Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
119979 QUALITY TRAFFIC CONTROL - CONTRACT - BID - 9387 TRAFFIC CONTROL SERVICES
Official Purchasing Document Last updated 10/2017 Service Agreement – Work Order Type Page 1 of 24 SERVICES AGREEMENT WORK ORDER TYPE THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and QUALITY TRAFFIC CONTROL INC. hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1.Services to be Performed. a.This Agreement shall constitute the basic agreement between the parties for services for 9387 TRAFFIC CONTROL SERVICES. The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit A, consisting of one (1) page and incorporated herein by this reference, shall include a description of the services to be performed, the location and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No Work Order shall exceed $95,000.00. A general scope of services is attached hereto as Exhibit C, consisting of eight (8) pages, and incorporated herein by this reference. The only services authorized under this Agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working days. Irrespective of references in Exhibit A to certain named third parties, Service Provider shall be solely responsible for performance of all duties hereunder. b.The City may, at any time during the term of a particular Work Order and without invalidating such Work Order, make changes to the scope of the particular services. Such changes shall be agreed upon in writing by the parties by Change Order, a sample of which is attached hereto as Exhibit B, consisting of one (1) page and incorporated herein by this reference. 2.Changes in the Work. The City reserves the right to independently bid any services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Agreement shall obligate the City to have any particular service performed by the Service Provider. 3.Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated as specified by each written Work Order or oral DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – Work Order Type Page 2 of 24 emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. 4. Contract Period. This Agreement shall commence December 1, 2021, and shall continue in full force and effect until November 30, 2022, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties only at the time of renewal. Written notice of renewal shall be provided to the Service Provider and mailed no later than thirty (30) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within ten (10) days from the onset of such condition. 6. Early Termination by City/Notices. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least ten (10) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Service Provider: City: Copy to: QUALITY TRAFFIC CONTROL INC. Attn: Mike Obester 209 Racquette Dr. Suite B Fort Collins, CO 80524 Qualitytrafficcontrol@hotmail.com City of Fort Collins Attn: Steve Varnell PO Box 580 Fort Collins, CO 80522 svarnell@fcgov.com City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 purchasing@fcgov.com In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Service Provider shall submit a final invoice within ten (10) days of the effective date of termination. Undisputed invoices shall be paid Net 30 days of the date of the invoice. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. 8. Payments. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – Work Order Type Page 3 of 24 The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit D, consisting of three (3) pages, and incorporated herein by this reference. Payment shall be made by the City Net 30 days from the date of the invoice and upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. 9. Invoices. Invoices shall contain the following information: a. Name of person and department making the request for placement. b. Project name and location of traffic control devices. c. Quantity of each type and identification per Manual on Uniform Traffic Control Devices (MUTCD) designation or designate as a specialty. d. Date and time for: i. When traffic control devices were placed. ii. When traffic control devices were requested to be removed. iii. When traffic control devices were removed. e. All modifications made, to include moving devices, adding additional devices, taking devices away. The City personnel requesting each modification shall also be identified. 10. Appropriation. To the extent this Agreement or any provision in it constitutes a multiple fiscal year debt or financial obligation of the City, it shall be subject to annual appropriation by City Council as required in Article V, Section 8(b) of the City Charter, City Code Section 8 -186, and Article X, Section 20 of the Colorado Constitution. The City shall have no obligation to continue this Agreement in any fiscal year for which no such supporting appropriation has been made. 11. City Representative. The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 12. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the results to be obtained in the particular work assignment and to the extent that the work shall be done in accordance with the terms, plans and specifications furnished by the City. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – Work Order Type Page 4 of 24 13. Subcontractors. Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. 14. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the city. 15. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights under the Agreement or of any cause of action arising out of the performance of this Agreement. 16. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this Agreement, such party may be declared in default thereof. 17. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 18. Liquidated Damages. Service Provider agrees to pay liquidated damages in accordance with the provisions of Exhibit G, which is attached hereto, consists of one (1) page, and is incorporated herein by this reference. 19. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire Agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representative, successors and assigns of said parties. 20. Indemnity/Insurance. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 5 of 24 a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever, brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit E, consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder shall deliver to the City's Purchasing Director, P. O. Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the city. 21. Entire Agreement; Binding Effect; Order of Precedence; Authority to Execute. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties regarding this transaction. Covenants or representations not contained in this Agreement shall not be binding on the parties. In the event of a conflict between terms of the Agreement and any exhibit or attachment, the terms of the Agreement shall prevail. Each person executing this Agreement affirms that they have the necessary authority to sign on behalf of their respective party and to bind such party to the terms of this Agreement. 22. Law/Severability. This Agreement shall be governed in all respect by the laws of the State of Colorado. The Parties further agree that Larimer County District Court is the proper venue for all disputes. If the City subsequently agrees in writing that the matter may be heard in federal court, venue will be in Denver District Court. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction such holding shall not invalidate or render unenforceable any other provision of this Agreement. 23. Utilization by Other Agencies. The City of Fort Collins reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts to utilize the resulting award under all terms and conditions specified and upon agreement by all parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in the current term or in any future terms. Nothing herein shall be deemed to authorize or empower the Agency to act as an agent for the City of Fort Collins in connection with the exercise of any rights hereunder, and neither party shall have any right or authority to assume or create any obligation or responsibility on behalf of the other. The other Agency shall be solely responsible for any debts, liabilities, damages, claims or expenses incurred in connection with any agreement established between them and the Service Provider. The City’s concurrence hereunder is subject to the Service Provider’s commitment that this authorization shall not have a negative impact on the work to be completed for the City. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 6 of 24 24. Prohibition Against Unlawful Discrimination. The City of Fort Collins, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. For the purpose of this policy “sexual orientation” means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that he or she has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. The City requires its vendors to comply with the City’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all third-party vendors and their subcontractors at every tier. 25. Governmental Immunity Act. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the notices, requirements, immunities, rights, benefits, protections, limitations of liability, and other provisions of the Colorado Governmental Immunity Act, C.R.S. § 24-10-101 et seq. and under any other applicable law. 26. Prohibition Against Employing Workers Without Authorization. Pursuant to Section 8-17.5- 101 and 102, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with a worker without authorization who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-Verify Program”) or the Department Program (the “Department Program”), an employment verification program established pursuant to Section 8- 17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with a worker without authorization to perform work under this Agreement or knowingly enter into a contract DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 7 of 24 with a subcontractor that knowingly employs or contracts with a worker without authorization to perform work under this Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with a worker without authorization, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with a worker without authorization; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with a worker without authorization; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with a worker without authorization. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider’s violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 27. Colorado Open Records Act. The City is subject to Sec. 24-72-201 et seq. of the Colorado Revised Statute (CORA). This Agreement is subject to public disclosure in whole pursuant to CORA. 28. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit F - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 8 of 24 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: APPROVED AS TO FORM: QUALITY TRAFFIC CONTROL INC. By: Printed: Title: Date: DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Vice President 12/8/2021 Mike Obester Assistant City Attorney 12/16/2021 Interim City Clerk Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 9 of 24 EXHIBIT A WORK ORDER FORM PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND QUALITY TRAFFIC CONTROL, INC WORK ORDER NUMBER: PROJECT TITLE: ORIGINAL BID/RFP NUMBER & NAME: 9387 Traffic Control Services MASTER AGREEMENT EFFECTIVE DATE: December 1, 2021 WORK ORDER COMMENCEMENT DATE: WORK ORDER COMPLETION DATE: MAXIMUM FEE: (time and reimbursable direct costs): PROJECT DESCRIPTION/SCOPE OF SERVICES: Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of ( ) page(s) are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: Date: Name, Title ACCEPTANCE: Date: Name, Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 10 of 24 EXHIBIT B CHANGE ORDER NO. PROJECT TITLE: SERVICE PROVIDER: QUALITY TRAFFIC CONTROL INC. WORK ORDER NUMBER: PO NUMBER: DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide details of the changes to the Work 3. Change in Work Order Price: 4. Change in Work Order Time: ORIGINAL WORK ORDER PRICE $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGINAL WORK ORDER % ADJUSTED WORK ORDER COST $ .00 SERVICE PROVIDER: Date: Name, Title ACCEPTANCE: Date: Name, Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 11 of 24 EXHIBIT C GENERAL SCOPE OF SERVICES The Scope of Work covers the requirements for providing Traffic Services for the City of Fort Collins at each City Departments’ discretion on an annual basis reference Bid Schedules A, B & C. All of these requirements and provisions shall be incorporated in the signed Work Order Services Agreement when the bid is awarded. The City requires traffic control services for special events, for example Open Streets events. Open Streets events involve closing a 1-2 mile street route to cars to allow a safe, car-free space for participants. Open Streets event road closures typically last one day from approximately 6:00 a.m. to 6:00 p.m. usually twice annually. The awarded vendor will be responsible for the following: 1. Producing a Traffic Control Plan at least 45 days prior to the event dates, which will be determined in Q1 of each year. 2. Submitting the Traffic Control Plan to the Open Streets Coordinator for inclusion in the Special Event Permit. 3. Modify the Traffic Control Plan at the direction of the City Traffic Engineer or designated representative, including the Open Streets Coordinator, within one week of written notice to modify the Plan. 4. Implement the Plan on the day of Open Streets events with complete set up by 7:00 a.m. on that day. 5. Remove all traffic control devices by 6:00 p.m. the day of Open Streets events. Removal of traffic control devices will be done in a manner that prevents thru traffic from inadvertently entering the event route prior to full restoration of service. In other words, the event route “vacuum” should be maintained and removed in a systematic way from one end to the other. 6. May provide certified flaggers to manage specific, typically high-volume intersections along the event route. Open Streets Traffic Control Plans typically vary from event to event. The awarded vendor will demonstrate resourcefulness to adapt Traffic Control Plans to meet the needs demanded by nuances and complexities of each event route. A typical Open Streets footprint could involve the following: 1. Multiple arterial or collector intersections that remain open to thru traffic while ensuring clear closures on either side. 2. Full closures of collector and local streets intersecting with the event route. 3. Occasional need to create and manage two-way lanes from a single traffic lane to maintain access to businesses or residences. 4. Occasional need to create and manage cross-route traffic flow to allow for access to businesses or residences when other off-route access is not available. The City’s Special Event Permit requires that all possible vehicle access points be barricaded in a clear, robust manner than a vehicle driver will clearly determine the event route is inaccessible. Furthermore, the Special Event Permit requires that any clusters of activity or areas along the route where pedestrians are anticipated to gather must be barricaded in a way that prevents the unauthorized and potentially malicious entry of a vehicle into crowded spaces. These needs must be balanced with the one-day, quick deployment nature of Open Streets events. A typical Open Streets event route requires the following traffic control device needs, plus or minus depending on the route, not intended to be all inclusive of possible needs: • Type 3 barricades: 30 DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 12 of 24 • Flag person with paddle: 6 • Type 1 barricades: 6 • Type 4 jersey barrier (concrete or water fillable): 20 • Message board: 4 • No parking sign with stand: 30 • Cones: 100 Also as part of the City’s Open Streets events – Schedule C must be complete with the appropriate costs and required equipment that would be needed per a developed Traffic Control Plan (TCP). Please note, Schedule C is for evaluation purposes only and will not be awarded as part of this BID. A. Certificates and Traffic Control Supervisor (TCS) Duties All work area traffic control placed within City of Fort Collins right of way, under the terms of this Agreement, shall be under the direct supervision of a Traffic Control Supervisor (TCS). The TCS shall possess a current American Traffic Safety Services Association certification or a C.C.A. Colorado Contractors Association certification as a work site traffic control supervisor this certification shall be on file with the City. Valid certification card shall be presented to the City Traffic Control Manager for each person employed to perform as a TCS. When new TCS's are hired their certification card must be presented and the new TCS briefed by the City Traffic Control Manager prior to putting that person on the job. A TCS must be on site when traffic control devices are placed, modified and removed. The hourly and daily rate charged for TCS personnel shall include a properly equipped vehicle and a cellular telephone. The TCS's duties shall include, but not be limited to: 1. Coordination of all traffic control related operations, including those of Subcontractors and Suppliers. 2. Preparing and revising Traffic Control Plans as required. 3. Direct supervision of project flaggers. 4. Supervise the notification of businesses, Schools, and residents prior to construction as directed. (The notification of businesses and residents may be accomplished by a representative of the TCS.) 5. Maintaining a daily traffic control log which shall become part of the City's project records. 6. Inspecting traffic control devices on every calendar day for the duration of the project. 7. Insuring that traffic control devices are functioning as required. 8. Overseeing all requirements covered by the plans and specifications which contribute to the convenience, safety and orderly movement of traffic. 9. Flagging. 10. Setting up traffic control devices. For all street closures, the Contractor shall be responsible for the notification of businesses and residents. The notification shall consist of distributing letters indicating the nature of the work to be completed, any special instructions (i.e. limits on lawn watering during concrete pouring, DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 13 of 24 etc.), the dates and times of the work, and the parking and access restrictions that will apply. Sample letters will be provided by City personnel. Letters shall be submitted with the Traffic Control Plans for City approval. After approval, the letters shall be distributed a minimum of 24 hours prior or as required by City of Ft. Collins Traffic Operations to the commencement of each phase of the work. (Note: The time frame criterion for distributing letters is the same as for posting "NO PARKING" signs.) The cost for preparing and distributing the letters shall be included in the cost for TCS hour or day rate. Please refer to City Work Area Traffic Control Handbook. Time spent maintaining signs on the weekends, holidays, bad weather days, and other days shall be included in the unit prices for the equipment. All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor. Failure to have a TCS during placement, changes or removal or failure to have a certified Flagger shall remove all liability from the City for any adverse consequences and the City will not pay the cost of any non-certified personnel. Flag people must be certified through the Colorado Department of Highways Flagger Certification Program or other City approved certification programs. The Contractor must certify their employees as required by this contract without expense to the City. All flag people must carry proof of certification and present it when requested by a City representative. If the onsite TCS performs flagging duties the City will pay for flagging price only. B. Conformity All traffic control devices placed in the City right of way under the terms of the Agreement must meet or exceed the minimum standards set forth in the most current issue of the City of Fort Collins Handbook for Traffic Control. Additionally, any sign blank with signs faces on both sides must have the back sign face completely covered when in use to avoid confusion to motorists traveling in the opposite direction. Company identification must not be placed on the front of traffic control devices and all identification must comply with current Manual on Uniform Traffic Control Devices (MUTCD) regulations. C. Service Call Requirements Delivery and set-up of the traffic control devices shall occur per date and time agreed upon by Contractor and City Representative for day to day type activities between the hours as requested by City of Ft. Collins, if a TCP has previously been approved. Delivery and set-up of traffic control devices shall occur within 2 hours for minor set-ups as requested by City of Ft. Collins. Delivery and set-up of the traffic control devices shall occur within 30 minutes in an emergency. Emergency requests must be responded to immediately with personnel and equipment on site within 30 minutes of notification. City personnel shall give the Contractor as much notice as practical for work requiring traffic control, except in the event of an emergency. City personnel shall endeavor to give reasonable advance notice, even for day to day requests on minor set-ups. Contractor cannot refuse delivery and set-up of traffic control devices and or traffic control personnel as requested by City of Ft. Collins various departments. D. Traffic Control Plan Preparation and Approval If same TCP or a slightly modified TCP is used more than once for same set-up per job, the TCP is paid for only once. The awarded Contractor will be required to prepare a TCP for all projects, except emergencies lasting less than 24 hours. The TCPs must be prepared by a certified TCS, and presented to DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 14 of 24 the City's Traffic Control Manager for approval, prior to set-up of devices at job site. In the case of an emergency lasting longer than 24 hours, a TCP will be submitted within 12 hours of the initial emergency. Approval by the City Traffic Control Manager will be completed within 24 hours after plan is presented. A copy of the signed, approved plan must be maintained by traffic control personnel at the job site and presented to the City representatives during set-up. If, upon arrival at a job site, a City representative determines an approved traffic plan set-up is not being used, the job will be immediately stopped until the correct set-up is in place. This action will result in non-payment to the Contractor for any illegal devices, delivery, set-up, modification or removal charges as further defined in the City of Fort Collins Handbook for Traffic Control associated with the job. Additionally, at the discretion of the City, the Contractor can be back-charged liquidated damages incurred by City for downtime or loss of services during the stoppage of work, at a rate of $200/hour. The Traffic Control Plan shall include, as a minimum, the following: 1. A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved) and speed limit signs; method, length, and time duration for lane closures; and location of flag persons. 2. A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panel; vertical panel with light; Type I, Type II, and Type III barricades; cones; drum channelizing devices; and advance warning flashing or sequencing arrow panel. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. 3. Number of flaggers to be used. 4. Parking Restrictions to be in effect. E. Setup, Rental and Removal In no case will the responsibility for setup and modification of traffic control devices be divided between the Contractor and City Crews. Either the Contractor sets up all the traffic control devices or the City Crews will setup the traffic control devices. City personnel shall specify who will do the traffic control setup and modification when making the request for traffic control devices. The City shall have the option of renting devices from the Contractor at the unit prices bid, and handling the traffic control internally, to include all staffing required. In such cases the City shall be responsible for the TCP, and any required TCS's. Bid Schedule “B” is for rental of devices and flaggers only. Removal of traffic control devices from TRAVELED ROADWAY shall occur within 30 minutes after request is made, and no rental rates may be assessed after that point. Traffic control devices shall be placed and/or stored when not in use in City right of way in such a manner that minimizes the hazards to pedestrians, bicyclists and vehicles. Material shall be removed from City right-of-way within 12 hours. F. Availability and Service Checks The Contractor must be available for requests 24 hours per day, 7 days a week, including holidays. The person answering the phone must be capable of receiving messages and must notify the TCS on duty immediately. Contractor must return call to City personnel within 10 minutes of receipt of request of service. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 15 of 24 Response times must conform to Section C requirements. While the traffic control devices are being used by the City, a TCS will perform service checks as determined by the requesting department as many times as requested, at least four times a day, twice between the hours of 7:00 A.M. and 5:00 P.M., and twice between the hours of 5:00 P.M. and 7:00 A.M., on residential, collector and arterial streets to insure that all traffic control devices are working properly and are positioned correctly, 7 days a week including holidays. During inclement weather, ie. wind, rain, snow, etc., it shall be the Contractor's responsibility to perform inspection more frequently to assure that all devises are visible and working properly or as requested by City of Ft. Collins. A log of each service check, noting location, times and any problems encountered, must be maintained by the Contractor and a copy given to the City Department Representative monthly, or to any City Representative upon request. Random checks by City representatives will be made to verify compliance to this section. The cost of providing service checks shall be included in unit prices. If all service checks are not performed in accordance with these specifications equipment rental for equipment not serviced will not be paid for. G. Specifications for Devices The traffic control devices provided by the Contractor shall meet the current City of Ft. Collins Traffic Control Handbook and current federal specifications for such traffic control devices as set forth in the manual on Uniform Traffic Control Devices (official, with revisions), as compiled by the Federal Highway Administration. All traffic control devices shall be clean and in good operating condition when delivered and shall be maintained in that manner on a daily basis. • Size A Signs - 0.01 to 9.00 Square Feet • Size B Signs - 9.01 to 16.00 Square Feet • Type III Barricades must be min 8' wide and 5' high. • Safety fencing shall be 48" high in 50' rolls, rigid orange 2" plastic mesh. The fence shall be secured with posts or barricades with sand bags or anchorage approved by City personnel. 28" cones with collars must be used on residential, collector and arterial streets. 36" cones with collars must be used on any street with a posted speed limit of 40 MPH or greater. H. Loss or Damage The City will not be responsible for any damage to, or loss of traffic control devices. Traffic control devices shall remain the property of the Contractor and must be clearly marked as to ownership, within the regulations set forth by the Federal Highway Administration. Upon notification by the City of any need for replacement or repair, the Contractor must make such replacement or repair as needed within 30 minutes of notification. City crews shall not move the traffic control devices from one location to another unless an emergency situation exists, or unless the City is renting only the devices and is handling the TCP/staffing internally. In the event of an emergency the City shall notify the Contractor within 24 hours after such relocation. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 16 of 24 I. Quantity The City is not obligated to take delivery of any minimum quantity of traffic control devices. J. Log and Billing Forms A permanent log for each request shall be maintained in a legible manner and will contain the following information: a. Date and time of request for placement. b. Date and time traffic control devices to be placed. c. Name of person and department making the request for placement. d. Project name and location of traffic control devices. e. Quantity of each type and identification per MUTCD designation or designate as a specialty. f. Date and time traffic control devices were placed. g. Clearly printed name and signature of City personnel responsible for accepting devices at job site. If City personnel are not at the job site, a signature of responsible City person shall be obtained within 24 hours. In no case will traffic control invoices be paid for unsigned or altered logs. h. All modifications made, to include moving devices, adding additional devices, taking devices away. The City personnel requesting each modification shall also be identified. I. Date and time of request for removal. j. Date and time traffic control devices are to be removed. k. Name and department making request for removal. l. Date and time traffic control devices are removed. m. Name of person making log entries. n. TCS and flagger hours o. A tabulation/spreadsheet showing daily quantities may be required by some Project Managers for projects longer than 2 calendar day duration. This sheet shall be signed by the TCS and City Representative and shall be writing. A permanent log for each weekend and after-hour service call will be maintained and submitted with monthly billings. The service call log shall contain the following information: a. Date and time of service call b. Location c. Name of person performing the call d. Services performed (i.e., barricade lights checked, light changed, cones replaced, cones straightened, etc.) e. TCS and flagger hours Invoices shall contain information items c, d, e, f, g, h, I, j, and o from the log sheets in legible form. Separate invoices by project shall be provided. All invoices and log sheets shall be sent by DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 17 of 24 the Contractor, in duplicate, to invoices@fcgov.com with a copy to the applicable City Department. Invoices not containing all required information will be returned to the Contractor and not paid until completed. K. Contractor Responsibility for Work The Contractor shall be responsible for all damages, loss or injuries that occur as a result of the fault or negligence of said Contractor or his employees in connection with the performance of this work. The Contractor is to place all traffic control devices to meet or exceed the standards set forth in the most current City of Fort Collins Work Area Traffic Control Handbook. The Contractor shall not be expected to compromise this responsibility. The Contractor should contact the City Traffic Control Manager if such an occasion should occur. The Contractor shall furnish sufficient Traffic Control Supervisors, flag people and working personnel capable of promptly accomplishing all service requests according to the terms of this Agreement. The Contractor's employees shall conduct themselves in a proper and efficient manner while performing services for the City of Fort Collins. The City reserves the right to reject personnel for cause, and the Contractor shall replace these individuals promptly at the City's request. L. Monthly Report: Upon request the Contractor shall provide monthly written reports of the total number of calls received per day, as well as the general nature of the calls, i.e., number of barricades placed, location and when removed. O. Pricing Structure The cost for setting up equipment, modifying equipment, and maintaining equipment during authorized days shall be included in the Agreement Unit Price for Traffic Control Supervisor per day and per hour. The cost for Traffic Control Devices, shall include delivery, rental, and pickup. The cost for setting up equipment, modifying equipment, and maintaining equipment will be paid for under the Agreement Unit Price for TCS as described above. If a TCS(s) is used for an authorized day (a day is 10 hours), but not for the entire day, the TCS(s) shall be paid at the Agreement Unit Price for "Traffic Control Supervisor" at the per hour rate. The quantity to be measured for flagging will be the total number of hours that flagging is actually used as authorized. Hours of flagging, in excess of those authorized, shall be at the Contractor's expense. Flagger breaks shall be included in the Agreement Unit Price for Flagging. The method for covering flagger breaks shall be approved by the City Representative. Flagging outside of the construction work hours will not be paid for under the terms of this Agreement unless authorized. Flagger stand-by time will not be paid. In locations where traffic control is set up and the work is not performed due to Traffic Control Contractor caused delays, the traffic control shall not be paid for under the terms of this contract. The costs for advance warning "NO PARKING" signs for periods in excess of 24 hours prior to the advancement of work, including those instances when said signs have been changed or otherwise updated to reflect current schedules, will not be paid for under the terms of this contract unless authorized by the City in writing. In addition, the Owner shall deduct from DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 18 of 24 compensation due the Contractor $10.00 for each traffic control device per day, including "NO PARKING" signs, for said conditions. Payment shall be full compensation for furnishing, erecting, maintaining, moving, removing and disposing of construction traffic control devices necessary to complete the work. All construction traffic control devices which are not permanently incorporated into the project will remain the property of the Contractor. Payment shall be made for the maximum number of each type of traffic control device being used at one given time per day. The accepted quantities will be paid for at the contract unit price for each of the pay items listed in the Bid Schedules. The initial manufacturing will be paid for Specialty Signs per unit and the actual use paid for under the appropriate unit cost for Size A or Size B sign. This item shall apply to new signs only. Once manufactured, they may be used throughout the project. Upon completion of the work, the Specialty Signs shall be returned to the Contractor. Flagger hand signs will not be measured and paid for separately, but shall be included in the work. The flaggers shall be provided with electronic communication devices when required. These devices will not be measured and paid for separately, but shall be included in the work. The cost of batteries, electricity and/or fuel for all lighting or warning devices will not be paid for separately but will be considered subsidiary to the item. Sand bags will not be measured and paid for separately, but shall be included in the work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the MUTCD, if approved; however, payment will be made for the typical panel size. The City shall not be responsible for any losses or damage due to theft or vandalism. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 19 of 24 EXHIBIT D (BID SCHEDULE/COMPENSATION) DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 20 of 24 DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 21 of 24 DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 22 of 24 EXHIBIT E INSURANCE REQUIREMENTS The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies. In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. Insurance certificates should show the certificate holder as follows: City of Fort Collins Purchasing Division PO Box 580 Fort Collins, CO 80522 The City, its officers, agents and employees shall be named as additional insureds on the Service Provider 's general liability and automobile liability insurance policies by marking the appropriate box or adding a statement to this effect on the certificate, for any claims arising out of work performed under this Agreement. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement. Workers' Compensation & Employer’s Liability insurance shall conform with statutory limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee, or as required by Colorado law. B. General Liability. The Service Provider shall maintain during the life of this Agreement such General Liability as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for General Liability, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. C. Automobile Liability. The Service Provider shall maintain during the life of this Agreement such Automobile Liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for Automobile Liability, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 23 of 24 EXHIBIT F CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Service Provider hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Service Provider has agreed to perform, the Service Provider hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Service Provider agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City). The Service Provider shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Service Provider shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Service Provider understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Service Provider shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Service Provider ceases to perform services for the City, or the City so requests for any reason, the Service Provider shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Service Provider understands and agrees that the City’s remedies at law for a breach of the Service Provider’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA Official Purchasing Document Last updated 10/2017 Service Agreement – 9387 Traffic Control Services Quality Traffic Control INC. Page 24 of 24 EXHIBIT G LIQUIDATED DAMAGES It shall be recognized by and between the parties hereto that the City will suffer certain unspecified damages in the event service is not provided in accordance with the terms of the Contractor’s proposal, and the signed Services Agreement. In recognition of the difficulty of ascertaining the actual damages to be sustained by the City, the parties shall agree that the assessment of liquidated damages shall be appropriate. The following liquidated damages may be assessed by the City: A. Liquidated damages at an hourly rate of $200/hour, not to exceed $5,000.00 per event, may be assessed and back billed to the Contractor as stated in Section D of Exhibit C for downtime incurred due to negligence of the Contractor in placement of traffic control devices resulting in shut-down of job sites. B. Material shall be removed from City right-of-way within 24 hours. City dispatch logs will be used to confirm proper removal and pick-up time frames are met; failure to conform can result in back charging of daily rental rates per day for each device remaining after notification. C. In the event the project is not completed within the specified time, there shall be assessed against the Contractor, and the Contractor shall authorize the City to retain from monies due the Contractor, based on the following schedule: 1. If the Contractor fails to respond to service requests within two (2) hours for all locations, the City may deduct $200.00 per offense from payment as liquidated damages or have the authority to call in another Contractor. Emergency response time shall be 30 minutes, if response time is not met the City will have the authority to call in another contractor. 2. The City reserves the right to assess liquidated damages in the amount of $10.00 per day for each day per each barricade when barricades are not removed after notification as set forth in Section C of Exhibit C. In no event shall liquidated damages exceed the sum of Five Thousand Dollars ($5,000.00) during the term of this Agreement for failure to remove barricades per this paragraph. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 11/16/2021 (970) 635-9400 (970) 635-9401 41297 Quality Traffic Control, Inc. Mike Obester 209 Racquette Drive #5 Fort Collins, CO 80524 19445 41190 A 1,000,000 X BSC0039505 8/27/2021 8/27/2022 100,000 0 1,000,000 2,000,000 2,000,000 1,000,000B BE 019354578 8/27/2021 8/27/2022 1,000,000 0 C 4130969 4/1/2021 4/1/2022 1,000,000 Y 1,000,000 1,000,000 If required by written contract, the City of Fort Collins is included as Additional Insured for ongoing operations under General Liability. City of Fort Collins Purchasing Department PO Box 580 Fort Collins, CO 80522 QUALTRA-02 BTURNER PFS Insurance Group 4848 Thompson Parkway Suite 200 Johnstown, CO 80534 PFS Insurance info@mypfsinsurance.com Scottsdale Insurance Company National Union Fire Insurance Company of Pittsburgh, Pa Pinnacol Assurance Co X X X X X X X DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA 1001486 132849.13 04-22-2020 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. 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). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 12/15/2021 chip beake insurance agency 106 E Olive St Fort Collins CO 80524 chip beake 970-482-1936 chip@chipbeake.com Quality Traffic Control, Inc Obester, Mike 209 Raquette Dr. STE B Fort Collins CO 80524 25143 A 227 7866-A05-06E 07/05/2021 01/05/2022 1,000,000 1,000,000 1,000,000 City of Fort Collins Purchasing Department PO Box 580 Fort Collins Co 80522 State Farm Fire and Casualty Company Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. DocuSign Envelope ID: 5BA20440-C676-4A0F-A1BD-979762AB83EA