HomeMy WebLinkAbout105396 TRAFFIC MASTERS - CONTRACT - BID - 5276 TRAFFIC CONTROL (2)SERVICES AGREEMENT
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 Traffic Masters
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
Scope of Services The Service Provider agrees to provide services in accordance with the scope of
services attached hereto as Exhibit "A", consisting of eight (8) pages, and incorporated herein by this reference
2 Contract Period This Agreement shall commence upon signing, and shall continue in full force and effect
until May 15, 1999, 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
Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder
CPI-U as published by the Colorado State Planning and Budget Office Written notice of renewal shall be provided
to the Service Provider and mailed no later than ninety (90) days prior to contract end
3 Delav 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 fifteen (15) days
from the onset of such condition
4 Early Termination by City/Notice 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 fifteen (15) days prior to the termination date contained in said
SA 10/97
1
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
t Date and time traffic control devices are to be removed
k Name and department making request for removal
I Date and time traffic control devices are removed
m Name of person making log entries
n T C S and flagger hours
o A tabulation/spreadsheet showing daily quantities may be required by some Project Managers for
protects 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 T C S 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 protect shall be provided All invoices and log sheets shall be sent by the Contractor, in duplicate, to
the Accounting department or to the Department of the City Invoices not containing all required information will
be returned to the Contractor and not paid until completed
Questions regarding invoices shall be answered promptly and professionally The Contractor shall respond to
individual replies as required Departments which request additional information on their invoice forms All billing
problems will be brought to the attention of the accounting staff immediately upon discovery
All bills shall be submitted within 15 days after notification to pickup traffic control devices For protects lasting
longer then 30 days, bills will be submitted every 30 days and within 15 days of the end of the 30 day period Bills
not submitted within 15 days will incur a penalty of 15% of the invoice total unless the Protect Manager, in his
discretion, determines that the delay was caused by circumstances beyond the control of the Contractor Bills not
submitted within 30 days will incur a penalty of 30% of the invoice total unless the Protect Manager, in his
discretion, determines that the delay was caused by circumstances beyond the control of the Contractor Payment
will be made within 30 days after verification of billing charges
Section 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 contract 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
Section 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
Section M Insurance Coverage
During the term of this contract, insurance coverage in the amount of $500,000 combined single limit, bodily injury
and property damage shall be maintained by the Contractor, see Exhibit B A certificate of insurance providing
such coverage shall be presented to the City at the time the Services Agreement is signed by the Contractor
Section N Termination
This Contract and all associated purchase orders may be terminated by the City, upon fifteen (15) days written
notice
The City shall have the ability to bid traffic control for any selected protects separately, if it is in the City's interest
Section O Pricing Structure
The cost for setting up equipment, modifying equipment, and maintaining equipment during authorized days shall
be included in the Contract 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 contract 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 contract 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 Contract 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 contract 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
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 protect 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 far Size A or Size B sign This item shall apply to new signs only Once manufactured, they maybe used
throughout the protect 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
Section P Liouidated Damages
Liquidated damages at an hourly rate of $200/hour, may be assessed and back billed to the Contractor as stated
in Section D for downtime incurred due to negligence of the Contractor in placement of traffic control devices
resulting in shut -down of job sites
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
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 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 In the event the protect is not
u
j
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 will 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 A In no
event shall liquidated damages exceed the sum of Five Thousand Dollars ($5,000 00) during the term of this
Agreement
EXHIBIT B
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, and containing substantially the following
statement"
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten
(10) days written notice has been received by the City of Fort Collins "
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 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 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
1 Workers' Compensation insurance with statutory limits as required by Colorado law
2 Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate,
and $100,000 disease each employee
Commercial General & Vehicle Liability The Service Provider shall maintain during the life of this
Agreement such commercial general liability and 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 each
coverage, Commercial General and Vehicle, shall not be less than $500,000 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
SA 10/97
UJIM AI 11.011.a(
Lliy of furl Latrtna-i
to
Diu � , I-- . 1y _, .—. .... . ..-
EXHIBIT C
E,
Bid Schedule " A "
Contractor to provide all service, manpower and equipment
Traffic Control Supervisor (at lob site)
Traffic Control Supervisor (at fob site)
Flag Person with paddle
Flag Person with paddle
36" Reflectorized Tube
Vertical Panel without light
Type I Barricade without light
Type II Barricade without light
Type III Barricade without lights
Light- Steady Burn
Light - Flashing
Barrels
Size A Sign with stand
Size A Sign without stand
Size B Sign with stand
Size B Sign without stand
No Parking Sign with stand
Specialty Sign Size A -Cost of Manufacturing
Specialty Sign Size B-Cost of Manufacturing
28" Cone with reflective strip
36" Cone with reflective strip
Safety Fence
Light - Steady Burn
Light - Flashing
Arrow Board
Type IV Barrier -Jersey Barrier
Size A Signs - 0 01 to 9 00 Square Feet
Size B Signs - 9 01 to 16 00 Square Feet
$ 3n.nn per hour
$ 4nn.noper day
$ i F nn per hour
$ 160.nn perday
$ F a per day per unit
$ :7 FF per day per unit
$ -7F per day per unit
$ iF per day per unit
$ . S n per day per unit
$ 3 per day per each
$ .33 per day per each
$ - Ca per day per unit
$ 1 _ ? s per day per set
$ 1 . 0 R per day per set
$ 1 , 4 2 per day per set
$ 1 . 2 5 per day per set
$ 1 . 2 5 per day per unit
$ 6 5 . 21 per sign
$ 08 per sign
$ 59 per day per cone
$ .69 per day per cone
$ 4 . 6 2 per day per roll
$ .33 per day per unit
$ .33 per day per unit
$ -r n F z per day per unit
$ 1 n . p p per day per unit
Specialty Signs - The initial manufacturing will be paid for per the unit cost for specialty signs and the rental rate paid
per the appropriate rental rate
F1rmName Traffic Masters Inc.
Bid Schedule " B "
Rental including Delivery and Pickup Only
03/19/90 14:86:55 City of Fort Collins-> 970 Z21 34B8 City of Fort Collins Page B07
Flag Person with paddle
Flag Person with paddle
36" Reflectorized Tube
Vertical Panel without light
Type I Barricade without light
Type II Barricade without fight
Type III Barricade without lights
Light - Steady Burn
Light - Flashing
Barrels
Size A Sign with stand
Size A Sign without stand
Size B Sign with stand
Size B Sign without stand
No Parking Sign with stand
Specialty Sign Size A -Cost of Manufacturing
Specialty Sign Size B-Cost of Manufactunng
28" Cone with reflective strip
36" Cone with reflective strip
Hand Paddle with 5' Handle
Safety Fence
Light - Steady Burn
Light- Flashing
Arrow Board
Firm Name Traffic Masters Inc.
Bid Schedule "C"
Rental Only - Picked up and returned by City Personal
Flag Person with paddle
Flag Person with paddle
36" Reflectorized Tube
$ i F n a per hour
$ 1 60 . n0 per day
$ a F per day per unit
$ q 6 per day per unit
$ 96 per day per unit
$g 6 per day per unit
$ ; - 0 0 per day per unit
$ 7 n per day per each
$ -7 n per day per each
$ 1 5 nn per day per unit
$ 7 _ n n per day per set
$ r n S per day per set
$ 7 _ 7 `; per day per set
$ 7 - no per day per set
$ � ? S per day per unit
$ 7 5 . 71 per sign
$_86,08 per sign
$ .86 per day per cone
$ g 6 per day per cone
$ r; n per day per unit
$ 6 .9n per day per roll
$ . 7 0 per day per unit
$ .70 per day per unit
$ i nn _ no per day per unit
$ 16.00 perhour
$ 160.00 per day
$ . R a per day per unit
0J/101M 11•11f-J7
L 1VJ or rar`L Lot 11 ns-/
J r u LLl ] uu U a i.v Ui i w a uu a s uea a uy., uUu
Vertical Panel without light
Type I Barricade without light
Type II Barricade without light
Type III Barricade without lights
Light - Steady Burn
Light - Flashing
Barrels
Size A Sign with stand
Size A Sign without stand
Size B Sign with stand
Size B Sign without stand
No Parking Sign with stand
Specialty Sign Size A -Cost of Manufacturing
Specialty Sign Size B-Cost of Manufacturing
28' Cone with reflective strip
36" Cone with reflective strip
Hand Paddle with 5' Handle
Safety Fen,;e
Light - Steady Burn
Light - Flashing
Arrow Board
Firm Name Traffic Masters Inc.
$ .86 per day per unit
$ .86 per day per unit
$ 86 per day per unit
$ q , 5n per day per unit
$ per day per each
$ .5(), per day per each
$ 1 , 4 n per day per unit
$ 1 .75 per day per set
$ 1 . 5 0 per day per set
$ 2 . 00 per day per set
$ 1 . 7 5 per day per set
per day per unit
$ F 9 . Q P per sign
$ 7 F n R per sign
$ 86 per day per cone
$ .96 per day per cone
$ 2 _ r n per day per unit
$ 5.50 per day per roll
$ F n per day per unit
$ 5 0 per day per unit
$ P S n n per day per unit
AWARD BID TAB
Bid Schedule" A" (Contractor to provide all
service ,manpower and equipment)
Description
Price/Unit
Quantity Total
Traffic Control Supervisor (at job site)
$ 3 0 . 0 (tier hour
270
$ 8 , 100 . 00
Traffic Control Supervisor (at job site)
$tea.-_a(perday
3
$ onr] 00
Flag Person with paddle
$ 1 F n (iper hour
220
$ P 00
Flag Person with paddle
$ 1 F n_ n ®er day
3
$ 4 R n- 56
Vertical Panel without light
$ . 76 per day per unit
191
$ 149 16
Type I Barricade without light
$ . 7 6 per day per unit
181
$ 1 'i 7 - 56
Type Ill 8amcade without tights
$ 9 _ 5 n per day per unit
25
$ R 7 _ 50
Lignt - Steady Burn
$ R'3 per day per each
50
$ 1 6 - 50
Light - Flashing
$ . 9 3 per day per each
150
$ 49.5 0
Barrels
S 1_ n R per day per unit
75
S R 1_ n n
Size A Sign with stand
$ 1 . ? S per day per set
90
$1 1 2 - 9 0
Sze A Sign without stand
$ 1 _ n A per day per set
10
s 1 n 8D
Size B Sign with stand
$ 1 a ? per day per set
10
$_ 1 Z ..?
No Parking Sign with stand
S 1 ? F per day per unit
200
5-2��-wn n
Specialty Sign Size A -Cost of Manufac
$ 65 . 21 per sign
5
$,R ? F - n 5
28" Cone with reflective strip
$ . 9 q per day per cone
285
S 1 F R 1 S
36'Cone with reflective strip
$ . 60 per day per cone
100
s Fg - n n
Safety Fence
$ 4 . 62 per day per roll
10
$ 4 F _ ? 0
Arrow Board
s 7 n. 64 per day per unit
3
$ 9 1 1 _ q?
Type IV Barrier -Jersey Barrier
$ 1 n _ R R per day per unit
50
$� /14 Q
Bid Schedule " B "
Rental including Delivery and Pickup Only
Flag Person with paddle
Flag Person with paddle
36' Reflectoreed Tube
Vertical Panel without light
Type I Barricade without light
Type II Barricade without light
Type III Barricade without lights
Light - Steady Burn
Light. Flashing
Barrels
See A Sign with stand
See B Sign with stand
See B Sign without stand
No Parking Sign with stand
Specialty Sign Size A -Cost of Manufacturing
28" Cone with reflective strip
36" Cone with reflective strip
Hand Paddle with 5' Handle
Safety Fence
Arrow Board
SUB -TOTAL SCHEDULE'W
Pnce/Unit
S 1 F _ n(ber hour
$ 1 F n _ In foer day
$ _ q F per day per unit
$ - qF per day per unit
S _ q F per day per unit
$ q r per day per unit
S n n per day per unit
$ "7 n per day per each
$ .70 per day per each
s 1 .90 per day per unit
s ; Q per day per set
s ? _ ? F per day per set
$ ? n n per day per set
$ ? . ? 9 per day per unit
$7 9 _ ? 1 per sign
$2, per day per cone
$ per day per cone
S if�perdayperunit
$per day per roll
$ per day per Unit
Bid Schedule "C"
Rental Only - Picked up and returned by City Personal
Quantity Total
100
3
100
ISO
95
40
10
50
150
75
80
10
5
100
5
100
50
3
18
2
$15,270.04
si.6nn 00
s 480.00
$ 95.00
s 153.60
$---al . 20
$ 88.40
$ 5500..00
$— 105.00
$ 17.00
$ 1Fn.00
$ ??.50
$ n,00
s ??5-n0
$ 876.05
$__86 D0
$ LUU•UB
SUB -TOTAL SCHEDULE "B" s4,016. 7 5
Price/Unit
Quantity Total
Flag Person with paddle
s 16.0(�er hour
30
$480.00
Flag Person with paddle
$_Z_6_Q__Q�per day
2
$
Vertical Panel without fight
$ _ R F per day per unit
135
$ 1 1 F n n
Type I Barricade without light
$�gg per day per unit
70
$ F n or)
Type III Barricade without lights
S 50 per day per unit
10
$_ 45 - U
Light - Steady Burn
$ c per day per each
30
$ : S . U U
Light - Flashing
$ per day per each
180
$9 0 . 0 0
Size A Sign with stand
S 1 . 7 5 per day per set
35
$ F 1 2
See B Sign with stand
$ 2 . 0 0 per day per set
12
$ ? a n n
Size B Sign without stand
$ is per day per set
4
$ 7 - 0 n
UJ/IU/yN
19.i7y.1!
Lrty
of
tort
LO1l1riS—�
Ira
a4i.3Y00
ULL!y
�� ��� �-� �•
.�y� ���
No Parking Sign with stand $ ? () n per day per unit 75 $ 1 S n _ () n
Specialty Sign Size A -Cost of Manufacturing $ 6 S. 21 per sign 5 $ 3 2 6. 0 5
Specialty Sign Size B-Cost of Manufacturing $ 76 08 per sign 5 $ 4 9 n- 4 0
28" Cone with reflective strip $ _ R F, per day per cone 75 $ 6
HanO Paddle with 5' Handle $ 2 50 per day per unit $ $�i.0
Safety Fence $ S ti n per day per roll 18 $ 9 99 00 �0
Arrow Board $ R S no per day per unit 5 $ 4 9 S n n
SUB -TOTAL SCHEDULE "C" $ 7 _F, 7 t 0 0
SUB -TOTAL SCHEDULE "A" $ 15 , 2 7 0 . 04
SUB -TOTAL SCHEDULE "B" $ 4,016.75
nn� IC(77n7A1 C 21,957.79
dent
Traffic Mastery Tnc. (Q70)- 221-3440
Company Name Telephone Number (Area Code)
2832 East Mulberry,Fort Collins, CO 80524 04/06/98
Address (Street, PO Box, City, State, Zip) Date
7
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
City
City of Ft Collins, Purchasing
256 W Mountain Ave
Ft Collins, CO 80521
Service Provider
Traffic Masters, Inc
2832 E Mulberry
Ft Collins, CO 80524
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 Such payment shall be the Service Provider's sole right and remedy for such termination
5 Contract Sum The City shall pay the Service provider for the performance of this Contract, subject to
additions and deletions provided herein, Per the Cost Breakdown which is attached as Exhibit "C"
6 City Representative The City will designate, prior to commencement of the work, its representative who
shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the
services provided under this agreement All requests concerning this agreement shall be directed to the City
Representative
7 Independent Service provider The services to be performed by Service Provider are those of an
independent service provider and not of an employee of the City of Fort Collins The City shall not be responsible
for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's
Compensation or other taxes or benefits or for any other purpose
8 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
9 Acceptance Not Waiver The City's approval or acceptance of, or payment for any of the services shall
SA 10/97
2
vvvit'v. ,CERTIFI TE,OF-IN$URA'RQ-E.
'. 04/f03/98
PAODUCER
THIS CERTIFICATE 7S ISSUED AS A MATTER OF INFORMATION
Flood & Peterson Insurance Inc
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
211 First Street
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Eaton, CO 80615
COMPANIES AFFORDING COVERAGE
COMPANY
AEMC Insurance Company
INOVRED
Traffic Masters, Inc.
COMPANY
BITT Hartford Insurance
1313 BLUE SPRUCE DRIVE SUITE A
Fort Collins, CO BOS24
COMPANY
CBUSINESS INSURANCE COMPANY
(FAX #970-221-3480)
COMPANY
D
THIS I$ TO CERTIFY THAT THE POLICILS OF IN$VRANOE�LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATEO, NOTWITHSTANDING ANY nEOUB1EMENT, 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
TYPEOFINBURANCE POLICY NUMBER POUOYEFFEOTIYE UCYEIPIRATION
L R DATE(MMIODrM OATE(MM/DD/YYI UNITS
A
GENERALLIABILITY
IA4506798
05/09/97
05/09/98
GENERALAGOREOATE
72 000,000
X
QMMEFvDALQtNehALLIAbILjTN
PROOUCT6 COMPIOPAGG
S2 000 000
JCLAIMS MADEL OCCU❑
PERSONALAADVINJURY
$1, 000,000
CACIIOCCURRENCE
WNERSACONTRACTORSPHU
$1 000000
a00, 000
FIRE DAMAGE n om(Ire)
MF,D E%P (Aq one Kean
85,000
B
AUTOMOBILE
LIABILITY
BINDER134941
03/07/98
03/07/99
COMBINEDSINOLELIMIT
$1, 000, 000
ANY AUTO
x
ALL OWNED AUTOS
BOUILYINJVRY
F
X
SCHEDULED AUTO$
(Per DWI,.)
-
X
HIRED AUTOS
BODILYINJVRY
S
X
NON -OWNED AUTOS
PorAcclOenD
-
PROPCRTY DAMAGE
J
GARAGE LIABILITY
AUTOONLY EAACCIDENT
i
rz-
ANYAUTO
OTHER THAN AUTO ONLY
_
S _
- -
EACHACCIDENT
AGGREGATE
EXCESS LIABILITY
EACH OCCURRENCE
i _
UMBRELLA FORM
AGGREGATE
OTHERTHAN VNLSRELLAFOnM
i
C WORKERS COMPENSATION AND WC990401 06/01/97 06/01/98 STATUTORY LIMITS -_
EMPLOYERS' LIABILITY EACHACCIDENT _ 3100, 000
THE PROPRIETOR" INCL DISEASE -POLICY LIMIT $500,000_
PARTNERS/E%F-CUTIVE
OFFICERS ARE X E%OL DISEASE.EAOHEMPLOYEE 100 000
OTHER
DEACRIPTION OF OPERATIONSILOCATIONS/VEMICLEs"SPECIALITEMB
CEATJFICATF•NOWER
SHOULD ANY OF; THE ABOVE DESCRIBED POUOIEY BE CANCELLED BEFORE THE
City of Fort Collins
ERPSUTION DATE THEREOF. THE ISSUING OOMPANYWILLENDEAVOR TO MAIL
Attn: John Stephens
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TOTHE LEFT,
Purchasing & Risk Management
BUTFAILURETO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABILITY
P 0. Box 580
OF ANY IONS UPON THE COMPANY ITS AGENTS OR REPREWNTATIVES
AUTHORIZE PRESENTATIVE
Fort Collins, CO 80522
ACORD eIi�
. ®AOORD PORAWON 19A3
LIA
not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or
cause of action arising out of performance of this Agreement
10 Warranty
(a) Service Provider warrants that all work performed hereunder shall be performed with the highest
degree of competence and care in accordance with accepted standards for work of a similar
nature
(b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any
work shall be new and, where not specified, of the most suitable grade of their respective kinds
for their intended use, and all workmanship shall be acceptable to City
(c) Service Provider warrants all equipment, materials, labor and other work, provided under this
Agreement, except City -furnished materials, equipment and labor, against defects and
nonconformances in design, materials and workmanship/workwomanship for a period beginning
with the start of the work and ending twelve (12) months from and after final acceptance under the
Agreement, regardless whether the same were furnished or performed by Service Provider or by
any of its subcontractors of any tier Upon receipt of written notice from City of any such defect
or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced
by Service Provider in a manner and at a time acceptable to City
11 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
12 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
13 Binding Effect This writing, together with the exhibits hereto, constitutes the entire agreement between
SA 10/97
3
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 representatives, successors and assigns of said parties
14 Indemnity/Insurance 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 B, 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 Director of
Purchasing and Risk Management, 256 West Mountain Avenue, Fort Collins, Colorado 80521 one copy of a
certificate evidencing the insurance coverage required from an insurance company acceptable to the City
15 Entire Agreement This Agreement, along with all Exhibits and other documents incorporated herein, shall
constitute the entire Agreement of the parties Covenants or representations not contained in this Agreement shall
not be binding on the parties
16 Law/Severability The laws of the State of Colorado shall govern the construction interpretation, execution
and enforcement of this Agreement 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
SA 10/97
H
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By '
John Fiscbbach
City Manager
Date
By
Ja es O'Neill II, CPPO
Dir or of Purchasing and Risk Management
Date y 12 7S
Traffic Inc
��G��G�W
By /
e `q z —1 T7-,JQr
PRIf T NAME
/Z f" i 12 T
CORPORATE PRESIDENT OR VICE PRESIDENT
Date 21 /3N/d/1 1y5 r
ATTEST (Corporate Seal)
CORPOR I-E SECRETARY
SA 10/97
EXHIBIT A
SCOPE OF SERVICES
The Scope of Services covers the requirements for providing Traffic Control Devices and Services for the City of
Fort Collins on an annual basis All of these requirements and provisions shall be incorporated in the signed
Services Agreement when the bid is awarded
Section A Certificates and TCS Duties
All work area traffic control placed within City of Fort Collins right of way, under the terms of this contract, shall
be under the direct supervision of a Traffic Control Supervisor (TCS) The TCS shall posses 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 Traffic Control Company or 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, 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 approval After approval, the letters shall
be distributed a minimum of 24 hours prior to the commencement of each phase of the work (Note The time
frame criteria 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
Section B Conformdv
All traffic control devices placed in the City right of way under the terms of the contract 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 MUTCD regulations
Section 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 of 6 00 a m and 6 00 p m weekdays if a Traffic
Control plan has previously been approved Delivery and set-up of traffic control devices shall occur within 2 hours
for minor set-ups between the hours of 6 00a m to 6 00p m weekdays 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
24 hours minimum notice 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
Section D Traffic Control Plan Preparation and Approval
If same Traffic Control Plan (T C P ) or a slightly modified T C P is used more than once for same set-up per job,
the T C P is paid for only once at the TCS hour rate not to exceed 5 hours without prior approval
The awarded Contractor will be required to prepare a traffic control plan for all projects, except emergencies
lasting less than 24 hours The traffic control plans must be prepared by a certified TCS, and presented to the
City's Traffic Control Manager for approval at least 24 hours, for a minor set-up, prior to set-up of devices at job
site In the case of an emergency lasting longer than 24 hours, a traffic control plan 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 channeliztng 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 affect
Section 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 traffic control
plan, 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
Section F Availability and Service Checks
The contractor must be available for requests 24 hours per day, 7 days a week, including holidays at a Fort Collins
phone number 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
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
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 preformed in
accordance with these specifications equipment rental for equipment not serviced will not be paid for
Section 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 may be used on residential, collector and arterial streets 36" cones with collars may be
used on any street with a posted speed limit of 40 MPH or greater
Section 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 traffic control plan/staffing internally In
the event of an emergency the City shall notify the Contractor within 24 hours after such relocation
Section I Quantity
The City is not obligated to take delivery of any minimum quantity of traffic control devices
Section 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 Protect name and location of traffic control devices
e Quantity of each type and identification per MUTCD designation or designate as a specialty
GJ