Loading...
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)