HomeMy WebLinkAbout105396 TRAFFIC MASTERS - CONTRACT - BID - 5969 TRAFFIC CONTROL0
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:
1. 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 1, 2007, 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. The Denver Boulder Greeley CPIU published by
the Colorado State Planning and Budget Office will be used as a guide. Written notice of
renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior
to contract end.
3. 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 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
SA January 2005
1
I: Quantity
The City is not obligated to take delivery of any minimum quantity of traffic control devices.
J: Loa 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.
1. 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.
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 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. 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 project 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
SA January 2005
6
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
projects 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 Project 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 Project 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.
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.
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.
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.
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 projects separately, if it is in the
City's interest.
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.
SA January 2005 7
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 Fagger 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 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.
SA January 2005
P: Liguidated 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 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 A. In no event shall liquidated
damages exceed the sum of Five Thousand Dollars ($5,000.00) during the term of
this Agreement.
SA January 2005
9
EXHIBIT B
INSURANCE REQUIREMENTS
1. 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.
2. 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 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
10
EXHIBIT C
BID FORM
Bid Schedule " A "
Contractor to provide all service, manpower and equipment.
Traffic Control Supervisor (at job site)
Traffic Control Supervisor (at job 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
Message 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
2 per hour
_ per day
_ per hour
_ per day
_ per day per unit
_ per day per unit
_ per day per unit
_ per day per unit
_ per day per unit
per day per each
per day per each
_ per day per unit
L per day per set
r per day per set
i per day per set
per day per set
L per day per unit
_ per sign
T per sign
_ per day per cone
per day per cone
_ per day per roll
` per day per unit
_ per day per unit
per day per unit
per day per unit
_ 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.
EXHIBIT C
Bid Schedule " B "
Rental including Delivery and Pickup Only
Flag Person with paddle
$ rl _ per hour
Flag Person with paddle
$
per day
36" Reflectorized Tube
$
per day per unit
Vertical Panel without light
$
per day per unit
Type I Barricade without light
$
per day per unit
Type II Barricade without light
$
per day per unit
Type III Barricade without lights
$
per day per unit
Light - Steady Burn
$
per day per each
Light - Flashing
$ a
per day per each
Barrels
$
per day per unit
Size A Sign with stand
$
per day per set
Size A Sign without stand
$
per day per set
Size B Sign with stand
$
per day per set
Size B Sign without stand
$
per day per set
No Parking Sign with stand
$
per day per unit
Specialty Sign Size A -Cost of Manufacturing
$
—per sign
Specialty Sign Size B-Cost of Manufacturing
$
—per sign
28" Cone with reflective strip
$
per day per cone
36" Cone with reflective strip
$
per day per cone
Hand Paddle with 5' Handle
$
per day per unit
Safety Fence
$
per day per roll
Light - Steady Burn
$
per day per unit
Light - Flashing
$
per day per unit
Arrow Board
$
—per day per unit
Message Board
$
per day per unit
EXHIBIT C
Bid Schedule "C"
Rental Only - Picked up and returned by City Personal
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
Hand Paddle with 5' Handle
Safety Fence
Light - Steady Burn
Light - Flashing
Arrow Board
Message Board
Firm Name-
$ — per hour
$ — per day
$ per day per unit
$ per day per unit
$ . 5 per day per unit
$425 per day per unit
$ per day per unit
$ per day per each
$ per day per each
$ per day per unit
$ per day per set
$ per day per set
$ per day per set
$ per day per set
$ 1,00 per day per unit
$ — per sign
$ — per sign
$ per day per cone
$ e per day per cone
$n per day per unit
$ per day per roll
$ per day per unit
$ per day per unit
$7 cZYper day per unit
$ IOU er day per unit
EXHIBIT C
BID FORM TOTALS
Bid Schedule " A " (Contractor to provide all service ,manpower and equipment.)
Description Price/Unit
Traffic Control Supervisor (at job site)
Traffic Control Supervisor (at job site)
Flag Person with paddle
Flag Person with paddle
Vertical Panel without light
Type I 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
No Parking Sign with stand
Specialty Sign Size A -Cost of Manufac.
28' Cone with reflective strip
36" Cone with reflective strip
Safety Fence
Arrow Board
Message Board
Type IV Barrier -Jersey Barrier
Bid Schedule " B "
Rental including Delivery and Pickup Only
Price/Unit
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 B Sign with stand
Size 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
Message Board
Quantity Total
Qper hour
270
$ �d
_ per day
3
$ —
_ per hour
220
$
per day
3
$ 37/0
per day per unit
191
$
per day per unit
181
$
per day per unit
25
$
per day per each
50
$
per day per each
150
$
r
per day per unit
75
$
per day per set
90
$
er day per set
10
$
per day per set
per day per unit
10
200
$_
$
per sign
5
$
per day per cone
285
$
per day per cone
100
$
per day per roll
10
$
_
_ per day per unit
3
$
per day per unit
1
$ —'
— per day per unit
50
$
SUB -TOTAL SCHEDULE 'A"
$ j 3,�1d9�l
Quantity Total
per hour
100
per day
3
per day per unit
100
per day per unit
160
per day per unit
95
per day per unit
40
per day per unit
10
per day per each
50
per day per each
150
per day per unit
75
per day per set
80
per day per set
10
per day per set
5
per day per unit
100
per sign
5
per day per cone
100
per day per cone
50
per day per unit
3
per day per roll
18
per day per unit
2
-per day per unit
1
SUB -TOTAL SCHEDULE "B"
$ 31 q3 ao
Bid Schedule "C"
Rental Only - Picked up and returned by City Personal
Flag Person with paddle
Flag Person with paddle
Vertical Panel without light
Type I Barricade without light
Type III Barricade without lights
Light - Steady Burn
Light - Flashing
Size A Sign with 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
Hand Paddle with 6 Handle
Safety Fence
Arrow Board
Message Board
Price/Unit
EXHIBIT C
per hour
per day
per day per unit
per day per unit
per day per unit
per day per each
per day per each
per day per set
per day per set
per day per set
per day per unit
per sign
per sign
per day per cone
per day per unit
per day per roll
per day per unit
per day per unit
Quantity Total
30
2
135
70
10
30
180
35
12
4
75
5
5
75
3
18
5
1
SUB -TOTAL SCHEDULE "C" $�y5
JV
SUB -TOTAL SCHEDULE "A" $�
SUB -TOTAL SCHEDULE "B" $Z` r9;-3�
CL5
SUB -TOTAL SCHEDULE "C"
MM^1r T^TAI A
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 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: Service Provider:
City of Fort Collins, Purchasing Traffic Masters, Inc.
PO Box 580 1304 Duff Drive #14
Fort Collins, CO 80522 Fort 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 attached Exhibit "C",
consisting of five (5) pages, and incorporated herein by this reference.
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
SA January 2005
2
Flood & Peterson Ins 5/4/2006 4:12
PAGE 002/003 Fax Server
rRre..es• rsaaee
TDAIAA
ACORDT.
INSURANCE
CERTIFICATE OF LIABILITY
osf04/ro6D
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Flood & Peterson Insurance Inc
4821 Wheaton Drive
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P O Box 270370
Fort Collins, CO 80527
INSURERS AFFORDING COVERAGE
NAIL #
INSURED
INSURERA Employers Mutual Casualty Company
Traffic Masters, Inc.
1304 Duff Drive #14
Ft. Collins, CO 80524
INSURER B: Plnrmcol Assurance
INSURER O
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCELISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REOUNEMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO W HICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAD CLAMS.
L
TYPE OF INSURANCE
POLICVNUMBER
POLICY EFFECTIVE
DATE (WIVIDOfM
POLICY EXPIRATION
DATE 01011IDDIM
LIMnB
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE 5x1 OCCUR
2D7097706
05/30/05
05/30/06
EACHOCCURRENCE
$1000000
DAMAGE TORENTED
PREMISES
$109.00
MED EXP me enxIn
$5 0W
PERSONA. SADV INJURY
$1 000 000
GENERA. AGGREGATE
82 000 000
GEN'L AGGREGATE OMIT APPLIES PER:
POLICY PR6 F-ILOC
JECT
PRODUCTS -COMPIOP AGO
QW0000
A
AUTOMOBILE
LIABILITY
MY ALTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIREDAUTOS
NON -OWNED AUTOS
2E7097706
05(30105
05I30106
COMBINED SINGLE LIMIT
(Esacddere)
$1,000,000
X
BODILY INJURY
(Perperem)
$
X
BODILY INJURY
(Per aeddera)
$
X
PROPERTYDAMAGE
(Per aodder/)
$
GARAGE LIABILITY
ANY AUTO
ALTO ONLY -EAACCDENT
$
OTHERTHAN EA ACC
AUTOONLY: AGG
$
$
A
EXCESSUMBRELLALIABILITY
TOCCUR CLAIMS MADE
DEDUCTIBLE
X RETENTION $10000
2J7097706
05/30/05
05/30/06
EACH OCCURRENCE
s1 000 000
AGGREGATE
$1 000 000
S
$
$
B
WORKERS COMPENSATION AND
EMPLOYERS'LIABILITY
ANY PROPRIETORIPARTNERIEXECUTNE
OFFICERIMEMBER EXCLUDED?
H ECCALF O Intl N rna
4058170
06i01105
06/01/06
- OTH-
X I Tmswrurs
E.L. EACH ACCIDENT
$SOO 000
E.L. DISEASE- EA EMPLOYEE
S500 000
E.L. DISEASE- POLICY LIMIT
I S500 000
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES 1 EXCW SIONSADDED BY ENDORSEMENT I SPECIAL PROVISIONS
City of Ft. Collins Is listed as Additional Insured where their Interest may appear.
rFDTIFICATF um nFD CAUCDI I A nnu
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Fort Collins
DATE THEREOF, THE ISSUING INSURER WALL ENDEAVOR TO MAL A0— DAYSWRITTEN
ATTN: Purchasing
NOTICE TO THE CERTIFICATE HOLDER NAMED TOTHE LEFT, BUT FAILURE TO DO SO SNALL
PO BOX 580
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITSAGENTS OR
Fort Collins, CO 80522
REPRESENTATIVES.
AUTHORIZED REPRESENT TIVE
C'fooct. T AA&WISOF'i roo.'rem- ,ur 'rAjc.
ACORD 25 (2001108)1 of 2 #S345909/M329006 NCB 0 ACORD CORPORATION 1988
Flood & Peterson Ins 5/4/2006 4:12 PAGE 003/003 Fax Server
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsemert(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
AUUKU X" JAMINO) 2 Oi 2
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 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
SA January 2005
3
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 parry, 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 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, 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.
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.
SA January 2005
4
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.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By D=t-
Jame 'Neill II, CsinPPO, FNIGP
Direct f Purchag and Risk Management
Date: �/ q/ (-) �_
Traffic Masters, Inc.
TE PRESIDENT OR VICE PRESIDENT
Date:— q-OC�
AT T: (Corporate Seal)
CORP E SECRETARY
SA January 2005
5
EXHIBIT A
BID 5969 Traffic Control Services Annual
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.
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 or as required by City of Ft. Collins Traffic Operations 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.
SA January 2005
2
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 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.
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 Traffic Control plan 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 possible 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 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..
The awarded Contractor will be required to prepare a traffic control plan for all proiects, 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, 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
SA January 2005
3
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
ll, 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 affect.
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.
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:OO 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
SA January 2005 4
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
preformed 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 traffic
control plan/staffing internally. In the event of an emergency the City shall notify the Contractor
within 24 hours after such relocation.
SA January 2005 5