of three (3) years experience in
similar work.
~
"of' B, List a minimum of three (3) references complete with location, dates of contracts, and
'.
. names, addresses and telephone numbers of owners,
I c. List of equipment and facilities available to do the work.
I Failure to submit the above requested information may be cause for rejection of your bid,
I
~ SUBCONTRACTOR LIST
.f
G If a vendor subcontracts any portion of a contract for any reason, he must include, in writing, the name
..0,; and address of the subcontractor, name of the person to be contacted including telephone number and
. extent of work to be performed. This information is to be submitted with bid proposal.
Ii
I
I
I
~<J~
"
~
,1
P-16A
pi;
.'\
d
~i
/~'
"
~'
J:~
.~;~
,--
I
I CONTRACT
(PRIMARY)
I STATE OF FLO~~~A ) R 2 0 0 9 0 3 ~ 7
. COUNTY OF PALM BEACH)
I This Contract, made this _ day ofEB 2 4 ZqQ~, 20-, by and between PALM BEACH COUNTY,
- a political Subdivision of the State of Florida, (hereinafter called the County), and GERELCO TRAFFIC
CONTROLS, INC. of, PORT ST, LUCIE, FL and (his) (its) (their) heirs, successors, executors,
administrators and assigns, (hereinafter called the Contractor):
WITNESSETH: The Contractor agrees with the County, for the consideration herein
mentioned at his, its or their own proper cost and expense to do all the work and furnish all
necessary labor, materials, equipment, machinery, tools, apparatus, services, state workmen's
compensation and unemployment compensation taxes incurred in the performance of the contract,
for the:
ANNUAL TRAFFIC SIGNAL CONTRACT, PALM BEACH COUNTY PROJECT NO. 2009055
IN THE AMOUNTS speCified in task orders which may be issued by the County under Section #23
and the other terms of the Contract Documents, The County is not required to issue any task orders
hereunder, The maximum value of orders issued under this Contract shall not, in any case, exceed
EIGHT MILUON DOLLARS ($8,000,000) (except as may be increased according to SectIon 37 of the
Contract Specifications).
The Contract Documents relative hereto are made a part of this agreement as completely as if set
forth herein to the satisfaction of the County or its duly authorized representative.
The Contractor further agrees for the consideration herein mentioned to commence the work with
adequate forces and equipment within seventv-two (72) hours of the task order being issued for a
specific project, After commencement of the work, the task order shall be properly dispatched
toward completion, to the satisfaction of the Engineer, and shall be fully complete within the time
limit specified in the task order, Should the time limit for completion of the task order exceed the
expiration date of the contract, the task order work will continue to completion and the Contractor
shall ensure that Bonding and Insurance coverage do not expire until all task orders issued prior to
the expiration of this Contract are complete and accepted. It is understood and agreed that the time
limit for completion of said work is the essence of the contract and should the Contractor fail to
complete the work within the time limit, it is agreed that for such calendar day that any work
provided for in these Contract Documents shall remain incomplete after the time limit has expired,
including any official extension of the time limit; the sum per day given in the contained schedules
shall be deducted from monies due the Contractor, not as a penalty, but as liquidated damages and
added expense for supervision.
The Contractor shall take into account all contingent work which has to be done by other parties
arising from any cause whatsoever, and shall not plead his want of knowledge of such contingent
work as an excuse for delay in his work, or for its non-performance,
C-1
. -.
iI
,
'IN WITNESS WHEREOF, the parties have caused this Contract to be executed and sealed the day
and year first written above,
, ATTEST' R 2 00 9 0 3 47
. FE8 2 -1 2009
I SHARON R, BOCK, Clerk and Comptroller PALM BEACH COUNTY, a Political
Subdivision of the State of Florida
, "'"'''''''' BOARD COU TY COMMISSIONERS
,'" ... y I",
--,.- ~'I C \",
.: \\,'........ 0 '" ~
' .' ". '~'
- . ". ~
...,',
.......,. By'
'.'~ * '
, e ~o;' '1 '1- ,U>l
~ ; COUNTY :~~
~o: :r.)J
~...... FlORIO" ::>.1
~"""" :^-...
, ",6-.... ....~'~
APPROVED AS TO FO~~~"::'''',r'~::J-/' APPROVED AS TO TERMS
AND LEGAL SUFFICIENCY ",,''',,'' AND CONomONS
11t~;)~ ~ R4
I COUNTY ATTORNEY ENGINEERING
I ATTEST ~ c=.a. = ~ ~ ---.-, .-t=-r-~ ><<=.J
- (Corporate Name) &JU::
.- ':",,:1:.,.,'^-.'" ....'-'E . "" ~..=.. '"""""'"
(Insert state of corporation)
. v= A'~. -if -it-
By: ./ -
I fiLE Signature)
~ ~a...=~~,b.. ~~-.
. (Print signatory's name) .
(CORPORATE SEAL)
It's ,-, -~ .~
I (Print title)
.
. C-2
.
I
I TECHNICAL SPECIFICATIONS
I I. INTENT AND SCOPE-
I The work detailed in these specifications consists of the installation and lor furnishing of traffic
signal items, all according to the Florida Department of Transportation's (FOOT) Standard
Specifications for Road and Bridge Construction dated 2007(SSRBC-2007), the Design
I Standards (English Units) dated January 2008 (DS-2oo8), FOOT Mast Arm Assembly Standards
(Supplement Index Nos. 17743, and 17745, the attached Notes and Palm Beach County (PBC)
Traffic Signal Design and Construction Typical Drawings for Annual Signal Installation
I Contract. Where conflicts exist, the Notes and PBC- Typicals shall take precedence over FOOT
standard specifications.
I Installations shall be as shown on plans as presented to the Contractor at the commencement of
each project in such amounts, to such locations, at such times as may be designated by the
Director of Traffic or his duly appointed representative.
I All items are to be bid on a unit price basis to establish the price for use on work authorizations
(purchase orders) for specific projects.
I The Contractor should fully understand that the Board of County Commissioners does not
hereunder, contract to do any specific amount of work during the contract period.
I The locations of the traffic signal projects will vary, and may be at any point within the
I boundaries of Palm Beach County. The Contractor will not be expected to operate his equipment
or personnel beyond the limits of Palm Beach County under this contract.
I For further information, please contact the Director of Traffic at 561-684-4030.
2. REPRESENTATIVE OF THE DIRECTOR OF TRAFFIC
I The Director of Traffic Division will appoint one or more representatives (an Engineer) to
inspect equipment used under this contract, observe personnel employed, and note the general
I performance of the Contractor. Any authorization to revoke, alter, enlarge, or relax the
conditions of these specifications will be at the discretion of Palm Beach County Director of
Traffic Division, The Engineer will have the authority to reject defective equipment, and report
I on inept personnel, and to suspend any work that is being improperly done, subject to the final
decision ofthe Director of Traffic Division.
I 3. STANDARD SPECIFICATIONS FOR ROAD & BRIDGE CONSTRUCTION
It is the intent of these Specifications that the FDOT Standard Svecifications for Road and
I Bridge Construction dated 2007 be used as the basis for this contract except as amended herein.
Such wording as, Department of Transportation and Personnel, is intended to be replaced with
that wording which would provide proper terminology, thereby making such Standard
I Specifications and Special Provisions of Palm Beach County in conjunction with Palm Beach
County's personnel.
I TS-IA
I
I Add the following to the end of Article "4-1 Intent of Contract" of the FDOT SSRBC-2007:
I Included under
"The work covered by this Contract consists of the installation and/or furnishing and/or removal
I of traffic signal items.
No areas will be closed to traffic unless or until approved by the Engineer. During the period or
I periods that areas are closed to traffic, adequate provisions to control and/or detour traffic will be
provided by the Contractor. Traffic control shall be in accordance with FDOT Traffic Control
throul!h Work Zones - Index 600 of the Desil!ll Standards. dated Januarv 2008 for street and
I highway construction, maintenance, and utility operations, and shall be the responsibility of the
Contractor.
I The job is to be completed in a workmanlike manner and all debris removed within the time of
construction. n
I 4. CONTRACT NOTES
1. All materials and equipment supplied and installed on any project shall be, where applicable,
I on the FOOT Approved Product List (APL) and meet the FOOT Standard Specificatio.ns for
Road and Bridge Construction, 2007. All materials and equipment shall be certified. The
contractor shall supply certificates when requested by the Engineer.
I 2. LED's used by the Contractor to be Lumlnatlon or FOOT approved equivalent.
I 3. Before any change in the signalization plan shall be effected, the proposed change shall be
submitted in writing to the Engineer for approval.
I 4. The Contractor shall be responsible for the protection of all present utilities that have been
located by the various utility companies. He shall also maintain and protect the existing
I traffic signals and their related equipment from damage caused by subcontractors and
employees under his Contract but only to the extent of the Contractor's normal work
operation, and he shall not be responsible for routine maintenance, normal wear and tear, or
I an act of God. unless otheIWise specified.
5. The Contractor shall be responsible for the adjustment and relocation of any and all traffic
I control signals and related equipment. A twenty-four (24) hour notice must be given to the
Palm Beach County Traffic Division requesting the services of a signal technician to serve in
an advisory capacity.
I 6. The Contractor shall bag all; newly installed signal heads with a heavy duty opaque plastic
covering until final inspection and acceptance by the Engineer, unless otheIWise specified. If,
I in the opinion of the Engineer, the new heads would create a hazard condition to motorists,
the heads shall not be installed until one ( I) hour before tum-on of the new equipment.
I 7. The Contractor shall provide barricades and warning and detour signs as required in Section
I02-Maintenance of Traffic (FDOT specifications).
I TS-2A
I
I 8. The Contractor shall notify Florida Power and Light Company (FPL) forty-eight (48) hours
I in advance before setting traffic signal poles. The Contractor shall provide all coordination
with FPL necessary to obtain the power for signals.
I 9. All existing traffic signal controllers, signal heads, and disconnects removed by the
Contractor from an existing signal shall be tagged to be delivered to PBC Traffic
Operations warehouse. All other equipment at an existing traffic signal wllI be
I discarded unless the Engineer, upon his discretion, requests the return of other signal
equipment to PBe Traffic OperatIons warehouse. A representative of Traffic
Operations warehouse shall be given twenty-four (24) hour notice before delivery to an
I approved location by the Engineer. Equipment not Identified to be returned will not be
accepted. Identlfled equipment not returned will result In the withholding of payment
to the contractor. Traffie Operation warehouse personnel will Issue a receipt to the
I Contractor for returned equIpment.
10. When the Engineer determines that the need for a traffic signal is critical to the public
I welfare, early "turn-on" of the signal shall be required before the completion of the project. If
the need arises, Palm Beach County will assume the responsibility for maintenance and
liability, or negotiate with the Contractor for maintenance and liability for such a signal.
I 11. The Engineer may, at any time, authorize Palm Beach County personnel to enter the
controller cabinet in order to restore any and all signal equipment to proper operation if the
I malfunction or non-functioning of such equipment poses a hazard or inconvenience to
motorists or pedestrians. Such authorized entry may occur at any time within the period of
the Contract and such authorized entry shall in no way relieve the Contactor or Manufacturer
I of his respective warranties.
I 12. A Ninety (90) day bum-in period will be required for all electrical or electronic equipment
furnished and installed as part of any traffic signal installation or system of traffic control
devices. The bum-in shall consist of the field operations of the signalization system in a
I manner which is in full accordance with the signal operation requirements of the plans and
specifications.
I The bum-in period will commence upon a written conditional acceptance by the Engineer
and will terminate 90 consecutive days thereafter, unless an equipment malfunction occurs.
The written conditional acceptance of the signal will be granted to the contractor upon
I completion of final inspection of the signal. See pac Traffic Signal Inspection Process in
Attachment A. The bum-in period will be stopped for the length of time that the equipment is
defective. When the equipment is repaired and is functioning properly, the bum-in period
I will resume from the point in time it was stopped.
13. All traffic signals will be inspected prior to final acceptance for maintenance by Palm Beach
I County Traftic Operations, See Palm Beach County Traffic Operations - Signal Inspection
Process in Attachment A.
I 14. During the bum-in period, the Contractor shall restore operation of the installation within
four (4) hours after notification of a malfunction. If the Contractor does not respond within
I TS-3A
I
I four (4) hours, Palm Beach County shall have the option of making the necessary repair and
I billing the Contractor for the actual time and materials required.
15. When replacing sidewalks or curb and gutters, it shall be the responsibility of the Contractor
I to reinstall them to match existing color and surface texture.
16. Signal Timing: The Engineer will furnish timing. The Contractor shall notify the County
I Traffic Engineer forty-eight (48) hours in advance of any requirement for timing.
17. The Contractor shall be required to install all span wire and/or mast arm mounted signing
I that is called for on any project. All non-powered signs, as required for the traffic signals by
the design plans, shall be provided by Palm Beach County. Internally Illuminated Street
Name Signs shall be provided by Palm Beach County when item is specified as Install-Only.
I All mounting hardware and labor for span wire signs shall be included in pay items 634-xxx.
All mounting hardware and labor for mast arm signs shall be included in pay items 649-xxx.
I 18. Where pedestrian pushbuttons are required, the Contractor shall be required to install one or
two special signs per bulton, as provided by Palm Beach County. All mounting hardware and
labor for span wire signs shall be included in pay items 634-xxx. All mounting hardware and
I labor for mast ann signs shall be included in pay items 649-xxx. All mounting hardware and
labor for pedestal shall be included in pay items 659-107.
I 19. Signal Activation Scheduling: Scheduling of signal activation is the responsibility of the
Engineer. Activation will be scheduled a minimum of seven (7) days after notification that
the signal has been placed in flashing mode and inspections by County forces have been
I completed. The Contractor shall be present and shall conduct the turn-on to full operation in
the presence of the Engineer. No activations shall be scheduled on Fridays or weekends
unless otherwise approved by the Engineer.
I 20. The contractor shall provide the requested number of portable 4'x8' variable-message-sign's
(VMS) to be located at an appropriate distance in advance of one (I) or more approaches to
I the intersection as specified by the Engineer one (I) week prior to the scheduled activation to
full operation and shall remain in place for one (I) week following activation. Any proposed
or necessary schedule change during the seven (7) days prior to scheduled turn-on will be at
I the determination and discretion of the Engineer. The cost for providing the temporary VMS
signs shall be on a daily basis and shall be covered under Pay Item 102-99
I 20.1. Prior to activation
20.t.A.The VMS message shall be:
20.I.A.1. (Panel One - Line I) "Traffic"
I 20.I.A.2. (Panel One - Line 2) "Signal"
20.I.A,3. (Panel One - Line 3) "WILL BE"
20.I.AA. (Panel Two- Line I) "ACTIVATED"
I 20.l.A.5. (Panel Two - Line 2) "ON DAY'
20.l.A.6. (Panel Two- Line 3) "MONTH XX'
I 20.1.B.Substitution for the word 'DAY' shall be as follows:
20.I.B.1. Sunday as "SUN"
I TS-4A
I
I
20.I.B.2. Monday as "MON"
I 20.1.B.3. Tuesday as "TUES"
20.1.B.4. Wednesday as "WED"
20.I.B.5. Thursday as "THUR
I 20.1.B.6. Friday as "FRl"
20.1.B.7. Saturday as "SAT"
I 20.1.C.Substltutlon for the word 'MONTH' shall be as follows:
20.I.C.1. January as "JAN"
20.1.C.2. February as "FEB"
I 20.1.C.3. March as "MAR"
20.I.C.4. April as "APR"
20.1.C.5. Mayas "MAY"
I 20.I.C.6. June as "JUN"
20.1.C. 7. July as "JUL"
20.I.C.8. August as "AUG"
I 20.1.C.9. September as "SEP"
20.I.C.IO. October as "OCT"
20,I.C.II. November as "NOV"
I 20.I.C.12. December as "DEC"
20.I.D.Substitutlon for 'XX' shall be a5 follows:
I The numerical day of the month, from one (I) to thirty-one (31). Dates less than ten
(10) shall be preceded by a zero (0); EXAMPLE: "JAN 03" for January 3r<!.
I 20.2. After the turn-on, the VMS message shall be changed to:
20.2.1. (Panel One - Line I) "TRAFFIC",
20.2.2. (Panel One - Line 2) "SIGNAL",
I 20.2.3. (Panel Two - Line I) "NOW",
20.2.4, (Panel Two - Line 2) "ACTIVE"
I NOTE: Panel Two, Line 1 and Line 2, shall FLASH three (3) times before reverting
back to Panel One,
I 21. The Contractor shall furnish and maintain four (4) new portable cellular telephones to be
operated by County Signal Design Staff. The monthly maintenance fees, as well as the
I minutes charged will be the responsibility of the contractor. Such plans shall provide for the
availability of service 24-hours per day, 7-days per week for the duration of this contract and
for any time beyond while outstanding and incomplete work authorizations are still in effect.
I 22. The abbreviations and acronyms used in this contract are as follows:
LF Linear Feet LS Lump Sum (Complete)
I SF Square Feet F&I Furnish & Install
SY Square Yards F Furnish-Only
CY Cubic Yards I Install-Only
I AS Assembly R Remove
PI Per Installation RE Relocate
EA Each
I TS-5A
I'
I HR Per Hour
I MH Man Hour
ED Each Day
WK Per Week
I
23. Lightning protection shall be attached to:
I 23.1, Incoming service
23.2. All signal outputs
23.3. All loop lead-In connections as shown on typical detail:
I 23.3.1. Service. ACP 340 or equivalent approved by the Engineer
23,3.11. Loop - SRA 6LCA or equivalent approved by the Engineer
23.3.iii. Cabinet - GE 9LlSECB001 or Square D J9200-10, or equivalent approved
I by the Engineer
I 24. All loop work to be completed in accordance to pay item 660-2-xxx. No loop work shall be
permitted during the hours of6:45 AM to 8:45 AM. and during the hours of3:45 PM to 6:30
PM. Nor shall loop work be permitted on days prior to major holidays.
I 25. Ground rods to be supplied and attached to all signal poles, pedestals, control cabinets and
equipment footings and basis according to PBC standard specifications, and Typical Ground
I Rod Array Detail. The work and materials for grounding are incidental to items being
grounded. Bid Item 620-1-1 "Grounding Electrode" is provided for the case when additional
grounding Electrodes may be required.
I 26. Cable ties must be Thomas and Belts #TY5 72MX with stainless steel self-locking tips or
I equivalent approved by the Engineer.
27. All threaded parts/assemblies must be treated with anti-seizing compound.
I 28. Fiber Optic Specifications are listed in Attachment A; SPECIAL SPECIFICA nONS.
I 29. All conduit (Bid Items 630-I.x) shall include a 14AWG insulated stranded (THHN) tracer
wire and one (I) pull line. Multiple bundle conduit runs (i.e. 2-2") shall require only one (1)
tracer per bundle runs and one (I) pull line per conduit in the bundle.
I 30. All 5-section signal heads included in Bid-Item 650-5x consist of aluminum housing for the
top red-indication and poly-housing for the bottom 4 indications (2-yellow and 2-green).
I 31. Bid Item 400-1-15 - Class-I Concrete (Misc.), wire re-enforced, will be used will be used for
pull-box aprons. Aprons can be pre-cast or poured in place.
I 32. The Contractor shall have access to a 30 ft or lower height auger truck at all times. The
contractor shall have access to a lower profile auger truck (s) (LP A T) when requested
I by the Engineer. The operating height of the LPAT varies from 22 feet to 24 feet
depending on the need. Upon receipt of the Work Authorization, the contractor shall
make arrangements to reserve the LP A T for the project.
I TS-6A
I
I
I 33. All Fiber in Pull Boxes & Cabinets will be Taped at least 6" with the colored electrical
tape. The color assignments for the tape Indicates the direction which the cable Is
coming from. Directional color codes for Fiber: BLUE for cable coming from the
I North, RED for Fiber coming from tbe South, YELLOW for cable coming from the
East, and GREEN for Fiber coming from the West.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I TS-7A
I'
I
I 6. SPECIAL BID ITEM NOTES:
I. Bid Item 102-I-A consists of Maintenance of Traffic for signalization modifications as
necessitated by roadway construction. This pay item is for labor and equipment required
I to construct or modify traffic signals in order to accommodate changing highway
geometrics res\llting from on-going construction. In Accordance with FDOT DS-2008
Indices 615, 616, 617, 618, 622, and 628.
I 2. Bid Item 102-I-B consists of Maintenance of Traffic - Securing Traffic Signal Poles by
I use of a crane when drainage construction trenches, excavations, and similar construction
necessitate this type of emergency work. A response time of no greater than twelve (12)
hours is required. This item will be paid in one (I) hour increments with a four-hour
I minimum and is to include labor and equipment necessary to accommodate a crane of
twenty-five (25) ton minimum. In Accordance with FDOT DS-2oo8 Indices 615, 618,
622, and 628.
I 3. Bid Item 102-1-C consists of Maintenance of Traffic for Utlllty locate soft-dig. Non-
destructive vacuum excavation, safely exposing utllliles using a combination of
I compres5ed and vacuum air. This method Is to be used to expose utlllties and obtain
vertical elevation, diameter and materials at a location. Soft-dig depth to be 16 to 19
ft as requested by the engineer. Soft-dig is to be Implemented In accordance with
I FDOT OS-2008 Indices 615, 616, 617, 618, 622 and 628.
4. Bid Item 102-11 consists of Police assist for Maintenance of Traffic.
I 5. Bid Item 102-99 consists of Variable Message Signs as described in Note No, 20 of
Section 4 "CONTRACT NOTES" listed above in this Technical Specifications
I document. Price provided In the contract shall be for one sign per day,
6. Bid Item 144-77 FDOT Traffic monitoring Station, Four Lane Divided, 2-way, FDOT
I SO Index # I 7900-"Lane Numbering Convention Detail" - Detail B. Furnish & Install
Complete including Cabinet, Piezometers, loops, power service, conduit, and pull boxes.
I 7. Bid Item 144-78 FDOT Traffic Monitoring Station - Each additional lane. Includes
additional Piezometer and two (2) loops including additional cabinet hardware.
I 8. Bid Item 400-1-15 shall consist of Furnish & Install Class-I concrete (Misc.) - wire re-
enforced, with minimum 28-day break strength 3,000 psi. Measured in cubic yards (CY).
I 9. Bid Item 455-142 - Cross hole Sonic logging test as per FDOT SSRBC-2007.
10. Bid Item 522-1-x consists of cutting concrete or paver-brick sidewalk (in square yard
I measurements) for the installation of conduit, pull boxes or hand holes. Patch as required
to match existing construction, Consists of 4" thick concrete sidewalk when x = A, 6"
thick concrete sidewalk when x = B, and paver brick repair (remove and replace) when x
I =c.
I TS-8A
I
I 11. Bid Items 620-1-1 consists of furnish & install grounding electrode. See Palm Beach
I County Typical Sheet T - 4.
12. Bid Items 630-I-II-x consists of galvanized intermediate metal conduit (IMC) above
I ground where 'x' represents the diameter in inches.
13. Bid Items 630-1-12-x consists of PVC (SCH. 40) underground in-trench conduit of 2"
I diameter when x = 2; 4" diameter when x= 4; 2" split duct of SCH. 40 including 90
degree sweeps and coupling when x=2S0
I 14. Bid Items 630-1-12-xA consists of an additional PVC (SCH. 40) underground in-same.
trench conduit of2" diameter when x = 2, and 4" diameter when x=4.
I 15. Bid Items 630-1-12-xi consists of PVC (SCH. 40) underground in-trench conduit of 4"
with (3) 1- 11.0" HOPE inner-duct when x =4i; and additional 4" conduit in-same-trench
with (3) 1- ';." HDPE inner-duct when x =4iA.
I 16. Bid Items 630-1-12-lv consists of HOPE inner-duct of W' diameter when y=3; I"
diameter when y=4, and I V,"diameter when y=6.
I 17. Bid Items 630-1-13-x-v consists of HOPE (SOR I I) directional bore under-pavement
conduit of 2" diameter when x = 2; 4" diameter when x = 4; 6" diameter when x=6, and
I 4" with (3) 1- 11.0" HOPE inner-duct when x =4i. The y represents the number of conduits
per directional bore.
I 18. Bid Items 630-1-15-x consists of galvanized bridge mount conduit of2" diameter when x
= 2 and 4" diameter when x = 4.
I 19. Bid Items 630-1-16-x consists ofPVC (SCH. 40) open trench in pavement conduit of2"
diameter SCH 40 when x = 2; and 4" HOPE with (3) 1- 11.0" HOPE inner-duct when x =4i,
I 20. Bid Items 630-1-19-x consists of galvanized rigid conduit (GRC), jack and bore under
rail road tracks. Where 'x' represents the diameter of the conduit in inches.
I 21. Bid Items 630-1-30-x consists of figure 8 - HDPE inner duct aerial conduit with 1.0"
diameter when x = 4, 1.25" diameter when x = 5, and 2.0" diameter when x = 8.
I 22. Bid Items 630-3-x consists of rodding and cleaning out existing conduit.
I 23. Bid Item 632-6-I-x is signal cable in linear feet where 'x' represents the number of
conductors.
I 24. Bid Item 632-7-1-lx defines the span length range for signal cable where 'x' defines the
beginning (from) and ending (to) range in linear feet (LF).
For x= A defines the range of signal cable from 0 to 250'
I B defines the range of signal cable from 251 to 350'
C defines the range of signal cable from 351 to 450'
D defines the range of signal cable from 45 I to 550'
I TS-9A
I
I E defines the range of signal cable from 551 to 650'
I F defines the range of signal cable from 651 to 750'
G defines the range of signal cable from 751 and greater
I Traffic signal cable shall meet the minimum requirements per 1M SA - It 19-1-1984
nineteen (19) strand specification. All vehicle span wire mounted signal cable shall be a
minimum nineteen (19) conductor cable, and color-coded to meet the latest IMSA
I specifications. NO SPLICES are allowed in any signal cable per FDOT specification B-
632-3. Signal cable entering disconnect hangers or service head shall have a ten (10) inch
drip coil, two turns,
I 25. Bid Item 632-7-I-x is pedestrian signal cable per intersection where 'x' represents the
number of conductors, Pedestrian signal cable shall be run separately. NO SPLICES are
I allowed in any signal cable per FOOT specification B-632-3.
26. Bid Items 633-11 I-x are Furnish and Install aerial FSM fiber optic cable consisting of 12
I counts when x = 12,24 count when x = 24; 48 count when x = 48; and 96 count when x =
96. Aerial fiber cable to be installed with y." minimum messenger cable.
I 27. Bid Items 633-12I-x are Furnish and Install underground FSM fiber optic cable
consisting of 12 counts when x = 12; 24 count when x = 24; 48 count when x = 48; and
96 count when x = 96.
I 28. Bid Items 633-311-x are Install only aerial FSM fiber optic cable consisting of 12 counts
I when x = 12; 24 count when x = 24; 48 count when x = 48; and 96 count when x = 96.
29. Bid Items 633-32 I-x are Install only underground FSM fiber optic cable consisting of 12
I counts when x = 12; 24 count when x = 24; 48 count when x = 48; and 96 count when x =
96.
I 30. Bid Items 633-421-x are Furnish and Install direct bury in saw cut FSM fiber optic cable
consisting of 12 counts when x = 12; 24 count when x = 24; 48 count when x = 48; and
96 count when x = 96.
I 31. Bid Items 633-7-x. Terminations. Consists of fiber optic patch cable panel enclosure and
splice tray, rack mount. The x refers to fiber cable count. For example, parts currently
I used by the County for a 12-count fiber optic drop into a controller box include:
Part #
3M 8423
I 3M 8406-TS
3M 8499-W
I 3M 2522
3M 2521-F
I 12 3M2170 12
12 Varies *
tail
I TS-lOA
I
I · Palm Beach County currently uses Part # DOIG-3UDO-IM,
I manufactured by Fibertron (use the same or approved
equivalent),
I 32. Bid Items 633-9-x consists of fiber optic fusion splice. The fusion splice shall meet the
requirements ofSIECOR LID (Light infusion detection) system. The x refers to the fiber
I cable counts. All Fiber Optic Installation shall be complete Including OTDR testing
(Made Operationally Complete).
I 33. Bid Item 634-4-113-NX- defines the span length range for span wire assembly. All
support cable shall be galvanized steel (A-475-72), I x 7 strand class A coating with
Seimen Martin grade flexibility. All cable to be 3/8" inch diameter when N=I, 7/16
I Inch diameter when N=2, and Y:. Inch or larger diameter when N=3. Drop cable which
may be 1/4 Inch (Steel, Galvanized - 6950 pounds.) (See Signal Typicals). Where x
defines the beginning (from) and ending (to) range in linear feet (LF) of the span length:
I For x= A defines the range of signal cable from 0 to 250'
B defines the range of signal cable from 251 to 350'
C defines the range of signal cable from 351 to 450'
I D defines the range of signal cable from 451 to 550'
E defines the range of signal cable from 551 to 650'
I F defines the range of signal cable from 651 to 750'
G defines the range of signal cable from 751 and greater
j 34. Bid Item 634-4-113-lx-HY defines 3/8"high yield span wire assembly for bid item 634-
II3-lx.
I 35. Bid Item 635-1-12 is an aerial junction box.
36. Bid Item 63S-1-15A is a polymer, split-lid (two (2) piece) large pull box with
I dimensions 30" x 48" x 24" deep, with heavy duty cover embossed with the word
TRAFFIC.
I 37. Bid Item 635-1-15B is a polymer, pull box with dimensions 17" x 30" x 12" deep, with a
heavy duty cover embossed with the word TRAFFIC.
I 38. Bid Item 635-1-15B-S is a special polymer traffic load bearing, pull box with dimensions
17" x 30" x 12" deep, with a traffic load bearing heavy duty cover embossed with the
word TRAFFIC.
I 39. Bid Item 635-1-15C is a polymer, heavy duty pull box with dimensions IT' x 30" x IB"
deep, with a heavy duty cover embossed with the word TRAFFIC
I 40. Bid Item 635-1-15D is a polymer, heavy duty pull box with dimensions 17" x 30" x 24"
deep, with a heavy duty cover embossed with the word TRAFFIC.
I
I TS-IIA
I
I 41. Bid Item 639-x shall include an electrical power service. The size of the feeder
I conductors shall be such that the voltage drop will not exceed 2V, % of supply voltage at
the final distribution point. The service wire shall be XHHW. No service conductors
shall be smaller than #6 A WG.
I 42. Bid Items ~ and 643.1 shall include guying concrete strain poles and Guying
wood strain poles. The guy wire includes down guy marker, full rounded yellow,
I 1.5" in diameter llnd 8 ft long.
43. Bid Items 641-2-AB-YV shall include furnish & Install pre-stressed concrete pole with
I foundations, This item includes concrete foundations, ground rods, and all other
appurtenances required for a complete installation in accordance with the concrete pole
detail tabulation, and appropriate FOOT specifications. The concrete foundations shall
I adhere to the Signal Typicals, providing a minimum of three cubic yards per pole,
standard 2,500 PSI strength, verified by a copy of delivery receipt. To maintain hole
integrity once excavated, 48" tunnel liners are to be utilized in all pole installations,
I unless waived by the County. The Contractor shall be responsible for establishing the
rake as specified by the pole manufacturer in relation to the load placed on the poles at
the time of installation. The pole is classified as follows:
I
I
i
I
I YY = Length of Pole
I 44. Bid Item 649-I-AB are Furnish & Install steel strain pole which include pole, concrete
foundations, anchor bolts, ground rods, and related appurtenances required for a complete
installation in accordance with FDOT Steel Strain Pole Standards (Index # \ 7723)
I defined In Desl n Standards
I
I
I
I TS-12A
I
I
I 45. Bid Item 649-31xxx are Furnish & Install mast arm which includes pole, ann, concrete
foundations, anchor bolts, ground rods, and related appurtenances required for a complete
installation in accordance with FOOT Mast Ann Assembly Standards. The mast arm
I assemblies shall be powder-coated per specification listed in Attachment A, unless
otherwise noted. When Mast Ann is specified to be equipped with luminaire, this item
includes Mast Ann, luminaire bracket, cobra head luminaire (wattage as indicated on
I plans, wiring, control and all incidental hardware necessary for proper installation.
46. Bid Item 649-33xxx are Install-Only mast ann which includes concrete foundations,
I anchor bolts, ground rods, and related appurtenances required for a complete installation
in accordance with FOOT Mast Arm Assembly Standards. The Contractor shall provide
soils analysis and foundation design. The mast arm assemblies shall be powder-coated
I per the attached specification unless otherwise noted. The Contractor shall have access to
low profile auger truck(s) when specified by Engineer, at no additional cost to County.
I 47. Bid Item ~ Use of a Low Profile Auger Truck (LPAT) for foundation drilling. The
cost for providing the LPAT shall be on a unit basis per each drilled shaft foundation (as
I per contract note 32).
48. Bid Item 6S0-5x includes traffic signal heads. Traffic signal head Includes signal
I housing and LED lense5. This items shall adhere to the Signal Typicals and the
following specifications:
I I. There shall be provided by the manufacturer of traffic signal heads, a method of
positive locking. The method used shall prevent any misalignment due to high winds
or objects which may come in contact with the signal head. Signal heads shall be cast
. aluminum with stainless steel door hinges, locking nuts, and washers. All signal
indications (Red, Yellow, Green, and Pedestrian) shall be LED and FOOT and lTE
approved as per attached specifications, unless otherwise specified. When all signal
I heads are assembled, no section shall be inverted. The signal head bodies shall be flat
black, with flat black faces and tunnel visors. All signal head bodies at a given
intersection shall be the same color.
I 2. All Green, Yellow, Red, and Pedestrian lenses shall be LED. However, the following
speci fication is included in the event that for some unanticipated reason, glass lenses,
t reflectors, and incandescent lamps may be needed instead of LED.
i. Lenses shall be glass. Lenses and reflectors shall be FOOT and ITE
approved.
I ii. Incandescent lamps shall meet or exceed the beam candle power
specifications of the Institute of Traffic Engineers Technical Report No. I
(latest revision) and the American Standards Association (D-IO-I-1958
I UNDO 656.057) or latest revisions. Durotest or General Electric 135 watt
gas-filled Signal Lamps shall be used, unless written authorization is
obtained from the Engineer.
I 3. The bid price of traffic signal heads for span-wire signals shall include disconnects
and hangers according to Note 50 (Bid Item 659-x03) below.
I TS-13A
I
I 4. The bid price of traffic signal heads for Mast Arm signals shall include signal hangers
I according to Note 50 (Bid Item 659-x21-y) below.
49. Bid Item 653-19x shall be a Hand/Count/Person display comprised of LEDs, and shall
I comply with ITE and FOOT specifications, for count-down pedestrian signals, Signal
Typicals, and the attached specifications.
I 50. Bid Item 659-x03 consists a disconnect hanger, an empty disconnect hanger housing (for
future use), stainless steel thumb screw (5/16") and terminal block machine screws. The
disconnect shall be flat black in color, and shall be provided for all signal heads. This
I includes furnish and install when x=I, furoish only when x=2, and install only when x=3.
The disconnect shall include the following (see Signal Typicals for details):
I I. Single door type with drop connections make with W' galvanized cable.
2. One SE-I 006 terminal block.
3. One SE-1012 terminal block.
I 4. Disconnect wiring harness.
5. Disconnect hanger housing,
6. Disconnect wiring.
I 7. Positive locking of hub.
8. Stainless steel hinge pins and locking screws.
9. Signal cable entering disconnect hanger or service head shall have 10" drip coil, two
I turns.
10. Capable or holding one 12 and one 6 terminal block for a total of 18 terminals, tapped
for #10-24 screws.
, II. Housing to take tristud adapters 1156T with nylocks, and tapped for #1/4-20 square
head set screws.
12. Shall have two separate aluminum adjustable locking bars.
I 13. Doors must be hinged to open horizontally, on two stainless pins.
14. Disconnect hanger housing and door must be high tensile cast aluminum. The door
I must lock in place with stainless steel thumbscrews and must be watertight.
Thumbscrews must have shoulder. Hinges and all haIdware shall be stainless steel.
15. The finish shall be chromate primer, baked enamel.
I 16. The terminal block mounting stud shall be threaded to take four, #1O-24xl" Phillips
screws,
17. The hanger must have a minimum of 300 cubic inches or working space on the inside
i housing.
The bid price of traffic signal heads for span-wire signals shall include disconnects and
I hangers.
51. Bid Item 659-x21-v consists of mast arm signal hanger, vertical & horizontal brackets,
I required to attach signal heads to mast arm structures and includes all required hardware.
Pipe and plate of bracket are aluminum and hanging cable and hardware are stainless
steel. Pipe length shall be adequate to hold a 4-section head per Palm Beach County
I Standards. This includes furnish and install when x=l; furnish only when x=2; and
install only when x=3. The bracket is one-way when y=l; two-way (2way) when y=2;
three-way (3way) when y=3; four-way (4way) when y=4.
I TS-14A
I
I
I The Bid price of traffic signal heads for mast arms shall include all the hardware and
hanger for horizontal and vertical mast arm installations.
I 52. Bid Item 659-107 Aluminum pedestal complete consists of 20' (adjusted to required
height) and 4" In diameter pole, pole base, foundation, rebar, conduit and anchor
bolts.
I 53. Bid Item 660-1-x furnish and install a detector amplifier as listed in the attached special
specifications for traffic control assembly, The detector amplifier shall provide
I normal/presence detection with delay/extend capability. Work EXCLUDES any
additional harness, MS connector, and any additional internal cabinet wiring. Work
INCLUDES making the detector operational as per plans and adjusting settings
I (presence/pulse, frequency/sensitivity, normal/delay/extend) as necessary and testing to
verify that the loop detector is operational. A detector shall consist of a 2-channel TS-2
rack mount when x=O; and I-channel TS-I shelf mount when x= I.
I 54. Bid Item 660-2-x Is an Inductance loop detector complete, Including Installation of
I loop wire, saw cut, sealant, lead-In, and Individual lead-In per loop to cabinet. Lead-
in slack of 6' coil per lead In the pull box (If applicable) and 6' collin the cabinet for
each lead-In. Color coding and labeling of the loops shall be provided In all cases
I (minimum depth of saw cuts of 2"). The loop wire shall be #14 A WG XHHW. The
loop lead-In wire shall be #16 A WG shielded twisted stranded, tinned copper. It
shall be Carol.Part # C25S3.41.01 or equivalent. Western Union Splicing connector
I shall be used as shown on PBC Traffic Signal TypicaIs, Page T-2, with 3M-Part #
85725 electrlcai tape Coating. Sealant shall be liquid tar (step asphalt hot type 4).
I 55. Bid Item 660-2-102 refers to loop assembly Type B with a dimension of 6' X 6'. See
Signal Typicals.
I 56. Bid Item 660-2-102-A refers to advanced loop assembly Type B with a longitudinal
dimension of 6' and a width equal to the roadway width minus 2' from each edge of
pavement. See Signal Typicals.
I 57. Bid Item 660-2-106-x refers to Loop Assembly Type F with width of 6' and a
longitudinal dimension of26' when x = A; and 46' when x = B. See Signal Typicals.
I 58. Bid Item 670-5-110 shall consist of Naztec TS-2 Type I or TS-2 Type 2. See attached
specifications and PBC Typicals for controller assembly types including a base mount
I foundation.
59. Bid Item 676-xlO-61 and 676-xlO-62 consist of HUB SITE Cabinet. Controller cabinet
I fabricated with 5052 Aluminum, 0.125 thick-powder coat paint - fabrication including
insulation as per specification - doors and dimensions as specified. Each cabinet shall
contain the following:
I . NEMA (Traffic Control Assembly) Power Panel
. Lightning Suppression
. 8-outlets (Four (4) OF! and Four (4) Standard)
I TS-15A
I
I 1-19" Rack for 24" cabinet
.
I . 2-19" Racks for 48" cabinet
. Lights (2 Florescent lights for 24" cabinet and 4 Florescent tights for 48" cabinet)
. Two (2) Thermostatically controlled fans
I . Filters (one per door)
All electrical equipment and wiring by others. See details in Attachment A; Special
Specifications, This items is Furnish & Install when x = I; and Furnish-Only when x=2.
I 60. Bid Item 681-20x (x from 0 to 9) consist of Furnish-only, Ceramic Fiber Optic SM Patch
Cable. Length and connector as specified in each bid item.
I 61. Bid Item 681-210 consists of Furnish-only, Copper Patch Cable, CAT 5E-568A,
Standard, Gray, I m long.
I 62. Bid Item 681-211 consists of Furnish-only, Copper Patch Cable, CAT 5E-568B, Cross-
over, Yellow, I m long,
I 63. Bid Item 699-1-lx shall consist of furnishing and installing internally illuminated street
name signs and all necessary hardware (such as brackets and wiring) for a complete
I installation. The Contractor shall provide the sign face material to the Palm Beach
County Sign Shop, which will apply the lettering prior to the Contractor's installation of
I the sign assembly,
Where the bid item is noted as "Install Only", Palm Beach County will provide the signs
I and brackets, and the Contractor will provide the labor to install the signs and necessary
wiring for a complete installation.
The signs shall adhere to the specifications attached.
I 64. Bid Item 700-89-2 Furnish & Install 30"x30" LED Blankout sign. Transportation Control
System (TCS LED BO No Turn on Red), Southern Manufacturing, or equal.
I 65. Bid Item 700-89-3 Furnish & Install 30"x30" Fiber Optic Blankout sign. National Sign
& Signals ( No right turn symbol FOBO 3030 L, FOBO 3030 R), Southern
I Manufacturing, or equal.
66. Bid Item 715-I-lx Consists of Furnish and Install Cross-linked polyethylene copper
I cable size as specified on the plans.
67. Bid Item 7I5-4-xxx Light Pole Complete - Consists of Furnish and Install are Furnish
I & Install Light Pole complete which includes pole, arm, concrete foundations, cobra
head luminaire (wattage as indicated on plans), wiring, control, anchor bolts, grounding
and related appurtenances required for a complete installation in accordance with FDOT
I Standard Roadway Aluminum Lighting.
68. Bid Item 7I5-S-xx Luminalre and Bracket arm. This item consists of Furnish and
I Install GE Cobra Head fixture (see detail in Attachment A), which includes ISO,
200, 250, or 400 watt bulbs (as per Engineering plan). High pressure sodium, power
door, Semi-cut off and cut off, multi voltage fixture. The bracket arm is to be
I TS-16A
I
I
equivalent to Hapco 67524, slip fitting electrical aluminum. The Contractor shall
I provide the necessary service wire, circuit breaker and/or box, photo-electric
control (PEC), weather heads, lightning arrester, and conduit risers with associated
hardware. This Item includes one lumlnalre and bracket arm each. For xx = A
I provide 8ft arm, B provide 12 ft arm with 36" rise, BI provide 12 ft arm with 84"
rise, C provide 15 ft arm with 36" rise, and CI provide IS ft arm with 84" rise.
I 69. Bid Item 715- 7-xx Consists of Furnisb and Install a complete service assembly as per
plan and service specification (Load Center).
I 70. Bid Item 715-IO-x Consists of Furnish and Install light pole foundation, anchor bolts,
washers as per plans and standard indexes. Includes all components listed in the design
standards and conduit and conductors for the service,
I 71. Bid Item 715-11-xxx This item consists of Furnish and Installluminaire only. The
Luminalr is GE Cobra Head fixture (see detail In Attachment A), which Includes
I ISO, 200, 250, or 400 watt bulbs (as per Engineering plan). High pressure sodium,
power door, Semi-cut off and cut off, multi voltage fixture.
I 72, Bid Item 786-1-1 Consists of Furnishing and/or Installing Microwave Vehicle Detection
System Naztec Accuwave (see details In Attachment A) or as specified on the plans,
I Installation shall include wiring, mounting hardware, and all necessary hardware.
73. Bid Item 786-I-X2-Z1 Consists of furnishing and Installing lor Install-only Video
I detection system AutoScope by Econollte - TS2 version. Installation shall include
wiring, mounting and all necessary hardware. All PBC new cabinets are TS2, thus
all AutoScope Vehicle Detection System must be hooked up as TS2 (SDLC). The
I following are the Specs for the AutoScope:
1. AUTOSCOPE SOLO TERRA sensor (camera) 3 wire hook up. Minimum one
I per approach.
2. Camera wiring must be homerun directly back to the controller cabinet.
3. Astro-Camera-Brac, Mast Arm Mount 74" Tube.
I 4. Side of Pole Camera mount. SH-0527-12.
5. ASTCBL I-Tip to Tip Connection Cable.
6. ATIP1 Terra Interface Panel for NEMA Cabinet (Tip)
I 7. 34909G1 Shelf mount enclosure with 34974Pl120V AC Power
This Items is Furnish & Install when x = I; and Install-Only when x=3. When Z=I
I it Is one (1) camera system and when Z=4lt is four (4) camera system. See details in
Attachment A
I 74. Bid Item 786-I-X2-Z2 Consists of furnishing and Installing lor install-only Video
detection system Heris TS2 Model. Installation shall Include wiring, mounting and
all necessary hardware. All PBC new cabinets are TS2, thus all Herls Vehicle
, Detection System must be hooked up as TS2 (SDLC). This items is Furnish & Install
when x = I; and Install-Only when x=3. When Z=I it Is one (1) camera system and
when Z=4 it is four (4) camera system. See details in Attachment A.
I TS-17A
I
I
I 75. Bid Item 634-4-104 defines 1/4"hlgh yield span wire assembly for communication
cable support.
I 76. Bid Item 685-261 consists of RUGGEDCOM Industrially Hardened Ethernet
Switch, RSG2100 19-Port Modular Managed Ethernet switch with Gigabit Uplink
Ports. See details in Attachment A
I 77. Bid Item 685;.262-x consists of RUGGEDCOM Switch, RS900 9-Port Managed
Ethernet switch with Fiber Optic uplink. When x=2 It Is with 2 fiber ports, and
I when x= 3 it is 3 fiber ports. See details in Attachment A
I 78. Bid Item 685-266 shall consist of Furnishing-only Fiber Optic Splicing Trailer as
per specifications listed In Attachment A
I 79. Bid Item 685;.173 CORETEC Digital Video Encoder VCX-2400 Series (see details in
Attachment A).
I 80. Bid Item 788-1-2 Consists of furnlsh-only bl-dlrectional contact closure transceiver,
two (2) units per installation.
I
W
I
I
I
I
I
I
I
I TS-18A
I
I
I 7. WARRANTY AND MATERIAL CERTIFICATIONS
Mast Arm combinations shall be free from defects in material and workmanship for a period of
one year from the date of final Inspection and acceptance by the County.
I Copies of manufacturer's warranties shall be submitted upon invoicing of all products, including
material certifications.
I 8. PRICE ADJUSTMENTS
At the discretion of Palm Beach County - County Engineer, price adjustments per project may
be allowed up to the percentage increase or decrease of the cost of Furnish-and-Install and
I Furnish-Only items by the contractor. The percent increase or decrease shall be twenty five
percent (25%) of the Furnish-and-Install items, and fifty percent (50%) of the Furnish-Only
items, of the change in the cost of HD Galvanized Coil, as published by MEPS as compared to
I the August 2008 price of $ I 438/ton. (Check web site: at: htto://www.meos.co.uklindex.htm, or
direct link at: htto:llwww.meos.co.ukIN.Amer%20Price.htm.)
I Example:
I. August 2008 price = $ 1438
Future new price = $ 1020
I Adjustment allowed = ($1020 - 1438) 11438 X 0.25 = - 7.3 % (7.3 % decrease in price)
2- August 2008 price = $ 1438
I New Future new price = $ 1730
Adjustment allowed = ($1730 - 1438) I 1438 X 0.25 = 5.1 % (5.1 % increase in price)
I Contractor shall provide thirty (30) days written notice to Pam Beach County and written
approval from Palm Beach County is required for cost increase. Price bid shall be effective
I without change for one hundred and eighty days (180) after the (commencement of) contract
before an adjustment may be considered.
I 9. INVOICING AND PAYMENT
The Contractor shall submit only two invoices per job; one partial and one final. Palm Beach
County Traffic Division will review the invoices and issue a payment authorization for each of
I the Partial and Final invoices. The final payment authorization will be issued only after the final
inspection of the job has been completed and approved by the County designated engineer. The
total project cost in the final invoice shall not exceed the initial cost estimate ofthe job listed in
I the bid-tab associated with the job work authorization and the cost of the change orders. All
change orders shall be signed by the County designated engineer.
I
I c :\pbc\contract documents\2008\confract _) .doc
I
I TS-19A
560 N,W, Enterprise Drive
Port St, Lucie, FL 34986
(772) 340-7474, ext # 210
(772) 340-7475
mhawthornetCilaerelco .com
To: Cfiy of Boynton Beach Contact: Andrew P. Mack. P.E.
Address: Public Works/Engineering Division Phone: (561) 742-6982
Fax: (561) 742-6285
Project Name: Gateway Blvd. & Quantum Blvd. SIgnalization Bid Number: 09071001
Project Location: Intersection of Gateway Blvd. & Quantum Blvd. Bid Date: 8/24/2009
Boynton Baach. Palm Beach County FINII: N/A
The information contained in this electronic transmlsston (to include any accompanying attachmants)lslntended soley for lis authorized reciplent(s) and may
be confidential or legally prlviledged. If you are not the Intended recipient or responSible for delivering some or aU 01 this transmission to an Intended recipient,
you have received this transmission In error and are hereby notified that your are restricted from reading, printing, distributing or disclosing any of the
information contained in it. In !hat event, please contatrt us Immediately at (772) 340-7474 ext 210 ad delete the original and all copies of this transmission,
Estimated
Item # Pa Item Oescrl lion Quant" Unit Price Total Price
Roadway Items
Mobilization $ 10,000.00
Maintenance of Traff1c $ 7,650.00
$ 17,650.00
Traffic Signalization Items
9 630-1-11 Signals. conduit (F&I) Aboveground 20 LF $ 14.75 $" 295.00
10 630-1-12 Signals, Condu~ (F&I) U/G Z' PVC Sch.fI4() 396 LF $ 4.50 $,/ 1.782.00
11 630-1-13 SI9nals. Conduit (F&I) U/P 2" 13.5 HOPE 510 LF $ 9.75 $/ 4,972.50
12 630-1-22 SI9nals, Conduit ( F&I) Add'l 2" conduit 1,405 LF $ 2.50 $ 3,512.50 1
$/ .
13 632-7-1 Signals. Cable (F&I) 1 PI $ 3.450.00 3.450.00
14 633-4-112 Signals, Fiber Optic Conduit (F&I) U/G 50 LF $ 4.50 $/ 225.00
15 633-4-113 Signals. Fiber Optic Conduit (F&I) U/P 150 LF $ 9.75 $/ 1,462.50
16 633-4-122 Signals, Fiber Optic Conduit (F&I) U/G 150 LF $ 4.50 $ 675.00 1.
17 633-&:1 Signals. Fiber Optic Pull Box (F&I) 2 EA $ 945.00 $ 1.890.00 2
18 635-1-11 Pull & Junction Boxes (F&I) TRAFFIC 16 EA $ - 340.00 $....... 5,440.00
19 639-1-22 Electrical Power Service (F&I) U/G 1 AS $ - 850.00 $v 850.00
( Purchased from FPL )
20 639-2-1 Electrical Service Wire (F&I) 116 200 LF $ 1.25 $'" 250.00
21 641-2-12 Prestressed Concrete Pole (F&I) P-II Service 1 EA $ 651.00. $ / 651.00
22 649-31-102 MIA Assm (F&I) (150 WIBP) SgI Arm w/o Lum (46') 1 AS $ 19,650<00 $/ 19,650.00
23 649-31-103 MIA Assm (F&I) (150 WI8P) $gl Ann w/o Lum (60') 1 AS $ 27.725.00 $ v 27.725.00
24 649-31-104 MIA Assm (F&I) (150 WIBP) Sgl Ann w/o Lum {70.5} 2 AS $ 33.290.00 $ ./ 66.580.00
25 650-51-311 TIS Assm (F&I) 3-S:1-W (Sm) 6 AS $ 700.00 $/ 4.200.00
26 650-51-511 TIS Assm (F&I) 5-S Cluster:1-W (STD) 4 AS $ 1.100.00 $ v 4.400.00
27 653-191 SI9nal ,PED (F&I) LED Countdown (1-W) 2 AS $ 720.00 $./ 1,440.00
28 653-192 Signal. PED ( F&I) LED Countdwon ( 2-W ) 2 AS $ 1.350.00 $V 2,700.00
29 659-107 TIS Aux (F&I) Aluminum Pedestal 4 EA $ 750.00 $ .,..- 3.000.00
30 663-74-11 Vehicle Detector Assm ( Optical) (F&I) 1 EA $ 27.605.00 $ 27.605.00 1
31 665-11 PED Detector (F&I) Pole Mounted 6 EA $ 105.00 $V 630.00
32 670-5-110 Traffic Controller Assrn (F&I) NEMA 1 AS $ 21.550.00 $""" 21.550.00
33 678-1-110 Controller Acces (F&I) Type IV Time SwItch 1 EA $ 750.00 $ 750.00 ~
34 685-106 Sys Aux (F&I) UPS 1 EA $ 450.00 $ 450.00
35 685-120 Sys Aux (F&1) Telemetry Transclever 1 EA $ 3.500.00 $ 3.50000 7
36 685-128 Sys Aux (F&I) Interface Panel 1 EA $ 2.750.00 $ 2.750.00 "
37 699-1-1 Si9n, Internally Illuminated (F&I) GATEWAY 2 EA $ 1.750.00 $ .... 3.500.00
CxtlIl3;/ \ 115//
To: City of Boynton Beach Contact: Andrew P. Mack. P.E.
Address: Public Works/Engineering Division Phone: (561) 742-6982
Fax: (561) 742-6285
Project Name: Gateway Blvd. & Quantum Blvd. Signalization Bid Number: 09071001
Project Location: Intersection of Gateway Blvd. & Quantum Blvd. Bid Oete: 8/24/2009
Boynton Beach, Palm Beach County FIN#: N/A
51 n, Internally illuminated (F&I QUANTUM $ $ 3,500.00
;I,. $ 219,385.50
Total Proposal Amount $ 237,035.50
Proposal Notes: This is issued with the understanding that the above pricing will transmit to a Unit~Price Contract
Agreement.
Pricing Is based upon the Palm Beach County Annual Signal Contract
The following items are not In the County's Annual Contract:
101_1.630_1_22.678.1_110.685_106,685_120 & 685-128.
Notes: ^Our proposal is valid for 30 days fOllowing the date of bld submission. EKCepllons may be granted upon request
^The above Quotation Is based on reasonable interpretallon 0' the available Contracl Documents, Plans, Specifications,
Special Provisions, General Notes and Addenda where applicable.
^Local power company impact feee, permit fees, permitting and surveying are not Included.
^Acts of God and Unforseen Condltlons 'Nill not be the responslblllly of Gerelco Traffic Controls, Inc. If Builders Insurance
is required, Gerelco Traffic Conlrols, inc. can provide a proposal for coverage.
^Costs and Scheduling Impacts 10 project resulting from utility conflicts, either underground or overhead, will not be the
responsibility of Gerelco Traffic Controls, Ino.
^ Preparation of shop drawings and submittals generally take 30-45 days foQowlng the issuance of a notice to proceed under
usual circumstances. A reasonable material procurement is anticipated thereafter ( '2--'8 weeks ).
^Advanced notice of all project related events is essenllallf attendance is expected. Please provide at least 10 day advance
notice of Preconstructlon Meetings and Partnering MeelinQ$.
^ Unless otherwise stipulated Of speclfically directed prior, our quotation Is based on the timely performance of the limited
scope of work expressed In our proposal as represented in the Contract Documents, Plans, Specifications, Special
Provisions, Technical Spacial Provisions, General Notes and Addenda (II applicable). This does not Include acceleration
of our efforts and costs without recognition.
^ Unless otherwise agreed to or negotiated in advance of the contrat execution, our quote Is predicated oolhe Contract
Time 5lipolated in the Notice of Bid Solicitation, Advertisement, Contract Documents, Plans, Speclflcations, Speclal
Provisions, Technical Special Provisions, General Notes and/or Addenda where applicable. Any acceleration or delay
constituting a change In the anticipated duration of the original basis of our estimate shall be subject to negotiation.
Payment Terms: By accpelng oor propoal you agree to the following payment terms: Net 30 days after receipt of Invoice.
ACCEPTED: Confirmed:
The above prices, notes and conditions are satisfactory end are accepted. Gerelco Traffic Controls, In
-
Name: Authorized: ,;.
Signature: EstImator: Michael Hawthorne, Vice President 0
Dale of Aeee tance: (772) 340-7474. exl 210
560 N.W. Enterprise Drive
BLeO Port St. Lucie, FL 34986
(772) 340-7474, ext # 210
(772) 340-7475
mhawthome@aerelco.com
To: City of Boynton Beach Contact: Andrew P. Mack, P.E.
Address: Public WorksfEngineering Division Phone: (561) 742-6982
Fax: (561) 742-6285
Project Name: Gateway Blvd. & Quantum Blvd. Signalization Bid Number: 09071001
Project Location: IntersectIon of Gateway Blvd, & Quantum Blvd. Bid Date: 8/24/2009
Boynton Beach, Palm Beach County FIN#: NlA
The information contained in this electronic transmission (to include any accompanying attachmanls)ls intended soley for lis authorized reciplent(s) and may
be confidential or legally prlviledged, If you are not the Intended recipient or responsible for delivering some or all of this transmission to an Intended recipient,
you have received this transmission In error and are hereby notified thai your are restricted from teading, printing, distributing or disclosing any of the
Information contained in it. In that event, please contact us Immediately at (772) 340-7474 ext 210 ad delete the original and all copies of this transmission.
EBtimated
lIem" Pa Item Oescrl tiDn Quant. Unit Price Total Price
Roadway Items
Mobilization $ 10.000.00
Maintenance of Traffic $ 7,650.00
$ 17,650.00
Traffic Signalization Items
9 630-1-11 Signals. Conduit (F&I) Above9round 20 LF $ 14.75 $ - 295.00
10 630-1-12 Signals, Conduit (F&I) U/G 2" PVC Scl1.#40 396 LF $ 4.50 $./ 1.782.00
11 630-1-13 Signals, Conduit (F&I) U1P 2" 13.5 HDPE 510 LF $ 9.75 $./ 4,972.50
12 630-1-22 Si9nals. Conduit ( F&I) Add'l 2" Conduit 1,405 LF $ 2.50 $ 3.512.50 1
13 632-7-1 Signals, cable (F&I) 1 PI $ 3,450.00 $ ./ 3,450.00
14 633-4.112 Signals. Fiber Optic Conduit (F&I) U/G 50 LF $ 4.50 $",' 225.00
15 633-4-113 Signals, Fiber Optic Conduit (F&I) U/P 150 LF $ 9.75 $,; 1.462.50
16 633-4-122 Signals, Fiber Optic Conduit (F&I) U/G 150 LF $ 4.50 $ 675.00 1
17 633-5-1 Signals. Fiber Optic Pull Box (F&I) 2 EA $ 945.00 $ 1,890.00 ?
18 635-1-11 Pull & Juncllon Boxes (F&I) TRAFFIC 16 EA $ - 340.00 $""'- 5.440.00
19 639-1-22 Electrical Power Service (F&I) U/G 1 AS $ - 850.00 $ " - 850.00
( Purchased from FPL )
20 639-2-1 Electrical Service Wire (F&I) #6 200 LF $ 1.25 $" 250.00
21 641-2-12 Prestressed Concrete Pole (F&I) P.II Set'Vice 1 EA $ 651.00 $/ 651.00
22 649-31-102 MiA Assm (F&I) (150 WISP) 591 Arm w/o lum (46') 1 AS $ 19.65lk00 $/ 19.650.00
23 649-31-103 MIA Assm (F&l) (150 WfBP) 591 Arm w/o lum (60') 1 AS $ 27.725.00 $ v 27,725.00
24 649-31-104 MIA Assm (F&I) (150 WlBP) Sgl Arm w/o lum (70.5) 2 AS $ 33.290.00 S 0/ 66.580.00
25 650-51-311 TIS Assm (F&I) 3-S:1-W ( STD ) 6 AS $ 700.00 $' 4.200.00
26 650-51-511 TIS A.sm (F&I) 5-8 Cluster:1-W (STD) 4 AS $ 1.100.00 S \. 4,400.00
27 653-191 Signal, PED ( F&I) LED Countdown ( 1.W ) 2 AS $ 720.00 $ , / 1,440.00
28 653-192 Signal. PED ( F&I) LED Countdwon ( 2-W ) 2 AS $ 1.350.00 $ "/ 2.700.00
29 659-107 TIS Aux (F&l) Aluminum Pedestal 4 EA $ 750.00 $ or 3.000.00
30 663-74-11 Vehicle Detector Assm ( Optical) (F&I) 1 EA $ 27.805.00 $ 27.605.00 t
31 665.11 PED Detector (F&I) Pole Mounted 6 EA $ 105.00 $..- 630.00
32 670-5.110 Traffic Controller Assm (F&I) NEMA 1 AS $ 21.550.00 $ j,/ 21.550.00
33 678-1-110 Controller Acces (F&l) Type IV Time Switch 1 EA $ 750.00 $ 750.00 ~
34 685-106 Sys Aux (F&I) UPS 1 EA $ 450.00 $ 450.00
35 685.120 Sys Aux (F&l) Telemetry Transclever 1 EA $ 3.500.00 $ 3.500.00 .,
36 685-128 Sys Aux (F&l) Interface Panel 1 EA $ 2.750.00 $ 2.750.00 "
37 699-1-1 Sign. Internally Illuminated (F&I) GATEWAY 2 EA $ 1.750.00 $ " 3.500.00
To: City of Boynton Beach Contact: Andrew P. Mack, P.E.
Address: Public WorksJEngineerlng DivIsion Phone: (561) 742-6982
Fax: (561 742-6285
ProJo<:t Na",.: Bid Number: 09071001
Project Location: Bid Date: 8124/2009
FIN#: N/A
$ 3.500.00
219,385.50
Total ProposalJUnount $ 237,035.50
Proposal Notes: This is issued with the understanding that the above pricing wilf transmit to a Unit-Price Contract
Agreement.
Pricing is based upon the Palm Beach County Annual Signal Contract
The following items are not in the County's Annual Contract:
101-1.630-1-22.678-1-110.565-106,885-120 & 685-128.
Notes: "Our proposal Is valid for 30 days following Ihe date of bld submissIon. Exceptions may be granted upon request
^The above quotation Is based on raa$onable interpretallon of the available Contract Documenls, Plans, Speciflcalions,
Special Provisions, GeneraJ Notes and Addenda where applicable.
^Local power company impact fees, permit fees, permitting and surveyIng ate not Included.
^Acts of God and Unforseen Conditions will not be the responslblllty of Gerelco Traffic Controls, Inc. If Builders Insurance
is require1:t . Gere1co Traffic ContrOls. inc. can provide 8 proposal for CO\lElraga.
^Costs and Scheduling impacts to project resulting from utility conflicts, either underground or overhead. will not be the
responslblllty of Gerelco Traffic Controls. Inc.
^ Preparation of Shop drawings and sllbmittals generally take 30-45 days following tlte tesuanoe of a notice 10 proceed under
usual circumstances. A reasonable material procurement is anticipated thereafter ( 12H18 weeks ).
^Advanced notice of all project related events is essential if attendance is expect:~. Please provide at least 10 day advance
notIce of Preconslructlon Meetings and Partnering Meelings.
^ Unless otherwise stlpulaled or specifically directed prior, our quotation is basad on the timely performance of the limited
scope of work expressed in our proposal as represented in the Contract Documents, Plans. SpecificatIons, Special
Provisions. Tectmk:a) Special Provisions, General Notes and Addenda (If applicable). This does not Inctude acceleration
of our efforts and costs without recognition.
^ Unless otherwise agreed to ot negotiated in advance of the contrat execution, our quote Is predicated on the Contract
Time stipulated III fhe Notice of Bid Solicitation, Advertisement, Contract Documents. Plans. Specifications, Special
Provisions. Technical Special Provisions. General Notes and/or Addenda wnere applicable. Any acceleratiQn Ot delay
cons1ituting a change in fhe anticipated duration of the original basis of oor estJmate shan be sUbject to negotiation
Payment Terms: By accpetng our propoal you agree 10 the following payment terms: Net 30 daytl after receipt of invoice.
ACCEPTED: Confirmed:
The above prices, notes and cOl1ditlons are satisfactory and ate accepted, Gerelco Traffic Controls, In
-
Name: Authorized:
Signature: E:stlmator: Michael Hawthorne, Vice President
Date of Aeee lance: (772) 340-7474. exl. 210
The City of Boynton Beach
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@ci.boynton-beach.f1.us
www.boynton-beach.org
MEMORANDUM
TO: Carol Doppler
Purchasing Agent
FROM: Janet M. Prainito, CMC
City Clerk
DATE: September 15, 2009
SUBJECT: R09-131 Contract for Construction of Traffic Signal
Attached for your handling is the original agreement mentioned above and a copy of
the Resolution. Once the document has been executed, please return the original to
the City Clerk's Office for final execution.
Thank you.
c:.r- 'tn. ~
Attachments (2)
C: Central File
S:\CC\WP\AFTER CQMMISSION\Departmenta! Transmlttals\2009\Carol Doppler R09-131.doc
America's Gateway to the Gulfstream
The City of Boynton Beach
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742-6060
FAX: (561) 742-6090
e-mail: prainitoj@ci.boynton-beach.f1.us
www.boynton-beach.org
MEMORANDUM
TO: Andrew Mack
Public Works Director
FROM: Janet M. Prainito, CMC
City Clerk
DATE: October 21, 2009
SUBJECT: R09-131 Contract for Construction of Traffic Signal Gerelco
Traffic Controls, Inc.
Attached for your information and files is the agreement mentioned above. Since the
document has been fully executed, I have retained an original for Central File.
.
Thank you.
~?!l. p~
Attachment
C: Central File
S:\CC\WP\AffiR CQMMISSIQN\Oepartmental Transmittals\2009\Andrew Mack R09-131 Executed Agreement.doc
America 's Gateway to the Gulfstream