CONTRACT AWARD NOTIFICATION - New York State … · 2005-07-28 · *GDI has electronic access...

30
(continued) 19502a.doc/T06mps State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT AWARD NOTIFICATION Title : Group - 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) Classification Code: 46 Award Number : 19502-E* (Replaces Award 18578) Contract Period : May 15, 2005 to May 14, 2006 Bid Opening Date : February 22, 2005 Date of Issue : July 21, 2005 Specification Reference : As Incorporated In The Invitation for Bid and Purchasing Memorandum dated 02/16/05 Contractor Information : Appears on Pages 2-4 of this Award Address Inquiries To: State Agencies & Vendors Political Subdivisions & Others Customer Services Name : Title : Phone : Fax : E-mail : Mary P. Schneider Purchasing Officer I 518-474-1557 518-474-8676 [email protected] Phone : Fax : E-mail : 518-474-6717 518-474-2437 [email protected] The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. Description The equipment in this contract is for operation and maintenance of traffic and pedestrian intersections and crossing lanes, which require the need for traffic signals and controller equipment. See the "Table of Contents" (Pages 5-6) for the complete list of equipment available. This contract also includes the "Energy Star" approved vehicle & pedestrian signal LED modules, which can reduce signal maintenance costs. This is a statewide contract and is open to all State and non-State agencies. PR #19502-T

Transcript of CONTRACT AWARD NOTIFICATION - New York State … · 2005-07-28 · *GDI has electronic access...

(continued) 19502a.doc/T06mps

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

CONTRACT AWARD NOTIFICATION

Title : Group - 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) Classification Code: 46

Award Number : 19502-E* (Replaces Award 18578)

Contract Period : May 15, 2005 to May 14, 2006

Bid Opening Date : February 22, 2005

Date of Issue : July 21, 2005

Specification Reference : As Incorporated In The Invitation for Bid and Purchasing Memorandum dated 02/16/05

Contractor Information : Appears on Pages 2-4 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others

Customer Services Name : Title : Phone : Fax : E-mail :

Mary P. Schneider Purchasing Officer I 518-474-1557 518-474-8676 [email protected]

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document. Description

The equipment in this contract is for operation and maintenance of traffic and pedestrian intersections and crossing lanes, which require the need for traffic signals and controller equipment. See the "Table of Contents" (Pages 5-6) for the complete list of equipment available. This contract also includes the "Energy Star" approved vehicle & pedestrian signal LED modules, which can reduce signal maintenance costs. This is a statewide contract and is open to all State and non-State agencies. PR #19502-T

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 2

(continued) 19502a.doc/T06mps

NOTE: See individual contract items to determine actual awardees.

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC61777 AMERICAN WIRE GROUP 800/342-7215 651129415 1920 E Hallandale Beach Blvd., Suite 638 954/455-3050 Hallandale, FL 33009 Michael Dorfman Disc.: 1% - 15 Days FAX #954/455-9886 E-Mail: [email protected] Web Site: www.buyawg.com American Wire Group has its catalog available on the internet and accepts the NYS Procurement Card for all orders up to $10,000.00. PC61778 APPLIED STROBE TECHNOLOGY 905/374-3077 100237940 8345 Stanley Avenue 888/544-0434 Niagara Falls Mike Slovak Ontario L2E-6X8 Canada FAX# 905/374-6114 Disc.: 2% - 15 Days E-Mail: [email protected] Web Site: www.appliedstrobe.com PC61779 CONSERVATION STATION INC. 888/870-8800, Ext. 11 223328353 WBE 47 Big Spring Road 908/832-0575, Ext. 11 PO Box 236 Matthew Bolesky Califon, NJ 07830 FAX#: 888/870-7700 908/832-0875 E-Mail: [email protected] Web Site: www.conservation-station.com *CSI has its catalog available on the internet and accepts the NYS Procurement Card for all orders up to $10,000.00. PC61780 GDI COMMUNICATIONS LLC 775/345-8000, Ext. 120 880501596 280 I-80 West, Exit 1 Franklin R. Ribelin PO Box 1330 FAX#: 775/345-8010 Verdi, NV 89439 E-Mail: [email protected] Web Site: www.sgdi.com *GDI has electronic access ordering (EDI) available; and accepts the NYS Procurement Card for all orders up to $10,000.00, and offers an additional 1% discount when used. PC61781 GENERAL TRAFFIC EQUIPMENT, CORP. 800/222-2828 133095949 SB 259 Broadway 845/569-9000 Newburgh, NY 12550 Raymond Staffon FAX#: 845/569-1800 E-Mail: [email protected] Web Site: www.generaltrafficequip.com *General Traffic has its catalog available on the internet; and accepts the NYS Procurement Card for all orders up to $10,000.00.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 3

(continued) 19502a.doc/T06mps

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT. PC61785 PATHFINDER SIGNAL INC. 585/393-9114 161279933 SB PO Box 25222 Claudia Schaefer WBE Farmington, NY 14425 FAX#: 585/393-9172 Disc.: 2%-15 Days E-Mail: [email protected] PC61786 SAFETRAN TRAFFIC SYSTEMS, INC. 719/599-5600, Ext. 136 840575114 1485 Garden of the Gods Road Neil J. Minihane Colorado Springs, CO 80907 FAX#: 719/599-3853 E-Mail: [email protected] Web Site: www.safetran-traffic.com PC61787 TRAFFIC PARTS INC. 800/345-6329 760196834 PO Box 837 281/292-0066 Spring, TX 77383 Phyllis Day FAX#: 281/292-0088 E-Mail: [email protected] *Traffic Parts accepts the NYS Procurement Card for all orders up to $10,000.00. PC61788 TRAFFIC SENSOR CORPORATION 800/929-8721 953457063 173 South G Street 909/388-1300 San Bernardino, CA 92410 Bruce Howard FAX#: 909/388-1115 FAX#: 888/329-6234 E-Mail : [email protected] Web Site: www.tscorp1.com *Traffic Sensor accepts the NYS Procurement Card for all orders up to $10,000.00. PC61789 TRAFFIC SYSTEMS INC. 631/242-4292, Ext 23 113166846 SB 224 North Fehr Way Richard Marsanico Bayshore, NY 11706 FAX#: 631/242-4296 E-Mail: [email protected] *Traffic Systems accepts the NYS Procurement Card for all orders up to $10,000.00.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 4

(continued) 19502a.doc/T06mps

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC61790 U.S. TRAFFIC CORPORATION 800/733-7872, Ext 102 134224045 9603 John Street Mary Griffin Santa Fe Springs, CA 90670 FAX#: 562-923-7555 E-Mail: [email protected] Web Site: www.ustraffic.net *US Traffic has its catalog available on the internet and accepts the NYS Procurement Card for all orders up to $10,000.00. PC61791 UNION METAL CORPORATION 330/456-7653, Ext. 5145 510273423 1432 Maple Avenue Louis J. Capuano Canton, OH 44705 FAX#: 330/456-0628 E-Mail Address: [email protected]

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 5

(continued) 19502a.doc/T06mps

TABLE OF CONTENTS

CONTRACT INFORMATION Page No. CONTRACTORS & ADDRESSES…………………………………………………………………………………….2-4 LOTS I & II - Traffic Signal Lamps…………………………………………………………………………………….8-9 Lot I - Traffic Signal Lamps, Standard Life, TRAFFIC PARTS, INC. (PC61787)……………………………………..8 Lot II - Traffic Signal Lamps, Long Life, TRAFFIC PARTS, INC. (PC61787)………………………………….…….9 LOT III - Vehicle Detectors, PATHFINDER SIGNAL INC (PC61785).……………………..…. ….…………….…..9 LOTS IV through XII - Vehicle & Pedestrian Signal Heads & Hardware LOT IV - Vehicle Signal Heads, GENERAL TRAFFIC EQUIPMENT, CORP. (PC61781)……………...………...10 Lot V - Span Mount Hardware GENERAL TRAFFIC EQUIPMENT,CORP.(PC61781)…... ……………………...11 Lot VI - Vehicle Signal Lenses, TRAFFIC SYSTEMS INC. (PC61789)……………………………………………...11 Lot VII - Programmable Signal Head: TRAFFIC SYSTEMS INC.(PC61789)………………………………………..12 Lot VIII - Strobing Red Signal Indications, APPLIED STROBE TECHNOLOGY.(PC61778)……………………...13 Lot IX - Pedestrian Signal Heads - Incandescent, TRAFFIC SYSTEMS INC.(PC61789)…………………...…….….13 Lot X - Pedestrian Signal Pole Mount Brackets & Pedestrian Stations GENERAL TRAFFIC EQUIPMENT CORP.(PC61781) ……………………………………………..……...14 LOTS XI & XII - Vehicle & Pedestrian Signal (LED) Modules Lot XI - Vehicle Signal (LED Modules) - CONSERVATION STATION, INC.(PC61779)…………………..….…..15 Lot XII - Pedestrian Signal (LED) Modules - CONSERVATION STATION, INC.(PC61779)……………………...15 LOTS XIII through XV - Traffic & Pedestrian Signal Poles Lot XIII - Steel Anchor Base Span-Wire Traffic Signal Poles, UNION METAL CORPORATION (PC61791)….…16 Lot XIV - Aluminum Anchor Base Pedestrian Poles, NO AWARD………………………………………….………...17 Lot XV - Steel Anchor Base Pedestrian Poles, NO AWARD………………………………………….………………..17 Lot XVI - Traffic Signal & Span Wire Cable Item #71 - Signal Control Cable, AMERICAN WIRE GROUP (PC61777)……………………….…………..18 Item #72 - Messenger Cable, AMERICAN WIRE GROUP (PC61777)……………………………………….18 Item #73 - Shielded & Unshielded Lead-in Cable, AMERICAN WIRE GROUP (PC61777)…………..……..19 Item #74 - Inductance Loop Wire, NO AWARD…………………….…………………………………………..19 Item #75 - Copperweld Steel Span Wire, AMERICAN WIRE GROUP (PC61777)…….…………………….19 Item #76 - Stranded THHN Wire, NO AWARD…………………………………………..…………………….20 Item #77 - Bare Copper Ground, NO AWARD…………………………………………….……………………20 LOT XVII through LOT XX - Microcomputer Traffic Control Equipment: Lot XVII - Model 179 Controller Equipment, U.S. TRAFFIC CORPORATION (PC61790)……………….…..…..20 Lot XVIII - Model 330 Cabinet, SAFETRAN TRAFFIC SYSTEMS, INC.(PC61786)……………..………....….....21 Lot XIX - Controller Parts, Item #88 - Model 200 Solid State Switch Pack, TRAFFIC SENSOR CORPORATION (PC61788)…………22 Item #89 - Model 204 Solid State Flasher, GDI COMMUNICATIONS, LLC (PC61780)…………………....22 Item #90 - Model 210 Conflict Monitor, SAFETRAN TRAFFIC SYSTEMS, INC.(PC61786)……………....22 Item #91 - Model 210 Diode Cards, U.S. TRAFFIC CORPORATION (PC61790)…………………….……..22 Item #92 - Model 215 Current Monitor, SAFETRAN TRAFFIC SYSTEMS, INC.(PC61786)…………….…22 Item #93 - Model 215 Diode Cards, U.S. TRAFFIC CORPORATION (PC61790)……………………….…..22 Item #94 - Model 222 Two-Channel Loop Detector, PATHFINDER SIGNAL, INC. (PC61785)……….……23 Item #95 - Model 224 Four-Channel Loop Detector, U.S. TRAFFIC CORPORATION (PC61790)…….……23 Item #96 - Model 231 Magnetic Detector Probe, NO AWARD …….……………...………………………...…23 Item #97 - Model 232 Dual Magnetic Detector Amplifier, NO AWARD…………………….………………....23 Item #98 - Model 242 Two-Channel DC Isolators, GDI COMMUNICATIONS, LLC (PC61780)…………...24 Item #99 - Model 252 Two-Channel AC Isolators, GDI COMMUNICATIONS, LLC (PC61780)…….…..…24 Item #100 - Model 400 Modem Module, GDI COMMUNICATIONS, LLC (PC61780)………………….…..24 Item #101 - Model 416 Memory Module, U.S. TRAFFIC CORPORATION (PC61790)……………….…….24 Item #102 - Model 420 Portable Clock Card, SAFETRAN TRAFFIC SYSTEMS, INC.(PC61786)…………24 Item #103 - Traffic Signal Flasher Cabinet, TRAFFIC PARTS, INC.(PC61787)…………………………...…24 Item #104 - Traffic Signal Cabinet Base, U.S. TRAFFIC CORPORATION (PC6179………………...……...25

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 6

(continued) 19502a.doc/T06mps

TABLE OF CONTENTS (Cont'd)

CONTRACT INFORMATION (Cont'd) Page No. Lot XX - Model 170 Controller Equipment, U.S. TRAFFIC CORPORATION (PC61790) …………………………25

GENERAL INFORMATION PRICE ADJUSTMENT…………………………………………………………………………………………………...8 REQUEST FOR CHANGE...............................................................................................................................………...26 CONTRACT PAYMENTS ...............................................................................................................................………...26 ELECTRONIC PAYMENTS............................................................................................................................………...26 NOTE TO CONTRACTOR ..............................................................................................................................………...26 NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS.......................................………...26 EXTENSION OF USE......................................................................................................................................………...26 DELIVERY.......................................................................................................................................................………...27 ESTIMATED QUANTITIES............................................................................................................................………...27 CONTRACT PERIOD AND RENEWALS......................................................................................................………...27 SHORT TERM EXTENSION...........................................................................................................................………...27 WARRANTIES.................................................................................................................................................………...27 INSTRUCTION MANUALS............................................................................................................................………...27 CANCELLATION FOR CONVENIENCE……………………………………………………………………………...27 REPORT OF CONTRACT PURCHASES .......................................................................................................………...28 "OGS OR LESS" GUIDELINES ......................................................................................................................………...28 QUALITY CONTROL/QUALITY ASSURANCE (QC/QA) PROCEDURES ...............................................………...28 CONTRACT PAYMENTS ...............................................................................................................................………...29 SPECIAL SHIPPING REQUIREMENTS (NYS-DOT) ...................................................................................………...29 LIQUIDATED DAMAGES..............................................................................................................................………...29 OPERATORS MANUALS AND SPARE PARTS...........................................................................................………...29

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 7

(continued) 19502a.doc/T06mps

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See "Contract Payments" and "Electronic Payments in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP. SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:

The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

NOTE TO AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing its use which usually appears at the end of this document. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever possible. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple

contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

PRICE:

Price includes all customs duties and charges and is net, F.O.B. destination any point in New York State as designated by the ordering agency including tailgate delivery. In addition, upon mutual agreement, delivery locations may be expanded per the "Extension of Use" clause.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 8

(continued) 19502a.doc/T06mps

PRICE ADJUSTMENT CLAUSE: (Applies to LOT(S): X, XIII, XV & XVI) The price is subject to an increase or decrease after each 4 month period of the contract and every 4 months thereafter. The price adjustment on each item will be commensurate with the increase or decrease in the Producer Price Index (PPI) for "Metals and Metal Products", Commodity Group: "Iron and Steel", Series ID: WPU101. The formula for the price adjustment is as follows:

DIVIDED BY

The result equals a multiplier. A multiplier greater than 1 will result in an increase in price and a multiplier of less than 1 will result in a decrease in price. A Purchasing Memorandum will be issued by the Procurement Services Group to reflect price increase or decrease which will be effective September 15, 2005 and every 4 months thereafter. If the referenced index changes or is removed, an index deemed appropriate by the Procurement Service Group will be used in its place. In such instance the base would change to the new referenced index. LOT I-ITEMS #1-3 (AWARD BY LOT): "Standard" Traffic Signal Lamps as described below per referenced Detailed Specifications. Estimated Item Quantity Price Mfr./Cat. No. Description Each Each Ref. No. 1. 595 Lumen, 70 Watt Standard Lamp; for 200 mm vehicle indicators. 6,250 NO AWARD 2. 1260 Lumen, 115 Watt Standard Lamp; for 300 mm Pedestrian Indicators. 2,500 NO AWARD 3. 1750 Lumen, 135 Watt Standard Lamp; for 300 mm vehicle indicators. 12,500 NO AWARD

Most recently published Producer Price Index prior to September 15, 2005 and each four months thereafter for "Metals and Metal Products" series ID WPU101

Most recently published Producer Price Index prior to date of bid opening for “Metals and Metal Products” series ID WPU101

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 9

(continued) 19502a.doc/T06mps

LOT II - ITEMS #4-6 (AWARD BY LOT): "Long Life" Traffic Signal Lamps as described below and per referenced Detailed Specifications. Estimated Item Quantity Price Mfr./Cat. No. Description Each Each Ref. No. 4. 595 Lumen, 70 Watt "Long Life" Lamp; for 200 mm vehicle indicators. 6,250 $1.65 TP7111 American # 68A19HKTSRFL2 7/16 5. 1260 Lumen, 115 Watt "Long Life" Lamp; for 300 mm Pedestrian Indicators. 2,500 $1.73 TP7095 American # 116A21HKTSR3 6. 1760 Lumen, 150 Watt "Long Life" Lamp; for 300 mm vehicle indicators. 12,500 $1.73 TP7096 American # 135A21HKTSRFL3 Manufacture: Mullins SC Guaranteed Delivery: 15-60 Days A/R/O No. of Lamps Per Case: 120 CONTRACTOR, LOT II (Items #4-6): TRAFFIC PARTS INC. LOT III - ITEMS #7-9 (AWARD BY LOT) Vehicle Detectors as described below and per referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 7. Microwave Vehicle Detector; overhead mounted type. 125 $525.00 TC26B 8. Ultrasonic Vehicle Presence Detector; overhead mounted or side-of-road (parallel) type. 40 $365.00 TC30 9. 12 Volt AC Power Supply Detector Card; used in Model 330 Traffic Control Cabinet Detector Rack. 125 $ 88.00 TCPS2(170) Manufacturer: MS SEDCO INC. Guaranteed Delivery: 45 Days A/R/O CONTRACTOR, LOT III (Items #7-9): PATHFINDER SIGNAL INC.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 10

(continued) 19502a.doc/T06mps

LOT IV - ITEMS #10-13 (AWARD BY LOT) Traffic Signal Heads as Described below and in the referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 10. 3 Section, 8" Aluminum Signal Head, Red/Amber/Green Ball Lens. (Head Only). a. Standard (complete unit) 125 $115.00 GTE E30-ALUM-STD b. Type 1 (w/o lens, reflector & receptacle) 125 $ 90.00 GTE E30-ALUM-1 11. 3 Section 12" Aluminum Signal Head, Red/Amber/Green Ball Lens. (Head Only). a. Standard (complete unit) 125 $125.00 GTE T30-ALUM-STD b. Type 1 (w/o lens, reflector & receptacle) 125 $110.00 GTE T30-ALUM-1 12. 3 Section, 8" Polycarbonate Signal Head, Red/Amber/Green Ball Lens. (Head Only) a. Standard (complete unit) 125 $ 85.00 GTE E30-POLY-STD b. Type 1 (w/o lens, reflector & receptacle) 125 $ 72.00 GTE E30-POLY-1 13. 3 Section, 12" Polycarbonate Signal Head, Red/Amber/Green Ball Lens. (Head Only). a. Standard (complete unit) 125 $105.00 GTE T30-POLY-STD b. Type 1 (w/o lens, reflector & receptacle) 625 $ 90.00 GTE T30-POLY-1 Guaranteed Delivery: 30-60 Days A/R/O CONTRACTOR & MANUFACTURER, LOT IV (Items #10-13): GENERAL TRAFFIC EQUIPMENT, CORP.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 11

(continued) 19502a.doc/T06mps

LOT V - ITEMS #14-17 (AWARD BY LOT) Span Mount Hardware as described below and in the referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 14. One-Way Span Wire Mount Hardware. 200 $ 40.00 SWHA-150NYS 15. Two-Way Span Wire Mount Hardware. 375 $ 92.00 SWHA-250NYS 16. Three-Way Span Wire Mount Hardware. 125 $116.00 SWHA-350NYS 17. Four-Way Span Wire Mount Hardware. 70 $122.00 SWHA-450NYS Guaranteed Delivery: 30 Days A/R/O CONTRACTOR & MANUFACTURER, LOT V (Items #14-17): GENERAL TRAFFIC EQUIPMENT, CORP. LOT VI - ITEMS #18-28 (AWARD BY LOT) Vehicle Signal Lenses as described below and in the referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. Vehicle Lenses 18. 8" Red Ball (Glass) 125 $ 6.95 TL-4777 19. 8" Yellow Ball (Glass) 125 $ 6.95 TL-4777 20. 8" Green Ball (Glass) 125 $ 6.95 TL-4777 21. 12" Red Ball (Glass) 125 $ 8.95 TL-4955 22. 12" Yellow Ball (Glass) 125 $ 8.95 TL-4955 23. 12" Green Ball (Glass) 125 $ 8.95 TL-4955 24. 12" Red Left Arrow (Glass) 125 $17.55 TL-1205 25. 12" Yellow Left Arrow (Glass) 125 $17.55 TL-1205 26. 12" Green Left Arrow (Glass) 125 $17.55 TL-1205 27. 12" Red Arrow for Programmable Signals (Plastic) 70 $79.00 HPP-20-404 28. 12" Yellow Arrow for Programmable Signals (Plastic) 70 $79.00 HPP-20-405 Manufacturer: Kopp Glass, Inc. Guaranteed Delivery: 30-45 Days A/R/O CONTRACTOR, LOT VI (Items #18-28): TRAFFIC SYSTEMS INC.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 12

(continued) 19502a.doc/T06mps

LOT VII - ITEMS #29 & 30 (AWARD BY LOT) Programmable Signal Heads and Bulbs as described below and in the referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 29. Three Section, 12" optically programmed signal head with ball; red, yellow and green lenses and dark green painted exterior. 70 $1,116.00 HPSTS-30-4-1 30. 150-watt Bulbs for Programmable Signal Heads. (24 bulbs per case) 175 cases $ 480.00 HP5-LAMPS Manufacturer: McCain Guaranteed Delivery: 30-45 Days A/R/O CONTRACTOR, LOT VII (Items #29 & 30): TRAFFIC SYSTEMS INC.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 13

(continued) 19502a.doc/T06mps

LOT VIII - ITEMS #31 & 32 (AWARD BY LOT) Strobe Signals and Parts Kits, as described below and in the referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 31. Twelve inch (12"), One (1) Section Ball Barlo-Strobe Signal Head with Red Lens, Painted Green. 70 $445.00 AST-TS 32. Spare Parts Kit for Barlo- Strobe Signal Head. 70 $210.00 Guaranteed Delivery: 40 Days A/R/O CONTRACTOR & MANUFACTURER, LOT VIII (Items #31 & 32): APPLIED STROBE TECHNOLOGY LOT IX - ITEMS #33 & 34 (AWARD BY LOT) Incandescent Pedestrian Signal Heads as described below and in the referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 33. "MAN/HAND" Incandescent Pedestrian Signal Head (Polycarbonate) a. Standard (complete unit) 70 $127.00 MPSTP-01-4-PC1 b. Type 1 (unit without lens, reflector & lamp) 70 $ 59.45 MPSTP-XX-4-PC1 34. "MAN/HAND" Incandescent Pedestrian Signal Head (Aluminum) a. Standard (complete unit) 70 $145.00 MPSTA-01-4-PC1 b. Type 1 (unit without lens, reflector & lamp) 70 $ 53.45 MPSTA-XX-4-XC Manufacturer: McCain Guaranteed Delivery: 30-45 Days A/R/O CONTRACTOR, LOT IX (Items #33 & 34): TRAFFIC SYSTEMS INC.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 14

(continued) 19502a.doc/T06mps

LOT X - ITEMS #35-39A (AWARD BY LOT) Pole Mount Brackets & Pedestrian Stations as described below and in the referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 35. Two-way top mount pole bracket 70 $85.00 PTSA-102NYS 36. One-way side mount pole bracket 250 $40.00 2-115-240/250-I 37. One-way top mount pole bracket 250 $26.00 PTS-110NYS 38. Pedestrian Station 5" x 7", with watertight and ADA compliant button "Man/Hand" Pedestrian 375 $44.00 PBA-1010ADA 39. Pedestrian Station (9" x 12"), with watertight and ADA compliant button and "Man/Hand" Pedestrian sign 375 $50.00 PBA-1020ADA 39A. Push Buttons, watertight and ADA compliant 500 $22.00 PBA-3-1000ADA Guaranteed Delivery: 30 - 45 Days A/R/O CONTRACTOR & MANUFACTURER, LOT X (Items #35-39A): GENERAL TRAFFIC EQUIPMENT CORP. LOT XI - ITEMS #40-49 (AWARD BY LOT) Vehicle Signal (LED) Modules) as described below and as per referenced Detailed Specifications. Item Estimated Unit Mfr./Cat. No. Description Quantity Price Ref. No. 40. 300 mm Red Ball LED Module a. Standard Type 3,125 $47.50 DR6-RTFB-20A-42 b. Type "A" 625 $35.50 DR6-RTFB-20A-23 41. 300 mm Yellow Ball LED Module a. Standard Type 3,125 $59.50 DR6-YCFB-20A-42 b. Type "A" 125 $45.00 DR6-YCFB-20A-23 42. 300 mm Green Ball LED Module a. Standard Type 3,125 $90.00 DR6-GCFB-20A-42 b. Type "A" 125 $75.50 DR6-GCFB-20A-23 43. 300 mm Red Turn Arrow LED Module a. Standard Type 250 $64.00 DRG-RTA2-01A-42 b. Type "A" 70 $36.00 DRG-RTA2-01R-23 44. 300 mm Yellow Turn Arrow LED Module a. Standard Type 250 $69.00 DR6-YCA2-01A-42 b. Type "A" 70 $39.00 DR6-YCA2-01A-23

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 15

(continued) 19502a.doc/T06mps

LOT XI - ITEMS #40-49 (AWARD BY LOT) (Cont'd) Vehicle Signal (LED) Modules) as described below and as per referenced Detailed Specifications. Item Estimated Unit Mfr./Cat. No. Description Quantity Price Ref. No. 45. 300 mm Green Turn Arrow LED Module a. Standard Type 250 $ 75.00 DR6-GCA2-01A-42 b. Type "A" 125 $ 49.00 DR6-GCAAN-21A 46. 200 mm Red Ball LED Module a. Standard Type 875 $ 44.00 DR4-RTFB-20A-42 b. Type "A" 250 $ 31.00 DR4-RTFB-20A-23 47. 200 mm Yellow Ball LED Module a. Standard Type 875 $ 59.00 DR4-YCFB-20A-42 b. Type "A" 125 $ 37.00 DR4-YCFB-20A-23 48. 200 mm Green Ball LED Module a. Standard Type 875 $ 60.00 DR4-GCFB-20A-42 b. Type "A" 200 $ 44.00 DR4-GCFB-20A-23 49. 300 mm Yellow & Green Bi-Modal Arrow LED Module

a. Type "A" Only 450 $110.00 DR6-ECA6-01A-23 Manufacturer: GelCore Guaranteed Delivery: 30 Days A/R/O CONTRACTOR, LOT XI (Items #40-49): CONSERVATION STATION INC.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 16

(continued) 19502a.doc/T06mps

LOT XII - ITEMS #50-55 (AWARD BY ITEM) Pedestrian Signal (LED) Modules) as described below and as per referenced Detailed Specifications. Estimated Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 50. 300 mm White "Man" Single Pedestrian LED Module a. Type "A" Only 70 $ 88.00 PS6-WFM1-01A-23 51. 300 mm Orange "Hand" Single Pedestrian LED Module a. Type "A" Only 250 $ 60.00 PS6-PFH1-01A-23 52. 300 mm "Man/Hand" Bi-Modal Pedestrian LED Module a. Type "A" Only 1,000 $100.50 PS6-CFC5-01A-23 53. 410 mm x 450 mm (Size A) "Man/Hand" Bi-Modal Pedestrian LED Module (McCain, ICC & IDC housings) a. Type "A" only 100 $145.00 PS7-CFC1-01A-23 Manufacturer: GelCore Guaranteed Delivery: 30 Days A/R/O CONTRACTOR, LOT XII (Items #50-53): CONSERVATION STATION INC. LOTS XIII through XV - ITEMS #56-70 TRAFFIC AND PEDESTRIAN SIGNAL POLES: All poles must be supplied complete as per applicable parts of detailed referenced specifications, including anchor bolts and nuts, and special bases when specified. LOT XIII (Items #56-64) - AWARD BY LOT: The following traffic signal poles shall be provided in the height and material specified. Steel Anchor Base Span-Wire Poles: Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 56. 18’ High Beacon Pole (Aluminum) 15 $ 430.00 70723-A27658-OZS 57. 9 meter, 20 kN load Span Wire Pole 15 $2,245.00 50064-B40-Y1 58. 9 meter, 30 kN load Span Wire Pole 25 $2,665.00 50064-B40-Y2 59. 9 meter, 40 kN Span Wire Pole 25 $3,060.00 50064-B40-Y3 60. 10 meter, 20 kN load Span Wire Pole 15 $2,260.00 50064-B40-Y4 61. 10 meter, 30 kN load Span Wire Pole 25 $2,755.00 50064-B40-Y5 62. 10 meter, 40 kN load Span Wire Pole 25 $3,370.00 50064-B40-Y6 63. 10 meter, 50 kN load Span Wire Pole 25 $3,735.00 50064-B40-Y7 64. 11 meter, 60 kN load Span Wire Pole 25 $4,280.00 50064-B40-Y8 Guaranteed Delivery: 12-14 Weeks A/R/O CONTRACTOR & MANUFACTURER, LOT XIII (Items #56-64): UNION METAL CORPORATION

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 17

(continued) 19502a.doc/T06mps

LOT XIV (Items #65-67) - AWARD BY LOT: Aluminum Anchor Base (with Anchor Bolts) Top Bracket Mount Pedestrian Poles, shall be manufacturer’s standard poles, provided in the height and material specified. They shall conform to design load configuration for pedestrian poles contained in the referenced detailed specifications. Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 65. 8' High Aluminum NO AWARD 66. 10' High Aluminum 67. 12' High Aluminum LOT XV (Items #68-70) - AWARD BY LOT: Steel Anchor Base (with Anchor Bolts) Top Bracket Mount Pedestrian Poles, shall be manufacturer’s standard poles, provided in the height and material specified. They shall conform to design load configuration for pedestrian poles contained in the referenced detailed specifications. Item Quantity Unit Mfr./Cat. No. Description Each Price Ref. No. 68. 8' High Steel NO AWARD 69. 10' High Steel 70. 12' High Steel

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 18

(continued) 19502a.doc/T06mps

LOT XVI - ITEMS #71-77 (AWARD BY ITEM) Traffic Signal & Span Wire Cable as described below and per referenced Detailed Specifications. Estimated Annual Item Quantity Price Wire/Cable No. Description Feet Per "M" Cat. No. 71. Signal Control Cable; 600 volt, rated with copper conductors. a. 3-Conductor #14 AWG stranded, 1000 ft. reels 6,000 $139.49 14-3/c STR b. 5-Conductor #14 AWG stranded, 1000 ft. reels 25,000 $200.09 14-5/c STR c. 7-conductor #14 AWG stranded, 1000 ft. reels 25,000 $257.26 14-7/c STR d. 10-Conductor #14 AWG stranded, 1000 ft. reels 13,000 $387.61 14-10/c STR e. 15-Conductor #14 AWG stranded, 1000 ft. reels 10,000 $571.69 14-15/c STR f. 19-Conductor #14 AWG stranded, 1000 ft. reels 25,000 $714.61 14-19/c STR Manufacturer: Advanced Digital Guaranteed Delivery: 30 Days A/R/O CONTRACTOR, ITEM #71 (a-f): AMERICAN WIRE GROUP Estimated Annual Item Quantity Price Wire/Cable No. Description Feet Per "M" Cat. No. 72. 5-Conductor #14 AWG stranded 4,000 $200.09 14-5/c STR messenger cable; 1000 ft. reels. Manufacturer: Advanced Digital Guaranteed Delivery: 30 Days A/R/O CONTRACTOR, ITEM #72: AMERICAN WIRE GROUP

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 19

(continued) 19502a.doc/T06mps

Estimated Annual Item Quantity Price Wire/Cable No. Description Feet Per "M" Cat. No. 73. a. 2-conductor #14 AWG Stranded Wire, Shielded lead-in Cable. Put-up on 2,500 foot reels. 25,000 $152.00 14-2/c STR b. 2-conductor #18 AWG Stranded Wire, Shielded lead-in Cable. Put-up on 2,500 foot reels. 25,500 $118.00 18-2/c STR c. 4-conductor #18 AWG Stranded Wire, Shielded lead-in Cable. Put-up on 2,500 foot reels. 15,000 $208.00 18-4/c UNSHD d. 4-conductor #18 AWG Stranded Wire, Shielded lead-in Cable. Put-up on 2,500 foot reels. 15,000 $213.00 18-4/c SHD Manufacturer : Advanced Digital / ISOTEC Guaranteed Delivery: 30 Days A/R/O CONTRACTOR, ITEM #73 (a-d): AMERICAN WIRE GROUP 74. #14 AWG stranded inductance encased loop wire. Put-up on 2,500 ft. reels. NO AWARD 75. Copperweld Steel Wire, as per specification; in 500 ft. reels. a. 1/4 inch diameter (stranded) 6,500 $ 359.00 1/4 Copperweld b. 5/16 inch diameter (stranded) 19,000 $ 540.00 5/16 Copperweld c. 7/16 inch diameter (stranded) 19,000 $1,015.00 7/16 Copperweld Manufacturer: ALCOA Guaranteed Delivery: 35 Days A/R/O CONTRACTOR, ITEM #75 (a-c): AMERICAN WIRE GROUP

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 20

(continued) 19502a.doc/T06mps

Estimated Annual Item Quantity Price No. Description Feet Per "M" 76. Single Conductor, Stranded THHN Wire; in 500 ft. reels. a. 8-gauge black wire NO AWARD b. 8-gauge white wire c. 6-gauge black wire d. 6-gauge white wire 77. Bare Copper Ground, Stranded Wire. a. 6-gauge type (in 315 ft. reels) NO AWARD b. 4-gauge type (in 200 ft. reels) LOT XVII - ITEMS #78-81 (AWARD BY LOT) Model 179 controller Equipment Delv'd Item Estimated Price Mfr. Cat. No. Description Quantity Per Ref. No. 78. Model 179 Controller complete as per referenced specifications. 320 ea. $985.00 179NY 79. Model 179 Extender Boards complete as per referenced specifications. 7 sets $670.00/set 179-Extender 80. Model 179 Spare Boards complete as per referenced specifications. 25 sets $890.00/set 179-Spare 81. Type 27C256 EPROM Fairchild #FM27C56Q150 Only (No Substitutes), complete as per referenced specifications. 1,250 ea. $ 4.50/ea. 072383 Guaranteed Delivery: 60 Days A/R/O CONTRACTOR & MANUFACTURER, LOT XVII (Items #78-81): U. S. TRAFFIC CORPORATION

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 21

(continued) 19502a.doc/T06mps

LOT XVIII - ITEMS #82-87 (AWARD by LOT) Model 330 Cabinet Delv'd Item Estimated Price Mfr. Cat. No. Description Quantity Per Ref. No. 82. Model 330 Cabinet Assembly with Additional Spare Cabinet Equipment, complete per referenced specifications. 375 ea. $2,999.00/ea. 288585A330 Manufacturer's Name: Safetran Traffic Systems A. Model 330 cabinet (1) B. Flash Transfer Relay (4) C. Model 215 Current Monitor (1) D. Model 204 Flasher (1) E. Model 200 Switchpack (5) Address Plant A: Colorado Springs, CO./ Safetran B: Chicago, IL / Magnecraft C: Colorado Springs, CO / Safetran D: No gales, MX / PDC E: No gales, MX / PDC 83. Model 330S Stretch Cabinet, same as Item #82, except 1575 mm in length. 70 ea. $3,352.00/ea. 288976A330 Manufacturer's Name: Safetran Traffic Systems 84. Spare Cabinet Mounting Brackets, complete per referenced Specifications, except supplied only with 101.6 mm ear lengths. 90 ea. $ 16.50/ea. 288616A330 Manufacturer's Name: Safetran Traffic Systems 85. Spare Model 215 Current Monitors complete as per Referenced specifications. 125 ea. $ 614.00/ea. 087704D215-00 Manufacturer's Name: Safetran Traffic Systems 86. Spare 24 VDC Power Supplies complete as per referenced specifications. 35 ea. $ 200.00/ea. 083145D330-00 Manufacturer's Name: Safetran Traffic Systems 87. Spare Power Distribution Assemblies (PDA) complete as per specifications. 35 ea. $ 355.00/ea. 085692D330-00 Manufacturer's Name: Safetran Traffic Systems Guaranteed Delivery: 90 Days A/R/O CONTRACTOR & MANUFACTURER, LOT XVIII (Items #82-87): SAFETRAN TRAFFIC SYSTEMS, INC.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 22

(continued) 19502a.doc/T06mps

LOT XIX - ITEMS #88-104 (AWARD BY ITEM): Controller Parts Delv'd Item Estimated Price Mfr. Cat. No. Description Quantity Per Ref. No. 88. Model 200 Solid State Switch Packs, complete as per referenced specifications. 1,250 $ 13.28 200LSCALTRANS Guaranteed Delivery: 20-45 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #88: TRAFFIC SENSOR CORPORATION 89. Model 204 Solid State Flasher, complete as per referenced specifications. 625 $ 13.96 FL204 Guaranteed Delivery: 30-60 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #89: GDI COMMUNICATIONS LLC 90. Model 210 Conflict Monitor complete as per referenced specifications. 375 ea. $260.00/ea. 0712010520 Manufacturer's Name: Eberle Design Guaranteed Delivery: 60 Days A/R/O CONTRACTOR, ITEM #90: SAFETRAN TRAFFIC SYSTEMS, INC. 91. Model 210 Diode Cards complete as per referenced specifications. 625 ea. $ 18.50/ea. PC-170 Guaranteed Delivery: 60 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #91: U. S. TRAFFIC CORPORATION 92. Model 215 Current Monitor complete as per referenced specifications. 70 ea. $665.00/ea. 087704D215-00 Guaranteed Delivery: 90 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #92: SAFETRAN TRAFFIC SYSTEMS, INC. 93. Model 215 Diode Cards complete as per referenced specifications. 625 ea. $ 15.00/ea. PC-170 Guaranteed Delivery: 90 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #93: U. S. TRAFFIC CORPORATION

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 23

(continued) 19502a.doc/T06mps

LOT XIX - ITEMS #88-104 (AWARD BY ITEM): (Cont'd) Controller Parts Delv'd Item Estimated Price Mfr. Cat. No. Description Quantity Per Ref. No. 94. Model 222 Two-Channel Loop Detector complete as per referenced specifications. 3,125 ea. $46.00/ea. G-200-SS Manufacturer's Name: Reno A & E Guaranteed Delivery: 45 Days A/R/O CONTRACTOR, ITEM #94: PATHFINDER SIGNAL INC. 95. Model 224 Four-Channel Loop Detector complete as per referenced specifications. 125 ea. $74.00/ea. USTC/224DA Guaranteed Delivery: 60 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #95: U.S. TRAFFIC CORPORATION 96. Model 231 Magnetic Detector Probe complete as per referenced specifications. NO AWARD 97. Model 232 Dual Magnetic Detector Amplifier complete as per referenced NO AWARD specifications.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 24

(continued) 19502a.doc/T06mps

LOT XIX - ITEMS #88-104 (AWARD BY ITEM): (Cont'd) Controller Parts Delv'd Item Estimated Price Mfr. Cat. No. Description Quantity Per Ref. No. 98. Model 242 Two-Channel D.C. Isolators complete as per referenced specifications. 250 ea. $ 19.50/ea. M242NY Guaranteed Delivery: 45-70 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #98: GDI COMMUNICATIONS LLC 99. Model 252 Two-Channel AC Isolators complete as per referenced specifications. 125 ea. $ 24.00/ea. M252 Guaranteed Delivery: 45-70 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #99: GDI COMMUNICATIONS LLC 100. Model 400 Modem Module complete as per referenced specifications. 125 ea. $104.00/ea. M400NY Guaranteed Delivery: 10-30 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #100: GDI COMMUNICATIONS LLC 101. Model 416 Memory Module complete as per referenced specifications. 35 ea. $ 99.50/ea. 416-NY Guaranteed Delivery: 60 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #101: U. S. TRAFFIC CORPORATION 102. Model 420 Portable Clock Card complete as per referenced specifications. NO AWARD 103. Traffic Signal Flasher Cabinets, complete as per referenced specifications. 3 5 ea. $325.00/ea. TP#5289 Guaranteed Delivery: 60-90 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #103: TRAFFIC PARTS, INC.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 25

(continued) 19502a.doc/T06mps

LOT XIX - ITEMS #88-104 (AWARD BY ITEM): (Cont'd) Controller Parts Delv'd Item Estimated Price Mfr. Cat. No. Description Quantity Per Ref. No. 104. Traffic Signal Cabinet Bases, complete as per referenced specifications. 35 ea. $275.00/ea. B300-8 Guaranteed Delivery: 60 Days A/R/O CONTRACTOR & MANUFACTURER, ITEM #104: U. S. TRAFFIC CORPORATION LOT XX - ITEMS #105-107 (AWARD BY LOT): Delv'd Item Estimated Price Mfr. Cat. No. Description Quantity Per Ref. No. 105. Model 170E Controller complete as per referenced specifications. 7 ea. $765.00/ea. 170E + 412C 106. Model 170E Extender Boards complete as per referenced specifications. 7 ea. $235.00/ea. 170E-SC-Extender 107. Model 170E Spare boards complete as per referenced specification 7 ea. $590.00/ea. Various: 100906-100910 + 100926 -100927 + 100930A Guaranteed Delivery: 60 Days A/R/O CONTRACTOR & MANUFACTURER, LOT XX (Items #105-107): U. S. TRAFFIC CORPORATION

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 26

(continued) 19502a.doc/T06mps

REQUEST FOR CHANGE: Any request by the agency or contractor regarding changes in any part of the contract must be made in writing to the Office of General Services, Procurement Services Group, prior to effectuation.

CONTRACT PAYMENTS:

Payments cannot be processed by State facilities until the contract products have been delivered in satisfactory condition or services have been satisfactorily performed. Payment will be based on any invoice used in the supplier's normal course of business. However, such invoice must contain sufficient data including but not limited to contract number, description of product or service, quantity, unit and price per unit as well as federal identification number. State facilities are required to forward properly completed vouchers to the Office of the State Comptroller for audit and payment. All facilities are urged to process every completed voucher expeditiously giving particular attention to those involving cash discounts for prompt payment. If the contract terms indicate political subdivisions and others authorized by law are allowed to participate, those entities are required to make payments directly to the contractor. Prior to processing such payment, the contractor may be required to complete the ordering non-State agency's own voucher form. See "Contract Billings" in Appendix B, OGS General Specifications.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. To obtain an electronic payment authorization form visit the OSC website at www.osc.state.ny.us or contact them by e-mail at [email protected] or by phone at 518-474-4032.

NOTE TO CONTRACTOR: This Contract Award Notification is not an order. Do not take any action under this contract except on the basis of purchase order(s) from the agency or agencies.

NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B, OGS General Specifications. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State. Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Click on "For Government-Contracts and Purchasing," then "About Procurement," then "Non-State Agency Legal References." Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

This contract may be extended to additional States or governmental jurisdictions upon mutual written agreement between New York State (the lead contracting State) and the contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extensions.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 27

(continued) 19502a.doc/T06mps

DELIVERY: Delivery shall be expressed in number of calendar days required to make delivery after receipt of a purchase order. Product is required as soon as possible and guaranteed delivery may be considered in making award. Delivery shall be made in accordance with instructions on Purchase Order from each agency. If there is a discrepancy between the purchase order and what is listed on the contract, it is the contractor’s obligation to seek clarification from the ordering agency and, if applicable, from the Office of General Services, Procurement Services Group.

NOTE: (Applies to NYS-DOT Deliveries Only)

Deliveries shall be made to D.O.T. Div. of Operations and Maintenance Highway, inside the yard facility at destinations indicated on purchase order. Advance notice of delivery, in writing, shall precede each delivery, and shall be issued so as to arrive at the delivery point at least 48 hours before the delivery is made. Delivery will be accepted only between the hours of 9:00 a.m. and 3:00 p.m., Monday through Friday, excluding Holidays.

ESTIMATED QUANTITIES:

The quantities or dollar values listed are estimated only. See "Estimated/Specific Quantity Contracts" in Appendix B, OGS General Specifications.

CONTRACT PERIOD AND RENEWALS:

If mutually agreed between the Procurement Services Group and the contractor, the contract may be renewed under the same terms and conditions for additional period(s) not to exceed a total contract term of five (5) years.

CANCELLATION FOR CONVENIENCE

The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

SHORT TERM EXTENSION:

In the event the replacement contract has not been issued, any contract let and awarded hereunder by the State, may be extended unilaterally by the State for an additional period of up to one month upon notice to the contractor with the same terms and conditions as the original contract including, but not limited to, quantities (prorated for such one month extension), prices, and delivery requirements. With the concurrence of the contractor, the extension may be for a period of up to three months in lieu of one month. However, this extension terminates should the replacement contract be issued in the interim.

WARRANTIES:

See "Warranties" in Appendix B, OGS General Specifications. INSTRUCTION MANUALS:

Simultaneous with delivery, the contractor(s) shall furnish to the authorized user a complete instruction manual for the product and for each component supplied. The manual shall include complete instructions for unpacking, inspecting, installing, adjusting, aligning, and operating the product, together with layout and interconnection diagrams, schematic and wiring diagrams, preventive and corrective maintenance procedures, and complete parts lists, manufacturer's catalog numbers, and ordering information, if applicable.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 28

(continued) 19502a.doc/T06mps

REPORT OF CONTRACT PURCHASES: Contractor shall furnish report of purchases made from contract the fifteenth of the month following the end of each six month period. The reports shall be in the following format:

Item/

SubItem Number

Product or Catalog

Number

Product/ Service

Description

Total

Quantity Shipped

Total $ Value

The report is to be submitted to the Office of General Services, Procurement Services Group, Tower Bldg., Empire State Plaza, Albany, NY 12242, to the attention of the individual shown on the front page of the Contract Award Notification and shall reference the Group Number, the Invitation for Bids Number, Contract Number, sales period, and contractor's name. Additional related sales information, such as monthly reports, and/or detailed user purchases may be required and must be supplied upon request. Failure to submit the required report may be cause for disqualification of contractor for future contracts.

"OGS OR LESS" GUIDELINES APPLY TO THIS CONTRACT:

Purchases of the products included in the Invitation For Bids and related Contract Award Notification are subject to the "OGS or Less" provisions of Section 163.3.a.v., Article XI, of the New York State Finance Law. This means that State agencies can purchase products from sources other than the contractor provided that such products are substantially similar in form, function or utility to the products herein and are:

1. lower in price -and/or- 2. available under terms which are more economically efficient to the State agency (e.g. delivery terms,

warranty terms, etc.).

Agencies are reminded that they must provide the State contractor an opportunity to match the non-contract savings at least two business days prior to purchase. In addition, purchases made under "OGS or Less" flexibility must meet all requirements of law including, but not limited to, advertising in the New York State Contract Reporter, prior approval of the Comptroller's Office and competitive bidding of requirements exceeding the discretionary bid limit. State agencies should refer to Procurement Council Bulletin "OGS or Less Purchases" for complete procedural and reporting requirements.

QUALITY CONTROL/QUALITY ASSURANCE (QC/QA) PROCEDURES:

Strict compliance with the NYS-DOT QC/QA, as detailed in Chapter 1 (General Requirements for Traffic Signal Control Equipment) under Section I (Qualification) and Section II (Product Acceptance, Testing and Guarantees) of the June 2003 TMES manual shall be required with all resultant contractors. These requirements include, but are not limited to, strict penalties for non-compliance, such as back-charging for using agency, costs to remove defective units, installation of replacement units, repackage and ship defective units to contractor, etc.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 29

(continued) 19502a.doc/T06mps

CONTRACT PAYMENTS: WITH REGARD TO PAYMENT FOR ITEMS WHICH INCLUDE TRAFFIC SIGNAL CONTROLLERS AND/OR CABINETS, THE USING AGENCY WILL ADHERE TO THE FOLLOWING PROCEDURE: THE USING AGENCY RESERVES UP TO 30 CALENDAR DAYS FROM DATE OF RECEIPT TO TEST CONTROLLERS AND/OR CABINETS, AND TO APPROVE SUCH AND RELATED ITEMS FOR PAYMENT. IN THE EVENT A CONTROLLER AND/OR CABINET IS NOT TESTED WITHIN 30 CALENDAR DAYS OF RECEIPT DUE TO DELAYS WITHIN THE CONTROL OF THE USING AGENCY THE CONTROLLER AND/OR CABINET RELATED ITEMS WILL BE APPROVED FOR PAYMENT WITHIN THE 30 CALENDAR DAYS. THIS APPROVAL WILL NOT CONSTITUTE FINAL ACCEPTANCE OF THE EQUIPMENT, NOR WILL IT RELIEVE THE CONTRACTOR OF ITS NORMAL WARRANTY AND GUARANTEE REQUIREMENTS UNDER THE CONTRACT.

SPECIAL SHIPPING REQUIREMENTS (NYS-DOT):

DUPLICATE COPIES OF ALL PACKING PARTS LISTS, SHIPPING NOTICES, ETC. MUST BE SENT TO THE FOLLOWING ADDRESS AT THE TIME OF SHIPMENT:

NYS DEPARTMENT OF TRANSPORTATION TRAFFIC SIGNAL LABORATORY 16 AVIS DRIVE LATHAM, NY 12110 ATTN: MICHAEL NAUMIEC

LIQUIDATED DAMAGES: In the event of a delay or default in any delivery, providing such delay or default is not directly attributable to a

material fault of the ordering agency, the agency shall be entitled to and shall assess against the vendor as liquidated damages, a sum calculated as follows: Fifty ($50.00) dollars per day to compensate for delay, and other losses, detriments and inconveniences attendant upon such delay from the of the grace period, commencing from the time delivery was due under the contract. A grace period of seven (7) calendar days commencing on and including the contract date for delivery shall be extended to the vendor prior to the assessment of such liquidated damages. Notice is hereby given to the vendor that despite the extensions of the grace period herein specified, time shall be and is of the essence in regard to the delivery of these products to the using agency. Furthermore, notice is hereby given that, where the delay in delivery is directly attributable to the manufacturer of the traffic control equipment, the vendor remains responsible for and the using agency may assess such liquidated damages. Such manufacturer-based delay in delivery beyond 30 days may also constitute grounds for the State to terminate, for its cause and convenience, the contract at no expense or cost to the State at the State's sole option. Liquidated damages, if assessed, shall be deducted from the purchase order price for each shipment delivered against such purchase order.

OPERATOR'S MANUALS AND SPARE PARTS:

The manufacturer shall submit 35 copies of the operators and maintenance manual and/or 11 copies of the manual on electronic media (i.e. - CD-ROM) for each item, except for Items 105-107 where 3 copies are required, for which an order is issued. These manuals shall include the electrical schematics of the item. All manuals shall be submitted with the first delivery made on the order. The attention of all bidders is called to Part I, Chapter 1, Section VI of the specifications. This section requires manufacturers of certain items to supply spare parts when special monolithic integrated circuits and/or crystal oscillators are used in the manufacture of the item. All spare parts of this type shall be submitted with the first delivery made on the order. If the appropriate operators manuals and/or spare parts are not submitted with the first delivery on an order, the using agency reserves the right to withhold payment for the equipment delivered until the missing items are supplied.

GROUP 35800 - TRAFFIC CONTROL EQUIPMENT (Statewide) AWARD PAGE 30

(continued) 19502a.doc/T06mps

State of New York

Office of General Services PROCUREMENT SERVICES GROUP

Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software. Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *