TRAFFIC SIGNAL AND COMPENSATION AGREEMENT
750-010-22
TRAFFIC OPERATIONS
05/02
Page 1 015
CO,,",Acr ""iff 69fJ
FINANCIAL PROJECT NO. '!59,2t) -h - BB-07
F.E.I.D. NO.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT
THIS AGREEMENT, made and entered into this } $r day of Ot:::.:IWeR ,;ur;~ by and between the Florida
Department of Transportation, an agency of the State of Florida, herein called the "Department", and ~ ~r t:!..I.6AAIUI9~
Florida, herein called the "Maintaining Agency".
WITNESSETH:
WHEREAS, the Maintaining Agency has the authority to enter into this Agreement and to undertake the maintenance and operation
of traffic signals or signal systems on the State Highway System, and the Department is authorized under Sections 334.044 and
335.055, Florida Statutes, to enter into this Agreement; and
WHEREAS, the Maintaining Agency has authorized its undersigned representative to enter into and execute this Agreement.
NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein to be undertaken by the
respective parties hereto, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, the parties
mutually agree and covenant as follows:
1. The Maintaining Agency shall be responsible for the maintenance and continuous operation of the traffic signals, traffic
signal systems (central computer, cameras, message signs, and communications interconnect), school zone traffic control devices,
intersection flashing beacons, illuminated street name signs, and the payment of electricity and electrical charges incurred in
connection with operation of such traffic signals and signal systems upon completion of their installation. The Department agrees to pay
to the Maintaining Agency, an annual compensation based on Department's fiscal year for the cost of the maintenance and continuous
operation of full traffic signal locations as identified in Exhibit A. Flashing beacons, emergency signals, and school zone signals are not
included. Payments will be made in accoidance with Exhibit B. Should the Maintaining Agency withdraw from the compensation portion
of this Agreement, the Maintaining Agency will still be responsible for the maintenance and continuous operation of the above items. In
the case of construction contracts, the Maintaining Agency shall be responsible for the payment of electricity and electrical charges
incurred in connection with the operation of the traffic signals and signal systems, and shall undertake the maintenance and continuous
operation of said traffic signals and signal systems upon final acceptance of the installation by the Department. Repair or replacement
and other responsibilities of the installation contractor and the Department, during construction, are contained in the Department's
Standard Specifications for Road and Bridge Construction.
2. The Maintaining Agency shall maintain and operate the traffic signals and signal systems in a manner that will ensure safe
and efficient movement of highway traffic and that is consistent with maintenance practices prescribed by the International Municipal
Signal Association (IMSA) and operational requirements of the Manual on Uniform Traffic Control Devices (MUTCD), as amended. The
Maintaining Agency's maintenance responsibilities shall include, but not be limited to, preventive maintenance (periodic inspection,
service and routine repairs), and emergency maintenance (trouble shooting in the event of equipment malfunction, failure, or damage).
The Maintaining Agency shall record its maintenance activities in a traffic signal maintenance log.
3. The Maintaining Agency may remove any component of the installed equipment for repair; however, it shall not make
any permanent modifications and/or equipment replacements unless the equipment provided is capable of performing at minimum the
same functions. The Department shall not make any modifications and/or equipment replacements without prior written notice to the
Maintaining Agency.
4. The Maintaining Agency shall set and maintain the timing and phasing of the traffic signals in accordance with the
Department's timing and phasing plans, specifications, or special provisions. The Maintaining Agency shall obtain prior written approval
from the Department for any modification in phasing of signals and signal systems to accommodate changing needs of traffic. The
Maintaining Agency may make changes in the signal timing provided these changes are made under the direction of a qualified
Professional Engineer and be contingent upon an engineering report or documentation of engineering judgment prepared by, or for, the
Maintaining Agency in accordance with Section 1A.09, Engineering Study and Engineering Judgment, of the MUTCD, recommending
such changes and signed and sealed by a qualified Professional Engineer registered in the State of Florida. The Maintaining Agency
shall send a signed/sealed copy of the timings to the Department immediately after installation. The Department reserves the right to
examine equipment, timing and phasing at any time and, after consultation with the Maintaining Agency, may specify modifications. If
the Department specifies modification in timing and/or phasing, implementation of such modifications shall be coordinated with, or
made by, the Maintaining Agency.
5. The Maintaining Agency shall note in the maintenance log any time/phasing changes and keep a copy of the timings and
any approval documentation in a file.
750-010-22
TRAFFIC OPERATIONS
05102
Page 2 of 5
6. The Maintaining Agency and the Department shall develop the Exhibit A which by this reference is made a part of this
Agreement as though fully set forth herein. Exhibit A shall contain all existing traffic signals on the State Highway System, applicable to
the jurisdiction of the Maintaining Entity, those that are maintained by the Maintaining Agency and those that are not included for
compensation. No changes or modifications will be made to Exhibit A during the year for compensation. New signals added by the
Department during the fiscal year shall be maintained and operated by the Maintaining Agency upon final acceptance as stated in
paragraph 1. The Maintaining Agency and the Department, preceding each fiscal year, shall develop and execute a new Exhibit A,
which shall include all new Department signals added during the previous fiscal year and delete those removed. The Maintaining
Agency shall begin receiving compensation for new Department's signals in the next fiscal year. In the event that no change has been
made to the previous year's Exhibit A, a statement to this effect should be included. The annual compensation will be a lump sum
payment detailed in Exhibit B. Future payments will be based on the information provided in Exhibit A, in accordance with the provisions
as detailed in Exhibit B, attached and made a part hereof.
a) Payment shall be made only after receipt and approval of service.
b) Payment shall be made in accordance with Section 215.422, Florida Statutes.
c) Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper pre-audit
and post-audit thereof.
d) Record of costs incurred under terms of this Agreement shall be maintained and made available upon request to the
Department at all times during the period of this Agreement and for three (3) years after final payment for the work
pursuant to this Agreement is made. Copies of these documents and records shall be furnished to the Department upon
request. Record of costs incurred include the Maintaining Agency=s general accounting records, together with supporting
documents and records of the Maintaining Agency and all subcontractors performing work, and all other records of the
Maintaining Agency and subcontractors considered necessary by the Department for proper audit of costs.
7. Maintaining Agency providing goods and services to the Department should be aware of the following time frames. Upon
receipt, the Department has five (5) working days to inspect and approve the goods and services, unless the Agreement specifies
otherwise. The Department has twenty (20) days to deliver a request for payment (voucher) to the Department of Banking and Finance.
The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected
and approved.
8. If a payment is not available within forty (40) days, a separate interest penalty at a rate as established pursuant to
Section 215.422, Florida Statutes, shall be due and payable, in additional to the invoice amount, to the Maintaining Agency. Interest
penalties of less than one (1) dollar shall not be enforced unless the Maintaining Agency requests payment. Invoices returned to a
Maintaining Agency because of Maintaining Agency preparation errors shall result in a delay in the payment. The invoice payment
requirements do not start until a properly completed invoice is provided to the Department.
9. A Vendor Ombudsman has been established within the Department of Banking and Finance. The duties of this individual
include acting as an advocate for contractorslvendors who may be experiencing problems in obtaining timely payment(s) from a state
agency. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the State Comptroller=s Hotline, 1-800-848-3792.
10. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a
contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public
entity.
11. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not
submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for
the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not
be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not
transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for
CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list.
12. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the
Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral
cancellation of this Agreement.
13. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation
by the Legislature. In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the
provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated:
(a) The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its
terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such
fiscal year. Any contract, verbal or written, made in violation of this subsection shall be null and void, and no money may
be paid on such contract. The Department shall require a statement from the Comptroller of the Department that funds are
available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall
prevent the making of contracts for periods exceeding one year, but any contract so made shall be executory only for the
value of the services to be rendered or agreed to be paid for in succeeding fiscal years, and this paragraph shall be
incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a
term for a period of more than one year.
750-010-22
TRAFFIC OPERATIONS
05/02
Page 3 of 5
14. The Maintaining Agency may be subject to inspections of traffic signals and traffic signal systems by the Department. Such
findings will be shared with the Maintaining Agency and shall be the basis of all decisions regarding payment reduction, reworking,
Agreement termination, or renewal. If at any time the Maintaining Agency has not performed the maintenance responsibility on the
locations specified in the Exhibit A, the Department shall have the option of (a) notifying the Maintaining Agency of the deficiency with a
requirement that it be corrected within a specified time, otherwise the Department shall deduct payment for any deficient traffic signal(s)
maintenance not corrected at the end of such time, or (b) take whatever action is deemed appropriate by the Department. Any
suspension or termination of funds does not relieve any obligation of the Maintaining Agency under the terms and conditions ofthis
Agreement.
15. The Maintaining Agency may enter into agreements with other parties pertaining to traffic signals and signal systems including,
but not limited to, agreements relating to costs and expenses incurred in connection with the operation of traffic signals and signal
systems on the State Highway System, provided that such Agreements are consistent with the mutual covenants contained in this
Agreement. The Maintaining Agency shall fumish a copy of such agreements to the Department.
16. This Agreement may not be assigned or transferred by the Maintaining Agency in whole or in part without consent of the
Department.
17. The Maintaining Agency shall allow public access to all documents, papers, letters, or other material subject to provisions of
119, Florida Statutes, and made or received by the Maintaining Agency in conjunction with this Agreement. Failure by the Maintaining
Agency to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department.
18. The Maintaining Agency, to the extent allowed by Section 768.28, Florida Statutes, shall indemnify, defend, save and hold
harmless, the State, the Department, any joint pole owner and all of their officers, agents and employees from all suits, actions, claims,
demands, and liabilities of any nature whatsoever arising out of, because of, or due to breach of, this Agreement by the Maintaining
Agency, its subcontractors, agents or employees or due to any act or occurrence of omission or commission of the Maintaining Agency,
its subcontractors, agents or employees. The parties agree that this paragraph shall not waive sovereign immunity of the State of
Florida, nor waive the benefits or provisions of Section 768.28, Florida Statutes, or any similar provision of law.
19. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. The invalidity or
unenforceability of any portion of this Agreement shall not affect the remaining provisions and portions hereof. Any failure to enforce or
election on the part of the Department to not enforce any provision of this Agreement shall not constitute a waiver of any rights of the
Department to enforce its remedies hereunder or at law or in equity.
20. This Agreement shall remain in force during the life of the original installed equipment and/or the life of any replacement
equipment installed with the mutual consent of the parties hereto.
21. Upon execution, this Agreement cancels and supersedes any and all prior Traffic Signal Maintenance Agreement(s) between the
parties.
22. This Agreement contains all the terms and conditions agreed upon by the parties.
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written.
, Florida
By:
(Maintaining Agency)
By: c:se.e 4/TlJlJHhTJ
(Authorized Signature)
PrintlType Name:
Title:
Attest:
(Seal if Applicable)
SEE ATTACHED CITY OF CLEARWATER SIGNATURE PAGE
REVIEWED:
~I ~ fO.J.QJL
/f(5ol f(JcJ IOuJ
Attorney
City of Clearwater signature page for
Traffic Signal Maintenance and Compensation Agreement with FOOT
#750-010-22
Approved as to form:
Attest:
~[. }{.,..Q. cp
Cyn la E. GOUdeau.
City lerk - · _._
Jo . Carassas
Assistant City Attorney
,./
750-010-22
TRAFFIC OPERATIONS
05/02
Page 4 of 5
EXHIBIT A
TRAFFIC SIGNAL INTERSECTIONS MAINTAINED AND OPERATED FOR FY 02-03
Effective Date: 07/01/02 To: 06/30/03
Maintainino Aoencv:
FDOT Percent of
FY Unit State
Compensation Rate (Ex. 25, 33, 50, 75, Total Amount
Intersection Locations (Yes or No) $518.00 or 100) (Unit Rate x Percent)
SEE ATT I\CHED SHEE' S
Total Lump Sum $
I certify that the above traffic signals were maintained and operated in accordance with the requirements of the Traffic Signal
Maintenance and Compensation Agreement.
For satisfactory completion of all services detailed in this Agreement for this time period, the Department will pay the Maintaining
Agency a Total Lump Sum of $
Maintaining Agency
Date
District Traffic Operations Engineer
Date
INTERSECTION PERCENT AMT. FY02 AMT. FY03 AMT. FY04 AMT. FY05 AMT. FY06
Alternate US 19 and Belleview Blvd. 50 $ 259 $ 800 $ 1,098 $ - $ -
Alternate US 19 and Druid Road 50 $ 259 $ 800 $ 1,098 $ - $ -
Alternate US 19 and Jeffords Street 50 $ 259 $ 800 $ 1,098 $ - $ -
Alternate US 19 and Lakeview Road 50 $ 259 $ 800 $ 1,098 $ - $ -
Alternate US 19 and Pierce Street 50 $ 259 $ 800 $ 1,098 $ - $ -
Alternate US 19 and Pinellas Street 50 $ 259 $ 800 $ 1,098 $ - $ -
Alternate US 19 and Seminole Street 50 $ 259 $ 800 $ 1,098 $ - $ -
Alternate US 19 and Sunset Point Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Alternate US 19 and Turner Street 50 $ 259 $ 800 $ 1,098 $ - $ -
Belcher Road and N.E. Coachman Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Chestnut Street and Ft. Harrison Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Chestnut Street and Myrtle Avenue 100 $ - $ - $ - $ 2,262 $ 2,330
Chestnut Street and Oak Avenue 50 $ - $ - $ - $ 1,131 $ 1,165
Cleveland Street and East Avenue 50 $ 259 $ 800 $ 1,098 $ - $ -
Cleveland Street and Ft. Harrison Avenue 100 $ 518 $ 1,599 $ 2,196 $ - $ -
Cleveland Street and Garden Avenue 50 $ 259 $ 800 $ 1,098 $ - $ -
Cleveland Street and Greenwood Avenue 50 $ 259 $ 800 $ 1,098 $ - $ -
Cleveland Street and Gulf to Bay Blvd. 50 $ 259 $ 800 $ 1,098 $ - $ -
Cleveland Street and Missouri Avenue 50 $ 259 $ 800 $ 1,098 $ - $ -
Cleveland Street and Myrtle Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Cleveland Street and Osceola Avenue 50 $ 259 $ 800 $ 1,098 $ - $ -
Cleveland Street and Pierce Boulevard 50 $ 259 $ 800 $ 1,098 $ - $ -
Court Street and Ft. Harrison Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Court Street and Greenwood Avenue 50 $ - $ - $ - $ 1,131 $ 1,165
Court Street and Hillcrest Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Court Street and Missouri Avenue 50/75 $ 259 $ 800 $ 1,098 $ 1,696 $ 1,748
Court Street and Myrtle Avenue 100 $ - $ - $ - $ 2,262 $ 2,330
Court Street and Oak Avenue 50 $ - $ - $ - $ 1,131 $ 1,165
Drew Street and Betty Lane 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Drew Street and Ft. Harrison Avenue 75/25 $ 389 $ 1,199 $ 1,647 $ 566 $ 583
Drew Street and Greenwood Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Drew Street and Hercules Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Drew Street and Highland Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Drew Street and Keene Road 50 $ - $ - $ 1,098 $ 1,131 $ 1,165
Drew Street and Missouri Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Drew Street and Myrtle Avenue 50/1 00 $ 259 $ 800 $ 1,098 $ 2,262 $ 2,330
Drew Street and N.E. Coachman Road 66 $ - $ 1,055 $ 1,449 $ 1,493 $ 1,538
Drew Street and Saturn Avenue 50 $ 259 $ 800 $ - $ - $ -
Gulf to Bay Blvd. And Arcturas Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Belcher Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Clearwater Mall 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Coachman Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Duncan Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Hampton Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Hercules Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Highland Avenue 60/40 $ 311 $ 959 $ 1,318 $ 905 $ 932
Gulf to Bay Blvd. And Hillcrest Avenue 50 $ 259 $ 800 $ 1,098 $ - $ -
Gulf to Bay Blvd. And Keene Road 66/50 $ 342 $ 1,055 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Lake Avenue 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Park Place 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Gulf to Bay Blvd. And Sky Harbor Drive 66 $ 342 $ 959 $ 1 ,449 $ 1,493 $ 1,538
Gulf to Bay Boulevard and Bayshore Blvd. 66 $ 342 $ 959 $ 1 ,449 $ 1 ,493 $ 1,538
Gulf to Bay Boulevard and McMullen-Booth 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Marshall Street and Myrtle Avenue 50 $ - $ - $ - $ 1,131 $ 1,165
Memorial Causeway and Island Way 66 $ 342 $ 959 $ 1 ,449 $ 1,493 $ 1,538
Missouri Avenue and Belleair Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
FDOT TRAFFIC SIGNAL REIMBURSEMENT SCHEDULE
EXHIBIT A
FDOT TRAFFIC SIGNAL REIMBURSEMENT SCHEDULE
EXHIBIT A
INTERSECTION PERCENT AMT. FY02 AMT. FY03 AMT. FY04 AMT. FY05 AMT. FY06
Missouri Avenue and Druid Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Missouri Avenue and Lakeview Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Missouri Avenue and Mall 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
Myrtle Avenue and Palmetto Street 66 $ - $ - $ - $ 1,493 $ 1,538
Myrtle Avenue and Pierce Street 50 $ - $ - $ - $ 1,131 $ 1,165
Myrtle Avenue and Seminole Street 50 $ - $ - $ - $ 1,131 $ 1,165
US 19 and Belleair Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
US 19 and Countryside Boulevard 50 $ . 259 $ 800 $ 1,098 $ 1,131 $ 1,165
US 19 and Drew Street 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
US 19 and Enterprise Boulevard 66 $ 342 $ 959 $ 1 ,449 $ 1 ,493 $ 1,538
US 19 and Gulf to Bay Boulevard 100 $ 518 $ 1,599 $ 2,196 $ 2,262 $ 2,330
US 19 and Ham Boulevard 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
US 19 and Nursery Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
US 19 and Seville Boulevard 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
US 19 and SR 590 100 $ 518 $ 1,599 $ 2,196 $ 2,262 $ 2,330
US 19 and Sunset Point Road 50 $ 259 $ 800 $ 1,098 $ 1,131 $ 1,165
GRAND TOTAL $ 17,173 $ 53,701 $ 73,894 $ 68,675 $ 70,741
750-010-22
TRAFFIC OPERATIONS
05/02
Page 5 of 5
EXHIBIT B
TRAFFIC SIGNAL MAINTENANCE AND COMPENSATION AGREEMENT
1.0 PURPOSE
This exhibit defines the method and limits of compensation to be made to the Maintaining Agency for the services
described in this Agreement and in Exhibit A and Method by which payments will be made.
2.0 COMPENSATION
For the satisfactory completion of all services detailed in this Agreement and Exhibit A of this Agreement, the
Department will pay the Maintaining Agency the Total Lump Sum in Exhibit A. The Maintaining Agency will
receive one lump sum payment at the end of each fiscal year for satisfactory completion of service.
Total Lump Sum Amount for each Fiscal Year is calculated by adding all of the individual intersection amounts.
The individual intersection amounts are calculated by taking the FY Unit Rate times the Percent of State Road
Approaches to Total Approaches.
Example: For a intersection with 4 approaches with 2 approaches (500/0)being state roads, the
intersection amount will be: $518 x (2/4)= $259
Unit Rates per 100% State Intersections
FY 02-03
03-04
04-05
05-06
06-07
$ 518
$1,599
$2,196
$2,262
$2,330
Beginning FY 07-08, the Unit Rate for each fiscal year will be 3% more than the Unit Rate for the
previous fiscal year, unless otherwise specified in an amendment to this Agreement.
3.0 PAYMENT PROCESSING
The Maintaining Agency shall invoice the Department yearly in a format acceptable to the Department.
(MAINTAINING AGENCY LETTER HEAD)
(with "remit to" address)
TRAFFIC SIGNAL MAINTENANCE COMPENSATION INVOICE
Date:
Invoice Number:
Service Period:
F:E.LD. No.:
Contract No.:
Financial Project No.:
Invoice Amount:
I certify that the attached Exhibit A traffic signals were maintained and operated in
accordance with the requirements of the Traffic Signal Maintenance and
Compensation Agreement.
tMaintainine Aeencv Sienature)
(Title)
~
Florida Department of Transportation
JEB BUSH
GOVERNOR
11201 N. MCKINLEY DRIVE * TAMPA, FL 33612-6456 * 1-800-226-7220
TRAFFIC OPERATIONS * 7-1300 * (813) 975-6086
THOMAS F. BARRY, JR.
SECRETARY
October 8, 2002
COPIES TO:
COMMISSION
OCT 1 7 2002
The Honorable Brian Aungst, Mayor
City of Clearwater
P.O. Box 4748
Clearwater, FL 34618
PRESS
CLERK! ATTORNEY
RE: Traffic Signal Maintenance and Compensation Agreement
Dear Mayor Aungst:
An executed copy of the above agreement is being returned for your files. We are also enclosing
a copy of the example invoice to be submitted with the signed copy of Exhibit "A" for payment.
This should be received at the Department of Transportation between May 1 st and May 30,
2003. The invoice should be sent to Alan Gilbronson, Assistant District Traffic Operations
Engineer.
If you have any questions or need additional information, please advise.
Sincerely,
David K. Buser, P.E.
District Traffic Operations Engineer
BY:
~~
Alan L. Gilbronson, P.E.
Assistant District Traffic Operations Engineer
ALG/GS , _ . _ . \ _,' \-Q. \ (\) C~~\ CQ ')
Enclosure l{) '-..C\\ C l'C) .
F:\TSM&CAGRMNTEXECCOPY.DLD.doc
www.dot.state.fl.us
(!) RECYCLED PAPER
([) ~ 0/7 -:;:'i./
Al::') ^ oJ b