HomeMy WebLinkAboutItem #09 Annual Signal Maintenance Contract
AGENDA ITEM COVER SHEET
Meeting Date: September 15, 2009
Item # CJ
Contact Name:
Contact Number:
Stephen C. Krug
6002
Reviewed By:
Department Director:
City Manager:
Subject: Annual Signal Maintenance Contract with Control Specialists Company.
Background Summary:
Engineering and Public Works have been unable to negotiate a new traffic signal maintenance
agreement with the County. During the process, the City explored utilizing a private specialty contractor
to provide the same maintenance activities currently provided by the County. Staff determined that the
City would have a greater control of the maintenance activities and costs through a private contractor.
Public Works and Engineering recommend contracting with Control Specialists Company (CSC) based
on their experience and location. By piggy backing off of a City of Maitland contract, CSC will provide
monthly inspections of the 28 signalized intersections maintained by the City for an approximate annual
cost of $28,000.00. An additional $12,000.00 is budgeted for routine repairs that may arise during the
year. The FDOT provides the City approximately $15,000 annually to maintain 12 of the 28 intersections
that are on State roads. The not to exceed total amount of the contract will be $40,000.00.
Issue:
Request the City Commission award the annual signal maintenance contract to Control Specialists
Company.
Recommendations
Recommend the City Commission award the annual signal maintenance contract to Control Specialists
Company for a not to exceed total of $40,000.00 by piggy-backing on the existing City of Maitland
Ag reement.
Attachments:
Control Specialists Company Proposal.
City of Maitland Agreement for Traffic Signal Maintenance.
Financial Impact:
The $40,000.00 is adequately funded in the Streets Division budget.
Type of Item: (please mark with an "x'J
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
x Commission Approval
Discussion & Direction
For Clerk's DeDt Use:
_ Consent Agenda
_ Public Hearing
_ Regular Agenda
Original Document/Contract Attached for Execution by City Clerk
Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
N/A
Reviewed by Finance Dept.
Reviewed by ( )
dgrtJ
N/A
N/A
2
hi
Control Specialists Company
Presents
center of Good L' .
'\.~e ll?~
Proposal for Traffic Signal Maintenance
Submitted to:
Mr. Stephen C. Krug, Public Works Director
City of Ocoee
301 Maguire Road
Ocoee, Florida 34761
hi
Control Specialists Company
City of Ocoee
Proposal for Traffic Signal Maintenance
June 5, 2009
Letter of Transmittal
Executive Summary
Company History and Business Philosophy
Qualifications and Capabilities (ISO and Insurance Certificate)
I ntroduction to Staff
References
City of Ocoee Signalized Locations
Inspection Form
Price Proposal
Traffic Signal Maintenance Agreement (TSMA)
Products and Services
hi
Control Specialists Company
Traffic Systems Since 1965
June 5, 2009
Mr. Stephen C. Krug, Public Works Director
City of Ocoee
301 Maguire Road
Ocoee, Florida 34761
RE: Traffic Signal Maintenance
Dear Mr. Krug:
On behalf of Control Specialists Company, I am pleased to submit our Traffic Signal
Maintenance proposal for the City of Ocoee.
The proposed prices, rates, terms and conditions are based on the City of Maitland's
Traffic Signal Maintenance Agreement, which was executed on November 1, 2008. As
discussed, please feel free to use this contract as a source to "piggyback".
Our team has indicated our desire to serve you on this project from the moment we
learned of the opportunity. Our staff will conduct a physical inspection of each location
after which, a detailed report will be provided to you.
With over 40 years of service to Central Florida, Control Specialists Company is ready
to serve you by providing the most efficient services available in our area of expertise.
From signal installation, maintenance and intersection upgrades, we stand ready to
assist you.
Very truly yours,
CONTROL SPECIALISTS COMPANY
~~~-,-,
Terence T. Tomlin
Technical Sales Representative
/Ut
707 Nicolet Avellue, Suite 100, Willter Park, FL 32789407-628-1965 FAX 407-628-1932
1\'\1'11'. cOlltrolspecial ists. COIll
Executive Summary
Control Specialists Company is a Florida based company founded in 1965 and
incorporated in 1971, specializing in traffic engineering products and services.
Currently, there are thirty (30) full time employees based in our Winter Park office and
ten (10) full time employees in our Atlanta office. We have been a drug-free workplace
since 1987.
Control Specialists Company is an ISO 9001 :2000 registered company and is
an approved vendor with FDOT's Traffic Engineering Research Lab (TERL) Quality
Assurance Program. Control Specialists Company is pre-qualified by the FDOT
Contracts Administrator as a specialty contractor for computerized signal systems,
signalization, highway signage, ITS and roadway lighting.
Our company's organizational structure is divided into to three departments:
Product Sales and Solutions
Design & Installation
Technical Services and Solutions
We have one Vice President, three Department Managers, and three Regional
Managers. The company ownership is 80% by Mr. W. Bruce O'Donoghue, and 20% by
an Employee Stock Ownership Plan and Trust (ESOP). Mr. O'Donoghue serves as
President and is active in the daily business affairs. He sits on the Leadership Council
of the Florida Division of the National Independent Federation of Business. He is also a
member of the Joint National Committee of AASHTO-AGC-ARTBA.
Control Specialists Company has enjoyed working with the Florida Department
of Transportation since our founding in 1965, and specifically with FDOT Transportation
Statistics office since 1979. In 2004, our company began serving the entire nation.
Control Specialists Company's performance history with joint partners is
equally impressive. Control Specialists Company has been active in partnering for 40
years working with various professional services companies including: CH2MHILL; Post
Buckley Shuh & Jennigan, Professional Engineering Consultants; HNTB; TEl; HDR;
Tipton & Associates; Lassiter & Associates; Pegasus Engineering and Traffic Planning
and Design. These projects vary from serving as the prime contractor/consultant or the
subcontractor/sub-consultant; and vary from data collection to ITS design-build projects.
Management Style Established
Control Specialists Company has incorporated the "servant leader" behavior
style into our TEAM management and marketing policies.
Because our company is able to offer a variety of services it has become a vital
part of our success to work as a TEAM organization. Each area of Control Specialists
Company is dependent upon the quality products and services provided by our co-
workers. Here is a list of services that we offer to our customers:
. Traffic data collection
. Traffic data analysis
. Traffic signal and system timing implementation
. Traffic signal and ITS system preventative maintenance plans
. Traffic engineering products:
1. computerized signal control systems
2. traffic and pedestrian signals & hardware
3. traffic counters, classifiers, and weight-in-motion systems
4. pedestrian safety crosswalks
5. advanced warning systems, solar powered
6. school zone warning systems, solar powered
7. industrial communication systems
8. public/private financing
9. traffic engineering software for signal systems, data
collection systems and advanced warning systems
. Construction to install:
1. traffic signal systems
2. mast arm & concrete poles
3. conduit via directional bore or trenching
4. concrete pads, pedestals
5. in roadway sensors
6. in roadway signals
7. fiber optic cable
8. IMSA cable
. Twenty-four (24) hour maintenance service for traffic signalized
locations
. Service and repair center for all products sold and installed
In establishing this TEAM approach our staff has attended various management
seminars and received consulting from the following sources:
. Fails Management Institute
. Crown Consulting
. Seay Management Consultants
. U.S. Partners On Purpose Business
. International Leadership Foundation
. Dunn & Bradstreet
Additionally, Control Specialists Company is active in the following
professional organizations, all of which offer valuable continuing education courses:
. American Research Group (fiber optic networks)
. American Road and Transportation Builders Association
. American Traffic Safety Services Association
. Associated General Contractors of America
. Intelligent Transportation Systems of America
. Institute of Transportation Engineers
. International Municipal Signal Association
. Central Florida Builder's Exchange
. Florida Transportation Builders Association
. National Federation of Independent Business
. National Utility Contractors Association
We believe our approach of dedicated and qualified staff, along with our internal
quality assurance process will guarantee immediate satisfaction to the City of Ocoee
hi
Company History and Business Philosophy
Mr. Arthur W. Belden Jr. founded Control Specialists Company in 1965 in Orlando
Florida. Originally a sales company specializing in engineering controls, today Control
Specialists Company is divided into three departments with emphasis in the traffic signal and
traffic engineering industry. The three departments are: 1). Product Sales and Solutions
2). Design and Installation. 3)Technical Services and Support
Mr. Belden was born in Wheeling, West Virginia, attended high school in Birmingham,
Alabama, served as an officer in the United States Navy and graduated with a Bachelors
Degree in Electrical Engineering from the University of Louisville in 1947. Mr. Belden came to
Florida in 1949, chosen as one of the first 50 employees of the Joint Long Range Proving
Ground facility at Patrick Air Force Base, Cocoa Beach, later known as NASA. Following a
two-year recall to active duty in the Navy, he was employed as the Florida representative of
The Electric Storage Battery Company. In 1956, Mr. Belden joined Ward Engineering
Company, Orlando, as a manufacturer's representative for such products as pump controls
elevators, instruments and traffic signals. He became President of Ward Engineering in 1963.
In December of 1965, Mr. Belden and his wife Alice founded Control Specialists
Company. In the Florida room of their Orlando home the two established a solid foundation
and leaning on their faith and trust in God, built the business which continues to grow and
flourish. Mr. Belden retired from his position of President and Chairman of the Board of
Directors on December 31, 1990. Mrs. Belden, who worked as the company secretary, office
manager, and bookkeeper throughout these years, now continues to serve on the
corporation's Board of Directors. Mr. Belden's father, Colonel A.W. Belden, set up the
accounting books for the company in 1965 and served as the company's Treasurer for many
years. Although established as a sole proprietorship in 1965, the Company was incorporated
in 1971.
In 1973, Control Specialists Company began their efforts in traffic signal installation
and maintenance (using a pick-up truck with an adjustable ladder). Since then the company
has provided installation services in Florida, Georgia, South Carolina, North Carolina,
Maryland and the Cayman Islands, BWI. In the same year the company began providing
services for traffic signal maintenance to the City of Maitland and has continually served them
since, as well as numerous other cities and counties.
In 1977, Mr. and Mrs. Belden's son, Mr. W. Bruce O'Donoghue, joined the company
having completed his requirements for a B.A. degree in History/Urban Studies from the
University of Florida. While attending the University, He was inducted into the University of
Florida's Hall of Fame, Florida Blue Key, Who's Who Among Students and Order of Omega.
Mr. O'Donoghue has served the Company as Director of Sales and Development, Sale
Manager, Vice President of Sales and Vice President of Operations. He became President
and Chief Executive Officer in 1990. He has served on the Nation Joint Committee of AGC-
AASHTO-ARTBA, on the Board of Directors of the Florida Section and District Five Institute of
Transportation Engineers, AGC of Mid-Florida and the Florida D.O.T. Traffic Operations
Quality Improvement Team. He was also appointed to the Governor's Conference of Small
Business Affairs and served on the Florida Supreme Court Workload Study Commission.
Mr. Belden's business philosophy has always been to "serve the customer first". This
philosophy has proven successful, providing for long standing customer relations. Every
employee: skilled or unskilled, management, clerical, or janitorial; is required to demonstrate
this philosophy in their work.
Being the President and/or owner of a company brings tremendous responsibility, not
only for one's customers but the company's employees and others, including suppliers and
vendors. Coping with the stress and daily activity can often change the character of a
company and its owners. Fortunately for Control Specialists Company, Mr. Belden realized
the need for outside guidance in his founding of this Company. The principle foundation of
the Company is based on Christian principles and faith and trust in God. This one
characteristic does not mean mistakes are not made within the Company because, after all,
we are human beings subject to error. However, this faith and trust in God provides a means
for hope, grace to seek wisdom and guidance in our business activity, and to offer
thanksgiving for the success and prosperity of the Company.
In America, we have the privilege of living in a country that provides us with "Freedom
of Religion", where every American has the freedom to pursue his own religious choice. At
Control Specialists Company, all employees are treated equally and with respect and dignity,
regardless of religious belief. We have a wonderful opportunity for individual and corporate
success at our Company, and we do not take this opportunity for granted.
Let us demonstrate to you our ability to serve you in such a way that it will be clear that
Control Specialists Company distinguishes itself far above all other companies.
Qualifications and Capabilities
Control Specialists Company currently manages over 200 signalized
intersections in Florida and over 130 in Georgia. Control Specialists Company
prides itself on being able to offer one of the most comprehensive signal
maintenance programs available. Each client receives immediate response for
emergency calls, 24 hours per day, 365 days per year. In addition, we also
provide a monthly on-site preventative maintenance program which works to
keep emergency calls to a minimum by proactively correcting potential problems
before they occur.
Control Specialists Company is unique because we are familiar with
the City of Ocoee's needs as they relate to the expected results. As a specialized
contractor, we are familiar with issues facing a quality installation. As a sales
company, we are familiar with the need for quality products with reliability field
applications. As a service center, we are familiar with the various software,
hardware, and firmware necessary for system management. As a maintenance
organization, we are familiar with the absolute need for quick response.
Control Specialists Company understands the objective of the contract
offered to the City of Ocoee. It is key and critical for the City of Ocoee to obtain
services that are immediately responsive, which will ensure optimum
performance throughout the existing traffic signal system. This equates to
maximum safety and efficiency of the city's road network. Our team is committed
to making the City of Ocoee extremely satisfied by virtue of our response,
accuracy, management, communication, facilities, technical knowledge, field
experience and follow up.
Control Specialists Company's qualified and experienced personnel
are involved in all levels of operation. The traffic signal maintenance team has
been certified by the International Municipal Signal Association (IMSA) and the
American Traffic Safety Services Association (ATSSA). Our team of
professionals offers you an unprecedented 300 years of combined experience
in the traffic engineering industry.
Control Specialists Company's technical personnel have been certified
and are familiar with the products that are currently operating the traffic signals
within the City of Ocoee. These manufacturers include Siemens ITS (Eagle),
Peek Traffic, Iteris and 3M. This knowledge will ensure that system operations
will consistently perform. It will also assist in identifying potential problems and
provide resolutions.
Control Specialists Company has been involved with similar projects as
the contractor, equipment supplier, and maintenance organization (often as all
three) with the states of Georgia, Florida, South Carolina, North Carolina, and
Maryland. As of 2004, we have broadened our work to include the states of
Washington, Minnesota, Illinois, Indiana, California, and Michigan.
Control Specialists Company has the ability to offer its clients technical
services, products, installation and maintenance. With over 40 years of
knowledge and experience in the field of traffic engineering, we are able to offer
the City of Ocoee complete services for signalization maintenance, design and
installation, products and system management.
The uniqueness of Control Specialists Company is a result of our daily
business operations as a "one stop shop" for traffic engineering needs. Everyday
we construct and install traffic systems, everyday we sell traffic engineering
products, systems and software, everyday we service our clients' needs in the
way of repairs, upgrades, and refurbishing.
Control Specialists Company is pre-qualified by the Florida Department
of Transportation as a specialty contractor for computerized signal systems,
signalization, highway signage, ITS and roadway lighting.
Control Specialists Company is an ISO 9001 :2000 registered company
which assures our clients of our commitment to quality work and performance.
Additionally the company has been approved by the Florida Department of
Transportation's Quality Assurance Program.
Control Specialists Company possesses manpower, management, field
knowledge, technical abilities, maintenance vehicles, tools and equipment to
meet the demands of this contract.
Selection of Control Specialists Company for this contract will assure
the City of Ocoee that all work will be performed and completed by the most
proficient firm in this highly specialized engineering area of traffic engineering.
Our knowledge and experience will assure you of maximum results. We look
forward to serving you.
I ACORDm CERTIFICATE OF LIABILITY INSURANCE DATE(;i'~)
2/26 2009
RODUCER (407)894-5431 FAX: (407) 629-6378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Kuykendall Gardner ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1560 Orange Ave Ste 750 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Winter Park FL 32789 INSURERS AFFORDING COVERAGE NAlC#
INSURED INSURERA:Vallev Forae Ins Co 20508
Control Specialists Company INSURER B: Transporta tion Ins Co 20494
707 Nicolet Avenue, Suite 100 INSURERc;Continental Casualty Co 20443
INSURERD:National Fire Ins Co of 20478
Winter Park FL 32789 INSURER E:
- --
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
I '"'T''' : BEE ...."
I~.;: ~~~~ TYPE OF INSURANCE POLICY NUMBER P8.Hi~~:::g&Wf Pgklfl,~'iXlft~N LIMITS
E!,NERAL LIABILITY EACH OCCURRENCE $ 1,000,000
~ :5"MERCIAL GENERAL LIABILITY ~~b?E TO RENT~nce\ $ 300,000
A - CLAIMS MADE ~ OCCUR C20B3040585 3/1/2009 3/1/2010 MED EXP fAnv one Delsonl $ 5,000
- PERSONAL & ADV INJURY $ 1,000,000
nC.,CCAI $ 2,000,000
-
GEN'LAGGREGATE LIMIT APPLIES PER; PRnnllrT!': . $ 2,000,000
-'--l POLICY fil ~~8r n LOC
~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
~ ANY AUTO (Ea accident)
B - ALL OV\INED AUTOS C2024596942 3/1/2009 3/1/2010 BODILY INJURY
(Per person) $
- SCHEDULED AUTOS
~ HIRED AUTOS BODILY INJURY
(Per accident) $
X NON-OV\lNED AUTOS
-
~ Rental Reimbursement $75 Per Day / 30 Days PROPERTY DAMAGE
X Hired Phvsical Dma (Per accident) $
GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $
==i ANY AUTO OTHER THAN O:A,rr $
AUTO ONLY: AGG $
EXCESSIUMBRELLA LIABILtTY $
~ OCCUR 0 CLAIMS MADE AGGREGATE $
$
==i DEDUCTIBLE $
RETO:NTII)N $ 10 000 $
D WORKERS COMPENSATION AND X W:STAU':I 10J.tI.
EMPLOYERS' LIABILITY
IWY PROPRIETORlPARTNERlEXECUTIVE E.L. EACH ACCIDENT S 1,000,000
OFFICERlMEMBER EXCLUDED? WC2024770l70 3/1/2009 3/1/2010 E.L. DISEASE. EA EMPLOYEE S 1,000,000
~~~tl1ts~~v~1gN!': below EL DISEASE. POLICY LIMIT $ 1,000,000
C OTHER Equipment Floater C202459690B 3/1/2009 3/1/2010 Leased/Rented Equip $75,000
Property C2024596908 3/1/2009 3/1/2010 Property of Other $230,000
DESCRIPTION OF OPERATIONSlLOCATlONSNEHICLESlEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Auto Policy Includes Hired Car Physical Damage Coverage: Vehicle Maximum Limit - $100,000 Comprehensive Deductible:
$100 Collition Deductible: $500
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
Insurance Verification Only EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
I INSURER ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE ~??7 ~ ......:J
J Kuykendall, crc, CR
ACORD 25 (2001/08)
INc::n?1: lfl1t\O' no.."
@ACORDCORPORATION 1988
P~rn:> 1 nJ?
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this
certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an
endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such
endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing
insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively
amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001108)
INS025 (0108).OBa
Page 2 0/ 2
Introduction to Staff
Vice President of Construction - Mike Matzen
Corporate Vice President and Vice President of Construction in charge of the
supervision, coordination, and oversight of construction operations for the company.
Duties include estimating, contract preparation, administration and general
management of all construction projects. Mr. Matzen serves as Project Manager on
numerous projects, including recent design/build contracts for Orange County's
International Drive's Resort Area Directional Signal Project for the Orange County
Convention Center, Reedy Creek Improvement District's Emergency Services Building
- Fire Signal and Marion County's Design/Build of Traffic Signals - county-wide. Mr.
Matzen is also a member of the Associated General Contractors of America and Florida
Transportation Road Builders.
Construction Manager - David Elliott
Responsible for all pre-bid evaluations, preparation of construction submittal packages,
order processing for non-stock job specific materials and equipment, preparations for all
pre-construction conferences, coordinates all advance planning and scheduling for new
construction jobs. Supervises all construction crews' personnel and equipment. Mr.
Elliott is also responsible for all construction equipment upkeep, repair, and
maintenance. Mr. Elliott is IMSA - Associate Traffic Signal Technician (Levell) certified.
In addition, he is also a certified operator and trainer for the following: Iteris Vantage
Video Detection and 3M Opticom GPS Systems.
Technical Services Manager - Doug Mills
Responsible for oversight and supervision of maintenance operations. Mr. Mills also
trouble-shoots potential problems with traffic signal systems as they relate to
communication, pre-emption and general timing issues. Mr. Mills serves as designing
manager for new signal system installations, component modifications and upgrades.
In addition, Mr. Mills also served as Project Manager for the following: Martin County's
Computerized Traffic Control System - 2000, Orange County SCOOT System - 2001,
Orange County SCOOT System - 2004, Cayman Island's Hurricane Recovery - Traffic
Control System - 2004, Orange County SCOOT System - 2006, Reedy Creek
Improvement District SCOOT System - 2006, Orange County/UCF SCOOT System -
2007. Mr. Mills is certified for the following: IMSA - Associate Traffic Signal Technician
(Levell), Associate Traffic Signal Electrician (Level II), Associate Traffic Signal
Inspector. A TSSA - Advanced Worksite Traffic Control Supervisor. Mr. Mills is also a
certified operator and trainer for Iteris Vantage Video Detection and 3M Opticom GPS
Systems. Certified Eagle Traffic Control System: ACTRA Computerized Traffic Signal
System, MARCnx Computerized Closed Loop System, Certified Peek Traffic Data
Systems.
Aerial Foreman - Jesse Phillips
Responsible for planning and completion of all phases of the overhead traffic
signalization work, including inspection and completion of any close out punch lists for
each project, supervision of up to five (5) men and associated equipment. Responsible
for performing all aspects of the above ground installation and wiring of traffic signal
systems. Mr. Phillips is certified for the following: IMSA - Associate Traffic Signal
Technician (Levell), Associate Traffic Signal Electrician (Level II). Associate Traffic
Signal Field Electrician (Level III), Associate Traffic Signal Inspector. ATSSA-
Advanced Worksite Traffic Control Supervisor. Mr. Phillips is also a certified operator
and trainer for the following: Eagle Traffic Control System, Iteris Vantage Video
Detection and 3M Opticom GPS Systems. Certified to install and maintain Peek and
TDC Traffic Data Systems.
Underground Foreman - Jack Hartley
Responsible for interpretation of plans and performance of work associated with the
installation of underground facilities for traffic signal and signing projects. Duties
include installation of various sized and types of foundations for concrete poles, mast
arms, cantilever, truss type signal, and sign support structures, as well as smaller sign
post supports and cabinet bases. Supervises up to five (5) men and associated
equipment. Mr. Hartley is also responsible directional bore applications and all forms of
underground and under-pavement conduit installation. Mr. Hartley is certified for the
following: IMSA - Associate Traffic Signal Technician (Levell), Associate Traffic Signal
Inspector. ATSSA - Advanced Worksite Traffic Control Supervisor. In addition, he also
a certified operator and trainer for the Iteris Vantage Video Detection System.
Signal Technician - Nancy Dupree
Responsible for coordinating maintenance on over 200 traffic signalized intersections
and flashing beacons throughout the Central Florida region. Duties also includes
routine preventative maintenance, providing intersection inventory updates to Owner,
conducting final turnover signal inspections as maintaining agency's representative and
emergency service response coordinator. Ms. Dupree also provides assistance to the
production department with the build-up and wiring of traffic signal cabinets and
component panels. Ms. Dupree is certified for the following: IMSA - Associate Traffic
Signal Technician (Levell). Associate Traffic Signal Electrician (Level II), Associate
Traffic Signal Field Electrician (Level III), Associate Traffic Signal Inspector. Ms. Dupree
is also a certified operator and trainer for Iteris Vantage Video Detection and 3M
Opticom GPS Systems. Certified Eagle Traffic Control System: ACTRA Computerized
Traffic Signal System, MARCnx Computerized Closed Loop System, Certified Peek
Traffic Data Systems.
Internal Operations Manager - Allen Reid
Responsible for internal organizational systems and the development of processes to
increase the efficiency of the company This process ensures employees follow all
applicable company policies and procedures. Assists with administrative problem
solving, planning and development. Aids in the execution of company's goals and
objectives i.e., OSHA-Health, ISO 9001-2000 certification, FDOT CPO, and FDOT
Approved Products List (APL). Coordinates the activities of multiple departments
(Customer Service, Technical Services, Signal Maintenance, Construction and General
Administration) to facilitate maximum productivity and quality. Mr. Reid served as
Project Manager for the following: FDOT district wide traffic data collection in Districts
One, Four, Five and Seven. FDOT-Florida's Turnpike Authority district wide traffic data
collection. In addition, Mr. Reid is also a certified operator and trainer for Iteris Vantage
Video Detection, 3M Opticom GPS System, Eagle Traffic Control System, Peek and
MetroCount Data Collection Systems.
Office Administrator - Joyce Moon
Responsible for management and oversight of all general office procedures. These
duties include accounts payable, accounts receivable and basic expense control, Le.,
bank and account reconciliation, cash receipts, office expenditures. Ms. Moon is also
responsible for setting up job files, ordering materials and maintaining all records and
invoicing for the construction and technical service departments. In addition, Ms. Moon
also serves as liaison between senior management, employees, and clients to ensure
proper lines of communication.
Technical Sales Representative - Terence Tomlin
Responsible for oversight and supervision of Traffic Signal Maintenance contracts.
Duties includes representing Control Specialists Company in networking opportunities,
maintaining company-to-c1ient relationships, assisting clients in determining which
product or service serves their immediate and long-term needs. Mr. Tomlin is also
responsible for marketing products and services for the sales and construction
departments. Mr.Tomlin served as Data Product Manager for MetroCount and TDC
Data Collection Systems. In addition, he also served as Project Manager for the
following design/build projects: Downtown Disney Wireless Data Collection System -
2006. Prime Retail International Data Collection System - 2007. City of Orlando
Classification/Speed Detection System -2008. Mr. Tomlin is also a certified trainer and
operator for the following: Peek, MetroCount and TDC Data Collection Systems.
o
Current Traffic Signal Maintenance References
Florida
CITY OF APOPKA
748 E. Cleveland Ave
P. O. Box 1229
Apopka, FL 32704-1229
Attn: Mr. Dennis Cater
(407) 703-1731
FAX: (407) 703-1748
CITY OF BUSHNELL
219 N. Market Street
P.O. Box 115
Bushnell,FL 33513
Attn: Mr. Vince Ruano, City Manager
(352) 793-2591
FAX: (352) 793-2711
CHAMPIONSGA TE
8390 ChampionsGate Blvd. #104
ChampionsGate, FL 33836
Attn: Ms. Yvonne Shouey
(407) 397-2500
FAX: (407) 396-7606
CITY OF COLEMAN
P. O. Box 456
Coleman, FL 33521
Attn: Mr. Frank Moore
(352) 748-1017
FAX: (352)-748-2291
COLONIAL PROPERTIES SERVICES, INC.
950 Market Promenade Avenue
Suite 2200
Lake Mary, FL 32746
Attn: Mr. Bert Locke, Jr. RPA
(407) 585-2200
FAX: (407) 333-0971
CITY OF EDGEWOOD
405 Larue Avenue
Orlando, FL 32809
Attn: Ms. Sandra Modigh
(407) 851-2920
FAX: (407) 851-7361
POLICE DEPT
Chief Bass: 851-2820/ Cell: 407-467-2431
CITY OF GROVELAND
City Hall
156 S. Lake Avenue
Groveland, FL 34736
Attn: Chief Merrill or Lt. Barr
(352) 429-4166
FAX: (352)-429-3852
TOWN OF INGLIS
P. O. Drawer 429
Inglis, FL 34449
Attn: Mr. Tom Brennan
(352) 447-0303 (PD)
FAX: (352)-486-5329
CITY OF LAKE MARY
City Hall
100 N. Country Club Road
P. O. Box 958445
Lake Mary, FL 32795-8445
Attn: Mr. Bruce Paster, P.E. - Director of Public Works
(407) 585-1400
FAX: (407) 585-1498
LOCKHEED MARTIN MISSILES AND FIRE CONTROL
5600 Sand Lake Road
Orlando, FL 32819-8907
Attn: Ms. Vanessa Triska
(407) 356-5621
FAX: (407) 356-6151
CITY OF MAITLAND
1776 Independence Lane
Maitland, FL 32751
Attn: Mr. Charlie Wallace
(407) 539-6216
FAX: (407)660-1677
REEDY CREEK IMPROVEMENT DISTRICT
1900 Hotel Plaza Blvd.
Lake Buena Vista, FL 32830
Attn: Mr. Herb Raybourn, P.E.
(407) 828-5227
FAX: (407) 828-2560
SUMTER COUNTY
319 E. Anderson Avenue
Bushnell, FL 33513
Attn: Mr. Jackey Jackson
(352) 793-0241
FAX: (352) 793-0247
THE VILLAGE CENTER C.D.D.
3231 Wedgewood Lane
The Villages, FL 32162
Attn: Mr. Tom McDonnough
(352) 753-6219
FAX: (352) 753-6786
CITY OF WINTER PARK
401 Park Avenue, South
Winter Park, FL 32789-4386
Attn: Mr. Butch Margraf
(407) 599-3399
FAX: (407) 599-3417
WALT DISNEY WORLD
P. O. Box 10120
Lake Buena Vista, FL 32830
Attn: Mr. Bill Glausier
(407) 827-4537
FAX: (407) 827-8916
Georgia
CITY OF SANDY SPRINGS
7840 Roswell Rd
Sandy Springs, GA 30350
Attn: Jeff Messer
(770) 206 2525
FAX: (770) 730 1755
fD
Exhibit "A"
Signalized "Traffic Signal" Intersections and
"Flashing" Locations
Planned Monthly "Traffic Signal" Locations
1. Colonial Dr. (SR 50) at Maguire Rd. (CR 439)
2. Colonial Dr. (SR 50) at Bluford Ave.
3. Colonial Dr. (SR 50) at Blackwood Ave.
4. Colonial Dr. (SR 50) at Clarke Rd./SR 408 Ramp
5. Colonial Dr. (SR 50) at West Oaks Mall Entrance
6. Franklin St. (SR 438) at SB SR 429 Ramp
7. Franklin St. (SR 438) at NB SR 429 Ramp
8. Franklin St. (SR 438) at Ocoee-Apopka Rd. (SR 437/438)/H.M. Bowness Rd.
9. Silver Star Rd. (SR 438) at Ocoee-Apopka Rd. (CR 437/SR 437)
10. Silver Star Rd. (SR 438) at Bluford Ave.
11. Silver Star Rd. (SR 438) at Clarke Rd.
12. Old Winter Garden Rd. at Professional Center Blvd. (emergency signal only)
13. Old Winter Garden Rd. at S. Bluford Ave.
14. Old Winter Garden Rd. at Blackwood Ave.
15. Old Winter Garden Rd. at Hempel Ave.
16. Clarke Rd. at West Oaks Mall Driveway-South
17. Clarke Rd. at West Oaks Mall Driveway-North
18. Clarke Rd. at White Rd.
19. Bluford Ave. at Orlando Ave. (FS1 preemption)
20. Bluford Ave. at Geneva St.
21. Bluford Ave. at McKey St.
22. Geneva St. /Story Rd. at Kissimmee Ave.
23. Maguire Rd. at Wesmere Pkwy. lWesmere Village Blvd.
24. Maguire Rd. at Moore Rd. /Roberson Rd.
25. Maguire Rd. at Plantation Grove Shopping Center Driveway (FS3 emergency
signal)
26. Maguire Rd. at Tomyn Blvd.
27. Maguire Rd. at Old Winter Garden Rd.
28.A.D. Mims Rd. at Clarke Rd. (RR preemption)
Exhibit "8"
Traffic Signal Intersection Inspection
1. Signal Operation:
a) Observe operation for one complete cycle.
2. Inspect the Traffic Signal Assembly: (look for the following)
a) Bulbs and/or LED degradation
b) Broken signal heads, visors, lens
c) Broken or loose brackets
d) Loose disconnect hanger and door
3. Electric Service:
a) Conduit riser secure
b) Meter/can "safe"
c) Secure breaker cover
4. Poles:
a) Rake appearance
b) Any visible breakage within pole
5. Pedestrian Signals:
a) Signal heads, lens, bulb broken or out
b) Sign OK
c) Push button detector operational
6. Cabinet and Base:
a) Secure and weather tight
b) Any visible damage to cabinet or base
7. Cabinet Interior:
a) Detectors tuned
b) Random check conflict monitor
c) Observe flash condition, including police door
d) Observe controller operation
e) Check pre-empt if possible
f) Check time clock operation
g) Clean cabinet interior
h) Check Status of system (online/offline)
i) Observed that cameras and cameras system are working
8. Solar Powered Signals:
a) Check security of panels
b) Review program of operation
c) Observe operation
d) Check batteries
hi
Control Specialists Company
Traffic Systems Since 1965
EXHIBIT "C"
Control Specialists Company Holiday Schedule
New Year's Day
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Christmas Day
707 Nicolet Avellue, Suite 100 ,TVinter Park, FL 32789.407-628-1965 FAX 407-628-/932
11'11'11'. c0l1tro!.11Jecia!islS. COII/
hi
Control Specialists Company
Traffic Systems Since 1965
Traffic Signal Maintenance Pricing Schedule
Monthly Recurring Fees:
Signalized Intersection........................................................... $82.50 per
*Flashing Beacon/School Zone Beacon ................................ $55.00 per
Hourly Rates:
Regular time........................................................................... $82.50/hour
Overtime................................................................................. $1 04.50/hour
New Equipment Inspection..................................................... $1 04.50/hour
Material Replacement:
25% mark-up of items............................................................. $500.00 or less
20% mark-up of items............................................................. $501.00 to $2,000.00
15% mark-up of items............................................................. $2,001.00 or above
Vehicle Rates:
Lift Truck................................................................................ $88.00/hour
Bucket Truck.......................................................................... $88.00/hour
Auger/Crane Truck................................................................. $137 .50/hour
Service Vehicle....................... ...................................................... $55.00/hour
All prices are based on the City of Maitland's Traffic Signal Maintenance
Agreement
* Not listed in scope
707 Nicolet A\'e11ltt', Suite 100, IVinter Park, FL 32789,407-628-1965 FAX 407-628-1932
lI'WW. controlspecialists. COlli
Control Specialists Company
Products and Services
Control Specialists Company (CSC) is an ISO 9001 :2000 registered company
assuring our clients of our commitment to quality work and performance. CSC is
pre-qualified by the Florida Department of Transportation as a specialty
contractor for computerized signal systems, signalization, highway signage, ITS
and roadway lighting.
CSC is unique because of its capability to offer its clients technical services,
vehicle data products, installation and maintenance. With over 40 years of
knowledge and experience in the field of traffic engineering, we are able to offer
complete services for design and installation, signalization maintenance, traffic
data products sales, technical services and solutions.
Design and Installation - Since 1973, CSC has been providing design/build and
installation services. We are certified to perform these services as a prime
contractor or subcontractor. Some of our projects include the following:
. Traffic Signal Systems
. SCOOT - Computerized Adaptive Signal Control
. Weigh-In-Motion (WIM) Systems
. Vehicle Classifications Projects
. Solar Powered Signals
. Video Detection Systems
. Computerized Intelligent Transportation Systems (ITS)
. Dynamic Message Sign and Roadway Signage
Traffic Signal Maintenance - Since 1973, CSC has provided contract service
and maintenance for multiple municipalities and private organizations. Our
company manages and maintains over 300 locations for emergency repair
service, providing 24 hour "on call" response, 7 days a week. Our pro-active
preventative maintenance program promotes cost savings for our customers. All
signal technicians are ISMA certified; this ensures the customer that only
qualified personnel will be permitted to perform scheduled work.
As an extension to our Traffic Signal Maintenance, we also offer 1). new or
replacement loop installation. 2). overhead illuminated sign installation. 3) fiber
splicing and termination. 4). loop and piezo installation for traffic data collection.
Traffic Data Products and Systems - CSC offers a wide variety of vehicle data
collection products. All CSC data products are available for complete "turnkey"
installations, which includes on-site system training.
. The Infrared Traffic Logger (TIRTL) is a non invasive multi-purpose traffic
monitoring device. The TIRTL uses infrared beams to detect and provide
vehicle speed, classification, and volume.
. Sierzega SR4 is a "side fire" radar based data collector that can detect vehicle
speed, classification by lengths, and volume. The SR4 incorporates bluetooth
technology for connectivity, eliminating the need for a serial cable during set-
up and data transmitting.
. MetroCount is a road tube based data collector. The unit is capable of
providing vehicle speed, classification, volume, headway, and gap. All data is
collected by using the "Vehicle-by-Vehicle" method. The MetroCount unit can
also be configured to collect "red-light" running data.
Traffic Safety Products and Systems - As with our Traffic Data Products, all
CSC traffic safety products are available for complete "turnkey" installations,
which includes on-site system training.
. Wanco Speed Awareness Display is a radar speed sign that displays vehicle
speeds. The sign can be used in a variety of locations such as school zones,
construction areas, neighborhoods and high-accident areas. The Wanco sign
can be portable or permanently mounted, and can be configured using AC or
DC powered option.
. Firehouse Signal is a cost-effective emergency signal that is designed to
allow immediate highway access for fire and rescue vehicles. The unit is solar
powered and cost less than half of a traditional traffic control system.
. Aldis GridSmart is a single camera detection system that can detect vehicles
as they approach and depart the intersection. In addition, the system is also
capable of tracking turn movements, vehicle speed, classification, and incident
identification, etc. Aldis offer a cost effective solution to inductive loops.
Technical Services and Solutions - CSC offers 24-hour operations and
maintenance services, training and technical support for traffic controller
systems, data collection products, dynamic message sign, solar powered
systems, and controller cabinet assemblies.
Please allow Control Specialists Company to assist you with your traffic
engineering opportunities by scheduling a convenient time to meet and discuss,
in detail, your traffic needs.
Our technical services representative, Terence Tomlin stands ready to serve you.
Please call (407) 628-1965 ext 210 if you have any questions or comments.
Page 1 of2
Krug, Stephen
From: Terence Tomlin [ttomlin@controlspecialists.com]
Sent: Friday, June 05, 2009 2:24 PM
To: Krug, Stephen
Cc: Butler, AI
Subject: Traffic Signal Maintenance Proposal Meeting 6/5/09
Importance: High
Attachments: OCOEE PIGGYBACK- CITY OF MAITLAND TSMApdt; CITY OF APOPKA-COST 2
MAINTAIN.xls; OSCEOLA PUSHBUTTON.pdt
Hello Steve,
Thanks again for considering Control Specialists Company for your Traffic Signal Maintenance
needs. As per your request, I'm em ailing you the following. 1) City of Maitland executed
Agreement (Please disregard the one that was submitted with proposal. 2). City of Apopka
2008 cost to maintain document. 3). Osceola County Pushbutton Contract. Also, there were
several questions regarding the following:
1). Extra work/Non-Routine (work that is not priced in the Agreement i.e. new installations,
refurbish, upgrades, etc.). According to the Agreement, Control Specialists Company will offer
a cost proposal according to the scope that is defined by the Owner. Please refer to item
numbers 4C and 7 of the Agreement.
2). Signal Timing - Control Specialists Company will time or re-time any controller, however it
must be authorized by the Owner/director. These timings are usually generated by a
consultant that is hired by the Owner or the Contractor. They must be approved by aPE.
before implementation. Please refer to item number 8 of the Agreement.
3). Five day notice - This to applies to emergency maintenance or construction that fall outside
of planned maintenance i. e. knockdowns, major repairs, etc. This would be a next hour or a
next day type situation. The five day notice does not pertain to planned maintenance. Please
refer to items 5A and 58 of the Agreement.
4). City of Winter Garden - Control Specialists Company will welcome an opportunity to provide
the City with a copy of the City of Maitland's executed Agreement.
5). Osceola County Pushbutton Contract - This contract is available to all agencies within a tri-
county area. It contains negotiated prices on most items that are typically associated with new
intersection installations, it also contain line items like loop replacement, controller assemblies,
fiber, etc.
Steve, let me know if this helps. As always, please feel free to call or email me if you have any
questions or comments.
Thanks and Have a Great Weekend.
Terence Tomlin
Control Specialists Co
707 Nicolet Ave-Suite 100
8/18/2009
Page 2 of2
Winter Park, Florida 32789
PH: 407-628-1965
Fax: 407-628-1932
Mobil: 407-448-44869
The information contained in this transmission is privileged and confidential. It is intended for the use of the
individual or entity named above. If the reader of this message is not the intended recipient, you are hereby
notified that any dissemination, distribution or copy of this communication is strictly prohibited. If you have
received this communication in error, please immediately notify and return the original message to the sender.
Thank you.
8/18/2009
A G R E E MEN TIE X TEN T ION
THIS AGREEMENT made and entered into this 1sT day of November
2008 by and between the CITY OF MAITLAND hereinafter referred
to as "OWNER" whose address is 1827 Fennell Street, Maitland,
Florida 32751 and CONTROL SPECIALISTS COMPANY hereinafter referred
to as "CONTRACTOR" whose address is 707 Nicolet Avenue, Suite 100,
Winter Park, Florida 32789..
WIT N E SSE T H:
THAT IN CONSIDERATION of the mutual covenants contained
herein, it is hereby agreed between the parties as follows:
1) Scope of Work. The Contractor shall be available on the
request of the Owner to provide emergency repair, planned
maintenance, new installations of traffic lights, caution lights,
school flashers, and roadway safety lighting. (Please refer to
Traffic Signal Intersection Inspection form attached) .
2) Term. This agreement shall be for an initial term of
two (2) years from the date of the Agreement; however, the Owner
shall have the right to cancel and terminate this Agreement, in
its sole discretion, during the term thereof, upon giving written
notice to the Contractor at least ninety (90) days prior to the
intended date of termination. In the event of termination, the
Contractor shall be entitled to receive payment for services and
work performed and materials and/or equipment furnished under the
terms of this Agreement as directed by the CITY OF MAITLAND up to
the date of termination; provided, however, it is acknowledged
that the Contractor shall not be entitled to any damage liquidated
or otherwise caused as a result of such termination.
It is mutually agreed between both parties that this
Agreement may be extended at the expiration of the initial term
for additional one (1) year terms from the anniversary date of the
expiration of the original term, upon the same terms and
conditions specified herein; rates are subject to change, but not
to exceed ten percent (10%) in a given year. The Contractor shall
give notice in writing, within ninety (90) days, of its intentions
to renew this Agreement at the expiration date of each year's
renewal. The Owner shall, within thirty (30) days after receipt
of said written notice by the Contractor, give notice in writing
rej ecting or consenting to said renewal. Failure of either party
to give such written notice within said time period shall result
in automatic termination of the Agreement.
3) Prosecution of Work. The Contractor shall prosecute the
work under this Agreement in the following manner:
a) The Contractor certifies that it is a full-time
specialized contractor in the State of Florida, and is pre-
qualified by the Florida Department of Transportation to perform
said work and has the capability and expertise to install and
maintain traffic signals for the CITY OF MAITLAND.
b) The Contractor shall provide emergency repair,
planned maintenance, and new installations of traffic lights,
caution lights, school flashers, and roadway safety lighting as
requested and directed by the CITY OF MAITLAND's designated
personnelt hereinafter referred to as "Director".
c) The Contractor shall provide qualified employees of
the C:ontri'lr.tor who shall be available at all times, day and night.,
for on-site consultation with the Director about traffic signal
problems. The Contractor shall furnish the name and telephone
number of such representatives to the Director upon execution of
this Agreement.
d) The Contractor shall at all times, maintain
emergency response vehicles which will be utilized to respond to
emergency maintenance calls during the term of this Agreement.
This emergency vehicle shall have rotating beacons on front and
center or rear.
e) The Contractor, in performing any work under this
Agreement, shall utilize protective signing, flashers, cones, and
flag persons in compliance with the "Manual on Traffic Controls
and Safety Practices for Street and Highway Construction,
Maintenancet and Utility Operation", Sections 1 through 15,
published by the Florida Department of Transportation.
f) The Contractor shall be responsible for making all
arrangements with public or private utility companies to ensure
underground and overhead clearances and construction liaison when
needed.
g) The Contractor shall promptly notify the Director
of the disablement of any piece of equipment of any system due to
an accident or other causet such as damaged cable, broken parts,
or other difficulties, when such piece of equipment cannot be
readily repaired, making it necessary to discontinue operation of
all ~r part of the installation.
h) The Contractor shall prompt~y report to the
Director any unauthorized construction or repalr work by others on
the CITY OF MAITLAND's equipment being maintained under this
Agreement. The Contractor shall also report any construction or
repair work in progress that may endanger or damage the equipment
of the Owner's system.
i) The Contractor shall act 1n the best interest of
the Owner in selection of material and equipment, which has been
authorized for purchase by the Director. Also, the Contractor
shall advise and assist the Director regarding the settlement of
claims on defective materials and equipment used in traffic
signal, school flasher, and highway safety equipment when
purchased by the Contractor.
4. Job Numbers:
a) The
routine maintenance,
the Director. Upon
notify the Director
performed.
Contractor, prior to commencement on any
shall receive a Purchase Order Number from
completion of the work, the Contractor shall
of the scope, nature, and cost of such work
b) The Contractor, at the end of every month, shall
submit to the Director for approval for payment, a copy of all
invoices. A separate invoice shall be used to identify each job.
c) The Contractor shall be issued a separate Purchase
Order and Job Number prior to the commencement of any work to be
performed for non-routine maintenance, construction, major repairs
and capital purchases. These Job Numbers shall be obtained only
from the Director. If the Director orally directs that a repair
be made during non-working hours, a formal Job Number shall be
issued to the Contractor the next normal day of operation to cover
such work as was duly authorized.
5)
work the
follows:
Compensation. The Owner shall pay the Contractor for
Contractor performed pursuant to Owner's requests as
a) The Owner shall pay the Contractor $82.50/man
per hour for regular time emergency maintenance. Regular
emergency maintenance shall be for all maintenance
construction on which the Contractor is provided less than
(5) working days notice.
b} The Owner shall pay the Contractor $104.50/man hour
per hour for overtime emergency maintenance. Overtime emergency
maintenance shall be maintenance and construction for which the
Contractor has been given less than five (5) working days' notice
and the work shall be performed after four o'clock PM (4:00PM) and
before seven-thirty AM (7: 30AM), and on all weekends and legal
holidays. For a day to be considered a holiday under this
provision, the Contractor must declare the day a holiday for all
of their personnel, and shared with the Owner upon the start of
the Agreement.
hour
time
and
five
c) The Owner shall pay the Contractor $82.50/month
flat rate per intersection for planned maintenance. Each
intersection shall be visited one (1) time per month whereby the
Contractor will visually inspect all traffic signal equipment and
components; thereby preventative malfunction action will be
enacted.
d) For the Contractor to be compensated at the rates
described in paragraphs at bt or c above, the Contractor shall
provide at least one qualified employee who shall perform the work
together with tools and equipment and one service vehicle. The
Contractor may charge the Owner for travel time to the work site.
e) In the case of the installation of new equipment,
the Contractor, upon the request of the Director, shall make an
inspection of the new equipment at the time of activation to
assure the Owner that the new equipment is in proper working
order. This service shall be compensated at a rate of $104.50/man
hour per hour.
f) The notice required under this Agreement for
emergency maintenance of planned maintenance may be furnished by
the Director or his duly authorized representative by telephoning
the Contractor at (407) 628-1965. The Contractor shall have a
person or device available at this number twenty-four (24) hours a
day to receive telephone messages from the Owner. The Owner may
also give notice to the Contractor by sending a letter by mail to
the Contractor to 707 Nicolet Avenue, Suite 100, Winter parkt
Florida 32789. The time period for notice shall begin to run when
the Director or his representative places the call or sends the
letter by mail.
6) Materials and Equipment.
a) The Owner shall pay to the Contractor the actual cost
of all materials furnished by the Contractor which are an integral
part to the finished workt plus shipping to which 25% shall be
added for amounts up to $500.00, 20% for amounts between $501.00
and $2,000.00, and 15% for all amounts equal tOt or in excess of
$2,001.00 said amounts to consist of the cost per items or unit
which is normally sold or furnished as an integral unit. The
Owner, however, reserves the right to purchase material to be held
as inventory by the Contractor and installed as directed by Owner.
b) The Director may inspect the Contractor's
maintenance shop and storage area on a daily basis to insure the
Contractor has adequate inventory or parts and equipment of its
own to furnish service under this Agreement. The Director may
also hold inspections to ascertain that all Owner supplied
equipment has been properly located, maintained, and used.
c)
any damage to
due to, the
employees.
The Contractor shall be financially responsible for
Owner's materials or equipment arising out of, or
negligence of the Contractor or his agents and
d) Any and all parts replaced by the Contractor shall
be maintained and available for Owner's inspection for a period of
at least sixty (60) days.
warranty
Agreement
purchases,
e) The Contractor shall extend to the Owner the same
on all materials and equipment furnished under this
which the manufacturer extends to the Contractor I or
whichever is greater. The Contractor shall guarantee
its workmanship under this Agreement for a period of One (1) year;
f) The Contractor shall charge the prevailing rental
rate to the Owner on all standard construction equipment. The
following specialized traffic light equipment shall be charged to
the lesser of the prevailing rental rate for the Owner or the
following designated cost per hour:
(1) Bucket Truck
(2) Lift Truck
(3) Auger/Crane Truck
(4) Service Vehicle
$ 88.00 per hour
$ 88.00 per hour
$137.50 per hour
$ 55.00 per hour
7) Extra Work. It is understood and agreed under this
Agreement that the Contractor shall hold itself ready at all times
to perform emergency planned maintenance for the Owner on traffic
lights, caution lights, school flashers, and roadway safety
lighting. In addition, the Owner shall have the Contractor
perform the installation and construction of new equipment for the
Owner under this Agreement. This includes major repairs or major
changes in any system. The new construction or major repairs
shall be performed only after receiving written notice from the
Owner. The Owner shall reimburse the Contractor for its work at
the rate established in this Agreement for planned maintenance on
an hourly basis and shall reimburse the Contractor for costs for
materials and equipment in accordance with paragraph 6.a of this
Agreement. If the Contractor desires to perform any work or
project involving new installations or major repairs, the
Contractor shall furnish the Owner a firm price for all the work
necessary to perform such maj or repair or to complete such new
construction.
8) Time and Charges. If it becomes necessary to install a
temporary controller due to damage to a traffic signal which
changes the timing or sequence, or any other special feature of a
traffic signal, the Director shall be notified in writing giving
the reason for the change, the nature of the change and the
approximate date the traffic signal shall be returned to normal
service. The Director shall also be notified in writing within a
reasonable time when the original equipment has been repaired and
replaced. The Director must authorize any and all timing changes
on Owner's traffic signals. Whenever the Director determines a
condition that warrants the modification of timing or dial
settings on traffic control systems, the Director shall advise the
Contractor of such changes and the Contractor shall keep timing
and dial setting in accordance with the Director's instructions at
all time. In the event of an emergency, if the Director is
unavailable, the Contractor shall make such time changes as are
necessary.
9) Contractor I s Records. The Contractor shall maintain
records in accordance with generally accepted accounting practices
to document its costs and expenditures under this Agreement. The
Contractor hereby grants the Owner and its duly authorized
representatives permission to audit the review any and all of the
Contractor's records pertaining to the Agreement. The Contractor
shall furnish the Owner all invoices and statements for which it
requests reimbursement.
10) Method of Payment. At the completion of all the work
under Purchase Order Number or Special Job Number, the Contractor
shall submit an invoice to the Director for approval. The invoice
shall cite both the Purchase Order Number and the Job Number, the
date, time, locat.ion, n~portinq agencies, repairs made, and the
itemized costs.
11) Performance Bond and Labor/Material Bond. If required,
the Contractor shall post a labor and material bond in the amount
of $10,000.00, which ~hall guarantee the payment by the Contractor
of all sums of money due for any labor or materials furnished
under this Agreement. The Contractor shall also furnish a
performance bond in the sum of $10,000.00 which bond shall
guarantee the faithful performance of. any and all duties under
this Agreement. For new construction or other major projects, the
Owner may require a bond of greater amount. The Owner shall
reimburse Contractor for all costs associated with any required
bonds.
12) Insurance. The Contractor shall provide and maintain at
all times during the term of this Agreement, without cost or
expense to the Owner, policies, of insurance generally known as
public liability policies, insuring the Contractor against any and
all claims, demands and causes of action whatsoever for injuries
received and damage to property in connection with this Agreement.
Said policies of insurance shall insure the Contractor in the
amount of not less than $1,000,000.00 per person and in the amount
of not less than $1,000,000.00 to cover any and all claims arising
in connection with any particular accident or occurrencet and
property damage insurance in the amount of $1,000,000.00. The
Contractor shall provide and maintain Workers' Compensation
insurance as required by Florida State Statute 440. The Owner
shall be entitled to thirty (30) days notice of any change or
cancellation in said policies. The Owner shall be named as
additional insured under any and all public liability policies.
13) Final Payment. The Owner shall hold the final payment
due the Contractor until all equipment has been inspected and
inventoried which the County furnished under this Agreement. The
costs of any equipment unaccounted for, or deficiencies in
workmanship during the year, shall be subtracted from the final
Agreement payment. A complete inventory, including a list of all
field and traffic equipment supplied by the Owner shall be made to
the beginning and termination of the Agreement.
14) Independent Contractor. The Contractor shall perform
the conditions of this Agreement as an independent contractor and
nothing contained herein shall be construed to be inconsistent
with this relationship or status. Nothing in this Agreement shall
be in any way construed to constitute the Contractor, or any of
its agents or employees as the agent, employee, or representative
of the Owner.
The Contractor agrees that they shall be solely
responsible to parties with whom they shall deal in carrying out
the terms of this Agreement and shall be responsible for the
agreements they shall make with the third party or for those
obligations incurred by the Contractor to such third parties in
carrying out the terms of this Agreement.
15) Termination for Cause. If, through any cause, the
Contractor shall fail to fulfill in a timely manner its
obligations under this Agreement, or if the Contractor shall
violate any of the covenants, agreements, or stipulations of this
Agreementt the Owner shall have a right to terminate this
Agreement by giving written notice to the Contractor of such
termination, specifying the effective date of thereof, at least
ten (10) days before the effective date of such termination.
16) Personal Service Contract. This Agreement is not
assignable by the Contractor without the expressed written consent
of the Owner.
17) Entire Agreement. It is agreed that neither party has
made any statement, promise or agreement, nor taken upon itself
any engagement whatsoever, verbally or in writing, in conflict
with the terms of this Agreement, or that in any way modifies,
carries, alters, enlarges or invalidates any provision hereof.
18) Severability. In the event a Court to Competent
Jurisdiction finds any sentence, provisiont paragraph, or section
of this Agreement null and void, the remaining parts of this
Agreement shall continue in full force and effect as though such
sentence, provision, paragraph, or section has been omitted from
this Agreement.
CITY OF MAITLAND
~
IcJ/~
(Sea'l)
r
(Seal)