State of Washington



State of Washington

Current Contract Information

Revision Date: January 26, 2009

Effective Date: January 26, 2009

|Contract number: |03502 (replaces 03097) |Commodity code: |6310 |

|Contract title: |Transportation Management System Equipment |

| |(for replacement parts or standardization purposes) |

|Purpose: |Update Contact Information for Traffic Parts Inc, Contractor #11. |

|Original award date: |02/14/03 |

|Period of performance: |02/01/07 |through: |05/01/09 |

|Contract term: |Not to exceed six (6) years or 05/01/09 |

|Contract type: |This contract is designated as convenience use. |

|Scope of contract |This contract is awarded to multiple contractor(s). |

| |1. Advanced Traffic Products Inc. Page 4 (Price Sheet A) |

| |2. Rhino Manufacturing Inc. Page 5 (Price Sheet B) |

| |3. Capital Enterprises and Engineering Corp. Page 6 (Price Sheet A) |

| |4. Cascade Signal Corp. Page 7 (Price Sheet A & B) |

| |5. Econolite Control Products Page 8 (Price Sheet A & B) |

| |6. High Leah Electronics, Inc. Page 9 (Price Sheet A) |

| |7. Kar-Gor Inc. Page 10 (Price Sheet A) |

| |8. McCain Traffic Supply Page 11 (Price Sheet A) |

| |9. NorthWest Signal Supply Inc. Page 12 (Price Sheet A & B) |

| |10. Time Mark Inc. Page 13 (Price Sheet A) |

| |11. Traffic Parts Inc. Page 14 (Price Sheet A) |

| |12. URS Electronics Page 15 (Price Sheet A) |

| |13. US Traffic/Quixote (removed from contract) |

| |14. Western Traffic Systems Page 16 (Price Sheet A) |

| |15. Jamar Technologies Inc. Page 17 (Price Sheet A) |

| | |

| | |

| | |

|Primary user agency(ies): |Washington State Department of Transportation |

|For use by: |General use: All State Agencies, Political Subdivisions of Washington and the State of Washington Purchasing |

| |Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). |

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

|Contracts Specialist: |Breann Aggers |Alternate Contact: |Christine Schoepfer |

|Phone Number: |(360) 902-7441 |Phone Number: |(360) 902-7193 |

|Fax Number: |(360) 586-2426 |Fax Number: |(360) 586-2426 |

|Email: |baggers@ga. |Email: |cschoep@ga. |

Visit our Internet site:

|Products available: |Price Sheet A: |

| |Controllers, Controller parts, Cabinet Accessories, Load Switches and parts, |

| |Flashers, Conflict Monitors, Voltage Regulators, Magnetometer Detector and |

| |parts, Loop Detectors and parts, Vehicle Signal Heads and parts, Pedestrian |

| |Signal Heads and parts, Pedestrian Signal Head Modification Kits, Time Clocks, |

| |Vehicle Head and Pedestrian Head Mounting Hardware, Optically |

| |Programmed Signal Heads and parts, Optically and Optical Preemption |

| |Equipment Parts, L.E.D., Vehicle Detection Video, Traffic Counters, |

| |Transportation Management System Test Equipment, Pedestrian Push Button |

| |Components, 2070 Controllers Software, Internal Lighted Signs, CCTV |

| |Cameras and Components, Wireless Interconnects, and other miscellaneous |

| |parts that are brand specific. |

| | |

| |Price Sheet B: |

| |Special design electrical service cabinets and controller cabinets |

|Ordering information: |See page 3 Note III |

|Ordering procedures: |See page 3 Note II |

|Contract exclusions: |Products that are not listed by manufacturer on contract. |

|Related contracts: |N/A |

|Payment address: |See each contractor information sheet for special requirements |

|Order placement address: |See each contractor information sheet for special requirements |

|Minimum orders: |See each contractor information sheet for special requirements |

|Delivery time: |30 days for Price Sheet A Items; 60 days for Price Sheet B Items or a mutual agreed date between Contractor and |

| |Purchaser |

|Payment terms: |See each contractor information sheet for special requirements |

|Shipping destination: |Free On Board (FOB) Destination |

|Freight: |Prepaid and included in unit pricing |

|Contract pricing: |See Price Sheet A and Price Sheet B |

|Term worth: |$8,522,751.00 |

|Current participation: |$0.00 MBE |$0.00 WBE |$8,522,751.00 OTHER |$0.00 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 100% |Exempt 0% |

Notes:

I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non-contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

III. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet , and a list of the Oregon members is available at contractors shall not process state contract orders from unauthorized users.

IV. Contract Terms: This Document includes by reference all terms and conditions published in the original IFB 03502 Revised, IFB 03502 Amendments, including Standard Terms and Conditions, and Definitions, included in the Competitive Procurement Standards published by OSP (as Amended).

Special Conditions:

Special Notes:

1. Update Contact Information for Traffic Parts Inc, Contractor #11.

2. Initiate a price adjustment (decrease) for Econolite Control Products on Vehicle Signal Heads (complete units) and Pedestrian Signal Head (complete unit). Time frame for the reduction is February 1, 2009 through May 1, 2009.

3. Also, a contract extension for Transportation Management System Equipment, State contract 03502 for the all vendors. This contract period will cover February 1, 2009 through May 1, 2009. All other terms, conditions, specifications and pricing remains the same.

Contractor # 1 Information

|Contractor: |Advanced Traffic Products, IncORPORATED |

|Primary Contact: |Michael C. Smith |Telephone: |Fax: |

|Email: |mikesmith@ |425-347-6208 |425-347-6308 |

|Alternate Contact: |Lillian Mikelsen |Telephone: |Fax: |

|Email: |Lillian@ |425-347-6208 |425-347-6308 |

|Customer Svc./Order Placement: |Pam Averill |Telephone: |Fax |

| | |425-347-6208 |425-347-6308 |

|Internet address: | |Web Catalog Address: | |

|Federal ID No.: |91-1611116 |

|Supplier No.: |W4933 |

|Contract worth: |$2,086,142.00 |

|Payment address: |909 SE Everett Mall Way, Suite B-280, Everett, WA 98208 |

|Order placement address: |909 SE Everett Mall Way, Suite B-280, Everett, WA 98208 |

|Ordering procedures: |See Page Three, Notes, Item II |

|Credit card acceptance: |None |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |0%, Net 30 days |

|Shipping destination: |Freight on Board (FOB) Destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a separate |

| |line item on the invoice. |

|Restocking Fee: |Polara Products 15% if more than 30 days |

| |Dialight Products: 15% restocking fee |

| |Global Traffic Technologies LLC (GTT) Products: 15% if more than 30 days |

|Repair Facilities: |Polara Engineering |Dialight Corporation |Global Traffic Technologies LLC (GTT) |

| |4115 Artesia Avenue |315 Industrial Drive |1617 N. Front Street |

| |Fullerton, CA 92833 |Roxboro, NC 27573 |New Ulm, MN 56073 |

|Repair Point of Contact: |Lynn Mack |Dody Schwarz |Eileen Anderson |

| |Telephone: 714-521-0900 |Telephone: 732-751-5875 |Telephone: 507-359-0475 |

| |Fax: 714-522-8001 |Fax: 732-751-3175 |Fax: 507-359-0503 |

Contractor # 2 Information

|Contractor: |RHINO MANUFACTURING INC. |

|Primary Contact: |Stan Stoffel |Telephone: |Fax: |

|Email |sstoffel@ |206-948-0234 |360-568-0572 |

|Alternate Contact: |Fred Brownfield |Telephone: |Fax: |

|Email |fbrownfield@ |360-568-0572 |360-568-0577 |

|Customer Svc/Order Placement: |Lynn Rogers |Telephone: |Fax: |

| |lrogers@ |360-568-0572 |360-568-0577 |

|Internet address: |None |

|Web catalog address: |None |

|Federal ID No.: |26-1096596 |

|Supplier No.: |W6529 |

|Contract worth: |Will be updated quarterly |

|Payment address: |1820 Bickford Avenue., Snohomish, WA 98290 |

|Order placement address: |1820 Bickford Avenue., Snohomish, WA 98290 |

|Ordering procedures: |See Page Three, Notes, Item II |

|Credit card acceptance: |Visa, MasterCard |

|Minimum orders: |None |

|Delivery time: |60 days After Receipt of Order (ARO) or a mutual agreed date between purchaser and contractor |

|Payment terms: |Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |None |

|Repair Facility: |Rhino Manufacturing Inc. |

| |1820 Bickford Avenue |

| |Snohomish, WA 98290 |

|Repair Point of Contact |Lynn Rogers |Telephone: |Fax: |

| |lrogers@ |360-568-0572 |360-568-0577 |

Contractor # 3 Information

|Contractor: |Capital Enterprise & Engineering Corporation |

|Primary Contact: |Alice Nilson |Telephone: |Fax: |

|Email: |alice.n@ |503-363-9290 |503-371-5482 |

|Alternate Contact: |Jeff Weir |Telephone: |Fax: |

|Email: |jeffw@ |503-363-9290 |503-371-5482 |

| |Christy Cornish |Telephone: |Fax: |

|Customer Svc/Order Placement | |503-363-9290 |503-371-5482 |

|Internet address: |None |Web Catalog Address: |None |

|Federal ID No.: |93-0776949 |

|Supplier No.: |W1485 |

|Contract worth: |$61,171.00 |

|Payment address: |PO Box 12688, Salem, OR 97309 |

|Order placement address: |PO Box 12688, Salem, OR 97309 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |None |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |0%, Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |20% plus freight. |

|Warranty Repairs |Purchaser pays inbound freight, Contractor to pay outbound freight. |

|Repair Facility: |Capital Enterprise and Engineering Corporation |

| |4923 Indian School Road NE |

| |Salem, OR 97305 |

|Repair Point of Contact: |Steve Cannon |Telephone: |Fax: |

| |stevec@ |503-363-9290 |503-371-5482 |

Contractor #4 Information

|Contractor: |Cascade Signal Corporation |

|Primary Contact: |Melinda Moran |

|Phone: |253-535-1995 |

|Fax: |253-535-1895 |

|Email: |melinda@ |

|Internet address: |None |

|Web catalog address: |None |

|Federal ID No.: |91-169-4461 |

|Supplier No.: |W6423 |

|Contract worth: |$83,065.00 |

|Payment address: |PMB #172, 17719 Pacific Avenue S., Spanaway, WA 98387 |

|Order placement address: |PMB #172, 17719 Pacific Avenue S., Spanaway, WA 98387 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |VISA and MasterCard |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

| |60 days After Receipt of Order (ARO) for cabinets or a mutual agreed date between contractor and purchaser. |

|Payment terms: |0%, Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for order over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as|

| |a separate line item on the invoice. |

|Restocking Fee: |None |

|Repair Facility: |Cascade Signal Corporation |

| |PMB 172 |

| |17719 Pacific Avenue S. |

| |Spanaway, WA 98387 |

|Repair Point of Contact: |Melinda Moran |Telephone: |Fax: |

| |melinda@ |253-535-1995 |253-535-1895 |

Contractor # 5 Information

|Contractor: |Econolite Control Products |

|Contact: |Jeff Wolf - Account Manager |Phone: 425-251-4994 |Fax: 425-251-0622 |

|Email: |jwolf@ |Cell: 206-276-6283 | |

|Alternate Contact: |Ann Roach - Estimator, Inside Sales |Phone: 425-251-4994 |Fax: 425-251-0622 |

| |aroach@ | | |

|Email: | | | |

|Internet address: | |

|Web catalog address: |None |

|Federal ID No.: |95-3196532 |

|Supplier No.: |W3603 |

|Payment address: |3360 E. La Palma Avenue, Anaheim, CA 92806 |

|Contract worth: |$923,830.00 |

|Order placement address: |247 SW 41st Street, Renton, WA 98055-4930 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |American Express, VISA and MasterCard |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

| |60 days After Receipt of Order (ARO) for cabinets or a mutual agreed date between contractor and purchaser. |

|Payment terms: |0% Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |35%. Freight costs to be paid by purchaser to ship back to contractor. |

|Repair Facilities: |Econolite Control Products |

| |3360 E. La Palma Avenue |

| |Anaheim, CA 92806 |

|Repair Point of Contact: |Karen Paczek |Telephone: |Fax: 714-630-5120 |

| |kpaczek@ |714-630-3700 | |

Contractor #6 Information

|Contractor: |HIGH LEAH ELECTRONICS, INC. D/B/A |

| |DIAMOND TRAFFIC PRODUCTS |

|Primary Contact: |Guy P. Gibson |Telephone: |Fax: |

|Email |sales@ |541-782-3903 |541-782-2053 |

|Alternate Contact: |Beth Ann Ritz |Telephone: |Fax: |

|Email |beth@ |541-782-3903 |541-782-2053 |

|Customer Svc/Order Placement: |Beth Ann Ritz |Telephone: |Fax: |

| |beth@ |541-782-3903 |541-782-2053 |

|Internet address: |sales@ |

|Web catalog address: | |

|Federal ID No.: |93-0927788 |

|Supplier No.: |W382 |

|Contract worth: |$169,859.00 |

|Payment address: |PO Box 1455, Oakridge, OR 97463 |

|Order placement address: |PO Box 1455, Oakridge, OR 97463 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |VISA, MasterCard, American Express |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |10% |

|Repair Facility: |Diamond Traffic Products |

| |76433 Alder Street |

| |Oakridge, OR 7463 |

|Repair Point of Contact: |Lila Castleman |Telephone |Fax |

| |sales@ |541-782-3903 |541-782-2053 |

Contractor #7 Information

|Contractor: |Kar-Gor IncORPORATED |

|Primary Contact: |Gordon Dale |Telephone: 503-315-9899 |Fax: 503-315-9913 |

|Email: |kargor@ | | |

|Alternate Contact: |Christy Fagan |Telephone: 503-315-9899 |Fax: 503-315-9913 |

|Email: |kargorcf@ | | |

|Customer Svc/Order Placement |Christy Fagan |Telephone: 503-315-9899 |Fax: 503-315-9913 |

| |kargorcf@ | | |

|Internet address: |kargor@ |

|Web catalog address: | |

|Federal ID No.: |93-0918331 |

|Supplier No.: |W1591 |

|Contract worth: |$1,257,495.00 |

|Payment address: |PO Box 5948, Salem, OR 97304 |

|Order placement address: |PO Box 5948, Salem, OR 97304 |

|Ordering procedures: |See Page 3, Notes II |

|Credit card acceptance: |VISA, MasterCard |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |3.5% net 30 Days. 3% for Purchase(Credit) Cards) |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |15% after 90 days, plus purchaser pays all freight. |

|Repair Facility: |Kar-Gor, Inc. |

| |2769 19th St., SE |

| |Salem, OR 97302 |

|Repair Point of Contact |Kim Weltz |Telephone: 503-315-9899 |Fax: 503-315-9913 |

| |KargorKW@ | | |

Contractor #8 Information

|Contractor: |McCAIN TRAFFIC SUPPLY |

|Primary Contact: |Ann Hart |Telephone: 425-222-3653 |Fax: 425-222-3672 |

|Email: |ahart@ | | |

|Alternate Contact: |Jim Fauconnier |Telephone: 425-222-3653 |Fax: 425-222-3672 |

|Email: |jfauconn@ | | |

|Customer Svc/Order Placement |Ann Hart |Telephone: 425-222-3653 |Fax: 425-222-3672 |

| |ahart@ | | |

|Internet address: |None |Web Catalog Address: |None |

|Federal ID No.: |330262207 |

|Supplier No.: |W4007 |

|Contract worth: |$61,877.00 |

|Payment address: |2575 Pioneer Avenue, Vista, CA 92083 |

|Order placement address: |8120 304th Avenue, SE, Preston, WA 98050 |

|Ordering procedures: |See Page 3, Notes Item II |

| |2% Additional Charge for State of Oregon Cooperative Purchasing Program orders |

|Credit card acceptance: |VISA, MasterCard |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |Net 30 days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |30% plus freight (except for warranty repairs) |

|(Warranty) Returned Goods Policy |Purchaser to obtain RMA # from contractor for material being returned |

| |Purchaser to ship material with RMA # to contractor and pay freight costs |

| |Contractor to return material to purchaser after repair at pay freight. |

|Repair Facilities: |McCain Traffic |Eberle Design, Inc. |Power Distribution Controls |

| |2575 Pioneer Avenue |3819 E. La Salle Street |6280 W. Las Positas Blvd. |

| |Vista, CA 92083 |Phoenix, AZ 85040 |Suite #200 |

| |(for McCain items) |(for EDI items) |Pleasanton, CA 94588 |

| | | |(for PDC items) |

Contractor #9 Information

|Contractor: |Northwest Signal Supply IncORPORATED |

|Primary Contact: |Chad VanOrder |Telephone: 503-635-4351 |Fax: 503-635-4341 |

|Alternate Contact: |Lori Russell |Telephone: 503-635-4351 |Fax: 503-635-4341 |

|Customer Svc/Order Placement |Chad VanOrder |Telephone: 503-635-4351 |Fax: 503-635-4341 |

|Email: |chad.vanorder@ |

|Internet address: |None |

|Web catalog address: |None |

|Federal ID No.: |93-0671389 |

|Supplier No.: |W240 |

|Contract worth: |$465,634.00 |

|Payment address: |12965 SW Herman Rd, Tualatin, OR 97062 |

|Order placement address: |12965 SW Herman Rd, Tualatin, OR 97062 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |VISA, MasterCard, American Express, Discovery |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

| |60 days After Receipt of Order (ARO) for cabinets or a mutual agreed date between contractor and purchaser. |

|Payment terms: |0% Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |None |

|Repair Facility: |Northwest Signal Supply Incorporated |

| |12965 SW Herman Road |

| |Tualatin, OR 97062 |

|Repair Point of Contact: |Chad VanOrder |Telephone: 503-635-4351 |Fax: 503-635-4341 |

Contractor # 10 Information

|Contractor: |Time Mark IncORPORATED |

|Primary Contact: |Starla Whitney |Telephone: |Fax: |

|Email: |StarlaW@ |503-363-2012 |503-363-1716 |

|Alternate Contact: |Holly Maisel |Telephone: |Fax: |

|Email: |Sales@ |503-363-2012 |503-363-1716 |

|Customer Svc/Order Placement |Holly Maisel |Telephone: |Fax: |

| |Sales@ |800-755-5882 |503-363-1716 |

|Internet address: |None |

|Web catalog address: |None |

|Federal ID No.: |25-1685226 |

|Supplier No.: |W59 |

|Contract worth: |$59,356.00 |

|Payment address: |PO Box 12947, Salem, OR 97309 |

|Order placement address: |PO Box 12947, Salem, OR 97309 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |VISA, MasterCard |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |Net 30 days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for orders over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |None. (Returned Goods accepted at full refund with RA#) |

|Repair Facility: |TimeMark Incorporated |

| |4923 Indian School Road |

| |Salem, OR 97305 |

|Repair Point of Contact: |Holly Maisel |Telephone: |Fax: |

| |Sales@ |800-755-5882 |503-363-1716 |

Contractor #11 Information

|Contractor: |Traffic Parts IncORPORATED |

|Primary Contact: |Joni Fexer |Telephone: |Fax: |

| |joni@ |800-345-6329 |281-292-0088 |

|Alternate Contact: |Phyllis Day |Telephone: |Fax: |

| |sales@ |800-345-6329 |281-292-0088 |

|Customer Svc/Order Placement: |Joni Fexer |Telephone: |Fax: |

| |joni@ |800-345-6329 |281-292-0088 |

|Internet address: |None |

|Web catalog address: |None |

|Federal ID No.: |76-0196834 |

|Supplier No.: |W336 |

|Contract worth: |$79,392.00 |

|Payment address: |PO Box 60396, Houston, TX 77205 |

|Order placement address: |PO Box 837, Spring, TX 77383 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |VISA, MasterCard, American Express |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |0% Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for order over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as|

| |a separate line item on the invoice. |

|Restocking Fee: |None |

|Repair Facility: |Traffic Parts, Inc |

| |27895 Robinson Road |

| |Conroe, TX 77385 |

| |Note: Electro-Tech and PDC may be required to be sent to other address. Contractor will inform you when you |

| |obtain RA#. |

|Repair Point of Contact: |Joni Fexer |Telephone: |Fax: |

| |joni@ |800-345-6329 |281-292-0088 |

Contractor #12 Information

|Contractor: |URS Electronics |

|Contact: |Mark Twietmeyer |

|Phone: |800-955-4877, ext. 113 |

|Fax: |503-232-3373 |

|Email: |Mark.twietmeyer@ |

|Internet address: | |

|Web catalog address: |None |

|Federal ID No.: |93-0302100 |

|Supplier No.: |W1006 |

|Contract worth: |$625,056.60 |

|Payment address: |PO Box 14156, Portland, OR 97214-0156 |

|Order placement address: |PO Box 14040, Portland, OR 97214-0040 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |American Express, MasterCard |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |2% Net 20 Days or 0% Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for order over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |20% plus all freight charges for wrong parts ordered. |

| |0%, FOB customer location |

| |0% for parts under warranty, FOB URS Electronics (URS will pay for return freight) |

| |0% for parts not under warranty, FOB URS Electronics (URS will pay return freight) |

|Repair Facility: |URS Electronics |

| |123 NE 7th Avenue |

| |Portland, OR 97232 |

|Repair Point of Contact: |Mark Twietmeyer |Telephone:503-820-6113 |Fax: 503-232-3373 |

Contractor #14 Information

|Contractor: |WESTERN TRAFFIC SYSTEMS |

|Primary Contact: |Robert Nims |Telephone: |Fax: |

|Email: |rnims@ |425-438-1133 |425-438-1585 |

| | |(Cell 360-770-9485) | |

|Alternate Contact: |John Quandt |Telephone: |Fax: |

|Email: |jquandt@ |360-770-9487 |360-855-0916 |

| | |(Cell 360-770-9487) | |

|Customer Svc/Order Placement |Robert Nims |Telephone: |Fax: |

| |rnims@ |425-438-1133 |425-438-1585 |

| | |(Cell 360-770-9485) | |

|Internet address: |None |

|Web catalog address: | |

|Federal ID No.: |91-2099547 |

|Supplier No.: |W2462 |

|Contract worth: |$595,082.00 |

|Payment address: |909 SE Everett Mall Way, Suite A 120, Everett, WA 98208 |

|Order placement address: |909 SE Everett Mall Way, Suite A 120, Everett, WA 98208 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |VISA, MasterCard |

|State of Oregon DASCPP/ ORCPP Purchases: |1% increase in pricing for delivery to areas within the State of Oregon |

|Minimum orders: |None |

|Delivery time: |30 days After Receipt of Order (ARO) |

|Payment terms: |1% Net 30 Days (No discount for credit card use) |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for order over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Restocking Fee: |0% less 60 days; 20% greater than 60 days after the purchase. Freight the responsibility of the purchaser. |

|Repair Facility: |909 SE Everett Mall Way, Suite A 120, Everett, WA 98208 |

|Repairs Point of Contact: |Tom Rivard |Telephone: |Fax: |

| |trivard@ |425-438-1133 |425-438-1585 |

Contractor #15 Information

|Contractor: |JAMAR TECHNOLOGIES, INC. |

|Primary Contact: |Paul Phillippi |Telephone: |Fax: |

|Email: |paul@ |800-776-0940 |215-361-2257 |

|Alternate Contact: |James Sing |Telephone: |Fax: |

|Email: |jimsing@ |800-776-0940 |215-361-2257 |

|Customer Svc/Order Placement: |Paul Phillippi |Telephone: |Fax: |

| | |800-776-0940 |215-361-2257 |

|Internet address: | |

|Web catalog address: | |

|Federal ID No.: |23-2075789 |

|Supplier No.: |W4740 |

|Contract worth: |$37,281.00 |

|Payment address: |1500 Industry Rd, Suite C, Hatfield PA 19440 |

|Order placement address: |1500 Industry Rd, Suite C, Hatfield PA 19440 |

|Ordering procedures: |See Page 3, Notes Item II |

|Credit card acceptance: |VISA, MasterCard, American Express |

|Minimum orders: |None |

|Delivery time: |15 days After Receipt of Order (ARO) or mutual agreed date between purchaser and contractor. |

|Payment terms: | Net 30 Days |

|Shipping destination: |Freight on Board (FOB) destination |

|Freight: |Prepaid and included for order over $75.00. Orders less than $75.00 may be shipped freight prepaid and added as a |

| |separate line item on the invoice. |

|Warranty: | Three Years |

| |(First year will provide parts and labor and 2nd and 3rd year provides parts only) |

|Restocking Fee: |None |

|Repair Facility: |Jamar Technologies, Inc. |

| |1500 Industry Rd, Suite C, Hatfield PA 19440 |

|Repairs Point of Contact: |Paul Phillippi |Telephone: |Fax: |

| |paul@ |800-776-0940 |215-361-2257 |

The discount listed will be applied to the prices listed in the manufacturer’s MOST RECENT price list.

| |

|03502 Price Sheet A Breakdown by Manufacturer for each line item |

|(See Price Sheet B for Special Design electrical service cabinets and controller cabinets) |

|Description |Vendor |Manufacturer |Discount |

|1. Controller (Complete Unit) |

| |Econolite |Econolite |15% |

| | |Safetran |0% |

| |NorthWest Signal Supply |Peek Corporation |0% |

| | |Eagle |0% |

| |Western Traffic Systems |Siemens ITS |27% |

|2. Controller Parts |

| |Econolite |Econolite |15% |

| | |Safetran |0% |

| |NorthWest Signal Supply |Peek Corporation |0% |

| |Traffic Parts |Traffic Parts |15% |

| | |Power Dist. & Control |15% |

| |Western Traffic Systems |Siemens ITS |27% |

|3. Cabinet Accessories |

| |Capital Enterprises & Engineering |Edco |10% |

| | |Eberle Design |10% |

| |Econolite |Econolite |15% |

| | |Safetran |0% |

| |Traffic Parts |Traffic Parts |15% |

| | |Traffic Signal Hardware |15% |

| | |Power Dist. & Control |15% |

| |Western Traffic Systems |Siemens ITS |27% |

| | |Pelco Products |9% |

| | |Traffic Fiber |27% |

| | |Western Traffic Systems |28% |

|4. Load Switches |

| |Econolite |Econolite |15% |

| |McCain Traffic |Eberle Design |40% |

| | |Power Dist. & Control |40% |

| |NorthWest Signal Supply |Peek Corp |0% |

| |Traffic Parts |Traffic Parts |15% |

|03502 Price Sheet A Breakdown by Manufacturer for each line item |

|Description |Vendor |Manufacturer |Discount |

|5. Load Switches Parts |

| |Econolite |Econolite |15% |

| |NorthWest Signal Supply |Peek Corp |0% |

| |Traffic Parts |Traffic Parts |15% |

| | |Power Dist. & Control |15% |

|6. Flashers |

| |Econolite |Econolite |15% |

| |McCain |Eberle Design |40% |

| | |Power Dist. & Control |40% |

| |NorthWest Signal Supply |Peek Corp |0% |

| |Traffic Parts |Traffic Parts |15% |

| |Western Traffic Systems |Pelco Products |9% |

|7. Conflict Monitors |

| |Cascade Signal |Reno A & E |5% |

| |Econolite |Econolite |15% |

| |NorthWest Signal |Peek Corp |0% |

| |Traffic Parts |Traffic Parts |15% |

| | |Power Dist. & Control |15% |

| |Western Traffic Systems |Eberle Design |25% |

|8. Voltage Regulators |

| |Capital Enterprises |Edco |10% |

| |Econolite |Econolite |15% |

|9. Magnetometer Detector |

| |Econolite |Econolite |15% |

|10. Magnetometer Detector Parts |

| |Econolite |Econolite |15% |

|11. Loop Detectors |

| |Advanced Traffic Parts |Global Traffic Technologies LLC (GTT) |0% |

| |Cascade Signal |Reno A & E |5% |

| |Econolite |Econolite |15% |

| |McCain |Eberle Design |40% |

| |NorthWest Signal |Peek Corp |0% |

| |Traffic Parts |Traffic Parts |15% |

| |Western Traffic Systems |Siemens ITS |30% |

|03502 Price Sheet A Breakdown by Manufacturer for each line item | |

|Description |Vendor |Manufacturer |Discount |Discounts |

| | | | |effective February|

| | | | |1, 2009 |

|12. Loop Detector Parts | |

| |Advanced Traffic Parts |Global Traffic Technologies LLC (GTT) |0% |0% |

| |Econolite |Econolite |15% |15% |

| |Cascade Signal |Bondo |2.5% |2.5% |

| |NorthWest Signal |Peek Corp |0% |0% |

| |Traffic Parts |Traffic Parts |15% |15% |

|13. Vehicle Signal Heads (Complete Units) | |

| |Econolite |Econolite |15% |20% |

| |McCain |McCain |30% |30% |

| |NorthWest Signal |Peek Corp |0% |0% |

| |Traffic Parts |Traffic Parts |15% |15% |

| |Western Traffic Systems |Siemens ITS |27 |27 |

|14. Vehicle Signal Head Parts | |

| |Econolite |Econlite |15% |15% |

| |McCain |McCain |30% |30% |

| |NorthWest Signal |Peek Corp |0% |0% |

| |Traffic Parts |Traffic Parts |15% |15% |

| |Western Traffic Systems |Western Traffic Systems |27% |27% |

| | |Siemens ITS |27% |27% |

| | |Pelco Products |10% |10% |

| | |Wells Signs & Mnfg. |36% |36% |

|15. Pedestrian Signal Head (Complete Unit) | |

| |Econolite |Econolite |15% |20% |

| |McCain |McCain |25% |25% |

| |NorthWest Signal Supply |Peek Corp |0% |0% |

| |Traffic Parts |Traffic Parts |15% |15% |

|16. Pedestrian Signal Head Parts | |

| |Econolite |Econolite |15% |15% |

| |McCain |McCain |25% |25% |

| |NorthWest Signal Supply |Peek Corp |0% |0% |

| |Traffic Parts |Traffic Parts |15% |15% |

| |Western Traffic Systems |Pelco Products |10% |10% |

| | |Wells Signs & Mfg. |36% |36% |

|03502 Price Sheet A Breakdown by Manufacturer for each line item |

|Description |Vendor |Manufacturer |Discount |

|17. Pedestrian Signal Head Modification Kits |

| |Capital Enterprises |Novax Ind. |0% |

| |Econolite |Econolite |15% |

| |North West Signal |Peek Corp |0% |

| |Traffic Parts |Traffic Parts |15% |

| | |Electro Tech’s |15% |

|18. Time Clocks |

| |Cascade Signal |Eltec |5.5% |

| |Econolite |Econolite |15% |

| |NorthWest Signal |Peek Corp |0% |

| |Traffic Parts |Traffic Parts |15% |

| |Western Traffic Systems |Pelco Products |9% |

|19. Vehicle Head Mounting Hardware |

| |Capital Enterprises |Pelco Products |10% |

| |Econolite |Econolite |15% |

| |McCain |McCain |30% |

| |Traffic Parts |Traffic Parts |15% |

| | |Traffic Signal Hardware |15% |

| |Western Traffic Systems |Siemens ITS |27% |

|20. Pedestrian Head Mounting Hardware |

| |Capital Enterprises |Pelco Products |10% |

| |Econolite |Econolite |15% |

| |McCain |McCain |30% |

| |Traffic Parts |Traffic Parts |15% |

| | |Traffic Signal Hardware |15% |

| |Western Traffic Systems |Siemens ITS |27% |

| | |Western Traffic Systems |27% |

|21. Optically Programmed Signal Heads |

| |Advanced Traffic Prod |Global Traffic Technologies LLC (GTT) |0% |

| |Econolite |Econolite |15% |

| |McCain |McCain |30% |

|22. Optically Programmed Signal Heads Parts |

| |Advanced Traffic Prod. |Global Traffic Technologies LLC (GTT) |0% |

| |Econolite |Econolite |15% |

| |McCain |McCain |30% |

| |Traffic Parts |Traffic Parts |15% |

|03502 Price Sheet A Breakdown by Manufacturer for each line item |

|Description |Vendor |Manufacturer |Discount |

|23. Optically Preemption Equipment |

| |Advanced Traffic Prod. |Global Traffic Technologies LLC (GTT) |0% |

|24. Optical Preemption Equipment Parts |

| |Advanced Traffic Prod. |Global Traffic Technologies LLC (GTT) |0% |

|25. L.E.D. |

| |Advanced Traffic Prod. |Dialight |23.08% -38.46% |

| |Econolite |Econolite |15% |

| |McCain |GELcore |30% |

| |NorthWest Signal |Peek Control |0% |

| |Traffic Parts |Traffic Parts |15% |

| | |Electro Tech’s |15% |

|26. Vehicle Detection Video |

| |Econolite |Econolite |15% |

| |Kar-Gor Inc |Traficon |5% |

| |NorthWest Signal |Peek Corp |0% |

| |Western Systems |Iteris |25% |

|27. Traffic Counters |

| |Econolite |Econolite |15% |

| |Jamar Technologies, Inc. |Jamar |10% |

| |High Leah Electric |Diamond Traffic Products |10% |

| |NorthWest Signal |Peek Corp |0% |

| |Time Mark Inc. |Time Mark Inc. |10% |

|28. Transportation Management System Test Equipment |

| |Econolite |Econolite |15% |

| |Western Traffic Systems |Siemens ITS |27% |

|29. Pedestrian Push Button Components |

| |Advanced Traffic Prod. |Polara |3% |

| |Econolite |Econolite |15% |

| |McCain |McCain |25% |

| |Traffic Parts |Traffic Parts |15% |

| | |Traffic Signal Hardware |15% |

| |Western Traffic Systems |Dick Campbell |20% |

| | |Pelco Products |9% |

|30. 2070 Controllers Software |

| |Econolite |Econolite |15% |

| |Western Traffic Systems |Siemens ITS |27% |

| |NW Signal |NW Signal |0% |

|03502 Price Sheet A Breakdown by Manufacturer for each line item |

|Description |Vendor |Manufacturer |Discount |

|31. Internal Lighted Signs |

| |Capital Enterprises |Wells Signs & Mnfg. |20% |

| |Traffic Parts |Traffic Parts |15% |

|32. CCTV Cameras, Components, Zoom, Tilt (PTZ) |

| |Econolite |Econolite |15% |

| |URS Electronics, Inc. |Pelco Products |42% |

|32A. CCTV Camera Support equipment/conductivity (cable. connectors) |

| |VT4930WDMC Fiber Optic Transmitter w/SC|URS Electronics Inc. |International Fiber Systems (IFS) |23% |

| |optic connector | | | |

| |VR4930WDMC Fiber Optic Receiver w/ SC |URS Electronics Inc. |International Fiber Systems (IFS) |23% |

| |Optic connector | | | |

|32B. DIGITAL Video Transport and Storage System |

| |KP240A-16-600 Kollector Pro Digital |URS Electronics Inc. |Vicon |40% |

| |Recorder | | | |

| |VN1000 ViconNet Master Control Station |URS Electronics Inc. |Vicon |40% |

| |Software | | | |

|33. Wireless Interconnects |

| |Econolite |Econolite |15% |

|34. Miscellaneous Parts |

| |Advanced Traffic |Global Traffic Technologies LLC (GTT) |0% |

| |Capital Enterprises |De-Tech |0% |

| | |MS Sedco |20% |

| | |Novax Industries |0% |

| |Cascade Signal |ATSI |5% |

| |Traffic Parts |Traffic Parts |15% |

| | |Traffic Signal Hardware |15% |

| | |Power Distribution & Cont |15% |

| | |Electro Tech |15% |

| |Western Traffic Systems |Dick Campbell |20% |

| | |Siemens ITS |27% |

| | |Eberle Design |25% |

| | |Pelco Products |9% |

| | |Discount Traffic Fiber |27% |

| | |Wells Signs & Mnfg. |36% |

|03502 Price Sheet B Breakdown by Manufacturer/Contractor for each line item |

|Contractor #2 |

|RHINO MANUFACTURING |

|Item |Description |Unit Price |

|1. |WSDOT Service Cabinet - Type B Modified, See Section II for Specifications |$2,336.00 |

|2. |WSDOT Service Cabinet - Type D See Section II for Specifications |$3,395.00 |

|3. | WSDOT Service Cabinet - Type E |$5,852.00 |

| |See Section II for Specifications | |

|Contractor #4 |

|CASCADE SIGNAL CORPORATION |

|Item |Location |Description |Unit Price |

|1. |P44 Cabinet WSDOT Standard for |WSDOT NEMA P44 Controller Cabinet with controller and no other plugables. | |

| |all regions but Olympic |Per current WSDOT STD Specs and STD Plans for NEMA traffic signal controller | |

| | |equipment and the Specifications listed in Section II. | |

| | |Wired for Siemens ITS | |

| | |(Natural Mill Finish AL) | |

| | |(Clear Anodized Finish AL) | |

| | |(Powder Coated Finish AL) |$13,737.00 |

| | |(Painted Finish AL) |$13,806.00 |

| | |(Stainless Steel unfinished) |$13,806.00 |

| | | |$13,806.00 |

| | | |Not available |

|If purchasing cabinet without Siemens ITS Controller, deduct from price |$7,337.00 |

|Additional Detector Test Switch |$14.00 |

|2. |P44 Cabinet WSDOT Standard for |WSDOT NEMA P44 Controller Cabinet | |

| |all regions but Olympic |with controller and no other plugables. | |

| | |Per current WSDOT STD Specs and STD Plans for NEMA traffic signal controller | |

| | |equipment and auxiliary NEMA controller equipment and the Specifications listed in| |

| | |Section II. | |

| | |Wired for 2070N | |

| | | | |

| | |(Natural Mill Finish) | |

| | |(Standard Industry Anodized Finish) |$13,737.00 |

| | |Powder Coated Finish) |$13,806.00 |

| | |(Painted Finish Al) |$13,806.00 |

| | |(Stainless Steel Unfinished) |$13,806.00 |

| | | |Not available |

|If purchasing cabinet without 2070N Controller, deduct from price |$7,337.00 |

|Additional Test Switch |$14.00 |

|03502 Price Sheet B Breakdown by Manufacturer/Contractor for each line item |

|Contractor #5 |

|ECONOLITE CONTROL PRODUCTS |

|Item |Location |Description |Unit Price |

|1. |P44 Cabinet WSDOT Standard for |WSDOT NEMA P44 Controller Cabinet with controller and no other plugables. | |

| |all regions but Olympic |Per current WSDOT STD Specs and STD Plans for NEMA traffic signal controller equipment and | |

| | |auxiliary NEMA controller equipment and the Specifications listed in Section II. | |

| | |Wired for Econolite. | |

| | |(Natural Mill Finish AL) | |

| | |Clear Anodized Finish AL) | |

| | |(Powder Coated Finish AL) |$13,950.00 |

| | |(Painted Finish AL) |$15,091.00 |

| | |(Stainless Steel Unfinished) |$14,143.00 |

| | | |$10,543.00 |

| | | |Not Available |

|If purchasing a cabinet without Econolite Controller, deduct from price |$3,600.00 |

|Additional detector test switch |$2,000.00 |

| |

|Contractor Fee to be present at time of turn on |$1,500.00 |

|Contractor charge for set up of testing at WSDOT Mats Lab |$2,500.00 |

|Contractor #9 |

|NORTHWEST SIGNAL SUPPLY INCORPORATED |

|Item |Location |Description |Unit Price |

|1. |P44 Cabinet WSDOT Standard for |WSDOT NEMA P44 Controller Cabinet with controller and no other plugables. | |

| |all regions but Olympic |Per current WSDOT STD Specs and STD Plans for NEMA traffic signal controller equipment and | |

| | |auxiliary NEMA controller equipment and the specifications listed in Section II. | |

| | |Wired for TCT. | |

| | |(Natural Mill Finish) | |

| | |(Standard Industry Anodized Finish) | |

| | |(Powder Coated Finish) |$12,900.00 |

| | |(Painted Finish Al) |$13,500.00 |

| | |(Stainless Steel Unfinished) |$13,400.00 |

| | | |$13,400.00 |

| | | |$13,300.00 |

|If purchasing cabinet without TCT Controller, deduct from price |$3,900.00 |

|Additional test switch |$25.00 |

|Contractor #11 |

|TRAFFIC PARTS INCORPORATED |

|Item |Description |Unit Price |

|1. |Solar Powered School Zone Flasher System with Wireless Connection Unit |$3,735.00 |

|2 |Solar Powered School Zone Flasher System with Digital Timer Unit |$3,613.00 |

I. GENERAL INFORMATION

1. DELIVERY

A. Time: The delivery lead-time will be 30 days for all items other than the cabinets in Price Sheet B. For those cabinets, delivery will be 60 days or as mutually agreed at the time of order placement. Delivery must be made during normal work hours and within time frames proposed by Bidder herein and subsequently accepted by the state. Failure to comply may subject Contractor to non-delivery assessment charges and/or liquidated damages as appropriate. The purchaser reserves the right to refuse shipment when delivered after normal working hours. Contractor shall verify specific working hours of individual purchaser and so instruct carrier(s) to deliver accordingly. The acceptance by the purchaser of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor.

B. Location: All deliveries are to be made to the applicable delivery location in accordance with ICC rules or as indicated in purchase order. When applicable, Contractor shall take necessary actions to safeguard items during inclement weather.

C. Unauthorized: In no case shall Contractor initiate performance prior to receipt of written or verbal authorization from authorized purchasers. Expenses incurred otherwise shall be borne solely by the Contractor.

2. WARRANTY, INSPECTION AND REJECTION

All product purchased under this contract will be covered under warranty for a minimum period of one (1) year full parts and labor warranty. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture.

In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail. The Purchaser's inspection of all materials and equipment upon delivery is for the sole purpose of identification. Such inspection shall not be construed as final acceptance or as acceptance of the materials or equipment if materials or equipment do not conform to contractual requirements. If there are any apparent defects in the materials or equipment at the time of delivery, the Purchaser will promptly notify the Contractor thereof. Without limiting any other rights, the Purchaser, may require the Contractor to:

Repair or replace, at Contractor's expense, any or all of the damaged goods,

Refund the price of any or all of the damaged goods, or

Accept the return of any or all of the damaged goods, without penalty.

3. PAYMENT FOR CABINETS

The following is the payment procedure for controller cabinets with plugables. This supersedes part III, STANDARD TERMS AND CONDITIONS (T’s & C’s), Paragraph 25 Payment.

For those cabinets that do not require supplier representative’s presence at “turn on”, partial payment of 100% of purchase order price will be paid net 30 days after acceptance. For those cabinets which require supplier representative’s presence, 90 % partial payment shall be paid net 30 days after acceptance. The balance held shall be paid net 30 days after cabinet “turn on” with supplier's representative present when specified on the order. If supplier's representative fails to be present during “turn on”, the balance being held will be forfeited as liquidated damages.

For all other items listed in the contract, payment will be net 30 days or as specified for prompt payment discount.

Note: Two separate invoices may be submitted, one for the initial 90% and another for the remaining 10%.

4. MATERIALS AND WORKMANSHIP

The Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment.

5. CONTRACTOR PERFORMANCE

A. General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

B. Damages: The purchaser has an immediate requirement for the materials, equipment or services specified herein. Bidders are urged to give careful consideration to the purchaser’s requirements and to the manufacturer’s production capabilities when establishing a delivery date(s). Damages will be assessed in the amount of actual damages incurred by the purchaser as a result of Contractor’s failure to perform herein.

C. Liquidated Damages: Failure to deliver (including replacement) within the 30/60 day period or as mutually agreed upon between customer and contractor, will result in the assessment of 1% of the purchase order value per calendar day as a delivery default to cover the purchaser’s anticipated administrative expense caused by the late delivery.

D. Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

6. RETENTION OF RECORDS

The contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

7. OSHA AND WISHA REQUIREMENTS

Contractor agrees to comply with conditions of the Federal Occupational Safety and Health Acts of 1970 (OSHA), as may be amended, and, if it has a workplace within the State of Washington, the Washington Industrial Safety and Health Act of 1973 (WISHA), as may be amended, and the standards and regulations issued thereunder and certifies that all items furnished and purchased under this order will conform to and comply with said standards and regulations. Contractor further agrees to indemnify and hold harmless purchaser from all damages assessed against purchaser as a result of Contractor’s failure to comply with the acts and standards thereunder and for the failure of the items furnished under this order to so comply.

8. REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at . Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPO Specialized Required Report

The contractor will provide the state procurement officer a report by category for total dollars spent by WSDOT. This will be a report that is required annually and submitted 30 days after the end of the calendar year. This report will help obtain data for future information needed for IFB design, contract negotiation, or any other SPO determined need.

9. MANUFACTURER’S published parts and equipment CATALOG AND PRICE LIST

The manufacturer’s published catalog must identify individual parts and equipment. The manufacturer’s most recent price list must reflect the pricing for those items listed in the manufacturer’s published catalog. The percentage discount offered by the contractor for this contract for Price Sheet A shall then be applied to the prices listed in the manufacturer’s most current price list. Contract shall submit their most current released copy of their referenced manufacturer’s published catalog and price list to the State Procurement Officer. This catalog and price list must be dated.

II. WSDOT SPECIFICATIONS

General

Equipment shall conform to applicable sections of the Washington State Department of Transportation Standard Specifications for Road, Bridge and Municipal Construction 2002 and the Standard Plans for Road, Bridge and Municipal Construction. These documents are available from the following site: - S. Sections 8-20 and 9-29 of the Standard Specifications have been amended and revised in their entirety with an effective date of August 5, 2002. These and other amendments are available from - S.

WSDOT Standard Traffic Signal Cabinets for Olympic Region

Traffic Signal Controllers shall conform to the current Washington State Standard Specifications for Road, Bridge, and Municipal Construction, Section 9-29 (Illumination, Signals, Electrical) and the information listed below. For specification drawing and detailed wiring diagram, contact the Olympic Region at 360-357-2616.

Type “P” Aluminum Controller Cabinet (Double Door). Controller cabinets shall be finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or aluminum I color, with front and rear doors. Provision for temporary installation of lifting eyes. The cabinet shall include two shelves. Each shelf shall have additional support welded down the center. The bottom shelf shall contain a slide out with lid for a laptop computer and drawing storage:

• 16 Position Load Bay

• Fully wired

• 12 channel conflict monitor cables

• Controller special function cable

• TMM 500 “A” and “E” cables

• Fused load switch outputs, KTK-10 or equal, with 9” clearance from field output terminals to cabinet floor. Fuse blocks shall be screw terminal type with No. 10 post capable of accepting no less than 2 No. 12 wires fitted with spade lugs. Phase amber or red flash sequence shall be changeable without the use of tools. All 8 Phase Walk (CMU inputs shall be made available on the back panel front. Phase Walk (CMU input to load switch shall be selectable with one jumper per phase.

• 16 Type SP 4301 Dual Indicating Load Switches

• Eberle Design Inc. Model SSM-112LE Data Logging or equal Conflict Monitor. CMU must display time, fault(s), and all load switch output conditions simultaneously.

• Stop Time Switch

Cabinets shall be equipped with a three-position toggle switch that will provide Stop Time true inputs as follows:

• Auto –Stop timing applied by CMU during an abnormal condition or by the flash position of the police panel Flash-Auto switch.

• Off – Stop timing not true any time.

• On – Stop timing always true.

• 12 Two Channel Rack mounted Digital Loop Detectors (Timing type)

• 14 Position Loop Detector/Opticom Card Rack

• 2 Positions wired for Opticom M752 Discriminators

• 12 Positions wired for 2-channel loop detectors with respective phase green inputs as follows:

L11

L21, L22, L23, L24

L31

L41, L42

L51

L61, L62, L63, L64

L71

L81, L82

Aux 1 Through Aux 8

• External Logic Stop Bar Interrupt

Loops 21, 22, 61 and 62

Display Panel

Detection switches shall be ¼” mount ALCO MTA106H (or equal)

On-Off –On (Momentary) miniature toggle type.

24 vehicle detection displays (PSB-28 LAMPS)

4 pedestrian detection displays (PSB-28 LAMPS)

Lamps shall be protected by Sylvania Osram 3016S series or equal lenses. Lamp caps are not acceptable.

Communications: 4 wire interconnect and Hayes smart type dialup modem

Traconex TMP-390 8 Phase Controller (J8Software)

Special Function Module

Traconex Type-390 Multi-Comm Communications Module

GDI 212

PC programmable “S” Registers

PC programmable “AT” Command Set

Shall maintain programming for 2 months while unpowered

Field Wiring Terminal Labels

501 Ac+ 516-520 Railroad Pre-empt

502 AC- 5A1-5D3 Emergency Pre-empt

503 GND 541-580 Coordination

504-510 Control Display 581-599 Spare

511-515 Sign Lights

|Movement |1 |2 |3 |

|Slots 3, 4 & 5 |Phase 2 |Slots 13, 14 & 15 |Phase 6 |

|Slots 6 & 7 |Phase 3 |Slots 16 & 17 |Phase 7 |

|Slots 8, 9 & 10 |Phase 4 |Slots 18, 19 & 20 |Phase 8 |

The last three slots on the right end of the rack shall be identified and wired for 1 four phase and 2 two phase discriminators as follows:

Slot 1 Phase A, B, C, & D

Slot 2 Phase A & C

Slot 3 Phase B & D

If an external power supply is required for detection/ discriminator racks, it shall be provided.

|Controller Cabinet Acceptance |

|Acceptance of controller cabinet assemblies delivered under this purchase shall consist of, but not be limited to the following 25 Day Test |

|Plan: |

|A. Demonstration (10 Working Days) |

|A demonstration shall be conducted at the point of delivery defined in the purchase order. Delivery of the equipment will be accepted only|

|if all required materials are on hand. All equipment shall be assembled complete and ready for demonstration within three working days of |

|delivery. |

| |

|The Contractor shall demonstrate that: |

| |

|1. Each and every component of the traffic signal system are in proper working conditions; and |

| |

|2. The traffic signal control system performs as specified in this contract. |

|B. Hardware and Software Test (15 working days) |

|This stage involves actual testing of the equipment by WSDOT, the contractor need not be present for this testing but can elect to at their |

|option. |

| |

|These tests may include but not be limited to WSDOT test Methods T 421, T 422, T 423, T 424, T 425 from the Materials Manual. |

| |

|The test will be declared complete if no failure to the system occurs for a minimum of five consecutive working days. |

Service Cabinets

Special Design Type B Modified, Type D and Type E Service cabinets shall be in accordance with Service Cabinet Detail Drawing no’s 7.20E, 7.21E, 7.32E and 7.03E available at and the following:

The circuit panel board for the main breaker shall accept a 100, 125, 175, or 200-amp breaker.

The busswork shall be rated at 250 amps.

Furnish breakers in accordance with the Service Cabinet Drawings and the following Breaker Schedules.

|BREAKER SCHEDULE |

|TYPE B MODIFIED SERVICE |120/240 VOLT |

|CIRCUIT |DESCRIPTION |BREAKER RATING |CONTACTOR RATING |VOLTAGE |

|--- |MAIN |200 AMP |N/A |240 |

|A |ILLUMINATION A |20 |30 |240 |

|B |ILLUMINATION B |20 |30 |240 |

|C |SPARE |20 |N/A |240 |

|D |SIGNAL |50 |N/A |120 |

|E |PHOTOCELL |15 |N/A |120 |

|F |RECEPTICAL |20 |N/A |120 |

|BREAKER SCHEDULE |

|TYPE D SERVICE |120/240 VOLT |

|CIRCUIT |DESCRIPTION |BREAKER RATING |CONTACTOR RATING |VOLTAGE |

|--- |MAIN |200 AMP |N/A |240 |

|A |ILLUMINATION A |20 |30 |240 |

|B |ILLUMINATION B |20 |30 |240 |

|C |ILLUMINATION C |30 |30 |240 |

|D |ILLUMINATION D |30 |30 |240 |

|E |ILLUMINATION E |30 |30 |240 |

|F |SPARE |20 |N/A |240 |

|G |SPARE |20 |N/A |240 |

|H |SIGNAL |50 |N/A |120 |

|I |PHOTOCELL |15 |N/A |120 |

|J |RECEPTICAL |20 |N/A |120 |

|K |HEATER |15 |N/A |120 |

| | | | | |

|BREAKER SCHEDULE |

|TYPE E SERVICE |240/480 VOLT |

|CIRCUIT |DESCRIPTION |BREAKER RATING |CONTACTOR RATING |VOLTAGE |

|--- |MAIN |200 AMP |N/A |480 |

|A |ILLUMINATION A |20 |30 |480 |

|B |ILLUMINATION B |20 |30 |480 |

|C |ILLUMINATION C |30 |30 |480 |

|D |ILLUMINATION D |30 |30 |480 |

|E |ILLUMINATION E |30 |30 |480 |

|F |SPARE |20 |N/A |480 |

|G |SPARE |20 |N/A |480 |

|H |SIGNAL TRANSFORMER |20 |N/A |480 |

|I |PHOTOCELL |15 |N/A |120 |

|J |RECEPTICAL |20 |N/A |120 |

|K |HEATER |15 |N/A |120 |

SPECIALISED USAGE REPORT

Annual Usage Report by Line Item for Transportation Management System Equipment, Contract 03502

Contractor: _________________________________

*This report is due thirty (30) days after the end of the calendar year, i.e. January 31. This report may be obtained electronically by contacting the State Procurement Officer listed on the contract. You may submit this form via fax at 360-586-2426, email bhollan@ga. or mail to the Office of State Procurement, PO Box 41017, Olympia, WA 98504-1017.

|# |Traffic Part Description |Total Dollars Spent by WSDOT |

| |Price Sheet A | |

|1. |Controller (Complete Units) |$ |

|2. |Controller Parts |$ |

|3 |Cabinet Accessories |$ |

|4. |Load Switches (Complete Units) |$ |

|5. |Load Switches Parts |$ |

|6. |Flashers |$ |

|7. |Conflict Monitors |$ |

|8. |Conflict Monitors |$ |

|9. |Magnetometer Detector |$ |

|10. |Magnetometer Detector Parts |$ |

|11. |Loop Detector |$ |

|12. |Loop Detector Parts |$ |

|13. |Vehicle Signal Head (Complete Unit) |$ |

|14. |Vehicle Signal Head Parts |$ |

|15. |Pedestrian Signal Head (Complete Unit) |$ |

|16. |Pedestrian Signal Head Parts |$ |

|17. |Pedestrian Signal Head Modification Kits |$ |

|18. |Time Clocks |$ |

|19. |Vehicle Head Mounting Hardware |$ |

|20. |Pedestrian Head Mounting Hardware |$ |

|21. |Optically Programmed Signal Heads |$ |

|22. |Optically Programmed Signal Heads Parts |$ |

|23. |Optical Preemption Equipment |$ |

|24. |Optical Preemption Equipment Parts |$ |

|25. |LED |$ |

|26. |Vehicle Detection Video |$ |

|27. |Traffic Counters |$ |

|28. |Transportation Management System Test Equipment |$ |

|29. |Pedestrian Pushbutton Components |$ |

|30. |2070 Controllers Software |$ |

|31. |Internal Lighted Signs |$ |

|32. |CCTV Cameras Components, Zoom, Tilt (PTZ) |$ |

|33. |Wireless Interconnects |$ |

|34. |MISC. Parts Not Included In Above Groups |$ |

| |Price Sheet B | |

|1. |WSDOT Standard Traffic Signal Cabinet Traffic Signal Controllers |$ |

|2. |WSDOT Standard Traffic Signal Cabinet only with no plugables |$ |

|3. |P44 NEMA Controller Cabinet with plugables. Wired for Siemens ITS |$ |

|4. |WSDOT NEMA P44 Controller Cabinet only with no plugables. Wired for Siemens ITS |$ |

|5. |WSDOT NEMA P44 Controller Cabinet with all plugables. Wired for Traconex. |$ |

|6. |WSDOT NEMA P44 Controller Cabinet only with no plugables. Wired for Traconex. |$ |

|7. |WSDOT NEMA P44 Controller Cabinet with all plugables. Wired for Siemens ITS. |$ |

|8. |WSDOT NEMA P44 Controller Cabinet only with no plugable. Wired for Siemens ITS. |$ |

|9. |WSDOT NEMA P44 Controller Cabinet with all plugables. Wired for Enconolite |$ |

|10. |WSDOT NEMA P44 Controller Cabinet only with no plugables. Wired for Enconolite |$ |

|11. |WSDOT NEMA P44 Controller Cabinet with all plugables. Wired for Multisonics |$ |

|12. |WSDOT NEMA P44 Controller Cabinet only with no plugables. Wired for Multisonics |$ |

|13. |WSDOT NEMA P44 Controller Cabinet with all plugables. Wired for 2070N |$ |

|14. |WSDOT NEMA P44 Controller Cabinet only with no plugables. Wired for 2070N. |$ |

|15. |Contractor charge to be on site for turn on |$ |

|16. |Contractor charge for set up of testing at WSDOT MATS Lab |$ |

|17. |WSDOT Service Cabinet Type B Modified |$ |

|18. |WSDO Service Cabinet Type D |$ |

|19. |WSDOT Service Cabinet Type E |$ |

|Annual Total Dollars |$ |

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download