Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout170420PJ
NOTICE OF THE
EXECUTIVE AND REGULAR SESSIONS OF THE
FOUNTAIN HILLS TOWN COUNCIL
Mayor Linda M. Kavanagh
Councilmember Dennis Brown
Councilmember Nick DePorter
Councilmember Henry Leger
Vice Mayor Alan Magazine
Councilmember Art Tolis
Councilmember Cecil A. Yates
TIME: 5:30 P.M. — EXECUTIVE SESSION
(Executive Session will be held in the Fountain Conference Room - 2nd floor)
6:30 P.M. — REGULAR SESSION
WHEN: THURSDAY, APRIL 20, 2017
WHERE: FOUNTAIN HILLS COUNCIL CHAMBERS
16705 E. AVENUE OF THE FOUNTAINS, FOUNTAIN HILLS, AZ
Councilmembers of the Town of Fountain Hills will attend either in person or by telephone conference call; a quorum of the Town's
various Commission, Committee or Board members may be in attendance at the Council meeting.
Notice is hereby given that pursuant to A.R.S. § 1-602.A.9, subject to certain specified statutory exceptions, parents have a right to
consent before the State or any of its political subdivisions make a video or audio recording of a minor child. Meetings of the Town
Council are audio and/or video recorded and, as a result, proceedings in which children are present may be subject to such recording.
Parents, in order to exercise their rights may either file written consent with the Town Clerk to such recording, or take personal
action to ensure that their child or children are not present when a recording may be made. If a child is present at the time a
recording is made, the Town will assume that the rights afforded parents pursuant to A.R.S. § 1-602.A.9 have been waived.
PROCEDURE FOR ADDRESSING THE COUNCIL
Anyone wishing to speak before the Council must fill out a speaker's card and submit it to the Town Clerk
prior to Council discussion of that Agenda item. Speaker Cards are located in the Council Chamber
Lobby and near the Clerk's position on the dais.
Speakers will be called in the order in which the speaker cards were received either by the Clerk or the
Mayor. At that time, speakers should stand and approach the podium. Speakers are asked to state their
name and whether or not they reside in Fountain Hills (do not provide a home address) prior to
commenting and to direct their comments to the Presiding Officer and not to individual Councilmembers.
Speakers' statements should not be repetitive. If a speaker chooses not to speak when called, the speaker
will be deemed to have waived his or her opportunity to speak on the matter. Speakers may not (i)
reserve a portion of their time for a later time or (ii) transfer any portion of their time to another speaker.
If there is a Public Hearing, please submit the speaker card to speak to that issue during the Public
Hearing.
Individual speakers will be allowed three contiguous minutes to address the Council. Time limits may be
waived by (i) discretion of the Town Manager upon request by the speaker not less than 24 hours prior to
a Meeting, (ii) consensus of the Council at Meeting or (iii) the Mayor either prior to or during a Meeting.
Please be respectful when making your comments. If you do not comply with these rules, you will be
asked to leave.
z:\council packets\2017\x170420\170420a.docx Last Printed: 4/10/2017 5:16 PM Page 1 of 3
EXECUTIVE SESSION AGENDA
CALL TO ORDER — Mayor Linda M. Kavanagh
1. ROLL CALL AND VOTE TO GO INTO EXECUTIVE SESSION: Pursuant to: A.R.S.
§ 38-431.03(A)(1), discussion or consideration of employment, assignment, appointment,
promotion, demotion, dismissal, salaries, disciplining or resignation of a public officer
(specifically, the Town Manager's annual performance evaluation).
2. ADJOURNMENT.
REGULAR SESSION AGENDA
CALL TO ORDER AND PLEDGE OF ALLEGIANCE — Mayor Linda M. Kavanagh
INVOCATION — Representative from the Church of the Ascension, Roman Catholic Church
ROLL CALL — Mayor Linda M. Kavanagh
MAYOR'S REPORT
i) The Mayor will read a PROCLAMATION recognizing May 4, 2017, as Fountain
Hills Day of Prayer.
SCHEDULED PUBLIC APPEARANCES/PRESENTATIONS
1) The Mayor and/or Council may review RECENT EVENTS attended relating to
Economic Development.
ii) Recognition of retiring Community Services Director Mark Mayer for his 15+ years
of service to the Town of Fountain Hills.
CALL TO THE PUBLIC
Pursuant to A.R.S. §38-431-01(H), public comment is permitted (not required) on matters
not listed on the agenda. Any such comment (i) must be within the jurisdiction of the
Council and (ii) is subject to reasonable time, place, and manner restrictions. The Council
will not discuss or take legal action on matters raised during "Call to the Public" unless the
matters are properly noticed for discussion and legal action. At the conclusion of the call to
the public, individual Councilmembers may (i) respond to criticism, (ii) ask staff to review
a matter or (iii) ask that the matter be placed on a future Council agenda.
CONSENT AGENDA ITEMS
All items listed on the Consent Agenda are considered to be routine, non -controversial matters and will be
enacted by one motion and one roll call vote of the Council. All motions and subsequent approvals of consent
items will include all recommended staff stipulations unless otherwise stated. There will be no separate
discussion of these items unless a Councilmember or member of the public so requests. If a Councilmember
or member of the public wishes to discuss an item on the consent agenda, he/she may request so prior to the
motion to accept the Consent Agenda or with notification to the Town Manager or Mayor prior to the date of
the meeting for which the item was scheduled. The items will be removed from the Consent Agenda and
considered in its normal sequence on the Agenda.
1. CONSIDERATION of approving the TOWN COUNCIL MEETING MINUTES from
March 14 and 16, 2017.
2. CONSIDERATION of approving the Cooperative Purchasing Agreement C2017-079 with
Utility Construction, Inc, in the amount not to exceed 140,000.00, for lighting upgrades and
maintenance Town wide.
z:\council packets\2017\r170420\170420a.docx Last Printed: 4/10/2017 5:16 PM Page 2 of 3
3. CONSIDERATION of approving CONTRACT #C2017-108 with LN Curtis for an Eagle
Air Breathing Air Compressor for self-contained breathing apparatus, in the amount of
$52,153.96.
REGULAR AGENDA
4. PUBLIC HEARING to receive comments on a proposed SPECIAL USE PERMIT to
allow Verizon Wireless to install a 34" tall, faux water tower, cellular antenna at the Adero
Canyon entry gatehouse site. Case # SU2016-01
5. CONSIDERATION of a proposed SPECIAL USE PERMIT to allow Verizon Wireless to
install a 34" tall, faux water tower, cellular antenna at the Adero Canyon entry gatehouse
site. Case # SU2016-01
6. CONSIDERATION of RESOLUTION 2017-11, authorizing submission of a grant
application to the Arizona Sports and Tourism Authority for installation of lighting at desert
vista skate park; and approving the acceptance and execution of any resulting grant
agreement and authorizing the expenditure for the Town's portion, in the amount of
$23,800.
7. DISCUSSION WITH POSSIBLE DIRECTION TO STAFF relating to any item
included in the League of Arizona Cities and Towns weekly LEGISLATIVE BULLETIN
or relating to any ACTION PROPOSED OR PENDING BEFORE THE STATE
LEGISLATURE.
a. League of Cities and Towns Bulletin(s)
8. COUNCIL DISCUSSION/DIRECTION to the Town Manager.
Item(s) listed below are related only to the propriety of (i) placing such item(s) on a future agenda
for action or (ii) directing staff to conduct further research and report back to the Council:
i.) None.
9. SUMMARY OF COUNCIL REQUESTS and REPORT ON RECENT ACTIVITIES by
the Mayor, individual Councilmembers, and the Town Manager.
10. ADJOURNMENT.
DATED this 10th day of April, 2017.
EVA
The Town of Fountain Hills endeavors to make all public meetings accessible to persons with disabilities. Please call 480-816-5100
(voice) or 1-800-367-8939 (TDD) 48 hours prior to the meeting to request a reasonable accommodation to participate in this
meeting or to obtain agenda information in large print format. Supporting documentation and staff reports furnished the Council
with this agenda are available for review in the Clerk's office.
z:\council packets\2017\rl70420\170420a.docx Last Printed: 4/10/2017 5:16 PM Page 3 of 3
J
NOTICE OF THE
EXECUTIVE AND REGULAR SESSIONS OF THE
FOUNTAIN HILLS TOWN COUNCIL
Mayor Linda M. Kavanagh
Councilmember Dennis Brown
Councilmember Nick DePorter
Councilmember Henry Leger
Vice Mayor Alan Magazine
Councilmember Art Tolis
Councilmember Cecil A. Yates
TIME: 5:30 P.M. — EXECUTIVE SESSION
(Executive Session will be held in the Fountain Conference Room - 2nd floor)
6:30 P.M. — REGULAR SESSION
WHEN: THURSDAY, APRIL 20, 2017
WHERE: FOUNTAIN HILLS COUNCIL CHAMBERS
16705 E. AVENUE OF THE FOUNTAINS, FOUNTAIN HILLS, AZ
Councilmembers of the Town of Fountain Hills will attend either in person or by telephone conference call; a quorum of the Town's
various Commission, Committee or Board members may be in attendance at the Council meeting.
Notice is hereby given that pursuant to A.R.S. § 1-602.A.9, subject to certain specified statutory exceptions, parents have a right to
consent before the State or any of its political subdivisions make a video or audio recording of a minor child. Meetings of the Town
Council are audio and/or video recorded and, as a result, proceedings in which children are present may be subject to such recording.
Parents, in order to exercise their rights may either file written consent with the Town Clerk to such recording, or take personal
action to ensure that their child or children are not present when a recording may be made. If a child is present at the time a
recording is made, the Town will assume that the rights afforded parents pursuant to A.R.S. § 1-602.A.9 have been waived.
PROCEDURE FOR ADDRESSING THE COUNCIL
Anyone wishing to speak before the Council must fill out a speaker's card and submit it to the Town Clerk
prior to Council discussion of that Agenda item. Speaker Cards are located in the Council Chamber
Lobby and near the Clerk's position on the dais.
Speakers will be called in the order in which the speaker cards were received either by the Clerk or the
Mayor. At that time, speakers should stand and approach the podium. Speakers are asked to state their
name and whether or not they reside in Fountain Hills (do not provide a home address) prior to
commenting and to direct their comments to the Presiding Officer and not to individual Councilmembers.
Speakers' statements should not be repetitive. If a speaker chooses not to speak when called, the speaker
will be deemed to have waived his or her opportunity to speak on the matter. Speakers may not (i)
reserve a portion of their time for a later time or (ii) transfer any portion of their time to another speaker.
If there is a Public Hearing, please submit the speaker card to speak to that issue during the Public
Hearing.
Individual speakers will be allowed three contiguous minutes to address the Council. Time limits may be
waived by (i) discretion of the Town Manager upon request by the speaker not less than 24 hours prior to
a Meeting, (ii) consensus of the Council at Meeting or (iii) the Mayor either prior to or during a Meeting.
Please be respectful when making your comments. If you do not comply with these rules, you will be
asked to leave.
z:\council packets\2017\rl70420\170420a.docx Last Printed: 4/10/2017 5:16 PM Pagel of 3
EXECUTIVE SESSION AGENDA
CALL TO ORDER — Mayor Linda M. Kavanagh
1. ROLL CALL AND VOTE TO GO INTO EXECUTIVE SESSION: Pursuant to: A.R.S.
§ 38-431.03(A)(1), discussion or consideration of employment, assignment, appointment,
promotion, demotion, dismissal, salaries, disciplining or resignation of a public officer
(specifically, the Town Manager's annual performance evaluation).
2. ADJOURNMENT.
REGULAR SESSION AGENDA
CALL TO ORDER AND PLEDGE OF ALLEGIANCE — Mayor Linda M. Kavanagh
INVOCATION — Representative from the Church of the Ascension, Roman Catholic Church
ROLL CALL — Mayor Linda M. Kavanagh
MAYOR'S REPORT
i) The Mayor will read a PROCLAMATION recognizing May 4, 2017, as Fountain
Hills Day of Prayer.
SCHEDULED PUBLIC APPEARANCES/PRESENTATIONS
1) The Mayor and/or Council may review RECENT EVENTS attended relating to
Economic Development.
ii) Recognition of retiring Community Services Director Mark Mayer for his 15+ years
of service to the Town of Fountain Hills.
CALL TO THE PUBLIC
Pursuant to A.R.S. §38-431-01(H), public comment is permitted (not required) on matters
not listed on the agenda. Any such comment (i) must be within the jurisdiction of the
Council and (ii) is subject to reasonable time, place, and manner restrictions. The Council
will not discuss or take legal action on matters raised during "Call to the Public" unless the
matters are properly noticed for discussion and legal action. At the conclusion of the call to
the public, individual Councilmembers may (i) respond to criticism, (ii) ask staff to review
a matter or (iii) ask that the matter be placed on a future Council agenda.
CONSENT AGENDA ITEMS
All items listed on the Consent Agenda are considered to be routine, non -controversial matters and will be
enacted by one motion and one roll call vote of the Council. All motions and subsequent approvals of consent
items will include all recommended staff stipulations unless otherwise stated. There will be no separate
discussion of these items unless a Councilmember or member of the public so requests. If a Councilmember
or member of the public wishes to discuss an item on the consent agenda, he/she may request so prior to the
motion to accept the Consent Agenda or with notification to the Town Manager or Mayor prior to the date of
the meeting for which the item was scheduled. The items will be removed from the Consent Agenda and
considered in its normal sequence on the Agenda.
1. CONSIDERATION of approving the TOWN COUNCIL MEETING MINUTES from
March 14 and 16, 2017.
2. CONSIDERATION of approving the Cooperative Purchasing Agreement C2017-079 with
Utility Construction, Inc, in the amount not to exceed 140,000.00, for lighting upgrades and
maintenance Town wide.
z:\council packets\2017\r170420\170420a.docx Last Printed: 4/10/2017 5:16 PM Page 2 of 3
3. CONSIDERATION of approving CONTRACT #C2017-108 with LN Curtis for an Eagle
Air Breathing Air Compressor for self-contained breathing apparatus, in the amount of
$52,153.96.
REGULAR AGENDA
4. PUBLIC HEARING to receive comments on a proposed SPECIAL USE PERMIT to
allow Verizon Wireless to install a 34" tall, faux water tower, cellular antenna at the Adero
Canyon entry gatehouse site. Case # SU2016-01
5. CONSIDERATION of a proposed SPECIAL USE PERMIT to allow Verizon Wireless to
install a 34" tall, faux water tower, cellular antenna at the Adero Canyon entry gatehouse
site. Case # SU2016-01
6. CONSIDERATION of RESOLUTION 2017-11, authorizing submission of a grant
application to the Arizona Sports and Tourism Authority for installation of lighting at desert
vista skate park; and approving the acceptance and execution of any resulting grant
agreement and authorizing the expenditure for the Town's portion, in the amount of
$23,800.
7. DISCUSSION WITH POSSIBLE DIRECTION TO STAFF relating to any item
included in the League of Arizona Cities and Towns weekly LEGISLATIVE BULLETIN
or relating to any ACTION PROPOSED OR PENDING BEFORE THE STATE
LEGISLATURE.
a. League of Cities and Towns Bulletin(s)
8. COUNCIL DISCUSSION/DIRECTION to the Town Manager.
Item(s) listed below are related only to the propriety of (i) placing such item(s) on a future agenda
for action or (ii) directing staff to conduct further research and report back to the Council:
i.) None.
9. SUMMARY OF COUNCIL REQUESTS and REPORT ON RECENT ACTIVITIES by
the Mayor, individual Councilmembers, and the Town Manager.
10. ADJOURNMENT.
DATED this 10th day of April, 2017.
EVA
The Town of Fountain Hills endeavors to make all public meetings accessible to persons with disabilities. Please call 480-816-5100
(voice) or 1-800-367-8939 (TDD) 48 hours prior to the meeting to request a reasonable accommodation to participate in this
meeting or to obtain agenda information in large print format. Supporting documentation and staff reports furnished the Council
with this agenda are available for review in the Clerk's office.
z:\council packets\2017\rl70420\170420a.docx Last Printed: 4/10/2017 5:16 PM Page 3 of 3
TOWN OF ,T'OrUNTAIN9-CILLS
PROCLANATTON
Whereas, the Town of Fountain Hills will join together with the entire country on May 4, 2017,
to celebrate the 66" anniversary of the National Day of Prayer; and
Whereas, Congress, by Public Law 100-307, has called on our citizens to reaffirm the role of
prayer in our society and to honor the religious diversity that our freedom permits by
recognizing a National Day of Prayer; and
Whereas, we are ever mindful of the heroic men and women of our Armed Forces, especially
those serving abroad and in harm's way; and
Whereas, we pray for God's blessings for our governments at town, state, and national levels to
shower us with strength and wisdom in order to meet the challenges before us and to work
together to bring hope for our community and to enhance the well-being of all citizens and
families of Fountain Hills; and
Whereas, and we pray for strength and Divine direction in our educational systems, community
businesses, media, and our places of worship; and
Whereas, uniting in prayer gives all people of faith, regardless of their denominations or
religions, an opportunity to join fellow citizens in celebrating the power and love of God and our
perpetual responsibility to Him and to others.
NOW, THEREFORE, I, Linda M. Kavanagh, Mayor of the Town of Fountain Hills, Arizona do
hereby proclaim May 4, 2017, as,7'011N'Y. WHILES DAY OF PRAYER
IN WITNESS WHEREOF, I have hereunto set my hand and caused to be affixed the Great Seal of
the Town of Fountain Hills, Arizona, this 2Cr" day of April, 2017.
4md�h, Mayo
Attest:
n
.Illrhgv4op�
Bevelyn 1. Ben r, To Clerk
Meeting Date: 416/2017
Agenda Type: Consent
TOWN OF FOUNTAIN HILLS
TOWN COUNCIL
AGENDA ACTION FORM
Meeting Type: Regular Session
Submitting Department: Administration
Staff Contact Information: Bevelyn J. Bender, Town Clerk; 480-816-5115, bbender@afh.az.gov
Council Goal:
Strategic Values: Civic Responsibility C3 Solicit feedback in decision-making
REQUEST TO COUNCIL (Agenda Language): CONSIDEP.ATION of approving the TOWN COUNCIL MEETING
MINUTES from March 14 and 16, 2017.
Applicant: NA
Applicant Contact Information:
Property Location:
Related Ordinance, Policy or Guiding Principle: A.R.S. §38-431.01
Staff Summary (background):The intent of approving previous meeting minutes is to ensure an accurate
account of the discussion and action that took place at that meeting for archival purposes. Approved minutes
are placed on the Town's website in compliance with state law.
Risk Analysis (options or alternatives with implications):
Fiscal Impact (initial and ongoing costs; budget status):
Budget Reference (page number):
Funding Source: NA
If Multiple Funds utilized, list here:
Budgeted; if No, attach Budget Adjustment Form: NA
Recommendation(s) by Board(s) or Commission(s):
Staff Recommendation(s): Approve
List Attachment(s): None
SUGGESTED MOTION (for council use): Move to approve the consent agenda as listed
Prepared by:
&kdr�& �
Bevelyn Bender, Town Clerk 4110{2017
Approved:
Grady E. Miller, own Hager 411012017
Page t of 1
TOWN OF FOUNTAIN HILLS
TOWN COUNCIL
" . AGENDA ACTION FORM
t i S x
Meeting Date: 412012017
Meeting Type: Regular Session
Agenda Type: Consent Submitting Department: Public Works
Staff Contact Information: Justin T. Weldy, Street Superintendent, *eldy(c)fh.az.gov
REQUEST TO COUNCIL (Agenda Language): CONSIDERATION of approving Cooperative Purchasing Agreement
02017-079 with Utility Construction Construction Inc, in the amount not to exceed $140,000.00 for lighting
upgrades and maintenance Town wide.
Applicant: NA
Applicant Contact Information: NA
Owner: NA
Owner Contact Information: NA
Property Location: NA
Related Ordinance, Policy or Guiding Principle: NA
Staff Summary (background): The Town's lighting maintenance program oversees over 366 installed lights at
Town owned facilities„ parks and rights—of-way. As part of the maintenance program, staff replaces outdated
and damaged lights as needed. This contract will allow for staff to replace outdated incandescent lighting with
modern light emitting diodes (LEfb) that are dark sky compliant and will result in reduced maintenance cost and
increased electrical efficacy
Risk Analysis (options or alternatives with implications): NA
Fiscal Impact (initial and ongoing costs; budget status): $140,000.00
Budget Reference (page number): Various
Funding Source: Multiple Funds
If Multiple Funds utilized, list here: CIP, General Fund
Budgeted; if No, attach Budget Adjustment Form: No
Recommendation(s) by Board(s) or Commission(s): NA
Staff Recommendation(s): Staff recommends approval of the proposed cooperative purchasing agreement
List Attachment(s): Cooperative Purchasing Agreement C2017-079
SUGGESTED MOTION (for council use): Motion to approve Cooperative Purchasing Agreement 02017-079 with
Utility Construction Inc., in the amount not to exceed $140,000.00
Page 1 of 2
Grady E, Miller, To ager 4-/11^0•/2011
Page 2 of2
Contract No. C2017-079
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
UTILITY CONSTRUCTION COMPANY, INC.
THIS COOPERATIVE PURCHASING AGREEMENT (this "Agreement") is entered
into as of April 20, 2017, between the Town of Fountain Hills, an Arizona municipal corporation
(the "Town"), and Utility Construction Company, Inc., an Arizona corporation (the
"Contractor").
RECITALS
A. After a competitive procurement process, the City of Peoria, Arizona ("Peoria")
entered into Contract No. ACON04216, dated February 12, 2016, and amended by Contract
Amendment No. One, dated December 5, 2016 (collectively, the "Peoria Contract"), for the
Contractor to provide lighting maintenance and inspection services. A copy of the Peoria
Contract is attached hereto as Exhibit A and incorporated herein by reference, to the extent not
inconsistent with this Agreement.
B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make
purchases under the Peoria Contract, at its discretion and with the agreement of the awarded
Contractor, and the Peoria Contract permits its cooperative use by other public entities, including
the Town.
C. The Town and the Contractor desire to enter into this Agreement for the purpose
of (i) acknowledging their cooperative contractual relationship under the Peoria Contract and this
Agreement, (ii) establishing the terms and conditions by which the Contractor may provide the
Town with lighting maintenance and inspection services, as more particularly set forth in Section
2 below (the "Materials and Services") and (iii) setting the maximum aggregate amount to be
expended pursuant to this Agreement related to the Materials and Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which
are incorporated herein by reference, the following mutual covenants and conditions, and other
good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,
the Town and the Contractor hereby agree as follows:
1. Term of Agreement. This Agreement shall be effective as of the date first set
forth above and shall remain in full force and effect until February 11, 2018, unless terminated as
otherwise provided in this Agreement or the Peoria Contract.
2. Scope of Work. Contractor shall provide to the Town the Materials and Services
under the terms and conditions of the Peoria Contract and as set forth in the Proposals attached
hereto as Exhibit B and incorporated herein by reference.
2846778.1
3. Inspection; Acceptance. All Materials and Services are subject to final inspection
and acceptance by the Town. Materials failing to conform to the requirements of this Agreement
and/or the Peoria Contract will be held at Contractor's risk. Upon discovery of non -conforming
Materials or Services, the Town may elect to do any or all of the following by written notice to
the Contractor: (i) waive the non-conformance; (ii) stop the work immediately; or (iii) bring
Materials or Service into compliance and withhold the cost of same from any payments due to
the Contractor.
4. Compensation. The Town shall pay Contractor an aggregate amount not to
exceed $140,000.00, of which $6,240.00 is an owner's contingency which shall be utilized at the
Town's sole discretion, for the Materials and Services at the unit rates set forth in the Peoria
Contract and as more particularly set forth in the Proposals.
5. Payments. The Town shall pay the Contractor monthly, based upon acceptance
and delivery of Materials and/or Services performed and completed to date, and upon submission
and approval of invoices. Each invoice shall (i) contain a reference to this Agreement and the
Peoria Contract and (ii) document and itemize all work completed to date. The invoice statement
shall include a record of materials delivered, time expended and work performed in sufficient
detail to justify payment. Additionally, invoices submitted without referencing this Agreement
and the Peoria Contract will be subject to rejection and may be returned.
6. Records and Audit Rights. To ensure that the Contractor and its subcontractors
are complying with the warranty under Section 7 below, Contractor's and its subcontractors'
books, records, correspondence, accounting procedures and practices, and any other supporting
evidence relating to this Agreement, including the papers of any Contractor and its
subcontractors' employees who perform any work or services pursuant to this Agreement (all of
the foregoing hereinafter referred to as "Records"), shall be open to inspection and subject to
audit and/or reproduction during normal working hours by the Town, to the extent necessary to
adequately permit (i) evaluation and verification of any invoices, payments or claims based on
Contractor's and its subcontractors' actual costs (including direct and indirect costs and overhead
allocations) incurred, or units expended directly in the performance of work under this
Agreement and (ii) evaluation of the Contractor's and its subcontractors' compliance with the
Arizona employer sanctions laws referenced in Section 7 below. To the extent necessary for the
Town to audit Records as set forth in this Section, Contractor and its subcontractors hereby
waive any rights to keep such Records confidential. For the purpose of evaluating or verifying
such actual or claimed costs or units expended, the Town shall have access to said Records, even
if located at its subcontractors' facilities, from the effective date of this Agreement for the
duration of the work and until three years after the date of final payment by the Town to
Contractor pursuant to this Agreement. Contractor and its subcontractors shall provide the Town
with adequate and appropriate workspace so that the Town can conduct audits in compliance
with the provisions of this Section. The Town shall give Contractor or its subcontractors
reasonable advance notice of intended audits. Contractor shall require its subcontractors to
comply with the provisions of this Section by insertion of the requirements hereof in any
subcontract pursuant to this Agreement.
7. E -verify Requirements. To the extent applicable under ARIZ. REv. STAT. § 41-
4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws
2846778.1
2
and regulations that relate to their employees and their compliance with the E -verify
requirements under ARiz. REv. STAT. § 23-214(A). Contractor's or its subcontractors' failure to
comply with such warranty shall be deemed a material breach of this Agreement and may result
in the termination of this Agreement by the Town.
8. Israel. Contractor certifies that it is not currently engaged in, and agrees for the
duration of this Agreement that it will not engage in a "boycott," as that term is defined in ARiz.
REv. STAT. § 35-393, of Israel.
9. Conflict of Interest. This Agreement may be canceled by the Town pursuant to
Aziz. REv. STAT. § 38-511.
10. Applicable Law; Venue. This Agreement shall be governed by the laws of the
State of Arizona and a suit pertaining to this Agreement may be brought only in courts in
Maricopa County, Arizona.
11. Agreement Subject to Appropriation. The Town is obligated only to pay its
obligations set forth in this Agreement as may lawfully be made from funds appropriated and
budgeted for that purpose during the Town's then current fiscal year. The Town's obligations
under this Agreement are current expenses subject to the "budget law" and the unfettered
legislative discretion of the Town concerning budgeted purposes and appropriation of funds.
Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this
Agreement shall be deemed terminated at the end of the then -current fiscal year term for which
such funds were appropriated and budgeted for such purpose and the Town shall be relieved of
any subsequent obligation under this Agreement. The parties agree that the Town has no
obligation or duty of good faith to budget or appropriate the payment of the Town's obligations
set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which
this Agreement is executed and delivered. The Town shall be the sole judge and authority in
determining the availability of funds for its obligations under this Agreement. The Town shall
keep Contractor informed as to the availability of funds for this Agreement. The obligation of
the Town to make any payment pursuant to this Agreement is not a general obligation or
indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim
against the Town from or relating in any way to the Town's termination of this Agreement
pursuant to this section.
12. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity
among the terms of this Agreement, the Proposals, the Peoria Contract and invoices, the
documents shall govern in the order listed herein. Notwithstanding the foregoing, and in
conformity with Section 2 above, unauthorized exceptions, conditions, limitations or provisions
in conflict with the terms of this Agreement or the Peoria Contract (collectively, the
"Unauthorized Conditions"), other than the Town's project -specific requirements, are expressly
declared void and shall be of no force and effect. Acceptance by the Town of any work order or
invoice containing any such Unauthorized Conditions or failure to demand full compliance with
the terms and conditions set forth in this Agreement or under the Peoria Contract shall not alter
such terms and conditions or relieve Contractor from, nor be construed or deemed a waiver of, its
requirements and obligations in the performance of this Agreement.
2846778.1
3
13. Rights and Privileges. To the extent provided under the Peoria Contract, the
Town shall be afforded all of the rights and privileges afforded to Peoria and shall be the "City"
(as defined in the Peoria Contract) for the purposes of the portions of the Peoria Contract that are
incorporated herein by reference.
14. Indemnification; Insurance. In addition to and in no way limiting the provisions
set forth in Section 13 above, the Town shall be afforded all of the insurance coverage and
indemnifications afforded to Peoria to the extent provided under the Peoria Contract, and such
insurance coverage and indemnifications shall inure and apply with equal effect to the Town
under this Agreement including, but not limited to, the Contractor's obligation to provide the
indemnification and insurance. In any event, the Contractor shall indemnify, defend and hold
harmless the Town and each council member, officer, employee or agent thereof (the Town and
any such person being herein called an "Indemnified Parry"), for, from and against any and all
losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable
attorneys' fees, court costs and the costs of appellate proceedings) to which any such
Indemnified Party may become subject, under any theory of liability whatsoever ("Claims"),
insofar as such Claims (or actions in respect thereof) relate to, arise out of, or are caused by or
based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in
connection with the work or services of the Contractor, its officers, employees, agents, or any
tier of subcontractor in the performance of this Agreement.
15. Notices and Requests. Any notice or other communication required or permitted
to be given under this Agreement shall be in writing and shall be deemed to have been duly
given if (i) delivered to the party at the address set forth below, (ii) deposited in the U.S. Mail,
registered or certified, return receipt requested, to the address set forth below or (iii) given to a
recognized and reputable overnight delivery service, to the address set forth below:
If to the Town: Town of Fountain Hills
16705 East Avenue of the Fountains
Fountain Hills, Arizona 85268
Attn: Grady E. Miller, Town Manager
With copy to: GUST RosENF'ELD P.L.C.
One East Washington Street, Suite 1600
Phoenix, Arizona 85004-2553
Attn: Andrew J. McGuire
If to Contractor: Utility Construction Company, Inc.
P.O. Box 1774
Gilbert, Arizona 85299
Attn: Bob Martin
or at such other address, and to the attention of such other person or officer, as any party may
designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed
received (i) when delivered to the parry, (ii) three business days after being placed in the U.S.
Mail, properly addressed, with sufficient postage or (iii) the following business day after being
given to a recognized overnight delivery service, with the person giving the notice paying all
2846778.1
4
required charges and instructing the delivery service to deliver on the following business day. If
a copy of a notice is also given to a party's counsel or other recipient, the provisions above
governing the date on which a notice is deemed to have been received by a party shall mean and
refer to the date on which the party, and not its counsel or other recipient to which a copy of the
notice may be sent, is deemed to have received the notice.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date
and year first set forth above.
"Town"
TOWN OF FOUNTAIN HILLS,
an Arizona municipal corporation
Grady E. Miller, Town Manager
ATTEST:
Bevelyn J. Bender, Town Clerk
(ACKNOWLEDGMENT)
STATE OF ARIZONA )
) ss.
COUNTY OF MARICOPA )
On , 2017, before me personally appeared Grady E. Miller, the
Town Manager of the TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation, whose
identity was proven to me on the basis of satisfactory evidence to be the person who he claims to
be, and acknowledged that he signed the above document, on behalf of the Town of Fountain
Hills.
Notary Public
(Affix notary seal here)
2846778.1
"Contractor"
UTILITY CONSTRUCTION COMPANY, INC.,
an Arizona corporation_
By:
Suzette Nickum
Name:
Title: President
(ACKNOWLEDGMENT)
STATE OF ARIZONA }
) ss.
COUNTY OF MARICOPA )
On �12 �� , 2017, before me personally appeared Suzette Nickum
the President of UTILITY CONSTRUCTION
COMPANY, INC., an Arizona corporation, whose identity was proven to me on the basis of
satisfactory evidence to be the person who he/she claims to be, and acknowledged that he/she
signed the above document on behalf of the corporation.
Notary Publ°
(Affix notary seal here)
GARY S. LAND
Notary Public , Arizona
0-*Maricopa County
My COMM- Expires Mar 4. 2018
2846778. t
EXHIBIT A
TO
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
UTILITY CONSTRUCTION COMPANY, INC.
[Peoria Contract]
See following pages.
2846778.1
l
Yo�, CONTMCT AMIENDMENT
Sciliaitaliorl No.: Q16-04 Ragc 1 of 1
o V'r
Clescriptior: Lighting Mainlenance and Inspection Sermiees
Amenc ment Na.: C r e (1) Clate: December 5, 2016
Mabe rials Management
Prociu rumor 1
911715 N. 89th Ave., anc FI.
Reoiila, AZ 119345
Telephone: 1621311 7713 71 ' 15
Rax: 16213; 771371'111
Buyer: Lisa Houg
In accorc ancel with the Cor tract Special Terms ar is C Iand itions, Contract Extension, tF a at ave refs renced
c antra d sh all expire on February 11, 214'17 and isl t erelby exlenc ec .
The New Conte ct perm is: Flebmary12, 2017 — Febniarryl 11, 91GI18.
Contnicfti hereby saknowledlles receipt and agreement. A algned copy aN II be filed with the City of Peorla, Materials
Management Olvh ion.
/.0 146 Bot Mart'n, Vice Presid art Utility Constrtdiori Coff 1pany
91�n1ature crate Typed Name1 anc Tit a Company Name
R.0 . Bore '1714 Gilbert AZ 851,199
Ad rens City State Zip
Attested ty.
Rhon Gerinlinwft City DI ohn FI. Sefto , r., ommunity Services
Clirectc r
CC Number Praied Moir lagen a Bason, Neighbdrhood &
6,1community Rark Manager
O.y
Approved as Harm:
ACON04216A City Attomey
Cclntracl Number
city sea] 71he at clve refdrenced Contrail Amend men is 11 ereby
Copyrighl 2009 Executed:
City d Peoria, Arizona
fc. A5,d SO at Reoria, Arizona
Dalrl 2kinka, MFterials Mariagev
Flev µriSAW16] CIF
City of Peoria, Arizona 2�6
IOURequest for. Quotation I' O
Request for Quotation No: Q16-04 RFQ Due Date: December 21, 2015
Materials and/or Services: Lighting Maintenance and RFQ Due Time: 5:00 P.M. AZ Time
Inspection Services Contact: Lisa Houg
Mailing Address: City of Peoria, Materials Management Phone: (623) 773-7115
9875 N. 85th Avenue, 2"d Floor
Peoria, AZ 85345
This is NOT a Purchase Order
The terms and conditions in this solicitation should be reviewed and understood before preparing a quotation. The quotation shall be the
best net price, FOB destination, to include all delivery charges, and applicable taxes. Delivery schedule and discount for early payment
shall be indicated in the spaces provided below. Return the quotation by the above time and date to the above address. Please
reference the Buyer's name and RFQ number on the outside of the return envelope.
Delivery Location: 9875 N. 85`hAvenue, Peoria, AZ 85345 Buyer: Lisa Houg
Vendor Quotation,
Delivery shall be made NIA Calendar days after receipt of order. ayment Terms: 30 Days
Utility Construction Comapny, Inc.
Company Name Signature for Offer
PC Box 1774 Bob Martin
Company Address Printed Name
Gilbert AZ 85299 Vice President
City State Zip Title
Phone (480) 654-31001 Fax (480) 654-8374 bob@utilityconstructionco.com
Telephone 1 Facsimile Email Address
y?ACCEPTANCE OF OFFER AND CONTRACT AWARD;(For City of Peoria Use Only)
Your offer is hereby accepted. The Contractor is now bound to sell the materials andlor services listed by the attached award notice based upon
the solicitation, including all terms conditions, specifications, amendments, etc„ and the Contractor's offer as accepted by the City. The
Contractor is hereby cautioned not to commence any billable work or provide any material, service or construction under this contract until
Contractor receives an executed Purchase Order.
Attested by:
City of Peoria, Arizona. Eff. Date:
r2_.4� r
hon Geriminsky, Clerk
Ap rov d by: John R. Sefton, Jr., C munity Services Director
ACON1104216,
Approved as to Fn : Stephen M. Kemp, y Attorney
Contract Number
Awarded
Official File
on
CEI�:2�
City Seal
Dan Zenko, Materials Manager
Copyright 2003 City of Peoria, Arizona
COP 203(04!{39!, 4)CF Page t of 12 A C O" 0 4 2 1 6
..iyCC1Yl
ti�xv REQUEST FOR QUOTATION Materials Management
�, , Procurement
yk ,t 9875 N. 8e Ave., 2"' FI.
16t# -WT
T INSTRUCTIONS FOR QUOTATION AND Peoria, Arizona 85345-6560
�"OR1 Phone: (623) 773-7115
TERMS AND CONDITIONS Fax: (623) 773-7118
1. Submission: Quotations shall be signed and received by the due date and time, as designated on the Quotation.
2. Opening: A formal public opening will not be held for this quotation. However, all information maybe
publicly reviewed after award.
3. Standard Provisions: The City of Peoria's Instructions for Quotation and Terms and Conditions (Form.
COP2031TQ) and Standard Terms and Conditions (COP Form 202), where applicable, are a part of this
document as if fully set forth herein. Copies of these documents are available from the City of Peoria, Materials
Management Division.
4. Taxes: The City of Peoria is exempt from Federal Excise Tax, including Federal Transportation Tax. Sales Tax,
if any, should be indicated as a separate item.
5. Bid Rejection: The City of Peoria reserves the right to refect any, or all, bids, combinations of items, or lot and
to waive defects or informalities.
6. Brand Names: Any manufacturer's names, trade names, brand names, or catalog numbers used in the
specifications are for the purpose of describing and establishing the general quality level, design and performance
desired. Such references are not intended to limit or restrict bidding by other vendors, but are intended to
approximate the quality design or performance which is desired. Any bid which proposes like quality, design or
performance will be considered. Equivalent products will be considered, provided a complete description and
product literature is provided. Unless a specific exception is made, assumption will be that the item is bid
exactly as specified on the Request for Quotation.
Erasures: Erasures, interlineations or other modifications shall be initialed by the individual signing the Request
for Quotation.
8. Unit Price: In case of error in the extension of prices, the unit shall govern. No Quotation shall be altered,
amended or withdrawn after the specified date and time for receiving Quotations. Negligence by the Vendor in
preparing the Quotation confers no right for the withdrawal of the Quotation after it has been opened.
9. New: All items shall be new, unless otherwise stated in the specifications.
10. Payment: The City of Peoria will make every effort to process for the purchase of goods or services within
thirty (30) calendar days after receipt of goods or services and a correct notice of amount due, unless a good faith
dispute exists as to any obligation to pay all or a portion of the account. Any bid that requires payment in less
than thirty (30) days shall not be considered.
11. Payment Discounts: Payment discount periods will be computed from date of receipt of materials or services or
correct invoice, whichever is later, to the date payment is mailed. Unless freight and other charges are itemized,
any discount provided will be taken on full amount of invoice. Payment discounts of thirty (30) calendar days or
more will be deducted from the bid price in determining the low bid. However, the City of Peoria shall be
entitled to take advantage of any payment discount offered by the Vendor provided payment is made within the
discount period.
COP 202 (0AJ=1 e)cF
tojilvbdw Materials Management
STANDARD Procurement
9875 N. 8e Ave., 2"d FI.
TERMS AND CONDITIONS Peoria, Arizona 85345-6560
Phone: (623) 773-7115
Fax: (623) 773-7118
THE FOLLOWING TERMS AND CONDITIONS ARE AN EXPLICIT PART OF THE SOLICITATION AND ANY RESULTANT CONTRACT.
I. CERTIFICATION: By signature in the Offer section of the Offer and Contract Award page (COP Form 203), the Vendor
certifies:
a. The submission of the offer did not involve collusion or other anti-competitive practices.
b. The Vendor shall not discriminate against any employee or applicant for employment in violation of Federal Executive
Order 11246.
c. The Vendor has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future
employment, gift, loan, gratuity, special discount, trip favor, or service to a public servant in connection with the
submitted offer. Failure to sign the offer, or signing it with a false statement, shall void the submitted offer or any
resulting contracts, and the vendor may be debarred.
2. GRATUITIES: The City may, by written notice to the Contractor, cancel this contract if it is found by the City that
gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any agent or
representative of the Contractor, to any officer or employee of the City with a view toward securing an order, securing
favorable treatment with respect to the awarding, amending, or the malting of any determinations with respect to the
performing of such order. In the event this contract is cancelled by the City pursuant to this provision, the City shall be
entitled, in addition to any other rights and remedies, to recover or withhold from the Contractor the amount of the gratuity.
Paying the expense of normal business meals which are generally made available to all eligible city government customers
shall not be prohibited by this paragraph.
3. APPLICABLE LAVH: In the performance of this agreement, contractors shall abide by and conform to any and all laws of
the United States, State of Arizona and City of Peoria including but not limited to federal and state executive orders
providing for equal employment and procurement opportunities, the Federal Occupational Safety and Health Act and any
other federal or state laws applicable to this agreement.
Contractor specifically understands and acknowledges the applicability to it of the Americans with Disabilities Act, the
Immigration Reform and Control Act of 1986, and the Drug Free Workplace Act of 1989. In addition, if this agreement
pertains to construction, Contractor must also comply with A.R.S_ § 34-301, as amended (Employment of Aliens on Public
Works Prohibited) and A.R.S. § 34-302, as amended (Residence Requirements for Employees).
Under the provisions of A.R.S. § 41-4401, Contractor hereby warrants to the City that Contractor and each of its
subcontractors ("Subcontractors") will comply with, and are contractually obligated to comply with, all Federal immigration
laws and regulations that relate to their employees and A.R.S. § 23-214(A) (hereinafter, "Contractor Immigration
Warranty")
A breach of the Contractor Immigration Warranty shall constitute a material breach of this agreement and shall subject
Contractor to penalties up to and including termination of this agreement at the sole discretion of the City. The City may, at
its sole discretion, conduct random verification of the employment records of Contractor and any Subcontractors to ensure
compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random
verifications performed.
Neither Contractor nor any Subcontractor shall be deemed to have materially breached the Contractor Immigration Warranty
if Contractor or the Subcontractor establishes that it has complied with the employment verification provisions prescribed by
§§ 274A and 2748 of the Federal Immigration and Nationality Act and the E -Verify requirements prescribed by A.R.S. §23-
214(4).
The provisions of this Paragraph must be included in any contract Contractor enters into with any Subcontractors who
provide services under this agreement or any subcontract. "Services" is defined as furnishing labor, time or effort in the
State of Arizona by a contractor or subcontractor. Services include construction or maintenance of any structure, building or
transportation facility or improvement to real property.
Contractor warrants, for the term of this agreement and for six months thereafter, that is has fully complied with the
requirements of the Immigration Reform and Control Act of 1986 and all related or similar legal authorities.
COP 202 t041=14)CF
G1�©+� I Materiais Management
STANDARD Procurement
* * 9875 N. 85`� Ave., 2"'d Fl.
ro �. TERMS AND CONDITIONS Peoria, Arizona 85345-6560
�C+�g� Phone: (623) 773-7115
Fax; (623) 773-7118
This contract shall be governed by the City and Contractor shall have all remedies afforded each by the Uniform
Commercial Code, as adopted in the State of Arizona, except as otherwise provided in this contract or in statutes pertaining
specifically to the City. This contract shall be governed by the laws of the State of Arizona and suit pertaining to this
contract may be brought only in courts in the State of Arizona.
This contract is subject to the provisions of ARS §38-511; the City may cancel this contract without penalty or further
obligations by the City or any of its departments or agencies if any person significantly involved in initiating, negotiating,
securing, drafting or creating the contract on behalf of the City or any of its departments or agencies, is at any time while the
contract or any extension of the contract is in effect, an employee of any other party to the contract in any capacity or a
consultant to any other patty of the contract with respect to the subject matter of the contract.
4. LEGAL REMEDIES: All claims and controversies shall be subject to resolution according to the terms of the City of
Peoria Procurement Code.
5. CONTRACT: The contract between the City and the Contractor shall consist of (1) the Solicitation, including instructions,
all terms and conditions, specifications, scopes of work, attachments, and any amendments thereto, and (2) the offer
submitted by the Vendor in response to the solicitation. In the event of a conflict in language between the Solicitation and
the Offer, the provisions and requirements in the Solicitation shall govern. However, the City reserves the right to clarify, in
writing, any contractual terms with the concurrence of the Contractor, and such written contract shall govern in case of
conflict with the applicable requirements stated in the Solicitation or the Vendor's offer. The Solicitation shall govern in all
other matters not affected by the written contract.
6. CONTRACT AMENDMENTS: This contract may be inodified only by a written Contract Amendment (COP Form 217)
signed by persons duly authorized to enter into contracts on behalf of the City and the Contractor.
7. CONTRACT APPLICABILITY: The Offeror shall substantially conform to the terms, conditions, specifications and
other requirements found within the text of this specific Solicitation. All previous agreements, contracts, or other
documents, which have been executed between the Offeror and the City are not applicable to this Solicitation or any
resultant contract.
8. PROVISIONS REQUIRED BY LAW: Each and every provision of law and any clause required by law to be in the
contract will be read and enforced as though it were included herein, and if through mistake or otherwise any such provision
is not inserted, or is not correctly inserted, then upon the application of either party, the contract will forthwith be physically
amended to make such insertion or correction,
9. SEVERABILITY: The provisions of this contract are severable to the extent that any provision or application held to be
invalid shall not affect any other provision or application of the contract which may remain in effect without the invalid
provision or application.
10. RELATIONSHIP TO PARTIES: It is clearly understood that each party will act in its individual capacity and not as an
agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or
construed to be the employee or agent of the other for any purpose whatsoever. The Contractor is advised that taxes or
Social Security payments will not be withheld from any City payments issued hereunder and that the Contractor should
make arrangements to directly pay such expenses, if any.
11. INTERPRETATION -PAROL EVIDENCE: This contract represents the entire agreement of the Parties with respect to its
subject matter, and all previous agreements, whether oral or written, entered into prior to this contract are hereby revoked
and superseded by this contract. No representations, warranties, inducements or oral agreements have been made by any of
the Parties except as expressly set forth herein, or in any other contemporaneous written agreement executed for the
purposes of carrying out the provisions of this contact. This contract may not be changed, modified or rescinded except as
provided for herein, absent a written agreement signed by both Parties. Any attempt at oral modification of this contract
shall be void and of no effect.
12. NO DELEGATION OR ASSIGNMENT: Contractor shall not delegate any duty under this Contract, and no right or
interest in this Contract shall be assigned by Contractor to any successor entity or third party, including but not limited to an
affiliated successor or purchaser of Contractor or its assets, without prior written permission of the City. The City, at its
option, may cancel this Contract in the event Contractor undertakes a delegation or assignment without first obtaining the
COP 202 (04M14)CF Page 4 of 22
G1't�Q.t� Materials Management
STANDARD Procurement
# 9875 N. 85"' Ave., 2nd Fl.
Q• TERMS AND CONDITIONS Peoria, Arizona 85345-6560
�0'�►4 Phone: (623) 773-7115
Fax: (623) 773-7118
City's written approval. Contractor agrees and acknowledges that it would not be unreasonable for the City to decline to
approve a delegation or assignment that results in a material change to the services provided under this Contract or an
increased cost to the City.
13. SUBCONTRACTS: No subcontract shall be entered into by the contractor with any other party to furnish any of the
material, service or construction specified herein without the advance written approval of the City. The prime contractor
shall itemize all sub -contractors which shall be utilized on the project. Any substitution of sub -contractors by the prime
contractor shall be approved by the City and any cost savings will be reduced from the prime contractor's bid amount. All
subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the
subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the
subcontract and if the Subcontractor were the Contractor referred to herein. The Contractor is responsible for contract
performance whether or not Subcontractors are used.
14. RIGHTS AND REMEDIES: No provision in this document or in the vendor's offer shall be construed, expressly or by
implication, as waiver by the City of any existing or future right and/or remedy available by law in the event of any claim of
default or breach of contract. The failure of the City to insist upon the strict performance of any term or condition of the
contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the City's
acceptance of and payment for materials or services, shall not release the Contractor from any responsibilities or obligations
imposed by this contract or by law, and shall not be deemed a waiver of any right of the City to insist upon the strict
performance of the Contract.
15. INDEMNIFICATION: To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless
the City, its agents, representatives, officers, directors, officials and employees from and against all claims, damages, losses
and expenses (including but not limited to attorney fees, court costs, and the cost of appellate proceedings), relating to,
arising out of, or alleged to have resulted from the acts, errors, mistakes, omissions, work or services of the Contractor„ its
employees, agents, or any tier of subcontractors in the performance of this Contract. Contractor's duty to defend, hold
harmless and indemnify the City, its agents, representatives, officers, directors, officials and employees shall arise in
connection with any claim, damage, loss or expense that is attributable to bodily injury, sickness, disease, death, or injury to,
impairment, or destruction of property including loss of use resulting therefrom, caused by any acts, errors, mistakes,
omissions, work or services in the performance of this Contract including any employee of the Contractor or any tier of
subcontractor or any other person for whose acts, errors, mistakes, omissions, work or services the Contractor may be
legally liable.
The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope
of the indemnity in this paragraph.
16. OVERCHARGES BY ANTITRUST VIOLATIONS: The City maintains that, in practice, overcharges resulting from
antitrust violations are borne by the purchaser. Therefore, to the extent permitted by law, the Contractor hereby assigns to
the City any and all claims for such overcharges as -to the goods and services used to fulfill the Contract.
17. FORCE MAdEURE: Except for payment for sums due, neither party shall be liable to the other nor deemed in default
under this Contract if and to the extent that such parry's performance of this Contract is prevented by reason of force
Majeure. The term `force majeure" means an occurrence that is beyond the control of the party affected and occurs without
its fault or negligence. Without limiting the foregoing, force majeure includes acts of God: acts of the public enemy; war;
acts of terror, hate crimes affecting public order; riots; strikes; mobilization; labor disputes; civil disorders; fire; floods;
lockouts, injunctions -intervention -acts, or failures or refusals to act by government authority; events or obstacles resulting
from a governmental authority's response to the foregoing;.and other similar occurrences beyond the control of the party
declaring force majeure which such party is unable to prevent by exercising reasonable diligence. The force majeure shall
be deemed to commence when the party declaring force majeure notifies the other party of the existence of the force majeure
and shall be deemed to continue as long as the results or effects of the force majeure prevent the party from resuming
performance in accordance with this Contract.
Force majeure shall not include the following occurrences.-
a.
ccurrences:a. Late delivery of equipment or materials caused by congestion at a manufacturer's plant or elsewhere, an oversold
condition of the market, inefficiencies, or similar occurrences.
COP 202 104MW141CF Pate 5 of 22 -
Materials Management
Procurement Q
* * STANDARD 9875 N. 85 Ave., 2 Fl.
Ito
TERMS AND CONDITIONS Peoria, Arizona 85345-6560
. Phone: (623) 773-7115
Fax: (623) 773-7118
b. Late performance by a subcontractor unless the delay arises out of a force majeure occurrence in accordance with this
Force Majeure term and Condition.
Any delay or failure in performance by either party hereto shall not constitute default hereunder or give rise to any claim for
damages or loss of anticipated profits if, and to the extent that such delay or failure is caused by force majeure. If either
party is delayed at any time in the progress of the work by force majeure, then the delayed party shall notify the other party
in writing of such delay within forty-eight (48) hours commencement thereof and shall specify the causes of such delay in
such notice. Such notice shall be hand delivered or mailed Certfed Return Receipt and shall make a specific reference to
this article, thereby invoking its provisions. The delayed party shall cause such delay to cease as soon as practicable and
shall notify the other parry in writing, The time of completion shall be extended by contract modification for a period of
time equal to the time that the results or effects of such delay prevent the delayed party from performing in accordance with
this contract.
18. RIGHT TO ASSURANCE: Whenever one party to this contract in good faith has reason to question the other party's
intent to perforin he may demand that the other party give a written assurance of this intent to perform. in the event that a
demand is made and no written assurance is given within five (5) days, the demanding party may treat this failure as an
anticipatory repudiation of the Contract.
19. RIGHT TO AUDIT RECORDS: The City may, at reasonable times and places, audit the books and records of any
Contractor as related to any contract held with the City. This right to audit also empowers the City to inspect the papers of
any Contractor or Subcontractor employee who works on this contract to ensure that the Contractor or Subcontractor is
complying with the Contractor Immigration Warranty made pursuant to Paragraph 3 above.
20. RIGHT TO INSPECT PLANT: The City may, at reasonable times, inspect the part of the plant or place of business of
Contractor or Subcontractor which is related to the performance of any contract as awarded or to be awarded.
21. WARRANTIES: Contractor warrants that all material, service or construction delivered under this contract shall conform
to the specifications of this contract. Unless otherwise stated in Contractor's response, the City is responsible for selecting
items, their use, and the results obtained from any other items used with the items furnished under this contract. Mere
receipt of shipment of the material/service specified and any inspection incidental thereto by the City shall not alter or affect
the obligations of the Contractor or the rights of the City under the foregoing warranties. Additional warranty requirements
may be set forth in the solicitation.
22. INSPECTION: All material and/or services are subject to final inspection and acceptance by the City. Materials and/or
services failing to conform to the specifications of this Contract will be held at Contractor's risk and may be returned to the
Contractor. If so returned, all costs are the responsibility of the Contractor. The City may elect to do any or all:
a. Waive the non-conformance.
b. Stop the work immediately.
c. Bring material into compliance..
This shall be accomplished by a written determination for the City.
23. TITLE AND RISK OF LOSS: The title and risk of loss of material and/or service shall not pass to the City until the City
actually receives the material or service at the point of delivery, unless otherwise provided within this Contract.
24. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender of materials shall fully comply with all provisions of
the Contract. If a tender is made which does not fully conform, this shall constitute a breach of the Contract as a whole.
25. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: Contractor shall deliver conforming
materials in each installment of lot of this Contract and may not substitute nonconforming materials. Delivery of
nonconforming materials or a default of any nature, at the option of the City, shall constitute a breach of the Contract as a
whole.
26. SHIPMENT UNDER RESERVATION PROHIBITED: Contractor is not authorized to ship materials under reservation
and no tender of a bill of lading will operate as a tender of the materials.
COP 202 (04/M14)CF
��'tY©. Materials Management
STANDARD Procurement
9875 N. 85th Ave., 2"d FI.
o y �•' TERMS AND CONDITIONS Peoria, Arizona 85345-6560
�t+0 Phone: (623) 773-7115
Fax (623) 773-7118
27. LIENS: All materials, service or construction shall be free of all liens, and if the City requests, a formal release of all liens
shall be delivered to the City.
28, LICENSES: Contractor shall maintain in current status ali Federal, State and focal licenses and permits required for the
operation of the business conducted by the Contractor as applicable to this Contract.
29. PATENTS AND COPYRIGHTS: All services, information, computer program elements, reports and other deliverables,
which may be patented or copyrighted and created under this contract are the property of the City and shall not be used or
released by the Contractor or any other person except with the prior written permission of the City_
30. PREPARATION OF SPECIFICATIONS BY PERSONS OTHER THAN CITY PERSONNEL: All specifications
shall seek to promote overall economy for the purposes intended and encourage competition and not be unduly restrictive in
satisfying the City's needs. No person preparing specifications shall receive any direct or indirect benefit from the
utilization of specifications, other than fees paid for the preparation of specifications.
31. COST OF BiD/PROPOSAL PREPARATION: The City shall not reimburse the cost of developing presenting or
providing any response to this solicitation. Offers submitted for consideration should be prepared simply and economically,
providing adequate information in a straightforward and concise manner.
32. PUBLIC RECORD: All offers submitted in response to this solicitation shall become the property of the City and shall
become a matter of public record available for review, subsequent to the award notification, in accordance with the City's
Procurement Code. However, subsequent to the award of the contract, any information and documents obtained by the City
during the course of an audit conducted in accordance with Paragraph 19 above for the purpose of determining compliance
by Contractor or a Subcontractor with the Contractor Immigration Warranty mandated by Paragraph 3 above shall remain
confidential and shall not be made available for public review or produced in response to a public records request, unless the
City is ordered or otherwise directed to do so by a court of competent jurisdiction.
33. ADVERTISING: Contractor shall not advertise or publish information concerning this Contract, without prior written
consent of the City_
34. DELIVERY ORDERS: The City shall issue a Purchase Order for the material and/or services covered by this contract.
All such documents shall reference the contract number as indicated on the Offer and Contract Award (COP Form 203)-
35. FUNDING: Any contract entered into by the City of Peoria is subject to funding availability_ Fiscal years for the City of
Peoria are July 1 to June 30. The City Council approves all budget requests. if a specific funding request is not approved,
the contract shall be terminated.
36. PAYMENT: A separate invoice shall be issued for each shipment of material or service performed, and no payment will be
issued prior to receipt of material and/or services and correct invoice.
37. PROHIBITED LOBBYING ACTIVITIES: The Offeror, his/her agent or representative shall not contact, orally or in any
written form any City elected official or any City employee other than the Materials Management Division, the procuring
department, City Manager, Deputy City Manager or City Attorney's office (for legal issues only) regarding the contents of
this solicitation or the solicitation process commencing from receipt of a copy of this request for proposals and ending upon
submission of a staff report for placement on a City Council agenda. The Materials Manager shall disqualify an Offeror's
proposal for violation of this provision. This provision shall not prohibit an Offeror from petitioning an elected official after
submission of a staff report for placement on a City Council agenda or engaging in any other protected first amendment
activity after submission of a staff report for placement on a City Council agenda.
38. PROHIBITED POLITICAL CONTRIBUTIONS: Consultant during the term of this Agreement shall not make a
contribution reportable under Title 16, Chapter 6, Article 1, Arizona Revised Statutes to a candidate or candidate committee
for any city elective office during the term of this Agreement. The City reserves the right to terminate the Agreement
without penalty for any violation of this provision.
COP 202 (041CW14)CF
o7�1 �- E
SPECIAL TERMS AND
CONDITIONS
Solicitation Number: Q16-44
Materials Management
Procurement
9875 N. 85`h Ave., 2"d Fl.
Peoria, Arizona 85345-6560
Phone: (623) 773-7115
Fax: (623) 773-7118
I. Purpose: Pursuant to provisions of the City Procurement Code, the City of Peoria, Materials Management Division intends
to establish a contract for Lighting Maintenance and Inspection Services.
2. Authority: This Solicitation as well as any resultant contract is issued under the authority of the City Materials Manager.
No alteration of any resultant contract may be made without the express written approval of the City Materials Manager in
the form of an official contract amendment_ Any attempt to alter any contract without such approval is a violation of the
contract and the City Procurement Code. Any such action is subject to the legal and contractual remedies available to the
City inclusive of, but not limited to, contract cancellation, suspension and/or debarment of the contractor.
3. Offer Acceptance Period: In order to allow for an adequate evaluation, the City requires an offer in response to this
Solicitation to be valid and irrevocable for sixty (60) days after the opening time and date.
4_ Cooperative Purchasine: While this contract is for the City of Peoria, other public agencies and political subdivisions may
express interest in utilizing the contract. In addition to the City of Peoria, and with approval of the contractor, this contract
may be extended for use by other eligible public agencies (i.e. municipalities, school districts, nonprofit educational
institutions, public health institutions, community facilities districts, and government agencies of the State). Eligible public
agencies may elect to utilize the contract through cooperative purchasing (or piggybacking) on the contract and do so at
their discretion. No volume is implied or guaranteed, and the contractor must be in agreement with the cooperative
transaction. The Strategic Alliance for Volume Expenditures (SAVE), a group of school districts and other public agencies,
have signed an intergovernmental cooperative purchase agreement to obtain economies of scale. As a member of SAVE,
the City of Peoria will act as the lead agency. Any such usage by other participating public agencies must be in accordance
with the ordinance, charter and/or procurement rules and regulations of the respective public agency. Potential participating
public agencies (i.e. municipalities, school districts, nonprofit educational institutions, public health institutions, community
facilities districts, and government agencies of the State) recognize potential equipment, logistical and capacity limitations
by the contractor may limit the contractor's ability to extend use of this contract. Any orders placed to the contractor will be
placed by the specific public agency participating in this purchase, and payment for purchases made under this agreement
will be the sole responsibility of each participating public agency. The City of Peoria shall not be responsible for any
disputes arising out of transactions made by others.
5. Contract Tvpe: Fixed Price
6. `Perm of Contract: The term of any resultant contract shall commence on the first day of the month following the date of
award and shall continue for a period of one (1) year thereafter, unless terminated, cancelled or extended as otherwise
provided herein.
7. Contract Extension: By mutual written contract amendment, any resultant contract may be extended for supplemental
periods of up to a maximum of forty-eight (48) months.
8. Affirmative Action: It is the policy of the City of Peoria that suppliers of goods or services to the City adhere to a policy of
equal employment opportunity and demonstrate an affirmative effort to recruit, hire, and promote regardless of race, color,
religion, gender, national origin, age or disability. The City of Peoria encourages diverse suppliers to respond to
solicitations for products or services.
9. Progosal Format: Proposals shall be submitted in one (1) original and three (3) copies on the forms and in the format as
contained in the Request for Proposal. Proposals shall be on 8 1/2" & I l" paper with the text on one side only. All
submittal information must contain data for only the local office(s) which will be performing the work.
10. Evaluation: In accordance with the City of Peoria Procurement Code, awards shall be made to the responsible offeror
whose proposal is determined in writing to be the most advantageous to the City, based upon the evaluation criteria listed
below. The evaluation factors are listed in their relative order of importance.
a. Experience and Qualifications
b. Method of Approach
c. Cost Considerations
d. Conformance to Request for Quotation
COP 209 (04109174)CF
SPECIAL TERMS AND Materials Management
*Ito
CQNDITICINS Procutrement nd9875 N. 85 Ave., 2 FI.
Peoria, Arizona 85345-6560
Solicitation Number: Q16-04 Phone: (623) 773-7115
Fax; (623) 773-7118
The City reserves the right to consider historic information and facts, whether gained from the Vendor's proposal, questions
and answer conferences, references, or other source and the views of the evaluator(s) with prior Contract or service delivery
experience with any of the Vendors, while conducting the proposal evaluations.
11 _ Proposal Opening: Proposals shall be submitted at the time and place designated in the request for proposals. All
information contained in the proposals shall be deemed as exempt from public disclosure based on the City's need to avoid
disclosure of contents prejudicial to competing offerors during the process of negotiation. The proposals shall not be open
for public inspection until after contract award. PRICES SHALL NOT BE READ. After contract award, the successful
proposal and the evaluation documentation shall be open for public inspection_
12. Non -Exclusive Contract: Any contract resulting from this Solicitation shall be awarded with the understanding and.
agreement that it is for the sole convenience of the City of Peoria. The City reserves the right to obtain like goods or services
from another source when necessary. Off -Contract Purchase Authorization may only be approved by the City Materials
Manager. Approval shall be at the discretion of the City Materials Manager and shall be conclusive, however, approval
shall be granted only after a proper review and when deemed to be appropriate. Off -contract procurement shall be
consistent with the City Procurement Code.
13. Taxes: Prices offered shall not include applicable State and local taxes. The City will pay all applicable taxes. Taxes must
be listed as a separate item on a]I invoices.
14. Price Adjustment: The City of Peoria Purchasing Office will review fully documented requests for price increases after
any contract has been in effect for one (1) year. Any price increase adjustment will only be made at the time of contract
extension and will be a factor in the extension review process. The City of Peoria Materials Management Division will
determine whether the requested price increase or an alternate option, is in the best interest of the City. Any price
adjustment will be effective upon the effective date of the contract extension_
15. Price Reduction: A price reduction adjustment may be offered at any time during the term of a contract and shall become
effective upon notice.
16. Discussions: In accordance with the City of Peoria Procurement Code, after the initial receipt of proposals, discussions may
be conducted with offerors who submit proposals determined to be reasonably susceptible of being selected for award.
17. Insurance Requirements: The Contractor, at Contractor's own expense, shall purchase and maintain the herein stipulated
minimum insurance with companies duly Licensed, possessing a current A.M. Best, Inc. Rating of A-, or approved
unlicensed in the State of Arizona with policies and forms satisfactory to the City.
All insurance required herein shall be maintained in full force and effect until all work or service required to be performed
under the terms of the Contract is satisfactorily completed and formally accepted, failure to do so may, at the sole discretion
of the City, constitute a material breach of this Contract.
The Contractor's insurance shall be primary insurance as respects the City, and any insurance or self-insurance maintained
by the City shall not contribute to it.
Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy
warranty shall not affect coverage afforded under the insurance policies to protect the City_
The insurance policies, except Workers' Compensation, shall contain a waiver of transfer rights of recovery (subrogation)
against the City, its agents, representatives, directors, officers, and employees for any claims arising out of the Contractor's
acts, errors, mistakes, omissions, work or service.
The insurance policies may provide coverage which contain deductibles or self-insured retentions. Such deductible andlor
self-insured retentions shall not be applicable with respect to the coverage provided to the City under such policies. The
Contractor shall be solely responsible for the deductible and/or self-insured retention and the City, at its option, may require
the Contractor to secure payment of such deductibles or sclf-insured retentions by a Surety Bond or an irrevocable and
unconditional letter of credit.
The City reserves the right to request and to receive, within 10 working days, certified copies of any or all of the herein
required insurance policies and endorsements. The City shall not be obligated, however, to review same or to advise
COP 209 (041OW14)CF
Q7�1 T __
SPECIAL TERMS AND
CONDITIONS
Solicitation Number: Q16-04
Materials Management
Procurement
9875 N. 85" Ave., 2nd Fl.
Peoria, Arizona 85345-6560
Phone: (623) 773-7115
Fax: (623) 773-7118
Contractor of any deficiencies in such policies and endorsements, and such receipt shall not relieve Contractor from, or be
deemed a waiver of the City's right to insist on, strict fulfillment of Contractor's obligations under this Contract.
The insurance policies, except Workers' Compensation and Professional Liability, required by this Contract, shall name the
City, its agents, representatives, officers, directors, officials and employees as Additional Insureds.
18. Required Insurance Coverage:
a. Commercial General Liability
Contractor shall maintain Commercial General Liability insurance with a limit of not less than $1,000,000 for each
occurrence with a $2,000,000 Products/Completed Operations Aggregate and a $2,000,000 General Aggregate Limit.
The policy shall include coverage for bodily injury, broad form property damage, personal injury, products and
completed operations and blanket contractual coverage including, but not limited to, the liability assumed under the
indemnification provisions of this Contract which coverage will be at least as broad as Insurance Service Office, Inc.
Policy Form CG 00011207 or any replacements thereof. The coverage shall not exclude X, C, U.
Such policy shall contain a severability of interest provision, and shall not contain a sunset provision or commutation
clause, nor any provision which would serve to limit third party action over claims.
The Commercial General Liability additional insured endorsement shall be at least as broad as the Insurance Service
Office, Inc.'s Additional Insured, Form B, CG 20370704, and shall include coverage for Contractor's operations and
products and completed operations.
Any Contractor subletting any part of the work, services or operations awarded to the Contractor shall purchase and
maintain, at all times during prosecution of the work, services or operations under this Contract, an Owner's and
Contractor's Protective Liability insurance policy for bodily injury and property damage, including death, which may
arise in the prosecution of the Contractor's work, service or operations under this Contract. Coverage shall be on an
occurrence basis with a limit not less than $1,000,000 per occurrence, and the policy shall be issued by the same
insurance company that issues the Contractor's Commercial General Liability insurance.
b. Automobile Liability
Contractor shall maintain Commercial/Business Automobile Liability insurance with a combined single limit for bodily
injury and property damage of not less than $1,000,000 each occurrence with respect to the Contractor's any owned,
hired, and non -owned vehicles assigned to or used in performance of the Contractor's work. Coverage will be at least as
broad as coverage code 1, "any auto", (Insurance Service Office, Inc. Policy Farm CA 00010306, or any replacements
thereof). Such insurance shall include coverage for loading and off loading hazards. If hazardous substances, materials
or wastes are to be transported, MCS 90 endorsement shall be included and $5,000,000 per accident limits for bodily
injury and property damage shall apply.
c. Workers' Compensation
The Contractor shall carry Workers' Compensation insurance to cover obligations imposed by federal and state statutes
having jurisdiction of Contractor's employees engaged in the performance of the work or services; and, Employer's
Liability insurance of not less than $100,000 for each accident, $100,000 disease for each employee, and $500,000
disease policy limit..
In case any work is subcontracted, the Contractor will require the Subcontractor to provide Workers' Compensation and
Employer's Liability to at least the same extent as required of the Contractor.
19. Certificates of Insurance: Prior to commencing work or services under this Contract, Contractor shall furnish the City
with Certificates of Insurance, and formal endorsements as required by the Contract, issued by Contractor's insurer(s), as
evidence that policies providing the required coverages, conditions and limits required by this Contract are in full force and
effect.
In the event any insurance policy(ies) required by this contract is(are) written on a "claims made" basis, coverage shall
extend for two years past completion and acceptance of the Contractor's work or services and as evidenced by annual
COP 209 (04AM14)CF
yt
SPECIAL TERMS AND
CONDITIONS
Solicitation Number; Q16-04
Certificates of Insurance.
Materials Management
Procurement
9875 N. 85"Ave., 2"' Fl.
Peoria, Arizona 85345-6560
Phone: (623) 773-7115
Fax: (623) 773-7118
If a policy does expire during the life of the Contract, a renewal certificate must be sent to the City fifteen (15) days prior to
the expiration date.
All Certificates of Insurance shall be identified with bid serial number and title. A $25.00 administrative fee will be assessed
for all certificates received without the appropriate bid serial number and title.
20. Cancellation and Expiration Notice: insurance required herein shall not expire, be canceled, or materially changed
without thirty (30) days prior written notice to the City -
21. Independent Contractor:
a. General
i. The Contractor acknowledges that all services provided under this Agreement are being provided by him as an
independent contractor, not as an employee or agent of the City Manager or the City of Peoria.
H. Both parties agree that this Agreement is nonexclusive and that Contractor is not prohibited from entering into
other contracts nor prohibited from practicing his profession elsewhere.
b. Liability
i. The City of Peoria shall not be liable for any acts of Contractor outside the scope of authority granted under this
Agreement or as the result of Contractor's acts, errors, misconduct, negligence, omissions and intentional acts.
ii. To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the City, its
agents, representatives, officers, directors, officials and employees from and against all claims, damages, losses and
expenses (including but not limited to attorney fees„ court costs, and the cost of appellate proceedings), rclating to,
arising out of, or alleged to have resulted from the acts, errors, mistakes, omissions, work or services of the
Contractor, its employees, agents, or any tier of subcontractors in the performance of this Contract. Contractor's
duty to defend, hold harmless and indemnify the City, its agents, representatives, officers, directors, officials and
employees shall arise in connection with any claim, damage, loss or expense that is attributable to bodily injury,
sickness, disease, death, or injury to, impairment, or destruction of property including loss of use resulting
therefrom, caused by any acts, errors, mistakes, omissions, work or services in the performance of this Contract
including any employee of the Contractor or any tier of subcontractor or any other person for whose acts, errors,
mistakes, omissions, work or services the Contractor may be legally liable_
The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting
the scope of the indemnity in this paragraph.
c. Other Benefits
The Contractor is an independent contractor, therefore, the City Manager will not provide the Contractor with health
insurance, life insurance, workmen's compensation, sick leave, vacation leave, or any other fringe benefits. Further,
Contractor acknowledges that he is exempt from coverage of the Comprehensive Benefit and Retirement Act
(COBRA). Any such fringe benefits shall be the sole responsibility of Contractor.
22. Ordering Process: Upon award of a contract by the City of Peoria, Materials Management Division may procure the
specific material and/or service awarded by the issuance of a purchase order to the appropriate contractor. The award of a
contract shall be in accordance with the City of Peoria Procurement Code and all transactions and procedures required by
the Code for public bidding have been complied with. A purchase order for the awarded material and/or service that cites
the correct contract number is the only document required for the department to order and the contractor to delivery the
material and/or service.
Any attempt to represent any material and/or service not specifically awarded as being under contract with the City of
Peoria is a violation of the contract and the City of Peoria Procurement Code. Any such action is subject to the legal and
contractual remedies available to the City 'inclusive of, but not limited to, contract cancellation, suspension and/or
debarment of the contractor.
COP 209 (04103114)CF
SPECIAL TERMS AND Materials Management
1r`�y0 Procurement
G CONDITIONS 9875 N. 851h Ave., 2" Fl.
* * Peoria, Arizona 85345-6560
Solicitation Number: 416-04 Phone: (623) 773-7115
Fax: (623) 773-7118
23. Invoices: The Contractor shall submit invoices to the City of Peoria Accounts Payable Department, 8401 W. Monroe St,
Peoria AZ 85345. Invoices may also be submitted electronically to accountspayable .neoriaaz.gov.
24. Billing: All billing notices to the City shall identify the specific item(s) being billed and the purchase order number. Items
are to be identified by the name, model number, and/or serial number most applicable. Any purchase/delivery order issued
by the requesting agency shall refer to the contract number resulting from this solicitation.
25. Licenses: Contractor shall maintain in current status all Federal, State and Local licenses and permits required for the
operation of the business conducted by the Contractor.
26. City of Peoria Business License: Peoria City Code requires that all persons conducting business in the City of Peoria
must first obtain a license. This includes businesses within the Peoria city limits, or those outside the limits who conduct
business or perform services within Peoria. For business license questions or to obtain a license, please contact the City of
Peoria Sales Tax & License Division at (623) 773-7160 or via email at saiestaxfteoriaAZ.-gov.
27. Safety Standards: All items supplied on this contract shall comply with the current applicable Occupational Safety and
Health Standards of the State of Arizona Industrial Commission, the National Electric Code, and the National Fire
Protection Association Standards_
28. Usage Report: It is an express condition of any award that the successful vendor(s) shall provide the City of Peoria,
Materials Management Division with a quarterly report delineating the number of items by commodity number as show on
the bid for each item. Fdrmat for the usage report will be issued to the successful bidder(s).
29. Confidential Information:
a. If person believes that a bid, proposal, offer, specification, or protest contains information that should be withheld, a
statement advising the Materials Supervisor of this fact shall accompany the submission and the information shall be
identified.
b, The information identified by the person as confidential shall not be disclosed until the Materials Supervisor makes a
written determination.
c. The Materials Supervisor shall review the statement and information and shall determine in writing whether the
information shall be withheld.
d. If the Materials Supervisor determines to disclose the information, the Materials Supervisor shall inform the bidder in
writing of such determination.
30. Identiri Theft Prevention: The Contractor shall establish and maintain Identity Theft policies, procedures and controls for
the purpose of assuring that "personal identifying information," as defined by A.R.S. § 13-2001(10), as amended, contained
in its records or obtained from the City or from others in carrying out its responsibilities under the Contract, is protected at
all times and shall not be used by or disclosed to unauthorized persons. Persons requesting such information should be
referred to the City. Contractor also agrees that any "personal identifying information" shall not be disclosed other than to
employees or officers of Contractor as needed for the performance of duties under the Contract. Contractor agrees to
maintain reasonable policies and procedures designed to detect, prevent and mitigate the risk of identity theft. Contractor is
required under this contract to review the City of Peoria's Identity Theft Program and to report to the Program
Administrator any Red Flags as defined within that program. At a minimum, the contractor will have the following Identity
Theft procedures in place:
a. Solicit and retain only the "personal identifying information" minimally necessary for business purposes related to
performance of the Contract.
b. Ensure that any website used in the performance of the contract is secure. If a website that is not secure is to he used,
the City shall be notified in advance before any information is posted. The City reserves to right to restrict the use of
any non -secure websites under this contract.
c. Ensure complete and secure destruction of any and all paper documents and computer files at the end of the contracts
retention requirements_
COP 209 (04104114)CF
SPECIAL TERMS AND Materials Management
G�TY-o6 CONDITIONS Procurement
CONDITIONS
* * 9875 N. 85 Ave., 2 Fl.
Peoria, Arizona 85345-6560
�'()jt�� Solicitation Number: Q16-04 Phone: (623) 773-7115
Fax: (623) 773-7118
d. Ensure that office computers are password protected and that computer screens lock after a set period of time.
e. Ensure that offices and workspaces containing customer information are secure.
f Ensure that computer virus protection is up to date.
31. Confidentiality, of Records: The contractor shall establish and maintain procedures and controls that are acceptable to the
City for the purpose of assuring that information contained in its records or obtained from the City or from others in
carrying out its functions under the contract shall not be used or disclosed by it, its agents, officers, or employees, except as
required to efficiently perform duties under the contract. Persons requesting such information should be referred to the City.
Contractor also agrees that any information pertaining to individual persons shall not be divulged other than to employees or
officers of contractor as needed for the performance of duties under the contract.
32. Contract Termination: Any contract entered into as a result of this Solicitation is for the convenience of the City and as
such, may be terminated without default by the City by providing a written thirty (30) day notice of termination.
33. Protest Policy and Procedures: The City of Peoria protest policy and procedures are available for review at the following
public websites and as per ARS 34-603.C.2(f).
a. The City of Peoria Protest Policy and Procedures are available online at
httl2://www.peoriaaz.jzov/neWsecondary.aspx?id=2071.
The policy is contained within the City of Peoria Procurement Code, Chapter 2- Administration, section 2-321.
Procurement Code Protests; Informal and Formal.
b. The specific protest procedures are contained in the Materials Management "Procurement Administrative Guidelines"
and can be accessed at http:l/wwwAoriaaz_pov(NewSecondaa.aspx?id=54937 in the "Downloads" box on the right
side of the web page.
COP 209 (04MW14)CF
Materials Management
N SCOPE OF WORK Procurement
* 9875 N. 851" Ave., 2"d FI.
Peoria, Arizona 85345-6560
n Solicitation Number: QIS-04 Ph (623) 773-7118
Fa ' (623) 773-7118
A. General:
The City of Peoria is seeking a qualified vendor to provide lighting mai enance and inspection
services for lighting higher than 30 feet above ground and underwate ighting at pool locations. The
services are needed on a quarterly and "as needed" basis at the foil wing locations:
1. Rio Vista Community Park 8866-W. Thund bird, Peoria, AZ
• Skate Park — 4 Poles112 Lamps
• Adult Softball Fields (4) — 22 Poles/187 Lamps
• Youth Baseball/Softball Fields (3) —11 Poles/49 La s
• Soccer Fields (2) — 7 Poles142 Lamps
• All parking lot lights
2. Pioneer Community Park
• All parking lot lights
3. Varney Park
• Baseball Fields (2) — 10 Poles/40
4. Ira Murphy Park
• Baseball Field (1) — 10 Poles
5. Cheyenne Elementary School
a Softball]Multi-purpose Field —
8766,i(l. 83`d Avenue, Peoria, AZ
820 N. 81" Avenue, Peoria, AZ
7230 W. Cheryl Drive, Peoria, AZ
11806 N. 87th Avenue, Peoria, AZ
Lamps
6. Coyote Hills Elementary Scho I 21180 N. 87th Avenue, Peoria, AZ
• Baseball Field (1) — 7 Pole 151 Lamps
7. Sunrise Mountain High S ool 21321 N. 86th Drive, Peoria, AZ
• (a) Baseball/Rententi n Field (1) — 6 Poles/52 tamps
• (b) Pool — 14 Unde ater Lights, 30 Overhead Lights
• (c) Security lights - 4
8. Peoria High Schoo 11200 N. 83n' Avenue, Peoria, AZ
• Pool — 15 Und rwater Lights,. 18 Overhead Lights
9. Centennial Hig School 14388 N. 7e Avenue, Peoria, AZ
Pool — 7 1/ter Lights, 16 Overhead Lights
10. Rio Vista ecreation Center 8866 W. Thunderbird, Peoria, AZ
• Gymasium — 30 Fixtures
11. Sunrise Family,Center 21303 N. 86th Dr, Peoria, AZ
O 5 overhead .parking lot and 10 security lights
COP 209 (04/0 114)CF
Materials Management
Gt'� SCOPE OF WORK Procunementrid
* * . 9875 N. 85` Ave., 2 FI.
Peoria, Arizona 85345-6560
�01 Solicitation dumber: Q16-04 Phoney (623) 773-7115
Fax: (623) 773-7118
1. Peoria Sports Complex (As needed services only — hourly rates apply)
• Parking lot and practice field walkways 121 fixtures, approximately 34' from ground, 400 watt
metal halide, mogul base lamp, 480V ballast.
2. Peoria Neighborhood Partes (As needed services only — hourly rate pply)
• All parking lot lights — Approximately 30 neighborhood park locatio (see link below).
https:i/www.oeoriaaz.gov/NewSeconda!y,.asgx?id=74915.
B. Inspection/Maintenance:
1. Inspection and Maintenance shall be performed on all exter1_9f & interior lighting at all locations
listed above for lights higher than 30 feet above ground anfir underwater lights at pool locations.
2. Areas at each fixture will include lamps, ballasts,
and lenses and other related parts.
3. All replacement parts shall be new and in working 96ndition. Replacement parts shall be
equivalent to the original parts and compatiblew" existing equipment, unless otherwise approved
by City Site Manager.
4. Contractor shall conduct an initial on-site in
locations listed above. Contractor will ma
predetermined repairs and additional Z
to each City Site Manager, in a accept le
completed within the following time fr es:
a. January 15 — February 15
b. April 15 — May 15
c. July 15 — August 15
d. October 15 — November 1
eaction on a quarterly basis of all exterior lighting at all
contact with each City Site Manager to obtain a list of
5 to be perform. Results of each inspection will be given
format. The quarterly inspections can be started and
5. After inspections, a itemized/quote listing parts and potential labor hours will be provided to City
Site Manager for approval/Maintenance and replacement of lights will be performed upon
approval from City Site M nager.
6. City may utilize the Co tractor on an "as needed" basis between inspections, including after-hours
emergency calls to pr vide maintenance and lighting replacement at the locations listed above.
7. At a minimum, the ontractor shall have at least one (1) qualified fighting repairtmaintenance
personnel avails eon call at a99 times.
8. Contractor s I provide all necessary parts, tools, equipment, and labor to perform each task.
9. Contractor's employees shall display proper identification while working on City property.
10. Contractor shall at all times abide by local, state, and federal safety regulations, including the
current applicable Occupational Safety and Health Standards of the State of Arizona Industrial
Commission, the National Electric Code, and the National Fire Protection Association Standards.
COP 209 (00=14)CF
C3'ti +i!`_' =�_'_U
SCOPE OF WORK
Solicitation Number: Q16-04
C. Response Time:
Materials Management
Procurement
9875 N. 85" Ave., 2"" Fl.
Peoria, Arizona 85345-6560
Phone: (623) 773-7115
Fax: (623) 773-7118
1. Contractor shall provide the City with contact name(s) a5d phone number(s) for the on-call lighting
repair/maintenance personnel, for after-hours and em envy service calls. Response time for a
technician to be on-site to service the specified equi ent, for after-hours and emergency service
calls, shall be no later than two (2) hours, after noti ation of a requirement for service.
2. Response time for a technician to be on-site to ervice the specified equipment, for non-
emergency calls, shall be no later than twenty our (24) hours, (8:00 a.m.-5:00 p.m_, Monday -
Friday) after notification of a requirement for/service.
COP 209 (04/)9;14)CF
Materials Management
SCOPE OF WORK (revised) Procurement
9875 N. 85`h Ave., 2n' FI.
* Peoria, Arizona 85345-6560
pg�� Solicitation Number: Q16 -o4 Phone: (623) 773-7115
Fax: (623) 773-7118
A. General:
The City of Peoria is seeking a qualified vendor to provide lighting maintenance and inspection
services for lighting higher than 30 feet above ground and underwater lighting at pool locations. The
services are needed on a quarterly and "as needed" basis at the following locations:
1. Rio Vista Community Park . 8866 W. Thunderbird, Peoria, AZ-
Skate
ZSkate Park — 4 Poles/12 Lamps
• Adult Softball Fields (4) — 22 Poles/387 Lamps
• Youth Baseball/Softball Fields (3) —11 Poles/49 Lamps
• Soccer Fields (2) — 7 Poles/42 Lamps
• All parking lot lights
2. Pioneer Community Park 8756 N. 83`d Avenue, Peoria, AZ
• All parking lot lights
3. Varney Park 11820 N. 81St Avenue, Peoria, AZ
• Baseball Fields (2) — 10 Poles/40 Lamps
4. Ira Murphy Park 7230 W. Cheryl Drive, Peoria, AZ
• Baseball Field (1) — 10 Poles
5. Cheyenne Elementary School 11806 N. 87th Avenue, Peoria, AZ
• Softball/Multi-purpose Field 6 Poles/36 Lamps
6. Coyote Hills Elementary School 21180 N. 87h Avenue, Peoria, AZ
• Baseball Field (1) — 7 Poles/51 Lamps
7. Sunrise Mountain High School 21321 N. 86th Drive, Peoria, AZ
• (a) Baseball/Rentention Field (1) —6 Poles/52 Lamps
• (b) Pool — 14 Underwater Lights, 30 Overhead Lights
• (c) Security lights - 34
8. Peoria High School 11200 N. 83rd Avenue, Peoria, AZ
• Pool — 15 Underwater Lights, 18 Overhead Lights
9. Centennial High School 14388 N. 791h Avenue, Peoria, AZ
• Pool — 7 Underwater Lights, 16 Overhead Lights
10. Rio Vista Recreation Center 8866 W. Thunderbird, Peoria, AZ
• Gymnasium — 30 Fixtures
11. Sunrise Family Center 21303 N. 86t'' Dr, Peoria, AZ
0 5 overhead parking lot and 10 security lights
Materials Management
Yo,�,i SCOPE OF WORK (revised) Procurement
+: I 8875 N. 85'h Ave., 2nd Fl.
Peoria, Arizona 85345-6560
0i[t1� Solicitation Dumber: Q16-04 Phone: (523) 773-7115
Fax: (623) 773-7118
U. Sunset Heights Elementary School
(Camino A Lago Park) 21249 N. 98'x' Avenue, Peoria, AZ
• y light poles 70'140 lights
13. West Wing Park 27100 N. West Wing Parkway, Peoria, AZ
• 6 light poles/4 @ 60712 lights
1. Peoria Sports Complex (As needed services only- hourly rates apply)
• Parking lot and practice field walkways — 121 fixtures, approximately 34' from ground, 400 watt
metal halide, mogul base lamp, 480V ballast.
2. Peoria Neighborhood Parks (As needed services only— hourly rates apply)
• All parking lot lights — Approximately 30 neighborhood park locations (see link below).
https:llwww.peoriaaz.gov]NewSecondary.asiox?id=74915.
B. Inspection/Maintenance:
1. The Contractor shall conduct an initial on-site inspection of all exterior lighting at all locations listed
above.
2. The Contractor shall conduct quarterly on-site inspection services of all exterior lighting at all
locations. Contractor will make contact with each City Site Manager to obtain a list of
predetermined repairs and additional duties to be performed. Results of each inspection will be
given to each City Site Manager in a acceptable format. The quarterly inspections can be started
and completed within the following time frames:
a. January 15 — February 15
b. April 15 — May 15
c. July 15 —August 15
d. October 15 — November 15
3. Inspection and Maintenance shall be performed on all exterior & interior lighting at all locations
listed above for lights higher than 30 feet above ground and underwater lights at pool locations.
4. Areas at each fixture will include lamps, ballasts, fuses, sockets and lenses and other related parts.
5. All replacement parts shall be new and in working condition. Replacement parts shall be
equivalent to the original parts and compatible with existing equipment, unless otherwise approved
by City Site Manager.
6. After inspections, a itemized quote listing parts and potential labor hours will be provided to City
Site Manager for approval. Maintenance and replacement of lights will be performed upon
approval from City Site Manager.
7. The City may utilize the Contractor on an "as needed" basis between inspections, including after-
hours emergency calls to provide maintenance and lighting replacement at the locations listed
Materials Management
SCOPE OF WORK (revised) Procurement
9875 N. 85h Ave., 2`1 FI.
\ * Peoria, Arizona 85345-6550
�0 Solicitation Number: Q16-04 Phone: (623) 773-7115
Fax: (623) 773-7118
above.
8. At a minimum, the Contractor shall have at least one (1) qualified lighting repair/maintenance
personnel available on call at all times.
9. Contractor shall provide all necessary parts, tools, equipment, and labor to perform each task.
10. Contractor's employees shall display proper identification while working on City property.
11. Contractor shall at all times abide by local, state, and federal safety regulations, including the
current applicable Occupational Safety and Health Standards of the State of Arizona Industrial
Commission, the National Electric Code, and the National Fire Protection Association Standards.
C. Response Time:
1. Contractor shall provide the City with contact name(s) and -phone numbers) for the on-call lighting
repairlmaintenance personnel, for after-hours and emergency service calls. Response time for a
technician to be on-site to service the specified equipment, for after-hours and emergency service
calls, shall be no later than two (2) hours, after notification of a requirement for service.
2. Response time for a technician to be on -Site to service the specified equipment, for non-
emergency calls, shall be no later than twenty-four (24) hours, (8:00 a.m.-5:00 p.m., Monday -
Friday) after notification of a requirement for service.
E2 I, STA
SUBMITTAL REQUIREMENTS
Solicitation Number: Q16-04
A. PROPOSAL FORMAT:
Materials Management
Procurement
9875 N. 85`h Ave., 2nd FI.
Peoria. Arizona 85345-6560
Phone; (523) 773-7115
Fax: (623) 773-7118
Proposals shall be submitted in one (1) original and three (3) copies on the forms and in the
format as specified in the Request for Proposal.
B. PROPOSAL CONTENT. The following items shall be addressed , in the proposal
submission.
1. Qualifications and Experience
a Brief history of firm & staff qualifications and experience.
• Demonstrate your firm's experience in the industry.
2. Method of Approach
Provide an approach to satisfy the requirements as described in the Scope of Work.
3. Cost Considerations
Q Complete the'Price Sheet.
4. References from Similar Clients
References - Provide a list of three (3) clients with projects similar in scope. Letters of
recommendation, if any, may be included in this section.
5. Conformance to -RFQ
Failure to provide all requested information may result in offeror's proposal being rejected
as non-responsive.
Complete and return all City forms.
Exceptions Any exceptions to any part of the RFQ must be clearly noted and identified.
C. EVALUATION CRITERIA
In accordance with the City of Peoria Procurement Code, awards shall be made to the responsible
offeror whose proposal is determined in writing to be the most advantageous to the City, based
upon the evaluation criteria listed below. The evaluation factors are listed in their relative order of
importance.
1. Qualifications and Experience
2. Method of Approach
3. Cost Considerations
4. Conformance to RFQ
The City reserves the right to consider historic information and facts, whether gained from the
Offeror's proposal, questions and answer conferences, references, or other source and the views of
the evaluator(s) with prior Contract or service delivery experience with any of the Offerors, while
conducting the proposal evaluations.
COP 209 (04M14)CF
SUBMITTAL REQUIREMENTS
A
�0�t4� Solicitation Number: Q16-04
D. PROPOSAL DUE DATE AND CONTACT INFORMATION:
Proposals are due no later than 5:00 P.M. on December 21, 2015
Materials Management
Procurement
9875 N. 85'" Ave., 2"d FI.
Peoria, Arizona 85345-6560
Phone: (623) 773-7115
Fax: (623) 773-7118
Proposals shall be submitted in one (1) original and three (3) copies and shall be delivered to:
City of Peoria
Materials Management
9875 N. 85th Avenue — 2nd Floor
Peoria, Arizona 85345
Proposals must be submitted in a sealed envelope or package with the solicitation number and the
Offeror's name and address clearly indicated on the envelope or package.
All questions regarding this RFP should be directed to Lisa Houg, Contract Officer at (623) 773-7191
or E-mail: Lisa. Hous@PeoriaAZ.gov
Contact with City staff, other than the designated contact person indicated in the RFP,
regarding this solicitation is strictly prohibited during the proposal process.
COP 209 (04109114)CF
PRICE SHEET Materials Management
�t't �' (�� Procurement
>it k 9875 N. 85" Ave.,. 2"d FI.
I
Peoria, Arizona 85345$560
g�� SOIiCitation Number: Q78 -U4 Phone: (623) 773-7115
Fax (623) 773-7118
Unit Extended
Item Description of material and/or services Quantity I Unit Price I Price
A.
QUARTERLY INSPECTION SERVICES
1.
Rio Vista Community Park'
4
Ea.
$ 0.00
$ 2,000.00
$ 1,200.00
2.
Pioneer Community Paris*
4
Ea,
300.00
$ 1,200.00
3.
Varney Park
4
$ 300.00
$ 300.00
4.
Ira Murphy Park
4
Ea.
$ 1,200.00
$ 300.00
$ 1,200.00
5.
Cheyenne Elementary School Field
4
Ea.
$ 300.00
$ 1,200.00
6.
Coyote Hills Elementary School Field*
4
Ea
$ 1,200.00
7a.
Sunrise Mountain High School Field*
4
Ea.
$ 300.00
$ 300.00
$ 1,200.00
7b.
Sunrise Mountain High School Pool
4
Ea.
7c.
Sunrise Mountain High School Security Lights
4
Ea
$ 300.00
$ 1,200.00
&
Peoria High School Pool
4
Ea.
$ 300.00
$ 1,200.00
$ 300.00
9.
Centennial High School Pool
4
Ea.
$ 1,200.00
$ 1,200.00
10.
Rio Vista Recreation Center
4
Ea.
$ 300.00
11.
Sunrise Family Center
4
Ea.
$ 300.00
$ 1,200.00
*Locations have lighting over 60 ff.
B
HOURLY RATES for.Lighting over a ft. (2 Techs and
proper equipment required, i.e. ane)
1.
Weekday Hourly Rate (normal b iness hours)
1
Hr.
$ 320.00
$ 320.00
$ 475.00
$ 475.00
2.
Weekday Hourly Rate (emergency -after business hours)
1
Hr.
3.
Weekend Hourly Rate (non 7mergency)
1
Hr.
$ 490.00
$ 490,00
$ 530.00
$ 530.00
4.
Weekend Hourly Rate (emergency)
1
Hr.
C .
1.
2.
HOURLY RATES for !I under 60 ft. (1 Tech and
proper equipment required, i.e. Bucket Truck)
Weekday Hourly Rad (normal business hours)
Weekday Hourly to (emergency -after business hours)
1
1
Hr.
Hr.
$ 105.00
$ 105.00
$ 155.00
$ 155.00
$ 165.00
$ 165.00
3.
u
Weekend Hourly ate (non -emergency)
1
Hr.
4_
Weekend Hou Rate (emergency)
1
Hr.
$ 175.00
$ 175.00
COP 205 (04IM14)CF
PRICE SHEET Materials Management
*1' Procurement
9875 N. 85`x'Aue., 2nd FI.
Peoria, Arizona 85345-6560
Solicitation Number: Q16-04 Phone: (623) 773-7115
Fax: (623) 773-7118
D.
1.
a.
b.l
C.
d.
e
f.
9.'
h.
k.
I.
2.1
F.
MATERIALS/PARTS (most commonly used)
Lamps & Ballasts (Multi -Tap)
100 Watt MH
100 Wat HPS
175 Watt MH
175 Watt HPS
250 Watt MH
250 Watt HPS
400 Watt MH
400 Watt HPS
1000 Watt MH
1000 Watt HPS
1500 Watt MH
1500 Waft HPS
Additional Materials/Parts (submit parts price
Cost plus 15 %
HAZARDOUS WASTE DISPOSAL,
HID Lamps
HID Ballast
Fluorescent Lam/,od
Other (please sp
WARRANTY
Lamps warrantyBallasts warrant
CDP 205 (Q4Mg114)C$
1
1
1
Ea.
Ea.
Ea.
LAMP
$ 31.83
$12.33
$ 17.26
c 12.
$ X6.03
$ 12.33
$ 17.26
$ 12.33
$ 30.83
46.85
$ 44.39
$ 0.98
$ 0.05
$ 0.40
$,A1.38
$ 93.71
i
p
$ 96.17
$ 106.04
$ 76.45
w
$ 199.75
w I
$ 0.98
w
G� Yo
Item
PRICE-SHEET (revised)
Solicitation Number: Q16-04
Description of material and/or services I Quantity I Unit
Materials Management
Procurement
9875 N. 85°h Ave.. 2nd Fl.
Peoria, Arizona 85345-6560
Phone: (623) 773-7115
Fax: (623) 773-7118
UnitI Extended
Price Price
A.
INITIAL ON-SITE INSPECTION SERVICES
1.
Rio Vista Community Park*
1
Ea.
$ 250.00
$ 250.00
$ 150-00
$ 150.00
2.
Pioneer Community Park*
1
Ea.
$ 46.00
$ 46.00
3.
Varney Park
1
Ea.
$ 46.00
4.
Ira Murphy Park
1
Ea.
$ 46.00
$ 46.00
5.
Cheyenne Elementary School Field
1
Ea.
$ 46.00
$ 50.00
Fs,
Coyote Hills Elementary School Field`
1
Ea.
$ 50,00
$ 50.00
7a.
Sunrise Mountain High School Field*
1
Ea
S 50.00
$ 46.00
7b.
Sunrise Mountain High School Pool
1
Ea.
$ 46.00
$ 46.00
7c.
Sunrise Mountain High School Security Lights
1
Ea
$ 46.00
$ 46.00
8.
Peoria High School Pool
1
Ea
$ 46.00
9.
Centennial High School Pool
1
Ea.
$ 46.00
$ 46.00
$ 46.00
$ 46-00
10.
Rio Vista Recreation Center
1
Ea..
$ 46.100
11,
Sunrise Family Center
1
Ea.
$ 46.00
$ $0.00
$ 50.00
12.
Sunset Heights Elementary School*
1
Ea.
$ 50.00
$ 50.00
13.
West Wing Park*
1
Ea,
r
*Locations have lighting over 60 ff.
B.
{QUARTERLY ON-SITE INSPECTION SERVICES
1.
Rio Vista Community Park*
3
Ea.
$ 255.00
$ 765.00
$ 120.00
5 360.00
2.
Pioneer Community Park*
3
Ea.
5 150.00
3,
Varney Park
3
Ea.
S 50.00
$ 25.00
4.
Ira Murphy Park
3
Ea.
S 75.00
$ 25.00
$ 75.00
5.
Cheyenne Elementary School Field
3
Ea.
$ 50.00
$ 150.00
6.
Coyote Hills Elementary School Field*
3
Ea.
$ 25.00
$ 75.00
7a.
Sunrise Mountain High School Field*
3 .
Ea
$ 75.00
7b.
Sunrise Mountain High School Pool
3
Ea.
$ 25.00
$ 25.00
$ 75.00
7c.
Sunrise Mountain High School Security Lights
3
Ea.
8.
Peoria High School Pool
3
Ea.
$ 25.00
$ 75.00
PRICE SHEET (revised)
Solicitation Number: Q16-04
Materials Management
Procurement
9875 N. 85'x' Ave., 2nd FI,
Peoria, Arizona 85345-6560
Phone: (623) 773-7115
Fax: (623) 773-7118
Unit Extended
Item f Description of material and/orservices Quantity I Unit Price I Price
9. Centennial High School Pool
10. Rio Vista Recreation Center
11. Sunrise Family Center
12. Sunset Heights Elementary School`
13. West Wing Park*
*Locations have lighting over 60 ft.
3
3
3
3
3
Ea.
Ea.
Ea.
Ea.
Ea.
$ 25,00
$
75.00
$_ 25.00
$
$
75.00
75.00
$ 25.00
$ 50.00
$
.150.00
$ 50.00
$
150.00
C. HOURLY RATES ('I Tech and no equipment)
1. Weekday Hourly Rate (normal business hours) 1 Hr. $ 65.00
2. Weekday Hourly Rate (emergency -after business hours) 1 Hr. $ 120.00
3. Weekend Hourly Rate (non -emergency) 1 Hr. $ 100.00
4. Weekend Hourly Rate (emergency) 1 Hr. $ 140.00
D. HOURLY RATES for Lighting over 60 ft. (2 Techs and
proper equipment required, i.e. Crane)
1. Weekday Hourly Rate (normal business hours) 1 Hr, $ 200.00
2. Weekday Hourly Rate (emergency -after business hours) 1 Hr. $ 280.00
3. Weekend Hourly Rate (non -emergency) 1 Hr. $ 260.00
4, Weekend Hourly Rate (emergency) 1 Hr. $ 300.00
E HOURLY RATES for Lighting under 60 ft. (1 Tech and
proper equipment required, i.e. Bucket Truck)
1. Weekday Hourly Rate (normal business hours) 1 Hr. $ 75.00
2. ,Weekday Hourly Rate (emergency -after business hours) 1 Hr. $ 125.00
3. Weekend Hourly Rate (non -emergency) 1 Hr, $ 115.00
4. Weekend Hourly Rate (emergency) 1 Hr. $ 150.00
F. MATERIALSIPARTS (most commonly used)
1. Lamps & Ballasts (Multi -Tap)
a. 100 Watt MH
b. 100 Wat HPS
t
LAMP BALLAST
$ 30.83 $ 81.38
$ 12.33 $ 93.71
Materials Management
PRICE SHEET (revised) Procurement
(d�.9875 N. 851h Ave., 2"© FI.
Peoria, Arizona 85345-6560
A�Q+ Phone: (623) 773-7115
SUR Solicitation Number: Q`16-04 Fax: (623) 773-7118
Unit Extended
Item Description of material and/or services Quantity Unit Price Price
c.
175 Watt MH
$ 17.26
$ 62.88
$ 88.78
d.'
175 Watt HPS
$ 12.33
e.
250 Watt MH
S 16.03
6 96A7
f.
250 Watt HPS
$ 12.33
$ 1Ora, 04
$ 17.26
g.
400 Watt MH
$ 76.45
h.
400 Watt HPS
$ 12.33
$ 129.47
i.
1000 Watt MH
$ 30.83
$ 141.80
i
$ 46.85
j.
1000 Watt HPS
$ 199.75
k.
1500 Watt MH
$ 44.39
S 184.95
$ 243.75
I.
1500 Watt HPS
$ 59.39
2. IAdditional Materials/Parts (submit parts price list)
Cost plus 15 %
G. HAZARDOUS WASTE DISPOSAL
1. HID Lamps 1 Ea. $ 0.98
2. HID Ballast 1 Ea. $ 0.05
3. Fluorescent Lamps 1 Ea. S 0.40
Other (please specify)
H. WARRANTY
Lamps warranty period _
Ballasts warranty period
1 year
1 year
Materials Management
Yp+n QUESTIONNAIRE Procurement
9875 N. 85' Ave., 2"d F!.
Peoria, Arizona 85345-6560
+d Phone: (623) 773-7115 'OR Solicitation Number: Q16-04 Fax: (623) 773-7118
Please fist a minimum of three (3) owner references from projects of similar size and scope whom the
Materials Management Division may contact:
1. Company:
City of Phoenix, AZ
Contact:
Jason Fernandez, Project Manager
Address:
200 W Washington St.
Phoenix, AZ 85033
Phone:
602-256-4168
Email:
jason.fernandez@phoenix.gov
Type of Work:
Lighting Maintenance
2. Company:
City of Chandler, AZ
Contact:
Hector Peralta, Traffic Signals and Streetlight Supervisor
Address:
975 E Armstrong Way
Chandler, AZ 85286
Phone:
480-782-3456
Email:
hector.peralta@chandler.gov
Type of Work:
Lighting Maintenance
3. Company:
P Y=
City of Avondale, AZ
Contact:
Paul Lopez, Engineering Manager
Address:
11465 W. Civic Center Dr., Suite 120
Avondale, AZ 85323
Phone:
623-333-4219
Email:
ptopez@avondale.org
Type of Work:
Lighting Maintenance
l� .._.�
COP 205 (04100 U9 GF
Materials Management
�Yp QUESTIONNAIRE Procurement
9875 N. 85" Ave., 20° FI.
* Peoria, Arizona 85345-6560
+0 Phone: (623) 773-7115
0 Solicitation Number: Q16-04 Fax: (623) 773-7118
Vendors are to indicate below any exceptions they have taken to the Terms, Conditions or Specifications.
93 No Exceptions.
® Vendor takes the following Exceptions:
City of Peoria Business License: Peoria City Code requires that all persons conducting business in Peoria must
first obtain a license. This includes businesses within the Peoria city limits, or those outside the limits who conduct
business or perform services within Peoria. For business license questions or to obtain a license, please contact the
City of Peoria Sales Tax & License Division at (623) 773-7160 or via email at salestax(a'-},peoriaAZ.Qov.
0 City of Peoria business license attached, if applicable.
IM Offeror will obtain a City of Peoria business license at the time of contract award.
Has your firm been certified by any jurisdiction in Arizona as a minority or woman owned business
enterprise? Yes X , No
If yes, please provide details and documentation of the certification.
ADOT DBE Contractor #1546
City of Phoenix SBE ! WBE Contractor
COP 205 (04A)W14)CF
EXHIBIT B
TO
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
UTILITY CONSTRUCTION COMPANY, INC.
[Proposals]
See following pages.
2846778.1
Submitted To:
Town of Fountain Hills
Public Works
16705 E Avenue of Fountains
Fountain Hills, AZ 85268
Ii= M
-V,
Prepared By:
T--
4UJ"JL2Lx*tJrILJL4etI"xk
'Cx. 1--JO1rI ' [ �lf--
Energy Efficient Lighting - Complete Project Management - Sustainable Solutions
7J 77_77'__7_7T_ �
4UVuy tr ilC t1VI1
Table of Contents
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Public Works
Fountain Hills, AZ
1) Abbreviations................................................................................................................................... 3
11) Executive Summary.........................................................................................................................4
III) Background.....................................................................................................................................5
IV) Project Development......................................................................................................................5
V) Town Hall & Community Center....................................................................................................... 6
VI) Museum and Library.......................................................................................................................8
VII) Avenue of the Fountains — North and South Side........................................................................... 9
VIII) Special Notes and Considerations............................................................................................... 10
Attachments:
• Attachment 1 - Calculation Sheet
• Attachment 2 — Site Layout
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 2 of 10
7J 7TT'r,1T `71r
4UVuy tr ilC t1VI1
1) Abbreviations
AEE
Association of Energy Engineers
APS
Arizona Public Service
CCT
Correlated Color Temperature
CEM
Certified Energy Manager
CRI
Color Rendering Index
DLC
Design Lights Consortium
EA
Each
HR
Hour
HID
High Intensity Discharge
HIPS
High Pressure Sodium
IDA
International Dark -Sky Association
K
Kelvin
kW
Kilowatt
kWH
Kilowatt Hour
LED
Light Emitting Diode
MH
Metal Halide
PC
Photocontrol
PLG
Phoenix Lighting Group
QPL
Qualified Products List
QNT
Quantity
ROI
Return On Investment
SRP
Salt River Project
UL
Underwriters Laboratory
v
Volts
W
Watt
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Public Works
Fountain Hills, AZ
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 3 of 10
"rJT"rrr,1T _
4Uc>rt'+ir1Lict1"KA
Co�zz�►�z.rry. ■���_
II) Executive Summary
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Public Works
Fountain Hills, AZ
The following provides a snap shot of the financial savings and lifetime costs of upgrading these properties
to LED lighting technology. The methods used to calculate these savings and determine LED lighting
solution will be detailed in the following sections of this proposal.
Proiect Cost
Town Hall / Community Center
$ 14,448.75
Museum / Library
$ 7,312.50
Avenue of the Fountains — North and South Side
$ 4,512.50
Total Cost for All Locations
$ 26,273.75
Annual Estimated Savings
Electric Load
19.73 kW
Electric Energy
77,616 kWh
Electricity Cost
$ 7,761.59
Maintenance Cost
+ $ 2,934.10
Total Annual Savings
$ 10,695.69
Simple Payback Period
Total Cost $ 26,273.75
Total Annual Savings - $ 10,695.69
PaybackSimple .. 2.46 Years
5 Year Return on Investment
Total Annual Savings $ 10,695.69
No. of Years X 5
Total Project Costs — $ 26,273.75
Arizona ROC 11124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 4 of 10
Energy Efficient Lighting Upgrades
7J 7T_77,__7_7T_"1 Town of Fountain Hills, Public Works
C'vuytritotierit Fountain Hills, AZ
Coiripsaa�y. ■nom_
III) Background
Utility Construction Company, Inc. (UCC) has prepared this proposal for the upgrade of existing outdoor
area lighting for the Town of Fountain Hills Public Works Department (Town), under the cooperative
purchase agreement with the City of Peoria for Light Maintenance and Inspection Services (contract No.
ACON04216A).
This proposal is divided into the following sections:
• Abbreviations
• Executive Summary
• Background
• Project Development
• Town Hall & Community Center
• Museum & Library
• Avenue of the Fountains — North and South Sides
• Special Notes and Considerations
UCC utilized Phoenix Lighting Group, LLC. (PLG) to perform lighting and energy saving services for this
proposal. PLG is a subsidiary of UCC, who specializes in lighting and energy management services.
Together, the UCC/PLG team offers complete, turn -key LED lighting solutions in house locally in Mesa,
AZ.
IV) Project Development
After several meeting and correspondence with the Town, UCC was able to identify the following
objectives for this project:
1. Reduce the Town's energy expense
2. Reduce the Town's maintenance expense
3. Improve the quality of the Town's lighting without over lighting
4. Improve the Town's Dark Sky performance
in addition to these objectives, the following was also considered in the preparation of this proposal:
1. Town of Fountain Hills Zoning Ordinance Chapter 8, dated December of 2016
2. Fountain Hills Dark Sky Association (http://fhdarksky.com)
rite 5�jrvev
In order to ensure that all objectives and requirements were met, UCC performed a Site Survey of the
locations in consideration. During this site survey, a field technician recorded on-site data in a GIS
compatible format. The information that we recorded of each fixture was:
1. Existing Fixture Type
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 5 of 10
7J 77_77'__7_7T_ �
4UVuy tr ilC t1VI1
2. Existing Lamp Type
3. Line Voltage
4. Mounting Height
5. Existing Light Levels
6. Existing Correlated Color Temperature
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Public Works
Fountain Hills, AZ
Photr)metric An?lvvsic
Using the information from the Site Survey, UCC performed a Photometric Analysis for the proposed LED
lighting upgrades for the subject project. This Photometric Analysis created a site plan for each location.
Using computer simulation software, proposed LED solutions were processed and lighting calculations
were verified for compliance with project requirements.
Energy Savings
LED lights consume less electricity to produce illumination compared to traditional light sources. Data
from the site survey was used with the procedures for energy saving calculations described by Salt River
Project to estimate energy savings. All energy saving calculations were performed by a CEM, accredited
by the AEE.
LED light sources have a much longer useful life compared to HID fixtures. This results in cost savings for
lighting system maintenance. In order to estimate maintenance cost savings to the city, the following
assumptions were made:
These assumptions were used along with the lighting maintenance cooperative purchasing agreement
from the City of Peoria to estimate annual maintenance savings. Maintenance projections include light
fixture only, and does not consider maintenance of electrical system up to that point.
V) Town Hall & Community Center
Scone of Work
See Attachments 1&2 for details of project site and scope. Following is a breakout:
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 6 of 10
7 j 77_77'__7_7T_ �
4UVuy tr ilC t1VI1
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Public Works
Fountain Hills, AZ
All proposed LEDs:
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• Shall be 27K in CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy Savings
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 1,407.54
Annual Maintenance Cost of LED System $ 0.00
'rice
The price to perform all work in Town Hall & Community Center Scope of Work section above, including
labor, equipment, and other items of value, is Fourteen thousand, Four hundred, Forty Eight dollars
and Seventy Five cents ($ 14,448.75)
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 7 of 10
Pedestrian Shoebox—Single Fixture—
C
LED Luminaire Replacement Kit — 25 W
12
10OW Metal Halide
D
Wall Pack — 10OW Metal Halide
LED Luminaire Replacement Kit — 25 W
10
E
Decretive Globes -42W CFL Pin Base
14W LED Direct Drive Lamp
10
Recessed Downlights — 32W CFL Pin
F
12W LED Direct Drive Lamp
14
Base
All proposed LEDs:
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• Shall be 27K in CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy Savings
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 1,407.54
Annual Maintenance Cost of LED System $ 0.00
'rice
The price to perform all work in Town Hall & Community Center Scope of Work section above, including
labor, equipment, and other items of value, is Fourteen thousand, Four hundred, Forty Eight dollars
and Seventy Five cents ($ 14,448.75)
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 7 of 10
"rJT"rrr,1T _
Cc>rt'+iriictI"XA
Ctr�zzit►�z.riy. ■���_
VI) Museum and Library
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Public Works
Fountain Hills, AZ
' ,-- r) „4 gin/.
See Attachments 1&2 for details of project site and scope. Following is a breakout:
ProposedLabel Existing Fixture Type •
Parking Lot Shoebox — Single Fixture
A —175W Metal Halide LED Luminaire Replacement Kit — 54 W 8
Parking Lot Shoebox— Double Fixture
B LED Luminaire Replacement Kit — 54 W 22
— 175W Metal Halide
All proposed LEDs:
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• Shall be 27K in CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy Savings
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 684.46
Annual Maintenance Cost of LED System $ 0.00
Price
Arizona ROC 11124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 8 of 10
7J 77_77'__7_7T_ �
CVuy tr ilC t1VI1
CoiRik paxX13. ■�z�_
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Public Works
Fountain Hills, AZ
The price to perform all work in Museum and Library Scope of Work section above, including labor,
equipment, and other items of value, is Seven thousand, Three hundred, Twelve dollars and Fifty cents
($ 7,312.501
VII) Avenue of the Fountains — North and South Side
Scope of Work
See Attachments 1&2 for details of project site and scope. Following is a breakout:
All proposed LEDs:
• Existing sail spot lights and pole mounted LED fixtures are excluded from scope of work
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• Shall be 27K in CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy Savings
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Energy Efficient Lighting — Complete Project Management — Sustainable Solutions
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 9 of 10
Existing Fixture Type
ProposedLabel
Quantity
Pole Mounted, Post Top,
Screw-in LED Cob Light, Direct Drive —
A
Architectural Light — 150W HPS
36W
36
Wall Sconce, Architectural Light —
Screw-in LED Cob Light, Direct Drive —
AB
2
150W HPS
36W
C
Pole Mounted LED Light
OUT OF SCOPE
2
D
Pole Mounted LED Light
OUT OF SCOPE
4
All proposed LEDs:
• Existing sail spot lights and pole mounted LED fixtures are excluded from scope of work
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• Shall be 27K in CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy Savings
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Energy Efficient Lighting — Complete Project Management — Sustainable Solutions
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 9 of 10
4UVuy tr ilC t1VI1
Coirip�ia�y.
arm -
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Public Works
Fountain Hills, AZ
Annual Maintenance Cost of Existing System $ 842.10
Annual Maintenance Cost of LED System $ 0.00
The price to perform all work in Avenue of the Fountains N & S Scope of Work section above, including
labor, equipment, and other items of value, is Four thousand, Five hundred, Twelve dollars and Fifty
cents ($ 4,512.50)
VIII) Special Notes and Considerations
1. All estimated energy savings, maintenance savings, financing terms/payments, and financial
projections are provided as a courtesy to the customer to illustrate true project impact, and UCC
makes no guarantees under this proposal. UCC does offer performance contracting which will
provide a contractual guarantee to energy and maintenance savings upon request.
2. Photometric analysis completed using the existing conditions of the facility. UCC is not responsible
for existing deficient lighting designs.
3. All energy performance data was calculated using the utility company's software and
methodology. Energy Savings are subject to fluctuations to energy costs.
4. All maintenance performance data was calculated using the U.S. Department of Energy's
information and was verified by UCC's historical data. This data can be provided to customer upon
request. This data can be updated with the customer's own maintenance data upon request.
5. Utility company rebate is subject to final approval by utility company.
6. All information provided is based off of a preliminary site investigation. Negotiations with
customer may change the conditions and assumptions made by UCC at the time of preparation of
this proposal. Any change to the conditions may result in a change of price to the customer.
7. Pricing assumes existing conditions of a properly operating lighting system. Existing deficiencies
of the facility may result in additional costs and/or a void warranty.
8. All changes in scope of work and pricing will only be performed upon an executed, written change
order.
9. This proposal, including all attachments, will be included as an Exhibit in the Contract for this
project.
10. No exclusionary Clauses in the Contract Language shall supersede the contract of this proposal
without prior written consent.
11. Installations come with a 1 year workmanship warranty. Please review UCC's warranty statement
for terms and conditions of LED fixture 5 year warranty.
12. This proposal is good for 30 days.
13. Excludes Permits / Permit Fees
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 10 of 10
Submitted To:
Town of Fountain Hills
Community Services
16705 E Avenue of Fountains
Fountain Hills, AZ 85268
Prepared By:
'CIR. I-01rI ' [ �lf--
Energy Efficient Lighting - Complete Project Management - Sustainable Solutions
Energy Efficient Lighting Upgrades
7J 7T_77'__7_7T_"1 Town of Fountain Hills, Community Services
C'vuytritott"NA Fountain Hills, AZ
4C01 Y1].)EXXILY. ■rm-
Table of Contents
1) Abbreviations................................................................................................................................... 3
11) Executive Summary.........................................................................................................................4
III) Background.....................................................................................................................................5
IV) Project Development......................................................................................................................5
V) Fountain Park.................................................................................................................................. 7
VI) Desert Vista Park............................................................................................................................ 8
VII) Four Peaks Park.............................................................................................................................9
VIII) Golden Eagle Park....................................................................................................................... 10
IX) Avenue of the Fountains — Green Belt...........................................................................................12
X) Special Notes and Considerations..................................................................................................13
Attachments:
• Attachment 1- Calculation Sheet
• Attachment 2 — Site Layout
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 2 of 13
7J 7TT'r,1T `71r
4UVuy tr ilC t1VI1
1) Abbreviations
AEE
Association of Energy Engineers
APS
Arizona Public Service
CCT
Correlated Color Temperature
CEM
Certified Energy Manager
CRI
Color Rendering Index
DLC
Design Lights Consortium
EA
Each
HR
Hour
HID
High Intensity Discharge
HIPS
High Pressure Sodium
IDA
International Dark -Sky Association
K
Kelvin
kW
Kilowatt
kWH
Kilowatt Hour
LED
Light Emitting Diode
MH
Metal Halide
PC
Photocontrol
PLG
Phoenix Lighting Group
QPL
Qualified Products List
QNT
Quantity
ROI
Return On Investment
SRP
Salt River Project
UL
Underwriters Laboratory
v
Volts
W
Watt
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 3 of 13
7 j 77_77'__7_7T_ �
4UVuy tr ilC t1VI1
II) Executive Summary
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
The following provides a snap shot of the financial savings and lifetime costs of upgrading these properties
to LED lighting technology. The methods used to calculate these savings and determine LED lighting
solution will be detailed in the following sections of this proposal.
Proiect Cost
Fountain Park
$
10,390.00
Desert Vista Park
$
20,655.00
Four Peaks Park
$
13,396.25
Golden Eagle Park
$
22,510.00
Avenue of the Fountains — Green Belt
$ 3,918.75
Total Cost for All Locations
$
70,870.00
Annual Estimated Savings
Electric Load
40.73 kW
Electric Energy
78,508 kWh
Electricity Cost
$ 7,850.90
Maintenance Cost
+ $ 5,967.80
Total Annual Savings
$ 13,818.70
Simple Payback Period
Total Cost $ 70,870.00
Total Annual Savings - $ 13,818.70
PaybackSimple .. 5.13 Years
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 4 of 13
Energy Efficient Lighting Upgrades
7J 7T_77,__7_7T_"1 Town of Fountain Hills, Community Services
C'vuytritott"NA Fountain Hills, AZ
CoiripEXIERY. ■nom_
III) Background
Utility Construction Company, Inc. (UCC) has prepared this proposal for the upgrade of existing outdoor
area lighting for the Town of Fountain Hills Community Services Department (Town), under the
cooperative purchase agreement contract with the City of Peoria for Lighting Maintenance and
Inspection Services (contract No. ACON04216A).
This proposal is divided into the following sections:
• Abbreviations
• Executive Summary
• Background
• Project Development
• Fountain Park
• Desert Vista Park
• Four Peaks Park
• Golden Eagle Park
• Avenue of the Fountains Green Belt
• Special Notes and Considerations
UCC utilized Phoenix Lighting Group, LLC. (PLG) to perform lighting and energy saving services for this
proposal. PLG is a subsidiary of UCC, who specializes in lighting and energy management services.
Together, the UCC/PLG team offers complete, turn -key LED lighting solutions in house locally in Mesa,
AZ.
IV) Project Development
After several meeting and correspondence with the Town, UCC was able to identify the following
objectives for this project:
1. Reduce the Town's energy expense
2. Reduce the Town's maintenance expense
3. Improve the quality of the Town's lighting without over illumination
4. Improve the Town's Dark Sky performance
In addition to these objectives, the following were also considered in the preparation of this proposal:
1. Town of Fountain Hills Zoning Ordinance Chapter 8, dated December of 2016
2. Fountain Hills Dark Sky Association (http://fhdarksky.com)
Sits �i � rvper
In order to ensure that all objectives and requirements were met, UCC performed a Site Survey of the
locations in consideration. During this site survey, a field technician recorded on-site data in a GIS
compatible format. The information that was recorded was:
Energy Efficient Lighting — Complete Project Management — Sustainable Solutions
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 5 of 13
7J 77_77'__7_7T_ �
4UVuy tr i1C t1VI1
Coirip�ia�y.
arm -
1. Existing Fixture Type
2. Existing Lamp Type
3. Line Voltage
4. Mounting Height
5. Existing Light Levels
6. Existing Correlated Color Temperature
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
Photometric Analysis
Using the information from the Site Survey, UCC performed a Photometric Analysis for the proposed LED
lighting upgrades for the subject project. This Photometric Analysis created a site plan for each location.
Using computer simulation software, proposed LED solutions were processed and lighting calculations
were verified for compliance with project requirements.
Monument Sign Lignting at Fountain Park
Included in this proposal are the 9 ea Lithonia brand LED flood lights at Fountain Park. These were
requested to be replaced in kind with 3K color light fixtures for dark sky compliance. These represent a
large portion of the cost of the project, and provide no return on investment. Therefore, financial
savings are skewed from a true LED upgrade project.
Snorts Field I ighting
This proposal include site lighting only. Sports field lighting will be provided in a separate proposal.
Fnerg-v Savings
LED lights consume less electricity to produce illumination compared to traditional light sources. Data
from the site survey was used with the procedures for energy saving calculations described by Salt River
Project to estimate energy savings. All energy saving calculations were performed by a CEM, accredited
by the AEE.
Maintenance Savings
LED light sources have a much longer useful life compared to HID fixtures. This results in cost savings for
lighting system maintenance. In order to estimate maintenance cost savings to the city, the following
assumptions were made:
These assumptions were used along with the lighting maintenance cooperative purchasing agreement
from the City of Peoria to estimate annual maintenance savings. Maintenance projections include light
fixture only, and does not consider maintenance of electrical system up to that point.
CompleteEnergy Efficient Lighting — Sustainable
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 6 of 13
7J 77_77'__7_7T_ �
4UVuy tr ilC t1VI1
V) Fountain Park
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
Scone of VVIr
See Attachments 1 & 2 for details of project site and scope. Following is a breakout:
Notes on proposed LEDs:
• Standard 5 year warranty, with an optional 10 year warranty at additional cost
• Shall be 27K in CCT, except flood lights will be 3K
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 594.41
Annual Maintenance Cost of LED System $ 0.00
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 7 of 13
Existing Fixture Type
ProposedLabel
Quantity
A & B
Decretive Pendent — 175W MH
LED Luminaire Replacement Kit — 25 W
13
Ramada Lights — East Parking Lot —
C
LED Luminaire Replacement Kit — 25 W
22
100W MH
Monument Sign Floodlight — 78W
D
In -Kind — 78W LED - 3K CCT
9
LED — 4K CCT
Ramada Lights — West Parking Lot —
E
LED Luminaire Replacement Kit — 25 W
2
70W MH
Notes on proposed LEDs:
• Standard 5 year warranty, with an optional 10 year warranty at additional cost
• Shall be 27K in CCT, except flood lights will be 3K
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 594.41
Annual Maintenance Cost of LED System $ 0.00
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 7 of 13
7J 77_77'__7_7T_ �
4UVuy tr irC t1VI1
Coirrpsr.r•x arm -
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
Price
The price to perform all work in Fountain Park Scope of Work section above, including labor, equipment,
and other items of value, is Ten thousand, Three hundred, Ninety dollars and Zero cents ($10,390.00)
VI) Desert Vista Park
Scope of Work
See Attachments 1&2 for details of project site and scope. Following is a breakout:
Notes on proposed LEDs:
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• Shall be 27K in CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Fnerl?y'7,Pvin,gs
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 1,127.74
Annual Maintenance Cost of LED System $ 0.00
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 8 of 13
7J 77_77'__7_7T_ �
4UVuy tr irC t1VI1
LOZrr})iLrly. arm -
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
Price
The price to perform all work in Desert Vista Park Scope of Work section above, including labor,
equipment, and other items of value, is Twenty thousand, Six hundred, Fifty Five dollars and Zero cents
($ 20,655.00)
VII) Four Peaks Park
Scope of Work
See Attachments 1&2 for details of project site and scope. Following is a breakout:
Notes on proposed LEDs:
• Existing LED Dusk to Dawn wall pack excluded from scope of work
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• All Sports Lighting shall be 5K CCT
• All site lighting shall be 27K CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy Savings
The following assumptions were made at the time of preparation of this proposal:
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 9 of 13
Existing Fixture Type
ProposedLabel
Quantity
A
Parking Lot Shoebox —1000W MH
LED Luminaire Replacement Kit —154
2
B
Tennis Court —1000W MH
LED Luminaire Replacement Kit — 222
6
C
Site Lighting Post Top —150W HPS
Luminaire Replacement Kit —110
11
\LVED
C-2
Parking Lot Shoebox —150W HPS
Luminaire Replacement Kit —110
2
\LVED
D
Site Lighting Shoebox —150W HPS
Luminaire Replacement Kit —110
4
\LVED
E
Round Bulk Head Style Wall Sconce —
New Bulk Head Style Fixture with 6W
12
20W CFL
LED Lamp
Round Bulk Head Style Wall Sconce —
New Bulk Head Style Fixture with 6W
F
20W PL Pin Base
LED Lamp
2
G
LED Wall Pack
OUT OF SCOPE
1
Notes on proposed LEDs:
• Existing LED Dusk to Dawn wall pack excluded from scope of work
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• All Sports Lighting shall be 5K CCT
• All site lighting shall be 27K CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy Savings
The following assumptions were made at the time of preparation of this proposal:
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 9 of 13
7J 77_77'__7_7T_ �
4UUliy t r i1C t1V I1
CoiRik paxX13. ■rm-
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
Site Lighting Operating Hours
1,927.5 hours per Dusk til 11:00 PM, 5:30 AM wil Dawn
year operation
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Mair '--nance Sav`,ry, r.
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 2,887.11
Annual Maintenance Cost of LED System $ 0.00
Price
The price to perform all work in Four Peaks Park Scope of Work section above, including labor,
equipment, and other items of value, is Thirteen thousand, Three hundred, Ninety Six dollars and
Twenty Five cents ($ 13,396.25)
VIII) Golden Eagle Park
Scope of Work
See Attachments 1&2 for details of project site and scope. Following is a breakout:
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 10 of 13
Existing Fixture Type
ProposedLabel
Quantity
Luminaire Replacement Kit —110
A
Site Lighting Shoebox — 250W MH
23
\LVED
Volleyball and Horseshoe Pit —
LED Luminaire Replacement Kit —154
B
5
1,000W MH
W
C -A
Canopy Lights — Ramadas — 50W MH
LED Luminaire Replacement Kit — 25 W
19
Lights — Bathrooms — 10OW
C -B&C
LED Luminaire Replacement Kit — 25 W
5
IC�aHopy
Basketball Court Shoeboxes —
LED Luminaire Replacement Kit — 154
D
4
1,000W MH
W
E
Parking Lot Shoeboxes —150W MH
LED Luminaire Replacement Kit — 54 W
7
Luminaire Replacement Kit —110
F
Site Lighting Shoeboxes — 150W MH
7
\LVED
Luminaire Replacement Kit —110
H
Site Lighting Shoeboxes — 250W MH
LED
5
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 10 of 13
7 j 77_77'__7_7T_ �
4UVuy tr ilC t1VI1
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
I
Recessed Down light — 70W MH
LED Luminaire Replacement Kit — 25 W
5
J
4' Wrap Around - 2 Lamp, T8
4' LED T8 Lamps — Direct Drive — 12 W
6
Notes on proposed LEDs:
• Excludes Tennis Courts
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• All Sports Lighting shall be 5K CCT
• All site lighting shall be 27K CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
i=nergv Savings
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Maintenance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 2,430.35
Annual Maintenance Cost of LED System $ 0.00
Price
The price to perform all work in Golden Eagle Park Scope of Work section above, including labor,
equipment, and other items of value, is Twenty Two thousand, Five hundred, Ten dollars and Zero
cents ($ 22,510.00)
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 11 of 13
"rJT"rrr,1T _
4U"XXP+ir1Li0t1"1A
Cc�iz��►�i.rry. ■���_
IX) Avenue of the Fountains — Green Belt
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
See Attachments 1&2 for details of project site and scope. Following is a breakout:
Notes on proposed LEDs:
• Existing LED Wind Sail Accent Lights are excluded from scope of work
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• All site lighting shall be 27K CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy �)avir igs
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Mai -,nance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 576.20
Annual Maintenance Cost of LED System $ 0.00
Arizona ROC 11124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 12 of 13
Existing Fixture Type
ProposedLabel
Quantity
Pole Mounted Architectural Lights —
A
Screw -In LED Cob light, Direct Drive
17
150W HPS
Column Mounted Architectural
AA
Screw -In LED Cob light, Direct Drive
16
Lights — 150W HIPS
B
Wind Sail Accent Light — LED
OUT OF SCOPE
Notes on proposed LEDs:
• Existing LED Wind Sail Accent Lights are excluded from scope of work
• Come with a standard 5 year warranty, with an optional 10 year warranty at additional cost
• All site lighting shall be 27K CCT
• UL Listed
• DLC, Energy Star, or LED Lighting Facts certified
Energy �)avir igs
The following assumptions were made at the time of preparation of this proposal:
Below is a summary of electricity savings across the entire scope of work. See Attachment 1 for a fixture
by fixture, location by location breakdown.
Mai -,nance Savings
See Attachment 1 for a fixture by fixture, location by location breakdown.
Annual Maintenance Cost of Existing System $ 576.20
Annual Maintenance Cost of LED System $ 0.00
Arizona ROC 11124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 12 of 13
4UVuy tr irC t1VI1
LOZrr I)ir.rly. arm -
Energy Efficient Lighting Upgrades
Town of Fountain Hills, Community Services
Fountain Hills, AZ
Price
The price to perform all work Avenue of the Fountains Green Belt Scope of Work section above,
including labor, equipment, and other items of value, is Three thousand, Nine hundred, Eighteen
dollars and Seventy Five cents ($ 3,918.75)
X) Special Notes and Considerations
1. All estimated energy savings, maintenance savings, financing terms/payments, and financial
projections are provided as a courtesy to the customer to illustrate true project impact, and UCC
makes no guarantees under this proposal. UCC offers performance contracting which will provide
a contractual guarantee to energy and maintenance savings upon request.
2. Photometric analysis completed using the existing conditions of the facility. UCC is not responsible
for existing deficient lighting designs.
3. All energy performance data was calculated using the utility company's software and
methodology. Energy Savings are subject to fluctuations to energy costs.
4. All maintenance performance data was calculated using the U.S. Department of Energy's
information and was verified by UCC's historical data. This data can be provided to customer upon
request. This data can be updated with the customer's own maintenance data upon request.
5. Utility company rebate is subject to final approval by utility company.
6. All information provided is based off of a preliminary site investigation. Negotiations with
customer may change the conditions and assumptions made by UCC at the time of preparation of
this proposal. Any change to the conditions may result in a change of price to the customer.
7. Pricing assumes existing conditions of a properly operating lighting system. Existing deficiencies
of the facility may result in additional costs and/or a void warranty.
8. All changes in scope of work and pricing will only be performed upon an executed, written change
order.
9. This proposal, including all attachments, will be included as an Exhibit in the Contract for this
project.
10. No exclusionary Clauses in the Contract Language shall supersede the contract of this proposal
without prior written consent.
11. Installations come with a 1 year workmanship warranty. Please review UCC's warranty statement
for terms and conditions of LED fixture 5 year warranty.
12. This proposal is good for 30 days.
13. Excludes Permits / Permit Fees
Arizona ROC #124023 (A -Gen), 200356 (A-17 Electrical), 122544 (C-11 Electrical) Page 13 of 13
4UnX3LMt3ru4A1"n
4VQMM]]a.X1�r 27112'
23 February 2017
Town of Fountain Hills
16705 E. Avenue of the Fountains
Fountain Hills, AZ 85268
Attn: Mr. Justin Weldy
iweldv@fh.az.gov
Project ('Project'): Town of Fountain Hills
Outdoor Lighting LED Upgrade
City of Peoria Contract No. ACON04216A
Subject: Traffic Signal LED Conversion
Cost Estimate
Mr. Weldy,
ArizonaDOT DBE Contractor #20052947
City of Phoenix SBC / SBE Contractor
California DBE Contractor #37975
Nevada DBE Contractor #NV01244UCPN
New Mexico DBE Contractor
Texas DBE UCP Contractor
Utility Construction Company, Inc. ('UCC') is submitting this letter to The Town of Fountain Hills ('Town') to
provide a cost estimate for the conversion of existing HID luminaire at traffic signals to LED luminaries as
follows:
1.0 Scope of Work
Estimate is to convert existing traffic signal luminaire to LED.
2.0 Budgetary Pricing
Item
Description Qnt Unit
Price
Extended
1
Labor — Remove and Replace Luminaire 8 HR
$ 150.00
$ 1,200.00
2
Option A — GE ERS20F3C170401GRAY or 4 EA
$ 518.00
$ 2,072.00
equivalent
Sales Tax @ 8.06%
8.06%
$ 167.00
3
Option B — GE ERS1013C1X40AGRAYR or 4 EA
$ 482.00
$ 1,928.00
equivalent
Sales Tax @ 8.06%
8.06%
$ 155.40
Subtotal - Option A per Intersection
$ 3,439.00
Subtotal - Option B per Intersection
$ 3,283.40
Mesa, AZ • Phoenix, AZ • Tucson, AZ • San Antonio, TX •
P. O. Box 1774 • Gilbert AZ 85299 • Phone (480) 654-3100
El Paso, TX • Columbus, NM
• Fax (480) 654-8374
4N
Arizona ROC #124023 (A -Gen) • Arizona ROC #200356 (A-17 Electrical) •
Arizona ROC #122544 (C-11 Electrical)
California CLSB #906009 (A -Gen) • Nevada SCB #0073368 (A -Gen) • New Mexico RLD-CLD #367690 (GS08)
1992-2017
3��7- — J..—L
Cnu�ntruc�ti+rrzz
Arizona DOT DBE Contractor #20052947
City of Phoenix SBC / SBE Contractor
California DBE Contractor #37975
Nevada DBE Contractor #NV01244UCPN
New Mexico DBE Contractor
Texas DBE UCP Contractor
Total — Option A at 11 Intersections 11 EA $ 3,439.00 $ 37,829.00
Total — Option B at 11 Intersections 11 EA $ 3,283.40 $ 36,117.40
3.0 Notes:
a. Does not include permits/ permit fees
Sincerely,
Jess Daniels
Project Manager / Estimator
aessd@utilityconstructionco.com
� A% Mesa, AZ • Phoenix, AZ • Tucson, AZ • San Antonio, TX • El Paso, TX • Columbus, NM
P. O. Box 1774 • Gilbert AZ 85299 • Phone (480) 654-3100 • Fax (480) 654-8374
Arizona ROC #124023 (A -Gen) • Arizona ROC #200356 (A-17 Electrical) • Arizona ROC #122544 (C-11 Electrical)
` California CLSB #906009 (A -Gen) • Nevada SCB #0073368 (A -Gen) • New Mexico RLD-CLD #367690 (GS08) 1992-2017
CONTRACT/GRANT INFORMATION SHEET- NEW CONTRACT
Date: 4/10/2017
Staff's Name: Justin T. Weldy Department: Public Works
Vendor's Name: Utility Contracting Inc Vendor Number; I Pending
Address: POM Box 1744 Gilbert AZ 85299
Phone:480-654-3100
Received W9:❑ Y Z N ❑ ALREADY IN SYSTEM
Business License #: Pending Exp, Date:
ACCOUNTING SUMMARY
Org
abject
Project/#
$
Accounting Code:.
Brief Description of Service:
Lighting up grades
If Renewable:
0
Accounting Code:
0
FY Cumulative Vendor Totals:
Does this Contract put it over $50,000
Yes
Accounting Code:
Contract Beginning Date:
4/20/2017
Contract Expiration Date:
2/11/2018
TBD(used for variety of different
things/departments/funds):
Various
6290
Budget Page #:
Various
CONTRACT SUMMARY
Contract Number Assigned:
023017-079
Current Contract Total:
140.000
Total Contract Amount with
Renewals:
140.000
Brief Description of Service:
Lighting up grades
If Renewable:
0
Total # of Renewals Max:
0
FY Cumulative Vendor Totals:
Does this Contract put it over $50,000
Yes
❑ No
Contract Beginning Date:
4/20/2017
Contract Expiration Date:
2/11/2018
Budgeted Expenditure:
❑ Yes
Z No
Budget Page #:
Various
Approved by Council:
Z Yes; Date: 4/20/2017
❑ No
❑ N/A
Insurance Certificate provided:
❑ Yes
❑ No
❑ N/A
Warranty Period:
Z Yes
❑ No
If Yes, expires 6/20/2018
Estimated Start Date:
4/24/2017
Estimated Completion Date:
6/30/2017
GRANT SUMMARY
Paid for by Grant:
❑ Yes
❑ No
Name of Grantee:
Grant Number Assigned:
Resolution Number:
Date Council Approved:
Revised 12/21/16
REQUEST FOR LEGAL SERVICES
Name/Phone Number/E-mail of Requestor:
Date of Request:2/22/2017
Justin T.Weldy
Date Director Approved Request:
602-721-2646 jweldy@fh.az.gov
2/2212017
Due Date (From Town Attorney's office):
Proposed Council Date: 3/16/2017
3/6/2017
Or,
LEAD TIME: Minimum of 2weeks prior to date of Council meeting
Council Approval Is not required: []
Describe Requested Legal Services: Prepare a cooperative purchasing agreement using the attached
City of Peoria documents for lighting maintenance, including, streetlights, parking lot lighting,
exterior building lighting and park lighting. Please include renewals.
Proposed Agenda Language [if applicable]: Consideration of approving t the Cooperative Purchasing
Agreement C2017-079 with Utility Construction, Construction Inc in the amount not to exceed
125,000.00. For lighting upgrades and maintenance Town wide.
Vendor/Consultant/Agreement/Agency Information:
Contact Name: Bob Martin
Entity Name: Utility Construction Company inc
Entity Address: PO Box 1774 Gilbert AZ 85299
Entity Phone, Facsimile and E-mail address: 480-654-3100-480-654-8374- bob@utilityconstmctionco.com
Town of Fountain Hills Business License Number Pending
Arizona Corporation Commission File Number 07528237
Documents Requested:
i] PA (PurchaseyAmendment
El Ordinance # (Draft attached: Yes)
❑ IFB (Invitation for Bid)
Publication Dates for Zoning Actions:_
❑ RFQ (Request for Qualifications)
El Resolution # (Draft attached: Yes)
❑ RFP (Request for Proposals)
El Easement (Specify Type)_
❑ CSA(ConstructionyAmendment
❑ Deed_ (Specify Type)_
❑ QSP(Quotes for Small Projects) Approval
El IGAIAmendment (Corresponding Resolution Required)
tD Cooperative Purchasing Agreement Approval
[] PSA/Amendment
i] Other
Required Contract/Agreement Information:
Method of Vendor Selection: Google search
Tenn of Contmct/Agreemenb03-16-17 02-11-18
Contract Amount (this contmc0:$125,000.00 Cumulative Contract Amount:_
Brief description of services/goods being sought:Lighting repairs and replacements
Contract Number Assigned:C2017-079
Funding Source:STTS. 4POP, AOTFOP, DVOP, FACLSE, FPOP, GEPOP Project Number:NA
Budget Transfer Required:,fNA)- attach appropriate documentation
------ ______....................... _..................... ._____________________--.-..-.-.----______________-__--
............ _.___
Staff Check List [this s cfon's for staff's use to ensure that the Request for Legal Services submitted is comoletel:
A "request for legal services form" will be returned if submitted without the necessary information and
attachments. [Use the tlmp down boxes below as necessary]
'Scope of Work or Specifications Attached: (NA)
*Fee Proposal or Price Sheet Attached (NLA)
*Proposal or Statement of Qualifications from Vendor Attached (NA)
*Bid/RFQ/RFP Schedule Attached (NA)
*QSP Document Attached NA
"Ally TOWN OF FOUNTAIN HILLS
�o `�
Z TOWN COUNCIL
,; 4• AGENDA ACTION FORM
Fhef is As`yo
Meeting Date: 4120/20/7
Meeting Type: Regular Session
Agenda Type: Consent Submitting Department: Fire Department
Staff Contact Information: Dave Ott, Fire Chief, 480 816-5280
REQUEST TO COUNCIL (Agenda Language): CONSIDERATION of approving CONTRACT #02.017-108 with LN
Curtis for an Eagle Air Breathing Air Compressor for self-contained breathing apparatus, in the amount of
$52,153.96.
Applicant: Fire Department
Applicant Contact Information: dott c@fh.az.gov 480 816-5280
Owner: Town of Fountain Hills
Owner Contact Information: NA
Property Location: New Sta. 2, 10650 N. Fountain Hills Blvd.
Related Ordinance, Policy or Guiding Principle: NA
Staff Summary (background): The existing breathing air compressor is currently 15 years old and at the end
of its service life. The estimated costs for continued maintenance and repairs are approaching the cost for a
new compressor. The new compressor is budgeted as part of the Station 2 Relocation Project.
Risk Analysis (options or alternatives with implications): NA
Fiscal Impact (initial and ongoing costs; budget status): NA
Budget Reference (page number): 342
Funding Source: NA
If Multiple Funds utilizers, list here:
Budgeted, if No, attach Budget Adjustment Form: yes
Recommendations) by Board(s) or Commission(s): NA
Staff Recommendation(s): Staff Recommends Approval
List Attachment(s):
SUGGESTED MOTION (for Council use):
Pagel of 2
Prepared by: Dave Ott
Director' val:
e u,Fir.hief 12L1T
Ap cued: I
Grady -E. Mlller, ovm ager 12/15/2016
Paget oft
Contract No. C2017-108
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
L.N. CURTIS AND SONS, INC.
THIS COOPERATIVE PURCHASING AGREEMENT (this "Agreement") is entered
into as of April 20, 2017, between the Town of Fountain Hills, an Arizona municipal corporation
(the "Town"), and L.N. Curtis and Sons, Inc., a California corporation (the "Vendor").
RECITALS
A. After a competitive procurement process, Mohave Educational Services
Cooperative, Inc. ("Mohave") entered into Contract No. 16K-LNCS-1202, dated December 2,
2016 (the "Mohave Contract"), with the Vendor for the purchase of fire turnouts and emergency
services related equipment. A copy of the Mohave Contract is attached hereto as Exhibit A and
incorporated herein by reference, to the extent not inconsistent with this Agreement.
B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make
purchases under the Mohave Contract, at its discretion and with the agreement of the awarded
Vendor, and the Mohave Contract permits its cooperative use by other public entities, including
the Town.
C. The Town and the Vendor desire to enter into this Agreement for the purpose of
(i) acknowledging their cooperative contractual relationship under the Mohave Contract and this
Agreement, (ii) establishing the terms and conditions by which the Vendor may provide the
Town with one Blackhawk CFS breathing air compressor system, as more particularly set forth
in Section 2 below (the "Equipment") and (iii) setting the maximum aggregate amount to be
expended pursuant to this Agreement related to the Equipment.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which
are incorporated herein by reference, the following mutual covenants and conditions, and other
good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,
the Town and the Vendor hereby agree as follows:
1. Term of Agreement. This Agreement shall be effective as of the date first set
forth above and shall remain in full force and effect until December 1, 2017, unless terminated as
otherwise provided in the Mohave Contract.
2. Scope of Work. Vendor shall provide to the Town the Equipment under the terms
and conditions of the Mohave Contract and in the configuration as set forth in the Quotation
attached hereto as Exhibit B and incorporated herein by reference.
2939997.1
3. Inspection; Acceptance. The Equipment is subject to final inspection and
acceptance by the Town. Equipment failing to conform to the requirements of this Agreement
and/or the Mohave Contract will be held at the Vendor's risk and may be returned to the Vendor.
If so returned, all costs are the responsibility of the Vendor. Upon discovery of non -conforming
Equipment, the Town may elect to do either of the following by written notice to the Vendor: (i)
waive the non-conformance or (ii) bring the Equipment into compliance and withhold the cost of
same from any payments due to the Vendor.
4. Compensation. The Town shall pay Vendor an aggregate amount not to exceed
$52,153.96 for the Equipment at the unit rate set forth in the Mohave Contract and as more
particularly set forth in the Quotation attached hereto as Exhibit B.
5. Pam. The Town shall pay the Vendor upon delivery and acceptance of the
Equipment and upon submission and approval of the invoice. The invoice shall (i) contain a
reference to this Agreement and the Mohave Contract and (ii) document the Equipment delivered
and accepted to date. Additionally, an invoice submitted without referencing this Agreement and
the Mohave Contract will be subject to rejection and may be returned.
6. Records and Audit Rights. To ensure that the Vendor and its subcontractors are
complying with the warranty under Section 7 below, Vendor's and its subcontractors' books,
records, correspondence, accounting procedures and practices, and any other supporting
evidence relating to this Agreement, including the papers of any Vendor and its subcontractors'
employees who perform any work or services pursuant to this Agreement (all of the foregoing
hereinafter referred to as "Records"), shall be open to inspection and subject to audit and/or
reproduction during normal working hours by the Town, to the extent necessary to adequately
permit evaluation of the Vendor's and its subcontractors' compliance with the Arizona employer
sanctions laws referenced in Section 7 below. To the extent necessary for the Town to audit
Records as set forth in this Section, Vendor and its subcontractors hereby waive any rights to
keep such Records confidential. For the purpose of evaluating or verifying such actual or
claimed costs or units expended, the Town shall have access to said Records, even if located at
its subcontractors' facilities, from the effective date of this Agreement for the duration of the
work and until three years after the date of final payment by the Town to Vendor pursuant to this
Agreement. Vendor and its subcontractors shall provide the Town with adequate and appropriate
workspace so that the Town can conduct audits in compliance with the provisions of this Section.
The Town shall give Vendor or its subcontractors reasonable advance notice of intended audits.
Vendor shall require its subcontractors to comply with the provisions of this Section by insertion
of the requirements hereof in any subcontract pursuant to this Agreement.
7. E -verify Requirements. To the extent applicable under ARiz. REV. STAT. § 41-
4401, the Vendor and its subcontractors warrant compliance with all federal immigration laws
and regulations that relate to their employees and their compliance with the E -verify
requirements under ARiz. REV. STAT. § 23-214(A). Vendor's or its subcontractors' failure to
comply with such warranty shall be deemed a material breach of this Agreement and may result
in the termination of this Agreement by the Town.
2939997.1
2
8. Israel. Vendor certifies that it is not currently engaged in, and agrees for the
duration of this Agreement that it will not engage in a "boycott," as that term is defined in ARiz.
REv. STAT. § 35-393, of Israel.
9. Conflict of Interest. This Agreement may be canceled by the Town pursuant to
Axlz. REv. STAT. § 38-511.
10. Applicable Law; Venue. This Agreement shall be governed by the laws of the
State of Arizona and a suit pertaining to this Agreement may be brought only in courts in
Maricopa County, Arizona.
11. Agreement Subject to Appropriation. The Town is obligated only to pay its
obligations set forth in this Agreement as may lawfully be made from funds appropriated and
budgeted for that purpose during the Town's then current fiscal year. The Town's obligations
under this Agreement are current expenses subject to the "budget law" and the unfettered
legislative discretion of the Town concerning budgeted purposes and appropriation of funds.
Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this
Agreement shall be deemed terminated at the end of the then -current fiscal year term for which
such funds were appropriated and budgeted for such purpose and the Town shall be relieved of
any subsequent obligation under this Agreement. The parties agree that the Town has no
obligation or duty of good faith to budget or appropriate the payment of the Town's obligations
set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which
this Agreement is executed and delivered. The Town shall be the sole judge and authority in
determining the availability of funds for its obligations under this Agreement. The Town shall
keep Vendor informed as to the availability of funds for this Agreement. The obligation of the
Town to make any payment pursuant to this Agreement is not a general obligation or
indebtedness of the Town. Vendor hereby waives any and all rights to bring any claim against
the Town from or relating in any way to the Town's termination of this Agreement pursuant to
this section.
12. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity
among the terms of this Agreement, the Mohave Contract and invoices, the documents shall
govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section
2 above, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms
of this Agreement or the Mohave Contract (collectively, the "Unauthorized Conditions"), other
than the Town's project -specific requirements, are expressly declared void and shall be of no
force and effect. Acceptance by the Town of any invoice containing any such Unauthorized
Conditions or failure to demand full compliance with the terms and conditions set forth in this
Agreement or under the Mohave Contract shall not alter such terms and conditions or relieve
Vendor from, nor be construed or deemed a waiver of, its requirements and obligations in the
performance of this Agreement.
13. Rights and Privileges. To the extent provided under the Mohave Contract, the
Town shall be afforded all of the rights and privileges afforded to Mohave and shall be
"Mohave" (as defined in the Mohave Contract) for the purposes of the portions of the Mohave
Contract that are incorporated herein by reference.
2939997.1
3
14. Indemnification; Insurance. In addition to and in no way limiting the provisions
set forth in Section 13 above, the Town shall be afforded all of the insurance coverage and
indemnifications afforded to Mohave to the extent provided under the Mohave Contract, and
such insurance coverage and indemnifications shall inure and apply with equal effect to the
Town under this Agreement including, but not limited to, the Vendor's obligation to provide the
indemnification and insurance. In any event, the Vendor shall indemnify, defend and hold
harmless the Town and each council member, officer, employee or agent thereof (the Town and
any such person being herein called an "Indemnified Party"), for, from and against any and all
losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable
attorneys' fees, court costs and the costs of appellate proceedings) to which any such
Indemnified Party may become subject, under any theory of liability whatsoever ("Claims"),
insofar as such Claims (or actions in respect thereof) relate to, arise out of, or are caused by or
based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in
connection with the work or services of the Vendor, its officers, employees, agents, or any tier of
subcontractor in the performance of this Agreement.
15. Notices and Requests. Any notice or other communication required or permitted
to be given under this Agreement shall be in writing and shall be deemed to have been duly
given if (i) delivered to the party at the address set forth below, (ii) deposited in the U.S. Mail,
registered or certified, return receipt requested, to the address set forth below or (iii) given to a
recognized and reputable overnight delivery service, to the address set forth below:
If to the Town: Town of Fountain Hills
16705 East Avenue of the Fountains
Fountain Hills, Arizona 85268
Attn: Grady E. Miller, Town Manager
With copy to: GUST RosENFELD P.L.C.
One East Washington Street, Suite 1600
Phoenix, Arizona 85004-2553
Attn: Andrew J. McGuire
If to Vendor: L.N. Curtis and Sons, Inc.
4647 South 33rd Street
Phoenix, Arizona 85040
Attn: Gary Norton
or at such other address, and to the attention of such other person or officer, as any party may
designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed
received (i) when delivered to the party, (ii) three business days after being placed in the U.S.
Mail, properly addressed, with sufficient postage or (iii) the following business day after being
given to a recognized overnight delivery service, with the person giving the notice paying all
required charges and instructing the delivery service to deliver on the following business day. If
a copy of a notice is also given to a party's counsel or other recipient, the provisions above
governing the date on which a notice is deemed to have been received by a party shall mean and
refer to the date on which the party, and not its counsel or other recipient to which a copy of the
notice may be sent, is deemed to have received the notice.
2939997.1
4
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date
and year first set forth above.
"Town"
TOWN OF FOUNTAIN HILLS,
an Arizona municipal corporation
Grady E. Miller, Town Manager
ATTEST:
Bevelyn J. Bender, Town Clerk
(ACKNOWLEDGMENT)
STATE OF ARIZONA )
ss.
COUNTY OF MARICOPA )
On , 2017, before me personally appeared Grady E. Miller, the
Town Manager of the TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation, whose
identity was proven to me on the basis of satisfactory evidence to be the person who he claims to
be, and acknowledged that he signed the above document, on behalf of the Town of Fountain
Hills.
Notary Public
(Affix notary seal here)
[SIGNATURES CONTINUE ON FOLLOWING PAGE]
2939997.1
"Vendor"
LI.N. C URT.I S AND SONS,
a California corporation
M
Nama: Buemcori Nom oni
,11itla: Cualamer Service & C riereitiaris Manaigeui
IJAC KNOA LIE11IGMF N -T
SlIATH OF ARIZONA )
) ss.
COUN`UY OF MARICOPA )
Or I I W " %
,111: a
a California ccirporalion, whose identi
10 to 1he person whci he/shei claims 11a
c ocL marit cin t ahailf cif ltt a corporatiar .
IJAffix notary seal hare)
ECECIL MOLI7RESCUUWh otaryik ,MyCtlmmiJune
2919997.1
aCh 7, beforpgme er nally appaaired
�(N1S Kl. CURT]IS AND SONS,1NC.,
was provan to mei on 111, e basis of sail isfactor) avidar cei
bei, and acknawled€Iad 1ta11 hculste siarec 1ha aibova
Notary AL t I i ci
EXHIBIT A
TO
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
L.N. CURTIS AND SONS, INC.
[Mohave Contract]
See following pages.
2939997.1
QMOHAVE
ARIZONA COOPERATIVE PURCHASING
16K-LNCS-1202 L.N. Curtis and sons
Award, Extension, and Amendment Documents
16K-LNCS-1202 Award Letter ....................................
16K-LNCS-1202 Offer and Acceptance Form .............
16K-0826 Signed Award Recommendation ...............................
16K-0826 Evaluator Agreements ...............................................
16K-LNCS-1202 Federal and State Excluded Parties Documents
16K-LNCS-1202 Contract Extension Documents..
Click section title to be taken directly to that section.
8/7/15 EH
amo-HAVE
ARIZONA COOPERATIVE PURCHASING
NOTIFICATION OF AWARD LETTER
November 2, 2016
Sent this day via email to bnorton@Incurtis.com
Brendon Norton, Manager
L.N. Curtis and sons
4647 S. 33�d St.
Phoenix, AZ 85208
Congratulations, L.N. Curtis and sons' response has been awarded a contract under RFP 16K-0826. Attached is a copy of
the contract signature page. Important notes and action items regarding the award are listed on the following pages.
Some action items contain important deadlines noted in bold font. Be sure to meet the requests and/or
requirements on or before the deadlines noted.
Your organization is bound by the terms of this contract; only items specifically requested in this solicitation and
awarded in your response to this solicitation will be authorized/ allowed.
Advise your Mohave customers to make purchase orders out to L.N. Curtis and sons. In the event you receive a purchase
order from a member that does not contain the "MESC REVIEWED" stamp, it should be faxed to (928-718-3232), or
emailed (orders@njesc.org) to Mohave for review.
Do not perform any work or provide any products until you receive a "MESO Reviewed" purchase order.
We highly recommend having your staff review our vendor information pages at (http://www.mesc.org/resources-
brochures) to learn more about working with Mohave. Especially helpful is the Vendor Handbook.
The procurement file for RFP 16K-0826 shall be made available for public inspection on November 2, 2016.
Please check all the entries on the contract record attached. You may make additions or revisions to the description (40
words or less), contact persons, etc. Email back any changes as soon as possible to michael @mesc.org.
Your contract number is 16K-LNCS-1202 and will take effect on December 2, 2016.
If you have any questions regarding your new contract, please call me at (928) 718-3222. We look forward to working
with you and your company in the future.
Michael S. Carter, CPPB
Contract Specialist I
NOTES ON AWARD FOR: L.N. Curtis and sons
• Please remind the member of their responsibility to independently verify that quotations and purchase orders
comply with the terms of the award of a contract or procurement. This responsibility is set by rule and statute,
and cannot be changed by Mohave. Members can go to (service.mesc.org/PVF/plist.php) to assist in meeting this
due diligence responsibility.
• Financial information included under Tab 2 of your response will be kept confidential.
. All products must be priced using contract pricing approved by Mohave.
• All quotes shall include your contract #16K-LNCS-1202.
• Send requests for pricing updates to Michael Carter - michael@mesc.org.
• Do not provide any goods/services until you receive a Mohave reviewed purchase order.
• Quick payment discounts must be approved by Mohave before being offered to members, and must be available
equally.
• Order cycle overview:
1. Member forwards purchase orders to Mohave. Vendor is L.N. Curtis and sons.
2. Mohave reviews and emails member order with "MESC Reviewed' stamp, to L.N. Curtis and sons.
3. L.N. Curtis and sons provides product/services.
4. L.N. Curtis and sons invoices member.
5. Member pays L.N. Curtis and sons.
6. L.N. Curtis and sons sends Usage and Reconciliation Report to Mohave.
7. L.N. Curtis and sons remits administration fee monthly, based on invoices paid.
8. Mohave audits selected purchases.
REQUIREMENTS/ACTION ITEMS FOP, THE AWARD:
• You agreed to provide a Reconciliation Report detailing activity under the contract, and payment for Mohave
administration fees for invoices paid in the previous month. Your report is due on the 20th of each month.
Mohave's Audit Specialist will contact you and provide you with a sample report, based on reports
provided under contract 11H-LNCS-1201.
• Currently, you report activity under contract 11H-LNCS-1201 when members are invoiced, before payment is
received. Confirm this will be the same reporting methodology under 16K-LNCS-1202. Email confirmation to
michael@mesc.org no later than November 18, 2016.
• If no invoices were issued under the contract in the previous month, you may send an email to
adminreport@mesc.org advising of no sales to report for the month.
• Because you have an existing Mohave contract, we want to address how to properly report invoices on your
monthly reconciliation reports because it may be necessary to submit two separate reports until all 11H-LNCS-
1201 purchases are closed:
o Line item purchase orders that remain open under 11H-LNCS-1201 should be reported on 11H-LNCS-
1201 reconciliation reports.
o Blanket purchase order invoices with a ship date prior to, or on December 1, 2016 should be reported on
the IIH-LNCS-1201 reconciliation report.
o New purchase orders issued under the 16K-LNCS-1202 contract should be reported under 16K-LNCS-
1202 reconciliation reports.
o Blanket purchase order invoices with a ship date after December 1, 2016 should be reported on the 16K-
LNCS-1202 reconciliation reports.
• Administration fee payments should be mailed to:
Mohave Educational Services
625 E. Beale St.
Kingman, AZ 86401
NOTES ON AWARD FOR: L.N. Curtis and sons
• In order to assist members with new contract award notices, Mohave will be releasing your contract award
information to the members prior to December 2, 2016. Information regarding your contract award will be
posted to our website and will be made available in our product vendor finder. Pricing from your awarded
contract will also be made available to our members. All of this information will be accessible by our members
before December 2, 2016. You may provide quotes to members for this contract. However, it will be your
responsibility to inform members the contract is not effective until December 2, 2016, and members should not
be processing purchase orders until that date. Acting on purchase orders (delivering products or services) prior
to December 2, 2016 is a violation of the contract. Please ensure that your staff is aware of the effective
date December 2, 2016, in order to avoid contract confusion.
• All future pricing updates must be electronic. Updates on the original Excel workbooks are preferred. Similar
formats in Word or PDF are acceptable.
• We feature marketing information about your current contract in the product vendor finder on our website.
Please visit our website (www.mesc.org) and go to the "All Products/Vendors" under the "Contracts &
Solicitations" menu. Find your company from the list and click on your name. Once on your company
information, review the "About Vendor" section of the 'Overview." Confirm in writing if that information is still
accurate, or if changes need to be made. Mohave reserves the right to edit information for content or length.
Email this information to michael@mesc.org no later than November 18, 2016.
• A copy of the workbook to be used under your awarded contract pricing is attached (filename: Incs discount
summary 120216.x/sx). The manufacturers listed in Summary Section Five have been arranged in alphabetical
order. Use the attached file for any revisions to this workbook. Confirm the information in the revised workbook
is correct to michael@mesc.org no later than November 18, 2016.
• The price file titled, Eagle Air Price List 2016.pdf was provided in a secure format that does not allow additional
information to be added. Mohave requests the security be removed from the file so that approval note and
contract information may be added. Provide an unsecure price to michael@mesc.org no later than
November 18, 2016.
Offer and Acceptance Form
(Place after Tab 1a)
RFP 16K-0$26
Fire Turnouts and Emergency Services Related Equipment
To Mohave Educational Services Cooperative, Inc.:
The undersigned hereby certifies understanding and compliance with the requirements in all terms,
conditions, specifications and amendments. Offeror further agrees to furnish materials and/or services in
compliance with all terms, conditions, specifications and amendments in the solicitation and any written
exceptions in the offer.
Federal Employer Identification Number 94-1214350
Company Name LN. Curtis & sons
Address 4647 S. 33rd St.
Telephone Number 877453.3911
City Phoenix State . AZ Zip &ftft SC]VP 1 ri/ /lt-
The Offer and Acceptance Form should be submitted with a signature of the person authorized to sign
the offer. The person signing offer shall initial erasures, Interlineations or other modlflcatlons in proposal.
Failure to sign the Offer And Accepta cc Form, or o male other notations as indicated, may result in
rejection of proposal,
•� c
Authorized Signature --------_-_--
Printed Name Brendon Norton Title Manager
Primary Email BNartona@LNCurtis.com n� Alternate email AZSa[esALNCurlis.corn
Note; The primary email address will be used for all communication from Mohave regarding your
response to this solicitation. Provide an alternate email address that will be used o* if the primary
email address is not valid.
The contract vendor shall not commence any billable work or provide any material or service
under this contract unless and until contract vendor receives a purchase order with
Mohave's review noted.
Acceptance of Offer and Contract Award (Mohave Only)
Your Proposal is Hereby Accepted:
As an awarded contract vendor, you are now bound to sell the materials and/or services offered to and
accepted by Mohave in accordance with the solicitation, including all terms, conditions, specifications,
amendments and any accepted written exceptions.
This contract shall be referred to as Contract Number A- -LA-J<-.S-/.ZQ___
Awarded this day ofo.�°x�- _ 2016.
This contract shall be effective this day of2016.
Anita S. McLemore, C.P.M., Litepim Executive Director
Mohave Educational Services Cooperative, Inc.
RFP 16K-0826 2
dMO-HAVE
ARIZONA COOPERATIVE PURCHASING
Date: November 1, 2016
To: Anita S. McLemore, C.P.M., Executive Director
Through: Mark DiBlasi, CPPB, Contracts Manager
From: Michael Carter, CPPB, Contract Specialist I
Subject: Award Recommendation for RFP 16K-0826, Firefighter Turnouts and Related Equipment
On August 26, 2016 Mohave received two responses to RFP 16K-0826. All were determined to be acceptable for further
consideration after the initial evaluation.
The offers were evaluated using the criteria set forth in the solicitation. The following is a summary of the final scores
utilizing the Heisman method of scoring:
L.N. Curtis and sons
United Fire Enuiument
2 f 2 1 2
1.00
2.00
Details for the recommended awards are as follows:
• L.N. Curtis and sons was the number one overall scoring offer. They have a large offering of firefighter turnouts
and related equipment requested in the solicitation.
L.N. Curtis and sons was determined to be the most advantageous to Mohave for its members, and demonstrated the
ability to effectively, and efficiently meet the needs of all our members' requirements for firefighter turnouts and related
equipment products and services.
Award is recommended to the single offeror determined necessary to meet the members' requirements.
The offeror recommended for award is not on the United States General Services Administration's Excluded Parties List, or
on the Arizona Department of Administration Excluded Parties List.
The current contract under RFP 11H-0916 expires on December 1, 2016. It is recommended the award under RFP 16K-
0826 take effect on December 2, 2016.
It is the recommendation of the evaluation committee that a contract be awarded to L.N. Curtis and sons for Firefighter
Turnouts And Related Equipment.
Not recommended for award
United Fire Equipment Company — The original response included a limited scope of work requested in the RFP. An
opportunity to include additional products and services was requested through a request for best and final offer. The
best and final offer response did not include any additional offerings. The limited offer resulted in a lower score. There
was no apparent additional products or services not included in the recommended offeror for award to substantiate award
of this lower scoring proposal. There were no apparent price or performance requirements to substantiate award of this
lower scoring proposal.
Received Late__(Not.Considere_d),
None
MSC 10/4/16
RFP 16K-0826 Award Recommendation
Approval of the #16K-0826 award as recommended:
Signature:
Mark DiBlasi, CPPB
Contracts Manager
0n-_
Signature:
Anita S. McLemore, C.P.M.
Executive Director
Date:, 11/1/16
Date: 11/2/16
MOHAVE RFP 16*0826 EVALUATOR AGREEMEN
NAME Z yG-i`1GU I .- TITLE _o.�f�'tca-
EMPLOYER PHONE
ADDRESS
Statement of Understanding
I agree to evaluate the responses to the solicitation according to its terms. I understand that Mohave will consider
my evaluation along with evaluations by other professionals. However, I also agree that Mohave Is under no
obligation to accept my evaluation, except as advisory. I also understand that Mohave will hold my employer and/or
me harmless If any vendor or interested party protests any award or lack of award made by Mohave udder the
terms of this solicitation. If any conflict or potential of conflict of interest exists, I will disclose the conflict to
Mohave. I also agree not to discuss my evaluation or any of the evaluation process prior to the announcement of an
award, as required by Arizona law (per ARS § 41-2616, C).
Please read the following statements duplicated from the RFP prior to evaluation.
Basis of award: Award(s) will be made to the responsive and responsible offeror(s) whose proposal(s) is (are) determined In writing to
be most advantageous to Mohave for Its members. Mohave reserves the right to use model projects/market baskets to determine the
most advantageous proposal(s). It is Mohave's intent to award a complete line of products, when possible and advantageous.
Responsive proposals: A responsive proposal reasonably and substantially conforms to all material requirements of the solicitation.
Proposals must be responsive to receive award consideration. Mohave reserves the right to waive minor informalitles.
Responsible offeror, A responsible offeror Is a firm or person with the capability to perform the contract requirements and the integrity
and reliability which will assure good faith performance. Mohave must determine an offeror to be responsible before awarding a contract
to offeror.
Reasonably susceptible of being awarded: A proposal is acceptable if it is determined to be reasonably susceptible of being awarded
a contract In accordance with the evaluation criteria and a comparison and ranking of original proposals. Proposals to be considered
reasonably susceptible of being awarded a contract shall, at a minimum, demonstrate the following:
• Affirmative compliance with mandatory requirements designated in this solicitation.
• An ability to deliver goods or services on terms advantageous to members sufficient to be entitled to continue in the
competition.
• That the proposal Is technically acceptable as submitted.
Weighted evaluation: Mohave reserves the right to use a point system to evaluate proposals and to assign points to the evaluation
criteria as it determines most appropriate. Any offeror scoring 0 (zero) in any required area may be considered nonresponsive.
NOTE: Mohave may publicly thank members of the evaluation committee who are not employed by Mohave on our
website. Your signature below indicates understanding that we may publicly recognize your help with the evaluation
process. If you do not wish to be thanked in this manner, please indicate that below.
Please check one of the following:
have no conflict of interest.
I have attached a statement of potential conflict of interest.
Signature f Date
Signature by Mohave:
RFP 16K-0826 Mohave Evaluator Agreement ____
MOHAVE RFP 16*0826 EVALUATOR AGREEMEN
NAME N �`4.' f� �2G FSSZ— TITLE1'?'—,��TZ�`
EMPLOYER _jre C,—F PHONE I ." J��i'� — / f
ADDRESS 1�S3—
Statement of Understanding
I agree to evaluate the responses to the solicitation according to its terms. I understand that Mohave will consider
my evaluation along with evaluations by other professionals. However, I also agree that Mohave is under no
obligation to accept my evaluation, except as advisory. I also understand that Mohave will hold my employer and/or
me harmless if any vendor or interested party protests any award or lack of award made by Mohave under the
terms of this solicitation. If any conflict or potential of conflict of interest exists, I will disclose the conflict to
Mohave. I also agree not to discuss my evaluation or any of the evaluation process prior to the announcement of an
award, as required by Arizona law (per ARS § 41.2.616, Q.
Please read the following statements duplicated from the RFP prior to evaluation:
Basis of award: Award(s) will be made to the responsive and responsible offeror(s) whose proposal(s) is (are) determined in writing to
be most advantageous to Mohave for its members. Mohave reserves the right to use model projects/market baskets to determine the
most advantageous proposal(s). It is Mohave's intent to award a complete line of products, when possible and advantageous.
Responsive proposals: A responsive proposal reasonably and substantially conforms to all material requirements of the solicitation.
Proposals must be responsive to receive award consideration. Mohave reserves the right to waive minor informalities.
Responsible offeror: A responsible offeror is a firm or person with the capability to perform the contract requirements and the integrity
and reliability which will assure good faith performance. Mohave must determine an offeror to be responsible before awarding a contract
to offeror.
Reasonably susceptible of being awarded: A proposal is acceptable if it is determined to be reasonably susceptible of being awarded
a contract in accordance with the evaluation criteria and a comparison and ranking of original proposals. Proposals to be considered
reasonably susceptible of being awarded a contract shall, at a minimum, demonstrate the following:
• Affirmative compliance with mandatory requirements designated in this solicitation.
• An ability to deliver goods or services on terms advantageous to members sufficient to be entitled to continue in the
competition.
• That the proposal is technically acceptable as submitted.
Weighted evaluation: Mohave reserves the right to use a point system to evaluate proposals and to assign points to the evaluation
criteria as it determines most appropriate. Any offeror scoring 0 (zero) in any required area may be considered nonresponsive.
NOTE: Mohave may publicly thank members of the evaluation committee who are not employed by Mohave on our
website. Your signature below indicates understanding that we may publicly recognize your help with the evaluation
process. If you do not wish to be thanked in this manner, please indicate that below.
Please check one of the following:
�%I have no conflict of interest.
I have att hed sta ment of potential conflict of interest. �y /
Signature _ Date
Signature by Mohave:
IRFP 16*0826 Mohave Evaluator Agreement
MOHAVE RFP 16K-0826 EVALUATOR AGREEMEN
NAME d�TITLE r r
EMPLOYER GL C16 PHONE J2,P- %/ 7- -792-V
ADDRESS n"D ✓.G'lr�7: G/' Si
Statement of Understanding
I agree to evaluate the responses to the solicitation according to its terms. I understand that Mohave will consider
my evaluation along with evaluations by other professionals. However, I also agree that Mohave is under no
obligation to accept my evaluation, except as advisory. I also understand that Mohave will hold my employer and/or
me harmless if any vendor or interested party protests any award or lack of award made by Mohave under the
terms of this solicitation. If any conflict or potential of conflict of interest exists, I will disclose the conflict to
Mohave. I also agree not to discuss my evaluation or any of the evaluation process prior to the announcement of an
award, as required by Arizona law (per ARS § 41-2616, C).
Please read the following statements duplicated from the RFP prior to evaluation:
Basis of award: Award(s) will be made to the responsive and responsible offeror(s) whose proposal(s) is (are) determined in writing to
be most advantageous to Mohave for its members. Mohave reserves the right to use model projects/market baskets to determine the
most advantageous proposal(s). It is Mohave's intent to award a complete line of products, when possible and advantageous.
Responsive proposals: A responsive proposal reasonably and substantially conforms to all material requirements of the solicitation.
Proposals must be responsive to receive award consideration. Mohave reserves the right to waive minor informalities.
Responsible offeror: A responsible offeror is a firm or person with the capability to perform the contract requirements and the integrity
and reliability which will assure good faith performance. Mohave must determine an offeror to be responsible before awarding a contract
to offeror.
Reasonably susceptible of being awarded: A proposal is acceptable if it is determined to be reasonably susceptible of being awarded
a contract in accordance with the evaluation criteria and a comparison and ranking of original proposals. Proposals to be considered
reasonably susceptible of being awarded a contract shall, at a minimum, demonstrate the following:
• Affirmative compliance with mandatory requirements designated in this solicitation.
• An ability to deliver goods or services on terms advantageous to members sufficient to be entitled to continue in the
competition.
• That the proposal is technically acceptable as submitted.
Weighted evaluation: Mohave reserves the right to use a point system to evaluate proposals and to assign points to the evaluation
criteria as it determines most appropriate. Any offeror scoring 0 (zero) in any required area may be considered nonresponsive.
NOTE: Mohave may publicly thank members of the evaluation committee who are not employed by Mohave on our
website. Your signature below indicates understanding that we may publicly recognize your help with the evaluation
process. If you do not wish to be thanked in this manner, please indicate that below.
Pleasechec one of the following:
I have no conflict of interest.
ave attached a statement of potential conflict of interest.
_
Signature Date ���
Signature by Mohave:
RFP 16K-0825 Mohave Evaluator Agreement
NAMEla. :i Vii.
EMPLOYER PHONE W
ADDRESS
Statement of Understanding
I agree to evaluate the responses to the solicitation according to its terms. I understand that Mohave will consider
my evaluation along with evaluations by other professionals. However, I also agree that Mohave Is under no
obligation to accept my evaluation, except as advisory. I also understand that Mohave will hold my employer and/or
me harmless if any vendor or interested party protests any award or lack of award made by Mohave under the
terms of this solicitation. If any conflict or potential of conflict of interest exists, I will disclose the conflict to
Mohave. I also agree not to discuss my evaluation or any of the evaluation process prior to the announcement of an
award, as required by Arizona law (per ARS § 41-2616, Q.
Please read the following statements duplicated from the RFP prior to evaluation:
Basis of award: Award(s) will be made to the responsive and responsible offeror(s) whose proposal(s) Is (are) determined In writing to
be most advantageous to Mohave for its members. Mohave reserves the right to use model projects/market baskets to determine the
most advantageous proposal(s). It Is Mohave's Intent to award a complete line of products, when possible and advantageous.
Responsive proposals: A responsive proposal reasonably and substantially conforms to all material requirements of the solicitation.
Proposals must be responsive to receive award consideration. Mohave reserves the right to waive minor Inforrnallties.
Responsible offeror. A responsible offeror Is a firm or person with the capability to perform the contract requirements and the Integrity
and reliability which will assure good faith performance. Mohave must determine an offeror to be responsible before awarding a contract
to offeror.
Reasonably susceptible of being awarded: A proposal Is acceptable If It is determined to be reasonably susceptible of being awarded
a contract In accordance with the evaluation criteria and a comparison and ranking of original proposals. Proposals to be considered
reasonably susceptible of being awarded a contract shall, at a minimum, demonstrate the following:
• Affirmative compliance with mandatory requirements designated In this sollcitadon.
• An ability to deliver goods or services on terms advantageous to members sufficient to be entitled to continue In the
competition.
• That the proposal is technically acceptable as submitted.
Weighted evaluation: Mohave reserves the right to use a point system to evaluate proposals and to assign points to the evaluation
criteria as It determines most appropriate. Any offeror scoring 0 (zero) In any required area may be considered nonresponsive.
NOTE: Mohave may publicly thank members of the evaluation committee who are not employed by Mohave on our
website. Your signature below indicates understanding that we may publicly recognize your help with the evaluation
process. If you do not wish to be thanked in this manner, please Indicate that below.
Please check one of the following:
Z, have no conflict of Interest.
I have attached a state ent of potential conflict of interest.
Signature Date., .�
Signature by Mohave:
JRFP 16K-4826 Mohave Evaluator Agreement
SAM Search Results
List of records matching your search for
Search Term : In curtis* and* sons*
lZecord Status: Active
ENTITY L.N. Curtis and Sons
DUNS: 009224163 +4:
Expiration Date: Jul 6, 2017 Has Active Exclusion?: No
Status:Active
CAGE Code: 5E720 DoDAAC:
Address: 1800 Peralta St
City: Oakland
ZIP Code: 94607-1603
Delinquent Federal Debt?: No
State/Province: CALIFORNIA
Country: UNITED STATES
ENTITY L.N. CURTIS AND SONS Status:Active
DUNS: 612593231 +4: CAGE Code: 6SCW4 DoDAAC-
Expiration Date: Feb 20, 2017 Has Active Exclusion?: No Delinquent Federal Debt?: No
Address: 16821 Knott Ave
City: La Mirada
ZIP Code: 90638-6014
State/Province: CALIFORNIA
Country: UNITED STATES
August 29, 2016 2:54 PM Page 1 of 1
Agencies(littps://,iz.gov/agency-dir ectui N) services (helps://ar gov/dircetory/seat ice/all) Open Bools(h l l ps://openbooksaz.g(h/app/h a ns p; ency/ind ex. lit m l)
AZ.Gov (h l I ps://az gov/search/) (haps://az.gov)
a AD)OA\ AIW S 0
State Procurement Office
(/)
The online home of the Arizona State Procurement Office
* ABOUT (/ABOUT -SPO) PUBLIC NOTICES (/NEWS) RESOURCES (/ADMINISTRATION -POLICY)
PROCUREAZ (/PROCUREMENT -SERVICES) VENDOR RESOURCES (/CONTRACTOR -RESOURCE)
PROCUREMENT REFORM (/PROCUREMENT -REFORM -0) COMPLIANCE HOTLINE (/ADM IN ISTRATION- POLI CY/COM PLIANCE/E-COMPLY)
PROCUREAZ FOR VENDORS STATE PROCUREMENT ACTIVITIES PROCUREMENT OPPORTUNITIES
SPO also provides a number of
resources specifically for Vendors
associated with the use of the...
Read More
(h I tps:Hsp o. az. gov/contra ctor-
resources/procureaz-resou rtes -for -
vendors)
Suspended and Debarred Firms
In accordance with ARS 41-753,
notice of significant procurement
role activities currently...
Read More (hllps:Hspo.az gov/slate-
procurement-activities)
Procurement Resource Library (/administration-policy/state-procurement-resource)
Procurement Regulations (/administration-policy/slate-procurement-resource/procurement-regulations)
Standard Procedures (/administration-policy/stale-procurement-resource/standard-procedures)
Forms and Documents (/administration-policy/state-procurement-resource/standard-forms-and-documents)
Suspended and Debarred Firms (/administration-policy/state-procurement-resource/suspended-debarred-firms)
SUSPENDED AND DEBARRED FIRMS
SPO is responsible for maintaining a list of firms that are suspended or debarred Irom doing business with the State of
Arizona.
THERE ARE NO SUSPENDED OR DEBARRED FIRMS AT THIS TIME.
ProcureAZ - Statewide, Multi -
Agency and Agency solicitation
notices posted within the State's...
Read More
(hilps://spo.az.gov/contraclor-
resources/notices-opportunities)
RESOURCES
State Procurement Resource Library
(/administration-policy/state-
procurement-resource)
/administration-poIicy/state-
procurement-resource)
Agency Procurement Authority
(/administration-policy/agency-
procurement-authority)
/administration-poIicy/agency-
procurement-authority)
Professional Services (/procurement-
services/professional-services)
Compliance (/administration-
policy/compliance)
PROCUREAZ HELP DESK
SUPPORT
602-542-7600
ProcureAZ Phone Support - Monday thru Friday
8:00am to 5:00pm. Voicemail is available at
other times
Please feel free to email the help desk and
specify the issue in the subject area.
procure@azdoagov
(mailto:procure @azdoa. gov)
4
41 ADOA-SPO)
State Procurement Office
THE ONLINE HOME OF THE ARIZONA STATE
PROCUREMENT OFFICE
ARIZONA'S EPROCUREMENT
SYSTEM AND VENDOR
REGISTRATION
r - r •
(HTTPS://PROCU'{REE..AZ.GO JVD /)
COMPLIANCE HOTLINE
Procurement
Compliance -Hotline
(https:Hspo az.gov/administration-pollcy/compliance/e-
comply)
Contact Us (/contact -us)
State Procurement Office, ADOA
Building Phone: 602-542-5511
100 N. 15th Ave., Suite 201 Fax: 602-542-5508
Phoenix, AZ 85007
Find in Google Maps
(https://www google com/maps/place/100+N+1
(https://www.google.com/maps/place/
■
m 0HA' VE'
ARIZONA COOPERATIVE PURCHASING
16K -ENCS -1202
Contract Extensions
8/7/15 EH
dMO-HAVE
ARIZONA COOPERATIVE PURCHASING
16K-LNCS-1202 Table of Contents
L.N. Curtis and sons Response to RFP 16K-0826
L.N. Curtis and sons Response to Best and Final Offer................................................................. 2
Tab 1A—Signed Offer and Acceptance Form .................. See document 6. 16KLNCS1202 Award,
Extensions and Amendments.
Tab1B—Amendments................................................................................................................. 7
Tab 1C — General Terms & Conditions.......................................................................................... 8
Tab 1D — Special Terms and Conditions ..................... ....................... ..... ............ ......................... 25
Tab 1E —Scope of Work/Services and Specifications................................................................. 34
Tab2A — Method of Approach................................................................................................... 46
Tab 2B — Qualifications and Experience..................................................................................... 50
Tab 2C — Certificate of Insurance ........................................... Please call Mohave for information.
Tab 2D — Financial Information ............................... All financial information is kept confidiential
and has been removed.
Tab 2E — Evidence of Industry Certifications and Memberships ................................................ 57
Tab 3A — Price Proposals ................................. See document 7. 16KLNCS1202 Pricing Summary.
Tab 313 — Pricing Methodology, Discounts, and Pcard Descriptions ........................................... 80
Tab3C—Travel Description....................................................................... - ......................... 81
Tab 4A — Primary Contract Documents, Support and Maintenance Information ...................... 82
Tab 4B —Sample Supplemental or End -User Agreements.......................................................... 85
Tab 4C — Extended Warranty or Maintenace Service Plan Information ..................................... 86
Tab 5 — Additional Information .............................................. Please call Mohave for information.
Click section title to be taken directly to that section.
6/7/16 EH
GMOH E�
ARIZONA COOPERATIVE PURCHASING
Via Email
bnorton0incurtis.com
REQUEST FOR BEST AND FINAL, OFFERS
REQUEST FOR PROPOSAL 16K-0826
FIREFIGHTER TURNOUTS AND RELATED EQUIPMENT
In accordance with Arizona procurement rules and code, Mohave Educational Services Cooperative, Inc. (Mohave) is
requesting Best and Final Offers for Request for Proposal 16K-0876.
BEST AND FINAL OFFER DUE DATE: Tuuday. October 4. 2016 at 3:00 p.m. (local time)
LOCATION: Mohave Educational Services Cooperative, Inc.
625 East Beale Street
Kingman, AZ 86401
Best and Final Offers must be submitted in a sealed envelope properly addressed to Mohave Educational Services
Cooperative, Inc., with Best and Final Offer, RFP 16K-0826, Best and Final Offer Due Date and Time, and Offeror's Name
and Address clearly indicated on the envelope. Offeror's are advised herein that late best and final offers shall be handled
as specified by Arizona procurement rules and code. If a best and final offer is not submitted, the offeror's immediate
previous offer will be construed as their best and final offer. Faxed best and fnal offers cannot be accepted.
CONTACT PERSON: MICHAEL CARTER CONMCT SPECIALIST I PHONE: 928 718-3222
DATE: Septk!rq r 25.. 2�
a'x� -1 fn
THIS BEST AND FINAL OFFER IS SUBMITTED BY:
Name: Brendon Norton, Manacier
Firm: L.N. Curtis anti sons
Anita S. McLemore, G.P.M.
Interim Executive Director
Address: 46475.33 rd St
City: Phoenix State: AZ R: 8 40 ,
Phone: 602-453-3911 Signature:
Date: X30/2016 Title: Operations & Customer Service Manager
M
Request for Proposal 16K-0826 — Firefighter Turnouts and Related Equipment
L.N. Curtis and sons
REQUEST FOR BEST AND FINAL OFFERS
NOTE., Mohave has completed its initial review of your response to RFP I6K-0826, and is requesting the following
,7formation to better understand your offer. Please carefully review and answer the questions that follow. Provide only
'the information requested Do not provide another complete copy of your Initial response. Sign and include this
Request for Best and Final Offer with your response. If you do not respond by the specified time, date and location,
your immediate previous offer will be construed as your best and final offer.
NOTE: YOUR ANSWERS TO QUESTIONS 7A — G, 10A, B AND 11 MAY REQUIRE REVISIONS AND/OR CLARIFICATIONS TO YOUR
PRICING WORKBOOK. PROVIDE A REVISED COPY OF YOUR PRICING WORKBOOK IN ELECTRONIC FORMAT ON CD OR USB THUMB
DRIVE WITH YOUR BEST AND FINAL OFFER.
BEST AND FINAL OFFER SUBMITTAL
1. The State of Arizona has added the following requirement to the Arizona Revised Statues, Title 35 — Public Finances.
This requirement is added to General Term and Condition 5, Certification and shall now be made part of the terms
and conditions of an awarded contact:
Offeror shall comply with ARS §35-393.01 and certify that they are not currently engaged in, and agree that for
the duration of the contract to not engage in, a boycott of Israel.
Provide your confirmation and acceptance of compliance to this new requirement.
RESPONSE: L.N. Curtis & sons compiles with ARS §35-393.01 and certifies that we are
not currently engaged In, and agree that for the duration of the contract to not engage
In, a boycott of Israel.
2. Mohave has revised the Special Term and Condition 13.2 of RFP 16K-0826 to the following and shall now be made
part of the terms and conditions of an awarded contact:
Conditions for contract extension may include, but are not limited to: contract usage, satisfactory performance of
services during the preceding contract term, ability to continue to provide satisfactory servlces, continued
adherence to the contract requirements, and continued competitive prices for the materials and services provided
under the contract, Mohave shall prepare a perfonnance report for all contracts prior to issuing any extension.
This performance report shall use past performance information gathered by your assigned Contract Specialist:
Past performance information shall be used when determining whether a contract receives an extension.
Provide your understanding and acceptance of this revised requirement.
RESPONSE: L.N. Curtis & sons understands and complies with this revised requirement,
3. NFPA, OSHA, and other industry organizations appear to include standards and/or recommended life spans from the
date of manufacture for some firefighter apparel and gear, such as fire turnouts, SCBA systems and cylinders. It
appears your offer includes these products that may have a life span from the date of manufacture. If so, provide
the following additional information:
a. Does your firm identify any product that has a required or recommended life span by the NFPA, OSHA,
and other industry organizations?
RESPONSE: No, L.N. Curtis & sons does not identify a life span, this is however identified
by NFPA and other industry organizations. These products included Firefighter Structural
Personal Protective Equipment, Fire Hose, and SCBA Cylinders.
b. How are these products identified to the member?
eo RESPONSE: These products are identified by the date of manufacture on labeled on the
product. Firefighter Structural Personal Protective Equipment has a requirement of 10
years per NFPA 1951, Fire hose has a requirement of 10 years per NFPA 1962, and SCBA
Cylinders has a requirement of 15 years per NFPA 1981.
Request for Proposal 16K-0826 — Firefighter Turnouts and Related Equipment
L.N. Curtis and sons
c. Is there a maximum amount of time allowed to be carried in the manufacturers'; the distributors'; and/or
your inventory prior to the date of shipping?
RESPONSE: No there is not a maximum amount of time allowed to carry inventory prior
to the date of shipping
d. Do members have the option to refuse products that do not include a recent manufacturing date?
Provide acceptable timelines for refusal. (e.g. products with manufacture dating from 90, 120, 150 or
more days.)
RESPONSE: There are no established options to refuse products based on date of
manufacture as It applies to NFPA standards. We try to maintain inventory that does not
exceed a date of manufacture of one year however we are willing to discuss any concern
a member may have about the date of manufacture on a product.
e, Is the date of manufacturer clearly marked on the item and location identified to member?
•:• RESPONSE: Yes, date of manufacture is clearly marked on the items that have a required
life span. All PPE related products will be identified by a label on the inside of the
product Fire hose and SOBA Cylinders date of manufacture is listed on the external part
of the product.
4. Your response indicated a deviation to Specification Requirement 1.7.08 after Tab le, but did not include the
explanation of this deviation on the Scope of Work and Specifications Acceptance Form. Provide the explanation of
the deviation to this requirement.
RESPONSE: We partially bid this specification; we no bid caution tape, cones, flares, and
barricades,
5. Your response to Specification Requirements 1.8.01 and 1.6.02 were not indicated as "Comply" or "Deviate." Confirm
if your response is "Comply" or "Deviate" to these requirements. Include the explanation of any deviations to the
requirements.
e• RESPONSE: We do comply with both of these specifications requirements.
6. Method of Approach, Question #3 stated no subcontractors would be used. However, ECMS offers services for
alterations and repairs to fire turnouts, apparel, and footwear. ECMS appears to be a firm that would be
subcontracted under an awarded contract for these services. Confirm if ECMS will be subcontracted to perform the
services under an awarded contract.
RESPONSE: Yes, ECMS would be considered a subcontractor under an awarded contract
for these services.
7. Your electronic workbook after Tab 3a requires the following additional information:
a, The response to Summary Section One, Restock Fees Description appears that a member may return any
manufacturer's products under an awarded contract. However, some manufacturer's price files state that
custom made or obsolete products are non -returnable. Clarify if these restrictions need to be added to
the Summary Section One, Restock Fees Description.
RESPONSE: Yes some restrictions need to be added to the Summary Section One,
Restock Fees Description. See revised electronic price workbook.
b. The response to Summary Section Five listed the following manufacturers, All American Fire Hose, Fol-
Da-Tank,
o%Da-Tank, Nupl.7 Paratech and Tempest Price lists for these manufacturers were not found. Confirm if
products will be offered from these manufacturers. Provide current pricing for the manufacturers to be
offered under an awarded contract.
RESPONSE: Yes products will be offered from these manufactures. These manufactures
most current electronic price lists are included in the electronic CD we are submitting
with our Best and Final Offer,
Request for Proposal 16K-0826 — Firefighter Turnouts and Related Equipment
L.N. Curtis and sons
c. Summary Section Seven did not include information for annual maintenance. Price file titled, Curtis Care
Service Pricing.pdf appears to include maintenance pricing. Confirm if Curtis Care Service includes
maintenance on a regular scheduled basis. If so, include a reference to Curtis Care Service Pricing in
revised Summary Section Seven.
RESPONSE: Yes Curtis Care Service included maintenance on a regular scheduled basis.
We have included a reference to Curtis Care Service Pricing in the revised Summary
Section Seven.
d. Price lists from Groves Ready Rack and PGI are dated from 2013. Confirm that the price lists are current
pricing for these manufacturers.
RESPONSE: It has been found that a more current price list is available for Groves Ready
Rack dated 2015, this electronic price list is included on the submitted CD. The price lists
submitted for PGI are current price lists for this manufacture; however, we have included
an additional price list for PGI that Is Included under the PGI Fireline discount schedule.
e. Price lists from Fi-refighters Bookstore, Indian Spring, Kapp%r, North American fire Hose, Red Head Brass
and Waterous are dated from 2015. Confirm that the price lists are current pricing for these
manufacturers.
RESPONSE: It has been found that a more current price list is available for Kappler dated
2016, this electronic price list its included on the submitted CD. Firefighters' Bookstore,
Indian Springs, North American Fire Hose, Red Head Brass, and Waterous price lists
dated 2015 are still current.
f. Price list titled, F51 North America Price List 2016.pdf included pricing as "POA" and the statement,
`please ask FSI for currentl'updated .systems and prices since these offered ones are being updated at
this time" for some products listed. Provide a definition for "POA. " Confirm that products with the
'please ask FSI... "statements shall be submitted to Mohave prior to quoting member under an awarded
contract.
RESPONSE: POA defines as Price on Application. This means that these items are custom
built and the price. varies depending on application. In this case and for products that
state "Please ask FSI", pricing will be submitted Mohave prior to quoting member under
an awarded contract.
g. Price file titled, Hurst 5,000PSI Price List2016,pdfinduded "KA 'as pricing for some products. Provide a
definition for "NLA. "
.• RESPONSE: NLA means "No Longer Available".
8. Your electronic pricing after Tab 3a included price lists with one or more of the following statements, "call for pricing, "
"call for price, ""quoted"or "custom quote." Mohave shall approve all pricing prior to offering to member under an
awarded contract. Confirm that any pricing for products and services with "call forpricing, " "call for price, " "quoted'
and/or "custom quote"shall be submitted to Mohave prior to quoting member under an awarded contract.
RESPONSE: We will submit all pricing to Mohave prior to quoting member under an
awarded contract.
9. Your electronic pricing included manufacturers' price lists that contained additional terms and conditions that conflict
with the RFP (e.g, payment terms, F.O.B. Origin, pricing subject to change without notice, acceptance of additional
terms), Confirm that the terms and conditions of the RFP, any best and final offer, and the members purchase order
shall prevail under an awarded contract.
RESPONSE: Terms and condition as a result of an awarded contract from this RFP will
prevail any manufactures' price list terms and conditions.
Request for Proposal 16K-0826 — Firefighter Turnouts and Related Equipment
L.N. Curtis and sons
10. Your electronic and printed paper pricing included a price file titled, Curtis Care Service Pricing.pdithat requires the
Following additional information:
a. Includes "call for pricing"for Draeger parts. The electronic workbook submitted in your offer appears to
include parts for Draegar. Confirm that Drager pricing in your electronic workbook includes parts that
may be used for servicing. Provide a revised price rile to include where parts pricing is located.
RESPONSE: Yes pricing for Draeger parts pricing can be used for services. This pricing
can be found under the Draeger Level 1, 2, 3, & 4 price lists submitted with our original
response. These price files have been included again on our electronic CD included with
this submission.
b. A statement was included for minimum service order fee for service calls requiring travel outside the 48
contiguous United States. This does not appear to be applicable to members within Arizona. Confirm
minimum service order fee for service calls requiring travel outside the 48 contiguous United States is not
applicable to members in Arizona under an awarded contract.
RESPONSE: This statement Is not applicable to members in Arizona under an awarded
contract.
11. Mohave is considering a number of proposals for this contract. Pricing is very competitive.
• Please review your prices to determine if any additional discounts are available.
• If yes, provide a new comprehensive price schedule.
• If no, indicate "No Additional Discounts."
• RESPONSE: No Additional Discounts
Please Note: courier delivery services (e.g. FedEx/UPS%USPS) consider Kingman, AZ a "rural" destination.
As such, they do not guarantee overnight delivery by a specific time. Use caution when shipping your
response using overnight delivery the day before the best and final due date.
--If a best and final offer is not submitted, the ofiferor's Immediate previous offer will be construed as their
best and final offer.
4MOHAVE
ARIZONA COOPERATIVE PURCHASING
Amendment 1
Request for Proposal 16K-0826
Fire Turnouts and Emergency Services Related Equipment
Amendment 1 is hereby made part of the solicitation documents and shall be included in all submitted formal sealed
proposals. Offerors shall formally acknowledge r elpt f A endment 1 by including this page, signing, and dating the
following statement:
r'
Amendment 1 is acknowledged by:
s
Printed Name and Title: Brendon Norton, Manager
Name of Firm: L N. Curtis & sons
Date: August 8, 2016
Place a signed copy of Amendment 1 after Tab lb in your formal proposal binder.
(Vote: The published due date and time of August 26, 2016 at 3:00 p.m. (local Arizona timg) remains unchanged.
SPECIFICATION 1.8 — Wildland Fire Gear specifications REvisloN:
Specification 1.8 — WIldland fire gear specification 1.8 has been revised to include apparel specific to wildland
firefighting personnel. The following specification has been added to Specification 1.8:
Specit tcations
All questions regarding Request for Proposal 16K-0826 should be directed to:
Michael Carter, CPPB, Contract Specialist I
Email: contracts@mesc.org
Telephone: (928) 718-3222
t
Anita S. McLemore, C.P.M.
Interim Executive Director
Mohave Educational Services Cooperative, Inc.
Publish Date: August 8, 2016
comply C)eviate*
1.8 Wildland Fire Gear Specifications
1.8.03 Wildland fire gear apparel may include, but not be limited to: pants, vests,
shirts, boots, jackets and hats.
X
All questions regarding Request for Proposal 16K-0826 should be directed to:
Michael Carter, CPPB, Contract Specialist I
Email: contracts@mesc.org
Telephone: (928) 718-3222
t
Anita S. McLemore, C.P.M.
Interim Executive Director
Mohave Educational Services Cooperative, Inc.
Publish Date: August 8, 2016
Note: See Best and Filial 0',, :r
General Terms and Conditions For rurthcr details
(Place after Tab ic)
Some General Terms and Conditions specify placement of information in tabs other than Tab 1c as noted
in the title above. Pay close attention to placement information (identified in bold text) as indicated in
select General Terms and Conditions.
1. ADVERTISING
offeror shall not advertise or publish information concerning this solicitation prior to an award being
announced by Mohave. After award, contract vendor(s) may advertise the availability of products,
materials, processes and services to members. Any promotional marketing materials using the
Mohave logo shall be approved by a Mohave Contract Specialist in advance.
2. AVAILABILITY OF FUNDS
Member fund availability is unknown to Mohave at the time this solicitation was issued. Use of any
contract awarded by Mohave will be conditioned upon the availability of member funds.
3. CANCELLATION
3.1. Cancellation Process: The following requirements shall apply to all cancellation notices issued
under an awarded contract:
• A written notice of cancellation shall be sent to the contract vendor and the effective date of
cancellation shall be the date specified within the written notice of cancellation.
• Upon cancellation, all products, materials, processes and services paid for by the member,
along with documents, data and reports prepared by contract vendor under the contract
shall become the property of the member.
• Contract vendor shall be entitled to receive just and equitable compensation in accordance
with applicable contract pricing for authorized work in progress, authorized work completed
and materials accepted before the effective date of the cancellation.
• Cancellation shall have no effect on projects in progress prior to the effective date of the
cancellation.
• Contract vendor is obligated to continue submitting monthly reconciliation reports and
administrative fee payments until all purchases are complete and closed.
3.2. Cancellation for bankruptcy or acquisition: Mohave reserves the right to cancel, or
suspend the use of, any contract if contract vendor files for bankruptcy protection, or if the
original contract holder is sold and ownership is transferred to a new party.
3.3. Cancellation for conflict of interest: Mohave may cancel this contract pursuant to ARS §38-
511 for conflict of interest. Conflict of interest occurs if any person significantly involved in
initiating, negotiating, securing, drafting or creating the contract on behalf of Mohave, is or
becomes at any time while the contract or an extension of the contract is in effect, an employee
of, or a consultant to, any other party to the contract, with respect to the subject matter of the
contract. Members shall incur no penalty or further obligation if the contract is cancelled for
conflict of interest.
3.4. Cancellation for convenience: Mohave reserves the right to immediately cancel the contract
without penalty or recourse, in whole or in part, when Mohave determines that action to be in
the best interests of its members.
RFP 16K-0826 39
General Terms and Conditions
(Place after Tab 1c)
3.5. Cancellation for non-performance or contract vendor deficiency. Mohave may terminate
any contract if members have not used the contract, or if purchase volume is determined to be
"low volume" in any 12 -month period. Mohave reserves the right to cancel the whole or any
part of this contract due to failure by contract vendor to carry out any obligation, term or
condition of the contract. Mohave may Issue a written deficiency notice to contract vendor for
acting or failing to act in any of the following:
• Failing to comply with the accepted terms and conditions of the contract;
• Providing material that does not meet the specifications of the contract;
• Providing work and/or material that was not awarded under the contract;
• t=ailing to adequately perform the services set forth in the scope of work and
specifications;
• Failing to complete required work or furnish required materials within a reasonable
amount of time;
• Failing to make progress in performance of the contract and/or giving Mohave reason to
believe that contract vendor will not or cannot perform the requirements of the contract;
• Performing work or providing products, materials, processes or services under the
contract prior to receiving a Mohave reviewed member purchase order for such work.
Upon receipt of a written deficiency notice, contract vendor shall have ten (10) days to provide a
satisfactory response to Mohave to adequately address all issues of concern. Failure to
adequately address all issues of concern may result in contract cancellation. Upon cancellation
under this clause, all goods, materials and work paid for by the member, along with documents,
data and reports prepared by contract vendor under the contract shall become the property of
the member.
3.6. Cancellation for replacement: Mohave reserves the right to cancel a contract awarded under
this solicitation, if a new solicitation has been issued and a contract has been awarded to the
same contract vendor for similar products, materials, processes and services. Mohave may, at its
option, either replace a contract resulting from this solicitation or delay a new award until the
existing contract expires. The decision to delay or replace the contract rests solely with Mohave.
3.7. Contract vendor cancellation: Contract vendor may cancel this contract at any time upon
thirty (30) days prior written notice to Mohave or at time of annual contract renewal.
Termination shall have no effect on projects in progress at the time the notice of cancellation is
received by Mohave.
3.8. Continuation of performance: Contract vendor shall continue to perform in accordance with
the requirements of the contract, up to the date of cancellation and as directed in the
cancellation notice.
3.9. Gratuities: Mohave shall cancel this contract if it is found that gratuities in the form of
entertainment, gifts or otherwise, were offered or given by contract vendor or any agent or
representative of contract vendor, to any employee of Mohave or member with a view toward
securing a contract or with respect to the performance of this contract. Paying the expenses of
normal business meals shall be in accordance with each member's policy regarding gratuities.
Samples as requested in the solicitation and provided to Mohave for demonstration or evaluation
are not considered gratuities.
4. CAPTIONS, HEADINGS AND ILLUSTRATIONS
The captions, illustrations, headings, and subheadings in this solicitation are for convenience and
ease of perusal only, and in no way define, limit or describe the scope or intent of the request.
RFP 16K-0826 40
General Terms and Conditions
(Place after Tab 1c)
5. CERTIFICATION
By signing the Offer and Acceptance Form (page 2 of the RFP), offeror certifies the following:
• Offeror has examined and understands the terms, conditions, scope of work, specifications
and other documents in this solicitation.
• The submission of the offer did not involve collusion or other anticompetitive practices.
Neither signatory nor any person on his behalf has connived or colluded to produce a
deceptive show of competition In the matter of the bidding or award of a contract under this
solicitation.
• Offeror has not given, offered to give, nor intends to give at any time hereafter any economic
opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to
a public servant in connection with the submitted offer.
• Neither offeror, nor any officer, director, partner, member or associate of offeror, nor any of
its employees directly involved in obtaining contracts with the State of Arizona, Mohave
Educational Services Cooperative, Inc., or any subdivision of the state has been convicted of
false pretenses, attempted false pretenses, or conspiracy to commit false pretenses, bribery,
attempted bribery or conspiracy to bribe under the laws of any state or federal government
for acts or omissions after January 1, 1985.
• Offeror agrees to comply fully with any and all provisions of ARS Title 32, Chapter 10
(Registrar of Contractors) that may regulate offeror's business.
• Offeror shall not discriminate against any employee, or applicant for employment, in violation
of federal and state laws (see Federal Executive Order 11246; and ARS Title 41, Chapter 9,
Article 4).
• Offeror is not currently suspended, debarred or otherwise precluded from participating in any
public procurement activity with any federal, state or local government entity.
• If awarded a contract, offeror agrees to promote, offer and sell under Mohave contract only
those materials and/or services awarded to contract vendor by Mohave.
• If awarded a contract, offeror shall provide the equipment, commodities, and/or services to
members of Mohave in accordance with the terms, conditions, scope of work, specifications,
and other documents of this Request for Proposal.
• If awarded a contract, offeror agrees that all staff and other individuals eligible to receive
services shall have equal access to the services regardless of race, religion, color, sex,
disability, age or national origin (including language minority individuals).
• Offeror and all proposed subcontractors comply and shall remain in compliance with the
Federal Immigration and Nationality Act (FINA), all other federal immigration laws and
regulations, ARS £41-4401, and ARS §23-214, which requires compliance with current federal
immigration laws by Arizona employers, Arizona contractors and Arizona subcontractors in
accordance with the E -Verify employee eligibility verification program.
6. CONFIDENTIAL INFORMATION
6.1. Confidential information request: If offeror believes that its proposal contains confidential
trade secrets or other proprietary data not to be disclosed, a statement advising Mohave of this
fact shall accompany the proposal, and the information shall be so identified wherever it
appears. Mohave shall review the statement and shall notify the offeor of their determination in
writing whether the information shall be withheld or disclosed. Requests to deem the entire offer
as confidential will not be considered.
6.2. Pricing: Mohave will not consider pricing to be confidential or proprietary.
6.3. Public record: All proposals submitted in response to this solicitation shall become the
property of Mohave. They will become a matter of public record available for review,
subsequent to award notification, with the exception of information deemed confidential by
Mohave.
RFP 16K-0826 41
General Terms and Conditions
(Place after Tab 1c)
7. CONFIRMATIONLDISCUSSIONS
7.1. Confirmation: If an apparent mistake in a proposal, relevant to the award determination is
discovered after opening and before award, Mohave shall contact the offeror for written
confirmation of the proposal. If offeror fails to act, the offeror shalt be considered non-
responsive.
Mohave may contact an offeror to confirm our understanding of the proposal. Such contact
shall be prior to award. Mohave shall obtain written confirmation from the offeror and shall
retain the confirmation in the procurement file. Correction of mistakes in a proposal shall only
be allowed as described in Arizona procurement rules and code.
7.2. Discussions: For the purposes of conducting discussions, Mohave shall determine that
proposals are either acceptable for further consideration or unacceptable. Discussions may be
conducted with responsible offerors who submit proposals determined to be acceptable for
further consideration. Discussions may be conducted to assure full understanding of the
proposal in order to obtain the most advantageous contract for Mohave, based on the
requirements and evaluation factors in this Request for Proposal. Discussions may be conducted
orally or in writing. If oral discussions are conducted, the offeror shall confirm the discussions in
writing.
Mohave will not help offeror bring its proposal up to the level of other proposals through
discussions. Mohave will not indicate to offeror a cost or price that it must meet to obtain
further consideration nor will it provide any information about other offerors' proposals or prices.
8. CONTRACT MANAGEMENT
8.1. Applicable law: The contract shall be governed by the laws of the State of Arizona, and suits
pertaining to the contract may be brought only in courts In the State of Arizona.
8.2. Application of law: The Arizona Procurement Code, the Arizona State Hoard of Education
`- School District Procurement Rules, and the Uniform Commercial Code (UGC) as adopted by the
State of Arizona, are part of this document as if fully set forth herein. Any provision or clause
required by law, rule or regulation to be included in the contract will be read and enforced as if
in the contract, whether or not physically Included. If any such provision is not included, or is
not correctly included, contract will be amended in writing to make such inclusion or correction
upon application from either party to contract.
8.3. Arbitration: After exhausting applicable administrative review, the parties to this contract may
agree to resolve disputes arising out of or relating to this contract through arbitration, to the
extent allowed by law.
8.4. Assignment: Contract vendor shall assign no right or interest in this contract without prior
written permission from Mohave. No delegation of any duty of contract vendor shall be made
without prior written permission from Mohave. Mohave shall not unreasonably withhold
approval and shall notify contract vendor of its decision within fifteen (15) days of receipt of
written notice from contract vendor.
8.5. Contract claims or controversies: The requirements of the Arizona procurement rules and
code shall govern any contract awarded as a result of this solicitation, as well as any contract
claims or controversies associated with it.
Formal contract claims and controversies between a member and contract vendor shall be
resolved in accordance with R7-2-1155 through R7-2-1159, or ARS, Title 41, Chapter 23, Article
9, as applicable. The member's authorized representative shall serve as the district
representative for resolution of such claims and controversies. ARS, Title 41, Chapter 23, Article
9 and the rules promulgated under it, or R7-2-1155 through R7-2-1159, as applicable, provide
the exclusive procedure for asserting a cause against the member under the contract.
RFP 16K-0826 42
General Terms and Conditions
(Place after Tab ie)
8.6, Contract placed on hold: Mohave shall have the ability to place a contract on hold, if it is
deemed necessary to address ongoing problems with an awarded contract. Details of the
decision to place the contract on hold shall be provided in a written deficiency notice. A
reasonable amount of time shall be provided to contract vendor to address issues in the written
deficiency notice.
8.7. Modification of contract: An awarded contract may be modified for a variety of reasons.
Contract modifications will be issued as deemed necessary by Mohave to address contractual
issues that may arise.
8.8. Novation: If contract vendor sells or transfers all assets or the entire portion of the assets
used to perform this contract, a successor in interest must guarantee to perform all obligations
under this contract. Mohave reserves the right to accept or reject any new party. A simple
change of name agreement will not change the contractual obligations of contract vendor.
8.9. Order cycle overview:
One, or both, of the following order cycles will apply to an awarded contract. A sample
reconciliation report will be provided to contract vendors who have been awarded a contract.
Instructions for filling out the purchase order, or Pcard process, will be contained in that sample
reconciliation report.
For Procurements made with purchase orders:
1. Member forwards purchase orders to Mohave that lists the contract number, along with a
copy of detailed contract vendor quote. Vendor listed on the purchase order is contract
vendor.
2. Mohave reviews and emails member order with "MESO Reviewed' stamp, to contract
vendor and member.
3. Contract vendor provides product/services.
4. Contract vendor invoices member.
5. Member pays contract vendor.
6. Contract vendor sends monthly Reconciliation Report to Mohave.
7. Contract vendor remits administration fee monthly, based on invoices paid.
8. Mohave audits selected invoices.
For Procurements made with Pcards:
1. Member purchases directly from contract vendor using a Pcard and forwards a copy of
detailed contract vendor quote to Mohave (if applicable).
2. Mohave reviews and emails contract vendor quote with "MESO Reviewed' stamp, to
contract vendor and member (if applicable).
3, Contract vendor provides product/services.
4, Contract vendor invoices member (if not previously paid with Pcard).
5. Member pays contract vendor (if not previously paid with Pcard).
6. Contract vendor sends monthly Reconciliation Report and copy of detailed Pcard
transaction, invoice or quotation to Mohave.
7. Contract vendor remits administration fee monthly, based on Pcard purchases paid.
S. Mohave audits selected Pcard purchases.
8,10. Overcharges by antitrust violations: Mohave maintains that overcharges resulting from
antitrust violations are borne by the purchaser. Therefore, to the extent permitted by law,
contract vendor assigns to member any and all claims for such overcharges as to the products,
materials, processes or services used to fulfill the contract.
8.11. Relationship of the parties: Contract vendors receiving contracts under this solicitation are
independent contractors. Any party to the contract shall not be deemed to be the employee of
another party to the contract.
— -- -- -- _
RFP 16K-0826 43
General Terms and Conditions
(Place after Tab 1c)
8.12.Severability: The provisions of this contract are severable to the extent that any provision or
application held to be invalid shall not affect any other provision or application of the contract
which may remain in effect without the invalid provision or application.
8.13. Successful performance: The sections of the solicitation defining the scope of work,
requirements, or qualifications are not to be construed as a complete listing that exempts
successful offeror from reasonable services required to ensure successful performance under the
contract.
8.14. Title: Purchase orders placed under this contract are on behalf of Mohave's members. As such,
title to goods passes directly from contract vendor to member.
9. COOPERATIVE PURCHASING
9.1. Cooperative purchasing: This contract is based on the need for Mohave to provide the
economic benefits of volume purchasing and reduction in administrative costs through
cooperative purchasing to members. Any offer that prohibits sales to specific types of members
(e.g,, state agencies or local government units) may not be considered. Sales without restriction
to any members are preferred.
9.2. Cooperative purchasing agreements: Cooperative Purchasing Agreements between
Mohave and its members have been established under Arizona procurement rules and code for
use of contracts.
9.3. Most favored customer relationship: Nothing in this solicitation Is intended to establish a
most favored customer relationship between Mohave and contract vendor. Contract vendor may
respond to any solicitation without regard to this contract. Offeror agrees all prices, terms,
warranties, and benefits granted by offeror to members through this contract are comparable to
or better than the equivalent terms offered by offeror to any present customer meeting the
same qualifications or requirements. If contract vendor offers lower prices to any of its other
customers, it may lower its prices to Mohave at the same time by written notice.
9.4. Eligible agencies, Any contract awarded from this solicitation shall be available to all Mohave
members. Members shall have a current signed Mohave Cooperative Purchase Agreement.
Member is defined as a local or public procurement unit, or a governmental public entity that is
a political subdivision for purposes of federal income tax, or a nonprofit educational or public
health institution that is a political subdivision for purposes of federal income tax or meets the
requirements of Section 115 of the Internal Revenue Code. Mohave has approximately 450
members including public school districts, community colleges, city and county governments and
political subdivisions throughout Arizona. A list of members may be found on Mohave's website,
www.mesc.org. Actual use of any contract shall be at the sole discretion of Mohave's members.
10. ESTIMATED QUANTITIES
Mohave anticipates considerable activity resulting from this solicitation. An estimate of purchases is
provided in the Scope of Work (page 5) of the requested materials or services. However, no
commitment of any kind is made concerning quantities to be acquired. Mohave does not guarantee
usage. Usage depends on the actual needs of members and marketing by contract vendor.
11. EVALUATION and AWARD
11.1. Basis of award: Award(s) will be made to the responsive and responsible offeror(s) whose
proposal(s) is (are) determined in writing to be most advantageous to Mohave for its members.
Mohave reserves the right to use model projects/market baskets to determine the most
advantageous proposal(s). It is Mohave's intent to award a complete line of products, when
possible and advantageous.
11.2. Best and final offers (Revisions to Proposals): Mohave may allow revisions to proposals
through best and final offers, as authorized in Arizona procurement rules and code. Issuance
of a request for best and final offer is not guaranteed. Proposals should be complete and meet
all specifications and requirements of this solicitation.
RFP 16K-0826 44
General Terms and Conditions
(Place after Tab 1c)
11.3. Competitive range: Mohave reserves the right to establish a competitive range of acceptable
proposals as part of the evaluation process. Proposals not in the competitive range are
unacceptable and will not receive further award consideration.
11.4. Exceptions/ deviations to requirements: All requested exceptions/deviations must be
clearly explained. Unacceptable exceptions/deviations shall remove your proposal from
consideration for award. Mohave shall be the sole judge on the acceptance of
exceptions/deviations and Mohave's decision shall be final.
11,5. formation of contract: A response to this solicitation is an offer to contract with Mohave
based upon the terms, conditions, scope of work, specifications and amendment(s) contained
in this request. A proposal does not become a contract unless and until Mohave accepts it. A
contract is formed when a Mohave administrator signs the award document.
11.6. Effect of price: No contract shall be awarded solely on the basis of price.
11.7. Multiple award: To assure that our contracts meet the requirements of all members, Mohave
may award multiple contracts. Offeror should consider this fact in preparing their response.
The decision to award multiple contracts, award a single contract, or make no award rests
solely with Mohave.
A multiple award shall be made only if the procurement officer determines in writing that a
multiple award is necessary and is advantageous to Mohave members, A multiple award shall
be limited to the least number of contracts necessary to meet the requirements of the using
agencies. Mohave shall make the sole determination of the least number of contracts required
to meet the need. Mohave's basis for determining whether to award multiple contracts shall be
based upon considerations for the large number of members, diverse types of members,
location of members throughout Arizona and members' past usage of similar contracts.
Criteria for selecting vendors for multiple contracts shall be based upon considerations for
members' experience with existing products and systems, brand continuity for parts
replacement and future expansion, contract vendor's ability to provide for our large, diverse
membership, geographic area(s) served, Mohave's past experience with contracts for similar
product/services, and/or other relevant criteria. Multiple contracts may also be awarded based
on individual line items or groups of line items, incrementally, or by designated regions.
11.8. Non-exclusive contract: Any contract resulting from this solicitation shall be awarded with
the understanding and agreement that it is for the sole convenience of Mohave's members.
Mohave and its members reserve the right to obtain like goods and services from other
sources.
11.9. Past performance information: Past Performance Information (PPI) is relevant
information regarding a contract vendor's actions under previously awarded contracts to
public agencies. It includes contract vendor's record of performance under such contracts
including, but not limited to: conformance to the terms, conditions, specifications and scope
of work of the contracts, responsiveness to, and correction of, contract claims and
controversies, and satisfaction of the contracting entities. PPI shall be a factor in evaluation
and award.
11.10. Price workbook: All offerors must complete the 16K Fire Turnouts and Emergency Services
Related Equipment Workbook titled "161k fire turnout and emergency equipment.xisx".
Provide two (2) CDs, USBs, or similar electronic media devices with the completed workbook
in your response. Failure to complete and submit the 16K Fire Turnouts and Emergency
Services Related Equipment Workbook shall render your proposal nonresponsive. Place
after Tab 3a. If awarded a contract, all future pricing updates shall be based on the
electronic workbook, or similar approved format.
11.11. Pricing extension errors: In case of error in extension of prices in the offer, unit prices
shall govern.
RFP 16K-0826 45
General Terms and Conditions
(Place after Tab 1c)
11.12. Reasonably susceptible of being awarded: A proposal is acceptable if it is determined to
be reasonably susceptible of being awarded a contract in accordance with the evaluation
criteria and a comparison and ranking of original proposals. Proposals to be considered
reasonably susceptible of being awarded a contract shall, at a minimum, demonstrate the
following:
• Affirmative compliance with mandatory requirements designated in this solicitation.
• An ability to deliver goods or services on terms advantageous to members sufficient to
be entitled to continue in the competition.
• That the proposal is technically acceptable as submitted.
11.13. Responsible offeror: A responsible offeror is a firm or person who at the time of contract
award has the capability to perform the contract requirements and the integrity and reliability
that will assure good faith performance. Mohave shall determine an offeror to be responsible
before awarding a contract to offeror.
11.14. Responsive proposals: A responsive proposal conforms in all respects to the material
requirements of the solicitation. Proposals must be responsive to receive award
consideration. Mohave reserves the right to waive minor informalities.
11.15. Weighted evaluation: Mohave reserves the right to use a point system to evaluate
proposals and to assign points to the evaluation criteria as it determines most appropriate.
Additionally, Mohave reserves the right to use a ranking system (the Heisman scoring
method) for determining the final ranking of proposals. Each evaluator shall calculate their
total assigned points for each proposal, applying a ranking of 1 to their highest score, a 2 to
their next highest score, and so forth for all proposals. Each proposal shall have a final
calculated rank determined by averaging each applied individual evaluator rank. Any ties
shall be broken by using the grand total points (total of all evaluator assigned point totals for
each proposal) for each of the tied proposals.
Any offeror scoring zero (0) in any required area may be considered nonresponsive.
12. FEDERAL and STATE REQUIREMENTS
12.1. Affordable Care Act requirements: Contract vendor understands and agrees that it shall be
solely responsible for compliance with the Patient Protection and Affordable Care Act, Public Law
111-148 and the Health Care Education Reconciliation Act, Public Law 111-152 (collectively the
Affordable Care Act "ACA"). Contract vendor shall bear sole responsibility for providing health
care benefits for its employees who provide services to the member as required by state or
federal law.
12.2. Audit rights: In accordance with applicable Arizona law, contract vendor's and
subcontractor's books and records related to this contract may be audited at a reasonable time
and place, for five years after completion of the contract.
12.3. Clean Air Act, Clean Water Act and Environmental Protection Agency Regulations;
Contract vendor and its subcontractors shall comply with all applicable standards, orders or
requirements issued under section 306 of the Clean Air Act, section 508 of the Clean Water Act,
Executive Order 11738 and Environmental Protection Agency regulations (7 CFR 3016.36 (i)
(12)). This shall only apply to federally funded projects subject to the Clean Air Act, Clean
Water Act and current applicable EPA regulations.
RFP 16K-0826 46
General Terms and Conditions
(Place after Tab 1c)
12.4. Compliance with federal and state requirements: Contract vendor agrees, when working
on any federally assisted projects with more than $2,000 in labor costs, to comply with the
Contract Work Hours and Safety Standards Act, the Davis -Bacon Act, the Copeland "Anti -
Kickback" Act, the Housing and Urban Development Act of 1968, and the Equal Opportunity
Employment requirements as amended by Executive Order. In such projects, contract vendor
agrees to post wage rates at the work site and submit a copy of their payroll to the member for
their files.
In addition, to comply with the Copeland Act, contract vendor must submit weekly payroll
records to the member. Contract vendor must keep records for three years and allow the federal
grantor agency access to these records, upon demand. Contract vendor also agrees to comply
with State of Arizona Executive Order 75-5, as amended by Executive Order 99-4.
When working on any projects funded with federal grant monies, contract vendor agrees to
comply with the administrative requirements for grants and cooperative agreements to state,
local and federally recognized Indian tribal government contract provisions.
The forms listed below are incorporated by reference into this solicitation and any resultant
contract.
• HUD -5369, Instructions to Bidders for Contracts, Public and Indian Housing Programs
• HUD -5369-A, Representations, Certifications, and Other Statements of Bidders, Public and
Indian Housing Programs
• HUD -5369-B, Instructions to Offerors Non -Construction
• HUD -5369-C, Certifications and Representations of Offerors Non -Construction Contract
• HUD -5370-C1, General Conditions for Non -Construction Contracts Section 1 (With or
Without Maintenance Work)
• HUD -5370-C2, General Conditions for Non -Construction Contracts Section 1 (With
Maintenance Work)
For federally funded projects only, the requirements of an applicable form shall supersede
conflicting requirements in this solicitation. The forms may be accessed via HUDClips
(www.hud.gov).
12.5.Compliance with workforce requirements: Pursuant to ARS §41-4401, contract vendor
and subcontractor(s) warrant their compliance with all federal and state immigration laws and
regulations that relate to their employees, and compliance with ARS §23-214 subsection A,
which states, "...every employer, after hiring an employee, shall verify the employment eligibility
of the employee through the E -Verify program." (To register for E -Verify, go to; https://e-
verify. uscis.gov/enroll/startpage.aspx, ]
Mohave reserves the right to cancel or suspend the use of any contract for violations of
immigration laws and regulations. Mohave and its members reserve the right to inspect the
papers of any contract vendor or subcontract employee who works under this contract to ensure
compliance with the warranty above.
12.6. Contract vendor employee work eligibility: By entering into the contract, contract vendor
warrants compliance with ARS §41-4401, ARS §23-214, the Federal Immigration and Nationality
Act (FINA), and all other current federal immigration laws and regulations. Mohave and/or
Mohave members may request verification of compliance from any contract vendor or
subcontractor performing work under this contract. Mohave and its members reserve the right
to confirm compliance. Should Mohave or its members suspect or find that the contract vendor
or any of its subcontractors are not in compliance, Mohave may pursue any and all remedies
allowed by law, including, but not limited to suspension of work, termination of the contract for
default, and suspension and/or debarment of the contract vendor. All costs necessary for
compliance are the responsibility of the contract vendor.
RFP 16K-0826 47
General Terms and Conditions
(Place after Tab 1c)
12.7, Davis -Bacon wage decisions: For federally funded projects subject to the Davis -Bacon Act,
the member shall specify the applicable Davis -Bacon wage decision, prior to the contract vendor
providing a firm price quotation for the proposed project. The wage decision shall be identified
by the WD Number, modification number, and date of the wage decision. Davis -Bacon wage
decisions may be accessed via www.wdo.l,.gpv or by requesting a copy from the member.
12.8. Energy Policy and Conservation Act; Contract vendor and its subcontractors shall comply
with mandatory standards and policies relating to energy efficiency (7 CFR 3016.36 (i)
(13)). This shall only apply to federally funded projects subject to current applicable energy
policies and the Energy Conservation Act.
12.9. Non-compliance: All federally assisted contracts with members that exceed $10,000 may be
terminated by the federal grantee for noncompliance by contract vendor, In projects that are
not federally funded, offeror must agree to meet any federal, state or local requirements, as
necessary. In addition, if compliance with the federal regulations increases the contract costs
beyond the agreed on costs in this solicitation, the additional costs may only apply to the portion
of the work paid by the federal grantee.
12.10. Offshore performance of work prohibited: Due to security and identity protection
concerns, direct services under this contract shall be performed within the borders of the United
States. Any services that are described in the specifications or scope of work that directly serve
the State of Arizona or its clients and may Involve access to secure or sensitive data or personal
client data or development or modification of software for the state shall be performed within
the borders of the United States. Unless specifically stated otherwise in the specifications, this
definition does not apply to indirect or 'overhead' services, redundant back-up services or
services that are incidental to the performance of the contract. This provision applies to work
performed by subcontractors at all tiers.
12.11. Terrorism country divestments; In accordance with ARS §35-392, Mohave and its
members are prohibited from purchasing from a company that is in violation of the Export
Administration Act, By entering into the contract, contract vendor warrants compliance with the
Export Administration Act.
13. FORCE MAIEURE
Except for payments of sums due, neither party shall be liable to the other, nor be deemed in default
under this contract, if and to the extent that such party's performance of this contract is prevented
by reason of force majeure. The term "force majeure" means an occurrence that is beyond the
control of the party affected and occurs without its fault or negligence, including, but not limited to
the following: acts of God (e.g. fire, flood, snow, earthquakes, tornadoes, violent winds, hail storms);
acts of the public enemy; war; riots; strikes; mobilization; labor disputes; civil disorders; lockouts;
injunctions -intervention -acts, or failures or refusals to act by government authority; and other similar
occurrences beyond the control of the party declaring force majeure, which such party is unable to
prevent by exercising reasonable diligence. The force majeure shall be deemed to commence when
the party declaring it notifies the other party of the existence of the force majeure, and shall be
deemed to continue as long as the results or effects of the force majeure prevent the party from
resuming performance in accordance with the contract. Force majeure shall not include late
deliveries of equipment or materials caused by congestion at a manufacturer's plant or elsewhere, an
oversold condition of the market, inefficiencies, or similar occurrences. If either party is delayed at
any time by force majeure, the delayed party shall notify the other party in writing of such delay
within forty-eight (48) hours.
RFP 16K-0826 48
General Terms and Conditions
(Place after Tab 1c)
14. INDEMNIFICATION
14.1. General indemnification: To the extent permitted by law, Mohave and its members shall be
indemnified and held harmless by contract vendor for its vicarious liability as a result of entering
into this contract. Each party to the contract is responsible for its own negligence. Contract
vendor agrees to save and hold harmless Mohave and/or its members from any and all liability for
loss or damage to persons or property arising out of the work required by the contract. Contract
vendor further agrees to waive any right of recovery against Mohave and/or its members for
damage to the property of contract vendor, whether caused by negligence on the part of Mohave
and/or its members or otherwise. This provision includes specifically the waiver of right of recovery
against Mohave and/or its members for damage to property under contract and not yet formally
accepted by member even though said property at the time of loss may be occupied, in whole or in
part, by member.
14.2. Modification by member: Contract vendor shall have no obligation with respect to any
patent and copyright infringement daim based upon member's modification of the equipment
and/or software, or its operation or use with apparatus, data or programs not furnished by
contract vendor, However, one member's action will not preclude contract vendor's obligation to
members who have not modified their equipment or software.
14.3. Patent and copyright Indemnification: To the extent permitted by law, contract vendor
shall indemnify and hold harmless Mohave and its members against any liability, including costs
and expenses, for infringement of any patent, trademark or copyright arising out of contract
performance or use by Mohave and its members of materials furnished or work performed under
this contract. Mohave and its members shall reasonably notify contract vendor of any claim for
which it may be liable under this paragraph.
15. LICENSES
A contract vendor shall maintain in current status all federal, state and local licenses, bonds and
permits required for the operation of the business conducted by contract vendor. The contract
vendor shall remain fully informed of and in compliance with all current ordinances and regulations
pertaining to the lawful provision of services under the contract. Mohave reserves the right to stop
work and/or cancel the contract of any contract vendor whose license(s) expire, lapse, are suspended
or terminated,
16. OFFER ACCEPTANCE PERIOD/!WITHDRAWAL
16.1. Late offers: Except as authorized by Arizona procurement rules and code, late offers shall not
be considered. Offeror shall be responsible for all shipping costs when requesting the return of
a late proposal.
16.2. Withdrawal of proposal: An offeror may withdraw a proposal in writing at any time before
proposal opening if the withdrawal is received before the proposal due date and time at the
location designated in the Request for Proposal for receipt of proposals. After the opening time
and date, proposals may not be withdrawn, except as allowed by Arizona procurement rules and
code.
17.ORDER OF PRECEDENCE
In the event of a conflict in the provisions of the contract as accepted by Mohave, the following order
of precedence shall prevail:
1. Special terms and conditions
2. General terms and conditions
3. Scope of work and specifications
4. Attachments and exhibits
5. Documents referenced or included in the solicitation
RFP 16K-0826 49
W&
General Terms and Conditions
(Place after Tab Ic)
18. ORDERING CYCLE
18.1. Acceptance of orders: This contract is for the sole use of Mohave and its members, All
quotations provided to members must be based on prices in the contract and include the correct
Mohave contract number. Contract vendor may only refuse a Mohave reviewed order under this
contract after providing written documentation acceptable to Mohave describing the
circumstances that warrant refusal, Improper documentation and/or frequent refusals may result
in contract cancellation. Mohave may require the contract vendor to reject any purchase orders
received from members based on this contract that may not comply with Mohave's rules,
processes or standards.
18.2. Audit of contract activity: Mohave will audit some of the invoices related to this contract.
The contract vendor agrees to provide all documentation necessary for Mohave to audit
purchases made under contract, including invoices and credits issued to members, in a timely
fashion.
18.3. Contract vendor contacts: Contract vendor agrees to assign only one contact person for
each of the following: accounting, audit, contract administration, escalation, main member
contact, open order/status report, and reconciliation. These contacts may be the same person,
with the exception of the escalation contact. The name(s) of the contact persons will be
provided to Mohave.
18.4. Open order and status reports: Mohave will send contract vendor open order and status
reports on a periodic basis. Contract vendor agrees to reply to information requests in a timely
fashion. Add specific reporting requirements as applicable to this solicitation.
18.5.0rders in process: Member purchase orders dated on or before the contract cancellation
and/or expiration date, will be processed and are considered valid until order fulfillment, or
cancellation by the member. Any such order must be in the possession of Mohave within a
reasonable amount of time. Acceptance of such orders shall be at the sole discretion of Mohave.
18.6. Purchase verification: It is the member's independent responsibility to verify that
quotations and purchase orders comply with the terms of the award of a contract or
procurement.
18.7. Quotations: Quotations with no end date are considered invalid after sixty (60) days from the
issue date.
19. PAYMENT
19.1. Contacting member about payment: Contract vendor may contact member for payment
for a product or service delivered to the member under the contract. Such contact shall be
professional and courteous.
19.2. Contract vendor invoice: All invoices shall list the applicable member purchase order
number and Mohave contract number, Contract vendor will invoice members directly. All
transactions are payable in U.S. currency only. Contract vendor shall invoice member after
delivery of goods and/or services. Goods and services shall be invoiced at applicable contract
prices, which include Mohave's 1% administration fee, Invoice must include member purchase
order number and Mohave contract number.
Mohave's administration fee is included in the invoice amount paid by the member. Contract
vendor shall remit administration fee to Mohave monthly. Administration fee shall be calculated
at .0099 of the subtotal amount. The Mohave administration fee shall not be calculated on
ancillary charges (e.g. performance bonds, shipping, transaction privilege tax, transportation
charges, mileage, lodging, meals and incidental expenses (M&IE), permits).
19.3. Contract vendor payment: Member shall issue payment to contract vendor after receipt of
invoice.
RFP 16K-0826 50
General Terms and Conditions
(Place after Tab 1c)
19.4. Correct invoicing: Contract products/services may not be invoiced greater than the purchase
order. If incorrect invoices are discovered, contract vendor must correct invoices resulting in
excess charges, no matter the cause of the error. Any excess payment must be returned to
member within the time allowed by law, in the form of a check or credit memo, as determined
by the member.
If a member is invoiced at less than contract prices, contract vendor will invoice the member for
the difference unless Mohave approves the undercharge.
If contract pricing in effect on the contract has gone down between the time of the order and
the invoice date, contract vendor may invoice at the current contract price.
19.5. Credit hold: Contract vendor agrees to advise Mohave's Procurement Manager within five (5)
days if member(s) are placed on credit hold.
19.6. Payment time: Payment terms are net thirty (30) days from receipt of contract vendor's
invoice.
19.7. Prepayment: In accordance with the Uniform System of Financial Records and ARS §15-
905(N), prepayments may be requested on Items that normally require prepayment in order to
be procured or to receive a discounted price. Items not meeting these prepayment
specifications may be paid only after receipt of goods and services.
19.8. Quick pay discounts: Quick pay discounts may be offered to members, provided they have
received the materials or services, and that such discounts are available equally to all members.
Mohave must approve such discounts in writing and before they are offered to members.
19,9. Reporting and payment of administration fees to Mohave: The contract vendor agrees
to provide a Reconciliation Report detailing activity under the contract, and payment for Mohave
administration fees for invoices paid or Pcard transactions made in the previous month.
Purchases made with purchase orders: Items in the report must include member
names, PO numbers, amounts, administration fees, invoice numbers, invoice dates and
credit/return information for all invoices paid in the prior month.
Purchases made with Pcards: The report must be identified as Pcard (or as a credit
card) when submitted. Items in the report must include member names, notation that the
purchase was made with a Pcard, date of transaction, job number designation, amounts,
administration fees, invoice numbers (if applicable), invoice dates (if applicable) and
credit/return information for all invoices paid in the prior month. An electronic copy (e.g.
PDF) of the detailed Pcard sales receipt, invoice, or quotation shall be provided for review.
Payment and report are due as per a schedule agreed upon by Mohave and contract vendor.
The initial due date shall be the 10ei, 15th, 20th, 25th or 30th of the following month and will
be specified in an award notification letter. If no invoices were paid under the contract in the
previous month, the contract vendor will provide notice of no activity. A sample reconciliation
report will be made available upon award of contract.
Make Mohave administration fees payable to Mohave Educational Services Coop., Inc. Payments
shall be mailed to: 625 E. Beale St.
Kingman, AZ 86401
20. PREPARATION OF PROPOSAL and PROPOSAL FORMAT
20.1. Modification of proposal: An offeror may modify a proposal in writing at any time before
proposal opening if the modification is received before the proposal due date and time at the
location designated in the Request for Proposals for receipt of proposals.
RFP 16K-0826 51
General Terms and Conditions
(Place after Tab 1c)
20.2. Compliance with Instructions: Offeror's ability to follow proposal preparation instructions in
this solicitation will be considered an indicator of offeror's ability to follow instructions should it
receive an award as a result of this solicitation. The quality of organization and writing reflected
in the proposal will be considered to be an indication of the quality of organization and writing
that would be prevalent if a contract is awarded. As a result, the proposal will be evaluated as a
sample of data submission. Subjective judgment on the part of Mohave's evaluators is implicit in
this process.
20.3. Cost of proposal preparation: Mohave will not reimburse the cost of developing,
presenting, or providing any response to this solicitation.
20.4. Offeror responsibility: Offeror shall examine the entire solicitation, seek clarification of any
item or requirement that may not be clear, and check all responses for accuracy before
submitting proposal. Failure to examine any requirements shall be at offeror's risk. Negligence
in preparing an offer confers no right of withdrawal after due date and time.
20.5. Proposal forms: The forms and format contained in the solicitation shall be used. Offerors
may reproduce the forms and retype the information, but all of the required information must be
presented in the tab order requested. Electronic or faxed proposals shall not be considered.
21. PiRODUCT LINES
21.1. Current products: Proposals shall be for materials and equipment in current production and
marketed to the general public and education/government agencies at the time the proposal is
submitted.
21.2. Discontinued products: If a product or model is discontinued by the manufacturer, contract
vendor may substitute a new product or model if the replacement product meets or exceeds the
specifications and performance of the discontinued model and if the discount is the same or
greater than the discontinued model.
21.3. New products/services: New products/services must be submitted and approved by
Mohave, prior to being offered to member. Mohave may reject any additions without cause.
New products and/or services that meet the scope of work may be added to the contract.
Contract vendor may replace or add product lines to an existing contract if the line is replacing
or supplementing products on contract, is equal or superior to the original products offered, is
discounted in a similar or to a greater degree, and if the products meet the requirements of the
solicitation. No products and/or services may be added to avoid competitive procurement
requirements. Mohave may require additions to be submitted with documentation from members
demonstrating an interest in, or a potential requirement for, the new product or service.
21.4. Options: Optional equipment for products under contract may be added to the contract at the
time they become available under the following conditions: 1) the option is priced at a discount
similar to other options; 2) the option is an enhancement to the unit that improves performance
or reliability.
21.5. Product line: Offerors with a published catalog may submit the entire catalog. Mohave
reserves the right to select products within the catalog for award without having to award all
contents. Mohave may reject any addition of equipment options without cause.
22. PROPOSAL OPENING
Proposals shall be opened immediately following the proposal due date and time. The name of each
offeror shall be publicly read and recorded in the presence of witnesses. All information in the
proposals shall remain confidential until after award of contracts, with the exception of review by
Mohave staff and selected evaluators.
RFP 16K-0826 52
General Terms and Conditions
(Place after Tab lc)
23. PROSSP_ECTIVE B_IDDERS REGISTRATION
Any offeror submitting a perfunctory proposal with no serious intent of being accepted may be
removed from Mohave's prospective bidders list. Any vendor not responding to two (2) consecutive
Requests for Proposal for similar procurements may be removed from the prospective bidders list for
those items or services. A "no bid" response or request to remain on the list Is sufficient to keep a
vendor on the Prospective Bidders Registration.
24. PROTESTS
Protests shall be filed with Anita McLemore, C.P.M., the Interim Executive Director (the District
Representative), and shall be resolved in accordance with Arizona procurement rules and code, ARS,
Title 41, Chapter 23, Article 9 and State Board Rules R7-2-1001 through R7-2-1196.. A protest must
be in writing and must be filed with the Interim Executive Director at 625 E. Beale Street, Kingman,
Arizona, 86401. Protests based upon alleged improprieties in a solicitation shall be filed before the
due date and time for responses to the solicitation, The interested party shall file the protest within
ten (10) days after Mohave makes the procurement file available for public inspection. A protest filed
on the tenth day must be received by 5.00 p.m., local Arizona time. The interested party may file a
written request for an extension. The written request shall be Filed before the time limit specified
above and shall set forth good cause as to the specific action or inaction of Mohave that resulted in
the interested party being unable to He the protest before the time limit specified above.
A protest shall be in writing and shall include the following information:
• The name, address and telephone number of the interested party;
• The signature of the interested party or the Interested party's representative;
• Identification of the solicitation by contract number;
• A detailed statement of the legal and factual grounds of protest Including copies of any
relevant documents;
• The form of relief requested.
Should Mohave prevail in an appeal of a decision issued by the Director of Mohave (Operations,
appellant waives any objection to the hearing officer awarding Mohave its reasonable attorneys fees
and costs along with the costs for the hearing.
25. RIGHT TO ASSURANCE
Whenever one party to the contract has a good faith reason to question the other party's intent to
perform, he may demand that the other party give written assurance of its intent to perform. If a
demand is made and no written assurance is given within ten (10) days, the demanding party may
treat this failure as an anticipatory breach of the contract.
26. SHIPPING
26.I.Shipping terms/transfer of title: Shipments shall be F.O.B. destination. Title and risk of
loss of material shall not pass to member until member receives the material at delivery point,
unless otherwise provided in the solicitation.
26.2. Shipment under reservation: Contract vendor is not authorized to ship materials under
reservation and no tender of a bill of lading will operate as a tender of the materials.
26.3. Shipping charges: Prices that include shipping to any location in Arizona, delivered to the
specific receiving point identified in the purchase order, are preferred. If shipping is charged, it
shall be that member is not charged more than the actual invoiced amount for shipping, and is
prepaid by the contract vendor (PP&A). It is the member's responsibility to confirm shipping
charges under the contract.
RFP 16K-0826 53
General Terms and Conditions
(Place after Tab 1c)
26.4. Shipping errors/risk of transportation: Shipping errors will be at contract vendor's
expense. If contract vendor ships a product that was not ordered, contract vendor shall pay for
return shipment at the convenience of member, All risk of transportation and all related charges
shall be contract vendor's responsibility. Contract vendor shall file all claims for visible or
concealed damage. Member will notify contract vendor promptly of any damaged goods and
shall assist contract vendor in arranging for inspection.
27. SUSPENSION OR DEBARMENT STATUS
Offeror shall include a letter in its proposal notifying Mohave of any debarment, suspension or other
lawful action taken by any federal, state or local government within the last five years that precludes
offeror or its employees from participating in any public procurement activity. Such letter shall
provide name and address of the public procurement unit, effective date, duration, and relevant
circumstances of the suspension or debarment. Failure to supply such letter or not disclose all
pertinent information shall result in cancellation of any contract. Letter shall be placed after Tab
Ia.
28. TAXIES
28.1. Federal Excise Tax: Most members are exempt from paying Federal Excise Tax,
28.2. Payment of taxes: Member is responsible for payment of all taxes listed on the invoice.
Contract vendor is responsible for collecting such taxes and shall forward all taxes to the proper
revenue office. All applicable taxes must be listed as a separate item on all quotes and invoices
28.3. Property taxes: Arizona public agencies may not pay state property taxes. (Arizona
Constitution, Article 9, Section 2).
28.4. Reservation or tribal tax: If goods or services are subject to reservation or tribal tax,
contract vendor shall include such taxes as a separate item on the original invoice to the
member.
28.5. Transaction Privilege Tax (Sales Tax): Members may be liable for Arizona Transaction
Privilege Taxes, which may include state, county and city taxes. Contract vendor is responsible
for charging taxes correctly.
29. TIM E_(D E FINITION_ O F)
Periods of time, stated as a number of days, shall be in calendar days, not business days.
RFP 16K-0826 54
General Terms and Conditions Acceptance Form
(Place after Tab 1c)
Signature on Page 1 certifies complete acceptance of the General Terms and Conditions in this
solicitation, except as noted below (additional pages may be attached, if necessary).
Check one of the following responses to the General Terms and Conditions:
® We take no exceptions/ deviations to the general terms and conditions.
( Note: If nothing is listed below, it is understood that no exceptions/deviations are taken.)
C] We take the following exceptions/ deviations to the General Terms and Conditions. All
exceptions/ deviations shall be clearly explained. Reference the corresponding
General Terms and Conditions that you are taking exceptions/ deviations to, Clearly
state If you are adding additional terms and conditions to the General Terms and
Conditions. Provide details on your exceptions/ deviations below:
(Note: All requested exceptions/deviations must be clearly explained. Reference the specific
terms and conditions that you are taking exceptions/deviations to, detail any proposed
substitute terms and conditions, and clearly demonstrate how Mohave and its membership will be
better served by the substituted terms and conditions. Unacceptable exceptions/deviations shall
remove your proposal from consideration for award, Mohave shall be the sole judge on the
acceptance of exceptions and Mohave's decision shall be final.)
RFP 16K-0826 55
Special Terms and Conditions
(Place after Tab 1d)
Some Special Terms and Conditions specify placement of information in tabs other than Tab Id as noted
in the title above. Pay close attention to placement information (indicated in bold text) as indicated in
select Special Terms and Conditions.
1. CONSTRUCTION
Contract vendor shall not perform any construction under this contract. For the purposes of this
contract, construction is defined as: The process of building, altering, repairing, improving or
demolishing any public structure or building, or other public improvements of any kind to any public
real property. Construction does not include:
• The routine operation, routine repair or routine maintenance of existing facilites, structures,
buildings or real property.
• The investigation, characterization, restoration or remediatlon due to an environmental issue
of existing facilities, structures, bulldings or real property.
2. DELIVERY
2.1. Default in one installment to constitute total breach: Contract vendor shall deliver
conforming materials in each installment or lot under this contract and may not substitute
nonconforming materials. Mohave reserves the right to declare a breach of contract if contract
vendor delivers nonconforming materials to any member under this contract.
2.2. Defective goods: Contract vendor agrees to arrange and pay for return shipment of goods
that arrive in a defective or non-operable condition.
2.3. Delivery time: Failure to deliver any order within the time frame specified on the purchase
order may result in cancellation of that purchase order.
2.4. Improper delivery: If the goods or tender of delivery fail in any respect to conform to this
contract, member may reject the whole, accept the whole, or accept any commercial unit or
units and reject the rest.
2.5. Liens: All materials shall be free of liens.
2.6. Restocking fees: A restocking fee may only be charged on products ordered and delivered to
member's site. Restocking fees in excess of fifteen percent (15%) shall not be allowed.
Contract vendor may waive restocking fees. Restocking and return shipping charges shall be
identified on the price workbook.
2.7. Serial numbers: offers shall be for equipment on which the original manufacturer's serial
number has not been altered in any way.
2.8. Title: Awarded contracts may include products for software. As such, references to "title"
passing in the general terms and conditions are interpreted as "right to use" or similar.
3. FORM OF CONTRACT
3.1. Contract vendor documents: If a Firm submitting an offer requires member to sign an
additional agreement, a copy of the proposed agreement shall be included with the proposal.
If awarded a contract, any additional contract vendor's documents shall not become part of
Mohave's contract unless, and until, an authorized representative of Mohave reviews and
approves them.
3.2. Form of contract: The form of contract for this solicitation shall be the Request for Proposal,
the awarded proposal(s) and best and final offer(s), and properly issued and reviewed purchase
orders referencing the requirements of the Request for Proposals.
3.3. Parol evidence: The contract represents the final written expression of agreement. All
agreements are contained herein and no other agreements or representations that materially
alter it are acceptable.
RFP 16K-0826 30 ;,
Special Terms and Conditions
(Place after Tab 1d)
4. INSTALLATION
Installation shall be scheduled directly with member and be done in a reasonable amount of time.
Installation shall be in accordance with the manufacturer's instructions and shall be accomplished by
skilled and properly licensed individuals.
S. INSURANCE
5.1. Deductibles: Contract vendor shall pay the deductibles required by the insurance provided under
this contract.
5.2. Liability insurance: Prior to commencing services under this contract, contract vendor shall
procure and maintain during the life of this agreement, comprehensive general liability
Insurance, to include automobile liability, providing limits of an aggregate amount of not less
than $2,000,000. Evidence of the required insurance shall be provided with your proposal by
means of a current certificate of insurance with the coverage as stated above. Before any
orders are processed under an awarded contract, contract vendor shall provide a certificate that
names Mohave as the certificate holder. Place after Tab 2c.
In addition, contract vendor must be willing to provide, upon request, identical certificate of
insurance to any member using this contract.
5.3. Scope of Insurances Contract vendors insurance shall provide adequate protection for contract
vendor against damage claims which may arise from operations under this contract, whether such
operations are by the insured or by anyone directly or indirectly employed by the insured. All
insurance must be written by companies incorporated within the United States (exclusive of
Territories or Possessions) and licensed or authorized to do business in Arizona.
5.4. Subcontractor insurance: Prior to commencing any work, any subcontractor shall procure
and maintain at its own expense until final acceptance of the work, insurance coverage in a form
and from insurers acceptable to the prime contractor. All subcontractors will provide workers'
compensation insurance, which waives all subrogation rights against the prime contractor,
member and Mohave.
5.5. Workers' compensation insurances Contract vendor shall also procure and maintain during
the life of this agreement, workers' compensation insurance for all of contract vendors
employees engaged in work under the contract. All workers' compensation insurance will be in
compliance with Arizona state statute and evidenced by a certificate of insurance.
6. MAINTENANCE FACILITIES AND SUPPORT
It is preferred that each contract vendor should have maintenance facilities and a maintenance
support system available for servicing products throughout Arizona, or the regions specified in their
offer. Maintenance facilities shall have sufficient parts inventory to provide quality service on
products sold to members. Trained and qualified technicians shall be available to cover all parts of
the state, or specific regions within the state for regional offers. It is preferred that maintenance
services are available within 24 hours. If a third party is used to provide maintenance or warranty
work, offeror shall include details of any such arrangement in the proposal.
7. MANUFACTURER. SUPPORT
offerors submitting proposals as a manufacturer's representative must be able, if requested by
Mohave, to supplement the offer with a letter from the manufacturer certifying that offeror is a bona
fide dealer for the equipment offered, and that offeror is authorized to submit an offer on such
equipment.
f
V
i
RFP 16K-0826 31
Special Terms and Conditions
(Place after Tab 1d)
S. MEMBER AGREEMENTS
Some members may request the addition of specific requirements that would apply to products and
services purchased under an awarded contract. These additional requirements shall be addressed
through the use of an additional member agreement. In any agreement between the contract
vendor and a member based on this contract, the terms and conditions of this contract shall prevail.
Contract vendor and member must agree to all provisions in any additional agreements. If
agreement requirements result in additional costs to the contract vendor, the contract vendor shall
be entitled to direct reimbursement for these costs, in addition and separately to approved contract
pricing. A copy of the additional member agreement shall accompany the member's purchase order.
9. OFFEROR QUALIFICATIONS
For products/services other than listed in Specification 1.1.01, it is preferred that the offeror has
extensive knowledge and at least three (3) years experience with the provision, installation and
maintenance of the product, material, process, or services offered. Mohave reserves the right to
accept or reject newly formed companies based solely on information provided in the proposal and/or
its own investigation of the company.
10. PRICING
10.1. Administration fee: Mohave's 1% administration fee shall be included in offeror's contract
price. Contract vendor shall not add the administration fee to approved contract prices. The
value of trade-ins or rebates shall not affect the amount of administration fee paid to Mohave.
10.2. Application of pricing: In Mohave's purchase order review process, the date of a valid
contract vendor's quote or the date Mohave receives a member purchase order will generally be
used to determine the contract pricing that is in effect for that order. The date Mohave receives
a member purchase order will only be used to determine the contract pricing that is In effect for
an order when a contract vendor's quote does not exist or is invalid. However, other factors
may apply.
10.3. Basis for pricing: Contract pricing under this RFP shall be based upon:
1. Percent of discount(s) off manufacturer's price lists) or catalog(s);
2. Firm fixed price with economic adjustment (contingencies for economic price
adjustments must be identified In the proposal). Mohave shall make the sole
determination whether contingencies for economic price adjustments identified in your
proposal are appropriate under an awarded contract; or
3. A combination of the above.
The price included in a catalog, price list, schedule or other form that:
• Is regularly maintained by a manufacturer, distributor or contractor;
• Is either published or otherwise available for inspection by customers; and/or
• States prices at which sales are currently or were last made to a significant number of
buyers for the product, material, process or services.
Established catalog price is referred to as manufacturer's price list, price list, or catalogs
throughout this solicitation.
10.4. Initial catalogs/price lists: A copy of the latest edition of the price list or catalog to which
discount shall be applied shall be included with proposal. ' Include a copy of the latest edition of
all applicable price lists or catalogs to which discount shall be applied with your proposal.
Submission of outdated price lists or catalogs may result in rejection of proposal.
RFP 16K-0826 32
Special Terms and Conditions
(Place after Tab 1d)
10.5. Fixed prices: Fixed price offers shall include prices for any and all items. Fixed prices shall
be firm until each anniversary date of the contract, unless there is an occurrence of one or more
allowable economic price adjustment contingencies outlined in the proposal. If allowable price
adjustment contingencies occur, contract vendor may submit a fully documented request for
price adjustment to Mohave. The documentation must substantiate that any requested price
increase was clearly unpredictable at the time of submittal and results from an increased cost to
contract vendor that was out of contract vendor's control. Mohave shall review requests for
fixed price adjustments to determine if the requested adjustments shall be allowed_. New fixed
prices shall not apply until approved by Mohave. Price changes shall be a factor in contract
renewal.
10.6. Combination pricing: Offers for combination contracts shall clearly identify items covered by
discount(s) and those with fixed prices. Prices for such contracts shall be adjusted as identified
for the appropriate contract type above.
10.7. Decimal places: Pricing shall use a maximum of three (3) decimal places, unless specified
otherwise.
10.8. discounts: Submitted pricing shall clearly identify the percent of discount to apply to the
price list. If multiple discounts apply, offeror shall clearly indicate the discounts and applicable
materials or services. Offeror shall agree that there will be no reduction in discount(s) during the
term of contract.
10.9. New catalogs/price lists: New price lists, workbooks and/or catalogs may be submitted for
review throughout the term of the contract. Mohave will review new price lists, workbooks
and/or catalogs to determine if the new prices or an alternative option is in the members' best
interests. New price lists, workbooks and/or catalogs shall apply to the contract only upon
approval from Mohave. New price lists workbooks and/or catalogs found to be non-competitive
at any time during the contract may be grounds for terminating the contract. Any new
catalogs/price lists shall meet requirements as stated in Basis for pricing.
10.10. Percent of discount as fixed price: Percent of discount offers that are not based upon
published price lists or catalogs shall be administered as fixed price contracts.
10.11. Price reduction and adjustment: Price reduction may be offered at any time during a
contract and shall become effective upon notice of acceptance from Mohave. Price reductions
(e.g., quantity discounts, time sensitive offers, bundles) must apply to all Mohave orders of
similar size and scope. Price reductions limited to a single member are not acceptable. Special
time-limited reductions are permissible under the following conditions: 1) reduction is available
to all members equally; 2) reduction is for a specific time period, normally not less than thirty
(30) days; 3) original price is not exceeded after the time -limit; and 4) Mohave has approved the
new prices prior to any offer of the prices to a member. Mohave shall be the sole judge on the
acceptance of price reductions under an awarded contract.
10.12. Reimbursement for transportation, mileage, lodging, meals and incidental
expenses (M&IE): Contract vendor may charge for transportation, mileage, lodging and M&IE
costs for employees that are required to travel to perform services at member site under this
contract. An overnight stay is required for lodging reimbursement. Mileage reimbursement shall
be at a specified rate. Transportation charges are separate from mileage, and may include
airfare, car rental, etc.
Reimbursements under this section shall not exceed the rates listed in approved pricing, and
shall not exceed the actual charge. To be eligible for reimbursement, estimated charges must be
on the quote and approved by the member. Receipts for such reimbursements must be provided
upon request from the member.
RFP 16K-0826
33
Special Terms and Conditions
(Place after Tab id)
10.13. Travel/drive rates: Contract vendor may charge for travel/drive rates under this contract.
Travel/drive rates are only applicable for out of area employees working under this contract.
Charges under this section shall not exceed the rates listed in approved pricing. Such charges
must be on the quote and approved by the member.
-Travel/drive rates may be an hourly rate or a per mile rate. 1f you are using a per mile rate,
list your travel/drive reimbursement separately from mileage reimbursement.
11. SITE REQUIREMENTS
11.1. Cleanup: Contract vendor shall clean up and remove all debris resulting from their work as
required or directed by member. Upon completion of the work, the premises shall be left in
good repair and unobstructed condition.
11.2. Contract vendor employee fingerprinting: Contract vendor and its employees or
subcontractors working under an awarded contract who are required to provide services on a
regular basis at an individual school, shall obtain and present a valid Department of Public Safety
fingerprint clearance card in accordance with ARS §15-512(H). The fingerprint card shall be
issued pursuant to Title 41, Chapter 12, Article 3.1. Charges for such fingerprint checks will be
the responsibility of the contract vendor, subcontractor or individual employee as determined by
the member.
An exception to this requirement may be authorized in member's Governing Board policy, for
persons who, "as part of the normal job duties of the persons, are not likely to have
independent access to or unsupervised contact with pupils."
Contract vendor and its employees or subcontractors shall not provide services on school district
property until so authorized by the school district. Additionally, contract vendor shall comply with
applicable governing board fingerprinting policy(les) at the school district where services are
provided.
11.3. Onsite contract vendor responsibilities: The contract vendor is responsible for ensuring
that all onsite work performed under this contract meets or exceeds the current OSHA
standards, and is responsible for ensuring safe work performance of employees and subcontract
vendors.
Contract vendor and its employees or subcontractors shall report accidents and incidents
immediately to the member's responsible staff or its administration. The contract vendor is
responsible for providing and obtaining appropriate medical and emergency assistance and
notifying fire and law enforcement agencies, when necessary. Except for rescue and emergency
measures, the scene of the accident or incident shall not be disturbed, and the operation shall
not resume until authorized by the member's responsible staff or administration. The contract
vendor must assist and cooperate fully with the investigation of the accident/incident and ensure
availability of all information, personnel and data pertinent to the investigation.
For preemptive purposes, contract vendor and its employees or subcontractors shall immediately
report to the member's responsible staff or administration all areas of concern that could
potentially lead to accident or injury.
11.4. Preparation: Contract vendor shall not begin a project for which member has not prepared
the site. Site preparation includes, but is not limited to: moving furniture, installing wiring for
networks or power, and similar pre -installation requirements.
RFP 16K-0826 34
Special Terms and Conditions
(Place after Tab 1d)
11.5. Registered sex offender restrictions: For work to be performed at an Arizona school,
contract vendor agrees that no employee or employee of a subcontractor who has been
adjudicated to be a registered sex offender will perform work at any time when students are or
are reasonably expected to be present. Contract vendor agrees that a violation of this condition
shall be considered a material breach and may result in the cancellation of the purchase order at
the member's discretion.
11,6. Safety measures: Contract vendor shall take all reasonable precautions for safety on the
worksite, and shall erect and properly maintain all necessary safeguards for protection of
workers and the public. Contract vendor shall post warning signs against all hazards created by
its operation and work in progress. Proper precautions shall be taken pursuant to current
Arizona law and standard practices to protect workers, general public, and existing structures
from injury or damage.
11.7, Smoking: Persons working under the contract shall adhere to current local smoking policies.
11.8. Stored materials: Upon prior written agreement between the contract vendor and member,
payment may be made for materials not incorporated in the work but delivered and suitably
stored at the site or some other location, for installation at a later date. An inventory of the
stored materials shall be provided to member prior to payment. Such materials shall be stored
and protected in a secure location, and be Insured for their full value by the contract vendor
against loss and damage. Contract vendor agrees to provide proof of coverage and/or addition
of member as an additional insured upon member's request. Additionally, if stored offsite, the
materials shall also be clearly identified as property of member and be separated from other
materials. Member shall be allowed reasonable opportunity to inspect and take inventory of
stored materials, on or offsite, as necessary.
Payment for stored materials shall not constitute final acceptance of such materials. The
contract vendor shall be responsible for the protection of all material and equipment, whether
stored on or off site. Title for all work, materials and equipment shall pass to the member only
upon final inspection and payment of remaining job costs.
12. SUBCONTRACTORS
12.1. Awarding subcontracts: Offeror agrees that any subcontract competitively solicited by
contract vendor shall not be awarded solely upon membership or non -membership in a union or
professional association.
12.2. Entering subcontracts: Subcontracts shall incorporate by reference the terms and conditions
of the Mohave contract.
12.3. Prime contractor: Contract vendor shall be considered a prime contractor and not a
subcontractor. Neither Mohave nor the member shall establish a contractual relationship with
subcontractors.
12.4. Subcontracts: No subcontracts shall be entered into with any unlicensed party. Contract
vendor must use subcontractors openly, include such arrangements in the proposal, and certify
upon request that such use complies with the current rules of the Arizona Registrar of
Contractors and the Arizona procurement rules and coda No subcontracting costs may be
hidden in a cost proposal to member.
12.5. Subcontractor payment: Contract vendor agrees to pay subcontractors within seven days
after receipt of payment from member, as required in Arizona procurement rules and code. If
contract vendor receives any interest monies for delay of payment from member, contract
vendor will pay subcontractor the correct proportion of interest received. Complaints by
subcontractor may be resolved as described in Arizona procurement rules and code. Failure to
pay subcontractor for work faithfully performed and properly invoiced may result in the
suspension or cancellation of this contract.
RFP 16K-0826 35
Special Terms and Conditions
(Place after Tab 1d)
12.6. Use of subcontractors: Use of subcontractors shall permit work to be managed effectively
and without delay and shall not cause any disturbance or interference to the progress of the
project (e.g. engaging in strike, work stoppage, picketing, ceasing work due to a labor dispute).
Subcontractor shall not employ anyone whose employment may be objected to by prime
contractor, member or Mohave.
13. TERM OF CONTRACT AND EXTENSIOV
13.1. Contract period: It is Mohave's intent to award a multi -term contract for the specified
product, material, process, or services. The initial contract term shall be for one (1) calendar
year from the effective date of contract award. By mutual written agreement between Mohave
and contract vendor, the contract may be extended for up to four (4) consecutive addldonal 12 -
month periods, beginning immediately after expiration of the prior term. However, no contract
extension exists unless and until contract vendor is so notified by Mohave.
13.2. Contract extension: Conditions for contract extension may include, but are not limited to:
contract usage, satisfactory performance of services during the preceding contract term, ability
to continue to provide satisfactory services, continued adherence to the contract requirements,
and continued competitive prices for the materials and services provided under the contract.
13.3. Month-to-month extensions: Mohave reserves the right to offer month-to-month
extensions, if that is determined to be in the best interests of members.
14.TRADE-.I.,N EQUIPMENTIPRODUCTS
Member and contract vendor shall determine values placed on trade-in equipment/ products. The
Value of trade-in shall not affect the amount of administration fee paid to Mohave. Trade-in
equipment/products shall be dismantled and removed, as applicable, at contract vendor's expense.
The condition of trade-in equipment/products at the time it is turned over to contract vendor shall be
the same as when the original agreement was made, except for normal wear and tear from use
between the time of the offer and trade-in.
15, WARRANTYIQUA►LITY GUARANTEE
15.1. Extended warranties contracts: The contract vendor or a manufacturer may offer
extended warranties available at extra cost for members that agree to a maintenance contract.
The extended warranty contract shall be offered as a separate line item.
15.2. Fitness: Contract vendor warrants that any equipment or material supplied to Mohave or its
members shall fully conform to all requirements of the contract, all representations of contract
vendor, and shall be fit for all purposes and uses required by the contract.
15.3. Inspection: The warranties set forth in this section shall not be affected by inspection or
testing of, or payment, for the product or materials to contract vendor by member.
15.4. Quality: Unless otherwise specified, contract vendor warrants that for a period of one (1)
year after acceptance of the equipment or materials by member, they shall be:
• Of a quality to pass without objection in the industry or trade normally associated with
them;
• Fit for the intended purpose(s) for which they are used;
• Of even kind, quantity and quality within each unit and among all units, within the
variations permitted by the contract;
• Adequately contained, packaged and marked as the contract may require; and
• Conform to the written promises or affirmations of fact made by contract vendor.
NotC: Sce l;esC dild 'Final Cli"°-,�r
For hurthcr details
RFP 16K-0$26 36
Special Terms and Conditions
(Place after Tab 1d)
15.5. Warranty requirements: Contract vendor warrants that all products, materials, processes
and services delivered under this contract shall conform to the specifications. Unless stated
otherwise, all equipment shall carry a minimum 12 -month manufacturer's warranty that includes
parts and labor. Contract vendor agrees to help member reach resolution in a dispute with the
manufacturer over warranty terms. Any extended manufacturer's warranty shall be passed on to
member without exception. Mohave reserves the right to cancel the contract if contract vendor
charges member for a replacement part that the contract vendor received at no cost under a
warranty.
15.6. Warranty work: The contract vendor shall perform all warranty work and remain available
to the member should continued service be required after warranty obligations are met.
RFP 16K-0826 37
Special Terms and Conditions Acceptance Form
(Place after Tab id)
.,� Signature on Page Z certifies complete acceptance of the Special Terms and Conditions in this solicitation,
except as noted below (additional pages may be attached, if necessary).
Check one of the following responses to the Special Terms and Conditions:
® We take no exceptions/ deviations to the Special Terms and Conditions.
(Note: If nothing is listed below, It is understood that no exceptions/deviations are taken.)
❑ We take the following exceptions/ deviations to the Special Terms and Conditions. All
exceptions/ deviations shall be clearly explained. Reference the corresponding Special
Terms and Conditions that you are taking exceptions/ deviations to. Clearly state
if you are adding additional terms and conditions to the Special Terms and
Conditions. Provide details on your exceptions/deviations below:
(Note: All requested exceptions/deviations must be clearly explained Reference the specific
special terms and conditions that you are taking exceptions/deviations to, detail any proposed
substitute special terms and conditions, and clearly demonstrate how Mohave and its
membership will be better served by the substituted special terms and conditions. Unacceptable
exceptions/deviations shall remove your proposal from consideration for award. Mohave shall be
the so)ejudge on the acceptance of exceptions/deviations and Mohave's decision shall be final.)
RFP 16K-0826 38
Scope of Work
(Place after Tab ie)
1. DESCRIPTION
In order to gain economies of scale, Mohave is formally soliciting sources for Fire Turnouts And
Emergency Services Related Equipment as specified within this Request for Proposal. These
products/services are requested for Mohave's statewide membership of approximately 450 public
agencies. A current list of all members can be found on Mohave's website at www.mesc.org.
Contracts, in whole or in part, shall be awarded to offeror, or offerors, for an initial one (1) year term
and four (4) potential one-year extensions.
The scope of work and specifications define the quality and characteristics of the desired materials
and application. They are based upon specifications for known acceptable manufacturers, processes,
materials and/or brands such as Akron, Angus, Ansul, Basofil, Chemguard, Crosstech, Coleman,
dynax, DuPont, E-89, Eureka, FireLine, Gemini PBI, Glide, Haix, Hale, Iso-Dri, Keen, Kevlar, Key Fire
Hose, Kidde, Lion Apparel, MSA, MSR, National Foam, Niedner, Nomex, North American Fire Hose,
PBI Gold Plus, Scotchlite, Scott Health and Safety, SOG, Survivair, Teflon, True North, Tyco,
Victorinox, and W.L. Gore. The specifications are not intended to be exclusive or to restrict
competition. Offerors may offer alternate solutions, including alternate manufacturers, which meet
the quality and performance characteristics in the specifications. Mohave shall review such offers
and be the final judge on the acceptance of any alternate solutions.
One contract vendor holds Mohave's current contract for the specified products and services, Activity
under the contract from the effective date including year to date activity (as of the publication date of
this RFP) is $1,169,414. This information is provided as an aid to offerors in preparing proposals only.
It is not to be considered a guarantee of volume under an awarded contract. The discount and
pricing schedule shall apply regardless of the volume of business under the contract.
2. ESTIMATED TIMELINE OF EVENTS
Mohave has developed the following estimated timeline of events related to this formal solicitation.
All dates are subject to change as required and at the sole discretion of Mohave.
EVENT
ESTIMATED DATE
Request for Proposal Issued
July 29, 201
August 8, 2016 at 10:00 a.m. (local AZ time)
Pre -proposal Conference Held
Pre -proposal conference will be held using
WebEx telephone conferencing. Please contact
Mohave for reservation details.
Deadline for Questions
Au ust 19, 2016 at 5:00 p.m. local AZ time
Published RFP Due Date and Time
August 26 at 3:00 p.m. (local AZ time)
625 East Beale Street, Kingman, AZ 86401
Public Opening, of Proposal
August 26 at 3:00 p,m. (local AZ time)
Notice of Intent to Award (estimated date only)
November 1, 2016
NOTE: Notification will be sent by email to all
awardee(s) and non awardee(s) on or before
this date.
December 2, 2016
Execution of Contract(s) (estimated dafe only)
RFP 16K-0826
Scope of Work
(Place after Tab le)
3. SUBMISSION OF PROPOSALS
3.1. Proposals should provide straightforward, concise information that satisfies the requirements.
Expensive bindings and/or color displays are not necessary. Emphasis should be placed on
conformity to the specifications and terms and conditions, as well as the completeness and
clarity of the submittal content.
3.2. The offeror must submit a proposal following Information detailed in the Instructions to Offeror
and Checklist Form,
3.3. A proposal submitted in response to this solicitation shall be valid and irrevocable for one
hundred twenty (120) days after specified due date and time.
4. CONTRACT TYPE
The term contract shall be a percent of discount off manufacturer's price list or catalog, fixed price,
or a combination of both with indefinite quantities,
5. AWARD CRITERIA
The weighted award criteria for this solicitation, in relative order of importance, are as follows:
Award(s) shall be made to the responsive and responsible offeror(s) whose proposal(s)
are determined in writing to be most advantageous to Mohave for its members.
Responsive and responsible offeror(s) shall provide the following requirements:
1) Offer and Acceptance, Terms and Conditions, Scope of Work and Specification
Documents: Offer and Acceptance Form, amendments (if any), General and Special Terms and
Conditions Acceptance Forms, Scope of Work, Specifications with exceptions/deviations noted,
Scope of Work and Specifications Acceptance Form;
2) Primary Vendor Information: Complete response to the (Method of Approach and
Qualification and Experience pages, references (past performance information), certificate of
insurance, financial information;
3) Pricing Information: Paper copy of summary section worksheets, two (2) electronic copies
of the entire workbook, price schedules, additional requested price information, market basket
pricing data (in paper and electronic format), and travel description, pricing methodology, volume
discount information, quick pay discount information, Pcard acceptance information;
4) Supporting Contract Documents: Completed supporting contract documents, support and
maintenance information, sample supplemental or end-user agreements, extended warranty or
maintenance service plan information;
5) Additional Information: Instructions to Offeror and Checklist Form, descriptive literature,
slicks and any supporting printed data, additional information.
References and definitions used for specifications (acronyms used in the solicitation are noted in
bold font below):
Center for Disease Control and Prevention; National Institute for Occupational Safety and Health
(NIOSH): www.cdc.gov/niosh
Compressed Gas Association (CGA): www.cganet.com
International Organization for Standardization (ISO): www.iso.org
National Fire Protection Association (NEPA): www.nfpa.org
Underwriter Laboratories (UL): www.ul.com
United States Department of Transportation (USDOT): www,dot.gov
RFP 16K-0826 6
Specifications
(Place after Tab le)
--I SPECIFICATIONS
Purpose of specifications: Specifications are designed to enable offeror to satisfy a requirement for a
product, material, process, or service. A specification may be expressed as a standard, part of a
standard, or independent of a standard. No specification is intended to limit competition by eliminating
items capable of satisfactorily meeting the requirements of the procurement. If offeror believes a
specification is unnecessarily restrictive, offeror must notify Mohave prior to specified proposal due date
and time.
Partial proposals: Mohave will consider partial proposals for award of a contract,
Use of brand names: Brand names, trade names, model numbers, and/or catalog numbers may be
used to describe the standard of quality, performance, and other characteristics needed to meet member
requirements. Use of the name of a manufacturer, brand, make or catalog number is not intended to limit
or restrict competition, nor does it restrict offeror from the submission of equivalent brands, However,
Mohave reserves the right to decide whether alternatives are equivalent to the materials and equipment
described in the solicitation. Mohave shall be the sole judge of equivalent quality, and Mohave's decision
shall be final.
Compliance with specifications: Offerors shall offer product, material, process, or services they
believe come closest to meeting specifications. The fact that a manufacturer, supplier or offeror chooses
not to produce or provide product, material, process, or services to meet the specifications shall not be
considered sufficient cause to adjudge the specifications as restrictive.
Deviations from specifications: Offerors will respond to each numbered specification by checking the
appropriate "Comply" or "Deviate" box. "No Bid" items shall be marked as such in the appropriate
"Deviate" box. Your exceptions/deviations must be clearly explained. Reference the specification that you
are taking exceptions/deviations to, detail any proposed substitute language, and dearly explain how the
exceptions/deviations meet or exceed specifications. Unacceptable exceptions/deviations shall remove
your proposal from consideration for award. Mohave shall be the sole judge on the acceptance of
exceptions and Mohave's decision shall be final. Details for exceptions/deviations shall be listed by
specification number on the Scope of Work and Specifications Acceptance Form.
SpecJflcations
M Comply
Deviate*
1.1 Fire Turnouts And Emergency Services Related EquipmeInGeneral
Specifications
1.1.01 Installation, service, and repair of stationary foam system
building, hanger, or other structure applications are not requeX
and shall not be allowed under an awarded contract.
1.1.02 Awarded contracts may include sales of new fire extinguis
However, service and repair of fire extinguishers is not requX
and shall not be allowed under an awarded contract.
1.2 Fire Turnouts Specifications
1.2.01 Contract vendor shall be capable of supplying as Few as one, or as
many fire turnouts to outfit a full recruit class or departmental staff
X
in an agreed upon delivery schedule with member.
1.2.02 All materials and fabrics used in the manufacture of Fre turnouts
_
and accessories must meet current applicable NFPA industry
tau
standards for Flammability and fire retardant. Turnouts shall include
NFPA certification stamp/label and garment labeling and i
X
identification. Contract vendor agrees to provide certification or
documentation of such standards compliance to member upon
request.
_ _
1.2.03 All fire turnouts and accessories being proposed shall be available in
a varies of patterns, closure and/or fly options, styles and colors.
X
1.2.04 Contract vendor shall supply to member upon request, the following
to ensure proper sizing for personnel: sample fire turnouts, sizing
charts and/or other information required for proper fitting of
X
turnouts.
RFP 16K-0826 7
Specifications
(Place after Tab ie)
��--
1..2.05 Components for fire turnout coats and trousers, shall include, but
not be limited to: outer shell, moisture barrier, thermal liner, retro -
reflective trim, storm flaps, collar and throat strap, collar hanger
X
loop, pleated back, back yoke, pockets, shoulder caps, cuffs, hook
and lgqp fastening.
1.2.06 Detachable moisture barrier/thermal liners from the outer shell are
X
requested.
1.2.07 Fire turnout coats and trousers shall be available in a variety of
chest slzes coat lengths, waist sizes and inseam measurements.
X
1,2.08 Fire turnout trousers shall include a traditional design with a short
rise. Design shall be compatible with the outer shell so that the liner>
does not buckle, pull, or otherwise restrict body motion. The fly flap
X
closure shall provide thermal and moisture protection. Trousers
options shall include, but not be limited to: suspender buttons,
bellows pockets, flaps and other closures, take-up straps, knee
ads, cuffs, suspender system and reflective trim.
1,2.139 All stitching shall meet all current applicable NFPA requirements. All
thread shall be Nomex (or equivalent) for fire and heat retardant.
X
No raw edges shall exist on any fabric.
1.2,10 Fire turnouts outer shell stress points, such as upper and lower
pocket corners, pocket flap corners, top and bottom of fly flap, as
X
well as the upper and lower corners of the storm panel, shall be
reinforced with bar tacks, or other acceptable reinforcement
material or process.
1.2.11 All front closures shall provide continuous thermal and moisture
Prakection when closed.
_ X
1.2.12 Special pockets and holders shall include, but not be limited to the
application of the following equipment: radios, microphones, gloves,
flashlights and self contained breathing apparatus (5CBA)
X
Facepieces.
X
1.2.13 Fire turnout coats shall be fitted so that access to pockets shall not
be compromised when 5CBA is in place.
1.7.14 Fire turnouts shall be constructed so that when completely
assembled, there shall be no direct metal contact from the exterior
of the outer shell through the thermal liner to the wearer's body,
X
except at the waistband of the trousers. This shall apply to the use
of all rivets, snaps, hooks, d -rings, zippers, or any other metal used
to assemble the coat or trousers.
1.2.15 Removable accountability panels may be offered. Contract vendor
may provide individual identification printed on each panel as
supplied by the member. Accountability panel shall be provided with
X
secure attachments. Accountability panels shall be interchangeable
between garments, Accountability panels shall not lose their
attachment abilities after continuous washings.
1,2.16
1.2.1.7
Contract vendor shall include all specifications and/or information
that includes at a minimum: all materials used in the manufacture of
the garments, included options/a Iterations, life expectancy, warranty
information, user guide information and maintenance and care with
fire turnout_quotations or proposals.
Contract vendor shall offer to provide to member upon request, all
copies of testing for material(s) used in the manufacturing of the
garment(s). Testing shall include, but not be limited to; Thermal
Protective Performance (TPP), Total Heat Loss (THL) and Conductive
and Compressive Heat Resistance (CCHR). Testing shall indicate
compliance with NFPA minimum performance values.
1.2.18 At least one kaumograph of the material manufacturer shall be
stamped on the inside material of each garment.
X
X
X
RFP 16K-0$26 - 8
Specifications
(Place after Tab ie)
1.2.79 Member may require that all merchandise, (e.g. fire protective coats
u Vis'
and trousers) be inspected before acceptance for workmanship,."��5
appearance, proper function of all components and conformance to
these or member's requested specifications. Should deficiencies be
: `
X
found, it shall be the responsibility of the contract vendor to pack`''
and return the unit(s) in question, make necessary corrections or
replacements and return the unit(s) to member for re -inspection and
'
acceptance.
1.2.20 Fire turnouts may be offered with departmental identification such
as lettering, member supplied logos, graphics, or other designs as
x
requested. Pricing for these services shall be included in
aur submitted pricing after Tab 3a.
%
_
1..2.2.1 The minimum length of warranty required under this contract for
7
fire turnouts shall be 5 ears.
X
1.2.22 Fire turnouts for training purposes may be offered. Training
;.
turnouts offered are not required to meet current NFPA
X
requirements. New, refurbished, or used fire turnouts may be
offered as training turnouts. All training turnouts shall include
Identification for traino _purposes only.
1.3 Fire Turnout Services and Maintenance Specifications
'
X
1.3.01 Services for fire turnouts, such as repair, tailoring, inspection, `
testing and cleaning may be offered. Pricing for these services
shall be Included in your submitted pricing after Tab 3a.
1..3.02 Fire turnout care and maintenance equipment may Include, but not
be limited to: powered washers and dryers (electric or gas),
X
cleaning supplies and equipment, drying racks, hangers, hooks and
repair kits..
1.4 Self Contained Breathing R paratus SCBA Specifications
1.4.01 SCBAs shall include open -circuit self-contained and/or closers -circuit
X
systems.
1.4.02 SCBAs shall be certified with current applicable NIOSH Code of
Regulations for 30-, 45-, or 60 -minute rated service life and for
X
storage.
1.4-03 SCBAs shall be compliant with all current applicable NFPA
requirements for performance.
X
1.4.04 All SCBAs electronic components shall be certified per current
'
X
applicable UL standards for safe _.
1.4.05 SCBA facepieces shall be constructed to withstand a 30 -foot drop
onto concrete without sustaining breakage. Facepiece options may
X
include Heads -Up Display (HUD).
1.4.06 SCBA facepieces shall be constructed to: fit various facial shapes
and sizes; contain a replaceable, non -shatter -type, polycarbonate
(or equivalent) to provide a satisfactory field of vision; allow air to
enter the facepiece in a manner that shall reduce the possibility of
X
moisture accumulation on the lens; employ an adjustable strap
headband assembly; contain an easily removable exhalation module;
removable speaking diaphragm; have field -replaceable components
throughout; removable nosecup; and a removable adapter onto
which the second stage regulator attaches.
RFP 16K-0826 9
Specifications
(Place after Tab le)
1.4.07 SCBA regulator system, intermediate pressure hose and the Rapid
Intervention Crew/Company Universal Air Connection (RIC UAC)
shall be designed to operate in two independent stages:
• First stage shall be mounted directly on the cylinder valve;
• Second stage shall be designed to provide positive pressure
during an NFPA breathing machine test at a minimum of 70 -
psi inlet pressure.
Regulator system shall be constructed to contain a pressure- ,
reducing valve to reduce pressure from the cylinder; contain an �;'
over -pressurization relief valve; provide uniform Flow performance p,
throughout the full cylinder pressure range, include a metal inlet'
filter to retain particles of 30 microns or greater; and incorporate a
RIC UAC.
1.4.08 SCBA harness and backpack shall be constructed so that tools are
not required to: remove/replace any replaceable components, be
readily adjustable for various wearer sizes and be constructed of
materials that are resistant to NO temperatures.
174.09 SCBA shall include primary audible alarms and secondary
redundant alarms.
1..4.10 SOBA cylinders shall pass current applicable USDOT testing
requirements for cylinder volume, weight, construction materials and
maximum pressures.
1.4.11 SCBA cylinder valve shall include gauges, handwheel with safety
locking collar device and conform to current applicable CGA
standards for thread connection for low and high pressure.
1.4.12 Member shall be provided with all instructional/user guides,
maintenance and care manuals for SCBA, replacement parts break-
outs including part numbers and ordering information for
1.5 SCBA Cylinder Recharging, Recharging. Stations and Testing
Certification Specifications
1.5.01 Freestanding and portable SCBA cylinder recharging stations may be
offered. A properly licensed contractor in accordance with
manufacturer's installation instructions and any current applicable
federal, state and/or local codes shall install freestanding stations.
Pricing for these services shall be included in your
submitted pricing after Tab 3a.
1.5.02 Testing equipment for SCBA cylinders may be offered.
1.5.03 SCBA cylinder testing services may be provided. Member shall
receive all testing certificates (pass or fail.) Pricing for these
services shall be included in your submitted pricing, after
Tab 3a.
1.5,04 Mobile and contract vendor facility SCBA cylinder recharging services
may be provided. Pricing for these services shall be included
in your submitted pricing after_ Tab 3a.
1.6 Emergency Medical Service and First Aid Supplies
1 Emergency Medical Service (EMS) and First Aid supplies and
equipment may include, but not be limited to: airway maintenance,
automated external defibrillators (AED's), bandages, emergency
treatments, first aid kits, immobilization and extrication, infection
control and hygiene, IV and drug delivery supplies, medical bags
and kits, oxygen and resuscitation, patient transport equipment,
pharmaceuticals and body bags.
e
X
X
X
X
X
X
X
X
X
X
X
RFP 16K-0826 10
In
1.6.02 Diagnostic equipment may include, but not be limited to: blood
pressure cuffs, defibrillators and accessories, diagnostic instruments
.
and tests, ECG electrodes/defibrillation pads, Otoscopes and
X
ophthalmoscopes, penlights, pulse oximeters, stethoscopes,
thermometry, tongue depressors and ultrasound equipment.
1.7 Rescue, Extraction, Firefighting and Firefighter Equipment
�f
Specifications
��.�
1.7,01 Firefighting and firefighter equipment may include, but not be
:-
limited to: axe holders, boots, clothing and accessories, eyes
protection/goggles, ventilation/fans, generators, portable power
equipment, flashlights, batteries, fire helmets, decals, gear bags,
X
gloves, radio straps and cases, tool pouches, gas detection, thermal
imaging equipment, emergency fire shelters/tents, weather
meters/instruments and salvage covers.
_
1.7.02 Firefighting and firefighter attack tools may include, but not be
limited to: axes, Halligan bars, chain and/or rescue saws, shovels,
forcible entry tools, rescue tools and accessories such as tool
X
mounting hardware, replacement handles/blades, bar/chain oil and
sharpeningslharpening tools.
1.7,03 Extraction tools and supplies may include, but not be limited to
,
(both hydraulic and/or manual): cribbing, cutters, blankets,
I
spreaders, combo tools, rams and rapid stabilization struts, Gas or
X
electric powered equipment may be offered.
-] — . —
—
1.7.04 Rescue equipment may include, but not be limited to: hardware,
rescue straps, Rapid Intervention Team (RIT) including rope, escape
and other supplies, life safety, personal escape, rope bags and utility
X
items.
_
X
J r X
_:
_
1.7.05 Ladders and ladder safety accessories may be offered.`.
1.7.06 Firefighter bailouts stems may be offered.
1.7.07 Firefighter escape belts, ropes, harnesses, fall protection, buckles,
repelling equipment andescape equipment maybe offered.
X
_other
1.7.08 Traffic/crowd control supplies and equipment may include, but not
limited to: caution tape, cones, flares, barricades, high -visibility
X
apparel, traffic wands and lighting.
1.7,09 Binoculars and sp2tting sco s may be offered.
X
1.7.10 Knives and multi -tools may be offered,
X
1.8 Wildland Fire Gear Specifications
1.8.01 Wildland fire gear may include, but not be limited to: backpack
ry
tanks, hotshot hand tools, water vests, backpack bladders, chaps,
snakebite protection legging, Mcleod (or equivalent) fire tool and
ATV carrying packs and attachments.
1.8.02 Wildland control burn equipment may include, but not be limited to:
drip and flame torches, steel and poly fire pumps and torch and
pump maintenance kits.
1.9 Hazardous Materials Handling and Safety Equipment
w
4
Specifications
1.9.01 Hazardous Material (HAZ-MAT) equipment may include, but not be
limited to: air bags, covert HAZ-MAT backpacks, emergency staging
X
kits, tents, showers, signage and warning barriers and team kits,
X
1.9.02 HAZ-MAT handling may include, but not be limited to: disposal bags,
loves, suits and containers.
1.9.03 HAZ-MAT safety equipment may include, but not be limited to: air
filtration/ventilation, masks, suits, wash stations, electronic
X
detectors and identifiers and testing kits.
ifications
after Tab le)
RFP 16K-0$26 12
d fire extinguishers are
X
e limited to: Class A, B, C,
pressure or cartridge -type;
X
pplications.
_
but not be limited to: wall
are and signage.
X
red in expansion rates as
20 to 1. X
up to 200 to 1.
bile units) for firefighting
X
;entified on all containers.
i rate, mixing rate, or X
lution, foam application,
;al information,
am class shall be clearly
x
is or protein agents. Non-
thetic foams may include,
Film Forming Fluoroprotein X
(AFFF), Alcohol Resistant
of Resistant Film Forming
:ergent.
e, but not be limited to:
nozzles, eductors, manual
carts, proportioning foam X
:ions, floating roof foam
ansion generatorms.
approved containers and
es resulting from shipping.: X
current UL and/or NFPA
x'
:able NFPA standards for
st pressure, burst pressure
:ates of testing shall be X
3nufacturer defects for a
at include longer warranty 2
X
but not be limited to:
ise, compressed air foam
X
able water.
_
iccessones to include, but
,ton intake valves, nozzles,
X
hose coilers, hose parts,
i brushes. _
all applicable instruction
guide information for all
X
RFP 16K-0$26 12
1- .
Specifications
(Place after Tab le)
1.13 Fire (Municipal) Hose Inventory and Testing Services
Spec€fications _
1.13.01 Fire hose inventory and testing management software
systems/programs may be offered. Contract vendor shall provide
X
member information regarding the hardware and system
requirements for the software pro�c ram to be provided.
1.13.02 Fire hose testing services may be offered. Contract vendor shall
supply all certificates of testing (pass and fail) to member. Pricing-
for these services shall be Included In your submitted
X
pricing,after Tab 3a.
1.14 Firefighter and Departmental (Stationhouse) Apparel,
Badges, Accessories and Maintenance 5 ecifications
1.14.01 Firelighter and departmental apparel and accessories may Include,
but not be limited to: hats, pants, shirts, socks, pins, name bars, X
collar pins, ties and other lapel accessories.
1.14.02 Firefighter and departmental accessories may include, but not be
limited to: stationary items, calendars, business cards, watches,
mugs and glassware, awareness magnets and pins, educational
X
giveaways, school or classroom awareness and educational items
and other fire department eromotional material.
1.14,03 Personalized firefighter and departmental apparel and accessories
may be offered. Custom printing of Fre department logos and
insignia on products are requested. Pricing for these services
X
shall be Included in your submitted pricing, after Tab 3a.
1.14.04 Firefighter and departmental badges are requested. Custom or
special badges manufactured with member provided designs are
requested. Contract vendor shall be capable of supplying as few as X
one or as many as a full recruit class or departmental staff within an
agreed upon delivery schedule with member.
1.14.05 Customized or special Firefighter or departmental insignia jewelry,
such as rings, tie clips, anniversary/service year's pins and watches
X
may be offered.
1.14.06 Fire station accessories and maintenance may include, but not be
limited to: cleaning supplies, cleaning equipment such as: brooms;
mops, mop buckets; vacuum cleaners; and power washers, kitchen
X
supplies such as: cooking utensils; microwaves; cutlery; dishes; dish
drainers' towels Arden hoses and nozzles and paper goods.
1.15 Base Camp, Camp and Rehabilitation Sp ons
1.15.01 Ouse camp and camp supplies may include, but not be limited to:
'
tents, shade tents, shade tent screens, shelters, cots, sleeping
pads/air mattresses, folding chairs, cutlery, lanterns, camp
X
fuel/propane canisters, sleeping bags, camp stoves, camp cookware,
ground cloths, backpacks and stuff bags, tent stakes, animal/rodent
resistant food storage containers/bags and folding tables.
1.15.02 Rehabilitation may include, but not be limited to: bottled water,
sports drinks/mixes, water coolers/dispensers, cool fan/fan kits,
X
hydration kits, meal kits, meals -ready -to -eat (MRE's) and misting
tents and supplies._
--
RFP 16K-0826 13
Specifications
(Place after Tab le)
1.16 Emergency Response/Responder Training Services,
� ' �
„.. �•,.� �
Equipment, supplies and Literature 5 ecifications.
.1.16.01 Emergency Response/ Responder on-site and remote equipment and
}
safety training may include, but not be limited to: on-site
Instructional classes and remote/web based instructional classes.
"
On-site training requiring travel charges must be identified and
quoted prior to member acceptance or commitment to training class.
X
Pricing for any travel, lodging and per diem shall be
included in your submitted pricing, after Tab 3a. A detailed
description and application of any travel charges shall be included in
Pricing Information —Travel Description after Tab 3c.
g
1.16.02 Emergency Response/Responder training equipment and supplies
may include, but not be limited to: sample foam demonstration kits,
';'
X
books, videos, CPR Manikins, Manikins, instructional materials and
visual aids.
1.16.03 Emergency Response/Responder may include, but not be limited to
booksmagazines, periodicals and electronic format (e -books).
X
1.17 Fore Truck Repair/ Maintenance Parts and Accessories
Specifications
r
1.17.01 Fire truck repair/maintenance parts and accessories used in the
routine maintenance and on -scene repairs performed by bre station
and firefighter personnel are requested.
1.17.02 Fire truck parts and accessories may include, but not be limited to:
fasteners, pins, pinion gears, 0 -rings, shaft/impeller keys, gaskets,
shims, valves, sleeves, handles, valve repair kits, lube kits (including
X
grease guns and grease), solenoids, tank flush and preservative
chemicals compartment mattin2 and wheel chocks. _
1.17.03 Ancillary repair/maintenance (shop) supplies may include, but not lie
limited to: tie -wraps, tapes, gasket sealers, rags, cleaners,
X
adhesives, touch-up paints, and vehicle soaps, waxes and
rotectants.
1,17.04 Hand tools, tW kits drip pans and diagnostic tools may be offered.
X
*Exceptions/ deviations must be listed on the scope or worm ana spectrrcarlans Accepranc+e
Form. List the specification number for each exception/ deviation.
RFP 16K-0826 14
Scope of Work and Specifications Acceptance Form
(Place after Tab le)
Signature on page 2 certifies complete acceptance of the Scope of Work and specil<cations in this
solicitation, except as noted below (additional pages may be attached, if necessary).
Check one of the following responses to the Scope of Work and Specifications:
EJ We take no exceptions/ deviations to the Scope of Work and Specifications,
(Note: If nothing is listed below, it is understood that no exceptions/deviations are taken.)
® We take the following exceptions/ deviations to the Scope of Work and Specifications.
All exceptions/ deviations shall be clearly explained. Reference the corresponding
Scope of Work or Specifications that you are taking exceptions/ deviations to. Provide
details on your exceptions/ deviations below:
(Note: All requested exceptions/deviations must be clearly explained. Reference the specific
language that you are taking exceptions/deviations to, detail any proposed substitute language,
and clearly explain how the exceptions/deviations meet or exceed Scope of Work and
Specifications. Unacceptable exceptions/deviations shall remove your proposal from consideration
for award Mohave shall be the sole judge on the acceptance of exceptions/deviations and
Mohaves decision shall be final.)
(Please see attached page "Exceptions/Deviations to Specifications)
RFP 16K-0826 15
L.N.CuRIns & soNs
`POOLS FOR HEROES`' Simi 1929
ExceI)tioiis/IDeviations to Specification
1.3.02: We are partially bidding this specification; we are no bidding the powered washers.
1.4.07: Regarding specification "First Stage shall be mounted directly on the cylinder valve", our
offered SCBA"s first stage regulator is up line from the cylinder valve as opposed to being
installed directly on the cylinder valve. This design is common with major SCBA manufactures
while still meeting applicable NFPA standards.
1.5.02: We are no bidding the request products in this specification.
1.5.04: We are no bidding the request products in this specification.
1.6.01; We are no bidding the request products in this specification.
1.6.02: We are no bidding the request products in this specification.
1.9,01: We are partially bidding this specification; we are no bidding covert HAZ-MAT
backpacks, signage, and warning barriers.
1.13.01: We are no bidding the request products in this specification.
1.13.02: We are no bidding the request products in this specification.
1.14.02: We are no bidding the request products in this specification.
1.14.03: We are no bidding the request products in this specification.
1.14.05: We are no bidding the request products in this specification.
1.14.06: We are no bidding the request products in this specification.
1.15.01. We are no bidding the request products in this specification,
1.15.02: We are no bidding the request products in this specification.
1.16.01: We are no bidding the request products in this specification.
1.17.01: We are no bidding the request products in this specification.
1.17.02: We are no bidding the request products in this specification,
1.17.03: We are no bidding the request products in this specification.
1.17.04: We are no bidding the request products in this specification.
4647 S. 33rd Street . Phoenix, AZ 85040 . Phone: 877-453-3911 • Fox 602-453-3910
1ACUR'TIS.com
Primary Vendor Information — Method of Approach
(Place after Tab 2a)
Offeror shall respond to each item below. The information will be used to assist Mohave in
evaluating the method of approach that an offeror would take regarding specific issues
under an awarded contract. Do not use "boilerplate" answers. Respond to each item by
specifically addressing the Mohave request. Failure to complete all questions may result in
your proposal being considered nonresponsive.
1. Offeror shall provide a project plan that describes how the offeror intends to implement the plan.
This information shall include, but not be limited to:
a. Account team structure (for a Mohave contract) and role which includes, but is not
limited to description of sales contact process, account team support, and periodic
account review processes;
L.N. Curtis & sons sales contact process is consisted of Territory Field Sales
Representatives for specific counties in Arizona. Mohave members located in the counties
of Maricopa, Yavapal, Mohave, Lapaz, Yuma, and Coconino may contact the territory
representative Gary Norton, 480-296-5202 or GNorton@LNCurtis.com for sales support.
Mohave Members located in the counties of Pinal, Pima, Gila, Cochise, Santa Cruz,
Graham, Greenlee, Apache, and Navajo may contact the territory representative Travis
Sparks, 520-709-6360 or TSparks@LNCurbs.com. These representatives are responsible
for sales and customer service support. Additionally, each representative is partnered
with an inside Customer Service Representative (CSR) assigned to the same counties
aforementioned. They provide any needed support to the field sales representative
including but not limited to quotations, order entry, retums, accounting support and any
other customer service related issues. The Sales Representative and CSR will work
together to assist the Mohave member with any needs.
Regarding any accounting support a Mohave member may need, the Mohave member
may call their respective Field Sales Representative as listed above or call our Operations
Center In Phoenix at 877-453-3911 to speak with their Customer Service Representative.
Any one of our employees will be able assist members with any accounting questions or
issues. If the question or issue is unable to be handled by the employee, it will be
escalated to the appropriate personnel in our Accounting Department located in our L.N.
Curtis & sons Headquarters in Oakland, CA.
An L.N. Curtis & sons representative will review the Mohave contract bi-annually to
confirm/update all contract information, review the pricing structure and manufacture's
price lists, analyze our fulfillment rates and communicate with customer to understand
their satisfaction with the contract and our service levels.
b. Communication process with Mohave and its members;
Mohave and its members can reach out to the L.N. Curtis & sons representatives
aforementioned by telephone or by email. Additional contact information is listed in Tab
4a, "Supporting Documents — Firm Information, Order Processing, Individual Contact,
and Customer Support Information".
c, Standard delivery time for products/ services after receipt of purchase order;
Standard delivery time varies by product and services after receipt of purchase order. A
product can be delivered within 5-7 business days if the product is in stock in one of our
5 warehouses via regular ground delivery services. Delivery time can reach up to 60 days
for certain products requested such as fire turnouts, extraction tools, custom fittings and
adapters, and fire hose.
d. Training regarding use of equipment, including specialized applications;
Training can be provided by one of L.N. Curtis & sons Fields Sales Representatives or
Product Specialist. They will be able to educate the customer on the proper use of certain
products purchased under any resulting contract from our proposal,
Primary Vendor Information — Method of Approach
(Place after Tab 2a)
Y I e. Specific value-added services that may benefit members;
In addition to the training aforementioned, L.N. Curtis & sons and its employees strive to
be the best and to exceed our customers' expectations. This motto will be passed along
to Mohave and its members. Our Feld Sales Representatives travel the State of Arizona
and can meet with Mohave members to discuss in detail any needs they have as it
pertains to any resulting contract from our proposal. This process, we believe, helps add
a face to the company as opposed to an over -the -phone or Internet based company, our
representatives are very knowledgeable in all the product lines we sell. We also have a
team of Specialists whose sole duty would be to educate the member on specific product
lines like Rescue & Extraction, Air and Gas Detection, and PPE. The information they
provide is not necessarily specific to the brands that we would sell on the contract but
can be used with a variety of brands and products. These specialists travel with the field
sales representatives to provide technical Information on the aforementioned product
lines to better help a member understand
f. Indicate how you will ensure your sales staff does not sell products or services that are
not on contract; and
We will employ the same control processes that have been successfully used for over 15
years to monitor and control L.N. Curtis & sons sales made on our GSA contract. GSA is
very serious about a GSA contractor selling products to customers under the GSA
"banner" that are not on the contract. Our control processes have passed numerous
performance audits performed by the GSA to ensure optimal compliance. Furthermore,
our sales staff will be knowledgeable when it comes to promoting specific products and
services on any resulting contract with Mohave. They will first check the contract to
ensure a product is on the contract before offering it as an option to a Mohave member,
g. Are there any limitations to the types of members that you will provide services to? If
J so, indicate what those limitations are.
There are no limitations to the types of members we will provide services to.
2. Mohave is established to offer a cooperative purchasing program, which can be accomplished
more effidently and economically as a multi -entity operation.
Efficiency and economy can be established through reduced bidding effort for members and
vendors, management of a single contract, fewer price schedules to maintain, fewer contact
persons, and using Mohave as an extension of members' purchasing departments. Additionally,
it is Mohave's assertion that a statewide contract available to approximately 450 public agencies
results in economies of scale and lower prices than those received by bidding individual
contracts, especially, but not limited to small member agencies.
Will a contract based upon your proposal result in the efficiencies and economies described
above?
Yes X No
If no, what efficiencies and economies would members receive from a contract based on your
proposal?
Primary Vendor Information — Method of Approach „
(Place after Tab 2a)
...- 3. Describe if and how you would use local subcontractors to accomplish the work. What is the
maximum amount of work you would subcontract to complete a job?
We would not use any subcontractors to accomplish any of the work as offered In our proposal
Note: See Ilest and Final Offer
For further cletalls
11.
Primary Vendor Information — Method of Approach
(Place after Tab 2a)
4. Indicate If your bid is regional or statewide: Regional Statewide X_
If you are providing a regional or county specific offer, that offer shall cover all
members within that region or county.
Using the chart below, please indicate the following:
a. In the past three years, what percent of your Arizona business do you estimate was in
each geographical area identified below?
b. Indicate which area(s) of the state that you will provide services under an awarded
contract.
c. If you are awarded a contract with Mohave, which area(s) of the state will your sales
force target?
counties
Apache
of Business
1%
Provide Services In
Yes
Force. -
Yes
Cochise
1%
Yes
Yes
Coconino
10%
Yes
Yes
Gila
3%
Yes
Yes
Graham
1%
Yes
Yes
Greenlee
1%
Yes
Yes
La Paz
1%
Yes
Yes
Maricopa
40%
Yes
Yes
Mohave
10%
Yes
Yes
Navajo
1%
Yes
Yes
Pima
13%
Yes
Yes
Pinal
5%
Yes
Yes
Yes
Santa Cruz
1%
Yes
Yavapai
10%
Yes
Yes
Yuma
2%
Yes
Yes
L. .CURTIS & SONS
I-OOLS FOR HEROES`, .Jjkj ,-
Qualifications and Experiences
The following information addresses specific items requested pertaining to the Primary Vendor
Information — Qualifications and Experience, numbers 1, 2, 4, 5, and 6.
L.N. Curtis & sons' offer to Mohave includes a robust catalog of the most popular items used by the
firefighter during firefighting and rescue operations. The proposed LNCS product catalog includes.
• Structural & proximity turnouts
• Structural & proximity boots
Structural & proximity helmets
• Firefighting gloves
• Fire resistant hoods
•
Self -Contained Breathing Apparatus (SCBA)
• SCBA Recharging Stations
• Hydraulic rescue equipment
• Firefighter attack tools and related equipment
• Firefighter rescue equipment
Firefighting hose
Firefighting hose nozzles, and miscellaneous hose accessories
Firefighter and Department Apparel, Badges, and accessories
• Wildland Firefighting PPE
• Wildland Firefighting equipment, hand tools, accessories, and hardware
• Extinguishers and extinguishing foaming agents and hardware
• Hazardous Materials PPE and Safety Equipment
• Firefighting educational & training literature
Firefighting PPE repair, maintenance & after -market alteration service
Firefighting Technical Services (training, maintenance and repair by LNCS Service Technicians)
L.N. Curtis & sons has assembled a tealn from our stable of world-class manufacturers to form a robust
product catalog of best -in -class products that are required to support firefighting, rescue, and hazardous
materials operations.
Established in 1929. L.N. Curtis & sons, Incorporated (LNCS) has over eighty-seven years of successful
business focus.supportingthe fire, rescue, & emergency response industry. LNCS provides our customers
with exceptional products, customer service, and product support covering an extremely broad-based
product catalog representing the very best -in -class equipment manufacturers. LNCS supports various
commercial customers; and, state. municipal. and local ,agencies in the thirteen Western states; and, to
agencies of the U.S. Government, worldwide. I,NC'S Operations Centers- each with sales, warehousing.
distribution and maintenance and repair services. are located in Seattle. WA. Salt Lake City. UT.
Oakland, CA, Los Angeles, CA. and Phoenix, AZ.
LNCS is fully- qualified to provide consistently superior service to Mohave and any potential participating
agencies. ]n addition to our many large contracts from other city and state apeneies, LNCS is performing
Oil two current programs that have honed our capabilities to manage and serve major accounts with a
complex array of product & service offerings.
4647 South 33rd Street ♦t'hoenix *Arizona 85040
877,4533911 (toll free) ♦602.453.3911 (local) •602.453.3910 (facsimile)
www,I.NCurtis.coni
a
LNCS has a contract with the General Services Administration (contract GS -07F -0043L). LNCS is
currently providing nearly ten -million dollars of fire and emergency products while servicing over a
thousand customers a year who purchase from our GSA product catalog. The General Services
Administration rated our overall performance to be "exceptional" during a recent bi-annual contract
performance audit.
r� i,DIFERSE WGISTICS AGI f
3ilill'� titrEtrsE st1P►tY {tfFtFR�P111LAM PfttA
Additionally, LNCS is a Prime Contractor to the Defense Logistics Agency under the provisions of two
contracts supporting the United States Defense Department's Fire and Emergency Prime Vendor Program
(contracts SPM-8EG-08-D0009 and SPM-8EG-08-D0013), As a DoD Prime Contractor, LNCS provides
a wide array of law enforcement, security, fire, rescue, clothing, and emergency/disaster response
products and services to facilities located around the world. We are achieving, superior results in each of
these major contract activities (reference: DoD Contractor Performance Appraisal Report, dated January
2011).
Our Corporate Motto: "TO BE THE BEST!"
L. N. Curtis & sons is honored in our capacity as a current distributor of firefighting equipment, products,
and services to Arizona's Fire Fighters and other First Responders. Should we be awarded a contract by
Mohave Educational Services Cooperative, Inc., we are committed to exceeding program expectations.
L.N. Curtis & sons does not sell any products that do not meet applicable industry standards, These
standards include:
• NFPA 1981, Standard on Open -Circuit Self -Contained Breathing Apparatus for Emergency
Services, 2013 Edition
• NFPA 1982, Standard on Personal Alert Safety Systems (PASS). 2013 Edition
NFPA 1952, Standard for the Care, Use, Inspection. Service `testing, and Replacement of Fire:
Hose, Couplings, Nozzles, and Fire Hose Appliances
• NFPA 1971, Standard on Protective Ensembles For Structural Fire Fighting and Proximity Fire
Fighting, 2013 Edition
• NFPA 1977, Standard on Protective Clothing anis Equipment for Wildland Fire Fighting
• NFPA 1991, Standard on Vapor -Protective Ensembles for Ilazardous Materials Emergencies
NFPA 1150'
Standard on Foam Chemicals for Fire in Class A Fuck
• NFPA 11, Standard for Low-, ?vledium-, and I ligh-Expansion Foam
L.N. Curtis and sons does not qualify as a minority owned business.
The following documents are letters oi'reference from three Arizona Public agencies:
Tooh for Herne flnoe 19T9
August 23, 2018
GOLDER RANCH FIRE DISTRICT
To Whom It May Concern,
Fire *Rescue ♦ Medical
3885 E. Golder Ranch Drive
Tucson Arizona 85739
(520) 825-9001 / FAX (520) 825-8043
Chief Randy Karrer
The Golder Ranch Fire District has had a sales and service relationship with LN Curtis & Sons as long as
I have been In this position, since 2001. We have received nothing but responsive service and fast
delivery on firefighting related equipment over the years. Their staff is consistent, knowledgeable and
helpful whether its a question about an invoice from accounts payable, inquires to inside sales and
support from outside service and sales representation.
Any further questions may be directed to me at 520-825-5930 or via email at asmith C grfdaz . gov
Thank you.
Andy Smith
Supply Officer
Golder Ranch Fire District
August 23,2016
To whom it may concern„
City of Peoria Fire -Medical Department
6401 West Monroe Street, Peoria, Arizona 85345
Phone: 623-773-7279 Fax: 623-773-7295
In the over thirty years of being in the Fire Service, I have had a sales & service
relationship with L.N. Curtis & Sons. Whether it be a question on a new product, a
service need on a Hi Pressure Breathing compressor or SCBA, lighting product, P.P.E.,
Cleaning of PRE, or multiple allied equipment needs, L.N. Curtis has either had the
answer or found the answer I needed.
Top of the line products are represented by a knowledgeable sales staff
Over the years there has been a few issues with billing or a lost invoice . A simple call to
my local Curtis office is usually all it took to remedy.
Any questions, please feel free to either call, 623-773-7904 or email @
williani.bierke _-peoriaa_z.gou
`., Thank you
Bill Bjerke
Physical Resources Supervisor
City of Peoria AZ Fire -Medical Department
SERVING WITH.' STRENGTH - HONOR - COrIPASSION 1
GILBERT
.1 — ". !, d
August 24t' 2016
To whom it may concern,
Please treat this as a recommendation letter for L.N. Curtis & Sons. As Resource
Manager of the Town of Gilbert Fire & Rescue Department, I understand and rely on
dependable vendors. Reliability, trustworthiness, quality of their product, time of
service, personalized customer service, competitive pricing and reachability are only
some of the categories that L.N. Curtis & Sons excel in.
The company`s sales representative Gary Norton is extremely knowledgeable,
available and always seems to have our organization as his best interest. The Town
of Gilbert Fire & Rescue Department has been working with them for over 15 years
and there has not been a day when we had to complain about his professionalism.
Roth Gary and L.N. Curtis value time and will go out of their way to ensure timely
delivery of the items ordered.
I am extremely satisfied with the way they conduct their business and hope that you
have the same pleasant experience with them.
Thank You
Fernando Quintero
Resource Manager
Gilbert Fire and Rescue
1. Place after Tab 2b: Provide at least three (3) and no more than five (5) fire turnout or SCBA orders
that have had problems. Describe the problem, and identify how the problem was solved (what
steps were taken to satisfy the customer). Provide the name of the public agency, type of project,
year of the project, contract amount, contact name and telephone number. Do not include problems
caused by another firm that your firm fixed.
• 7hls infonnation Is used only to evaluate your resolution to an issue(s), not to identify
rrroblemadc vendors
Camp Humphries Approx. I 2015 Deputy Chief 1011-823-1619-
t 120.000 Dean Turner 9982
Defense Logistics Agency posted a bid for Fire Fighting gear for Camp Humphries Army Base in Korea.
The bid request included a number of PPE items including 64 Globe GXTREME coats and 65 Globe
GXTREME pants. DLA RFQ 20150406131640. L.N. Curtis & Sons submitted our offer to DLA. L.N.
Curtis & sons received notice of award number 20150521138000 and awaited the final DLA approvals
to enter the order. L.N. Curtis & sons entered the orders with all suppliers included Globe brand
products. Camp Humphries Informed L.N. Curtis & sons that the Globe GXTREME coats and pants
were received at their location in Korea but the outer shell material was the color black in lieu of the
required Yellow color. LN Curtis & sons agreed to provide the customer with the correct color outer
shells which required our company to absorb the costing of the replacement outer shells at a cost of
$37,564 plus shipping. Our offer included on-site labor to separate existing liners and outer shells and
reinstall correct outer shells on to existing liners. Note; Our supplier would not allow the return of the
incorrect outer shells due to a custom specification, and the financial burden was part of L.N. Curtis &
sons commitment to customer satisfaction. The customer initially accepted our offer and LN Curtis &
sons went ahead and purchased new outer shells. Prior to new outer shells being shipped to
customer in Korea, the customer decided they wanted to keep their existing gear as it was decided
that they best suited the Department as a change in color was imminent, LN Curtis & sons then
ordered new liners for the new outer shells that were ordered and placed gear in its loaner/rental gear
program. Customer was pleased with solution provided by LN Curtis & sons and continue to purchase
additional eouioment as a result.
[W16a Fre Department Approx. William Bjerke 623-773-7904
$210.000
Peoria Fire Department began the process to purchase a second set of turnout coats and pants for all
of their firefighting personnel. The customer requested an option for a collapsible pant pocket divider.
The manufactures solution was to use Velcro In order to accomplish this. Peoria Fire Department
placed an initial order for these turnouts with the pocket divider option. The customer did not like use
of Velcro and requested snaps on future orders, The manufacture was unable to fully comply with this
request however it was a required option in the customer's eyes, L.N. Curtis &sons representatives
began to look into other avenues in order to fulfill the customers need. The owners of L.N. Curtis &
sons also own a company called ECMS. This company provides custom alterations to firefighter
turnouts. Through ECMS we were able to order the garments from the manufacture and alter the
pants to have a collapsible pant pocket divider using snaps, The customer is happy with the solution
and has since ordered the remainin second set of turnouts for their firefighter personnel.
3 North County Fire & `1 Approx. 2016 Captain Chris 623-544-5402
Mledlcal District X50,000 Captain
North County Fire & Medical District placed an order with L.N. Curtis & sons for firefighter coats and
pants. L.N. Curtis & sons subsequently placed our order with the manufacture. About a month after
the order was placed, the customer informed their L.N. Curtis & sons representative that they need to
have the csrdL�r delivered within one week for scheduled live fire burn trainincr. The items ordered are
Toots for heroes since 191z9
i custom and had an estimated delivery date for approximately 25 days after the required delivery date,
L.N, Curtis & sons representatives p began to find another solution for the customer. L.N. Curtis &sons
has a vast inventory of firefighting turnout coats and pants that are in used, safe condition, In order
to satisfy the customer's needs, we provided comparable sizes that the customer could utilize for their
training. After their training concluded, the turnout coats and pants were returned to L.N, Curtis &
sons. This was an acceptable solution for the customer. They soon after received their order of
turnouts and have placed additional orders for a second set of turnouts for their fireflghtinq personnel.
4
5
Tools for Heroes since 1429
0
April 28, 2016
Mr. Angus Donaldson
Draeger Safety UK Ltd.
Ullswater Close
Blyth Riverside Business Park
Blyth, Northumberland
NE24 4RG
United Kingdom
Dear Mr. Donaldson:
Certification Letter
SEI Reference No.: SBA DRA 07
We are pleased to confirm that the SCBA indicated below is certified by the Safety Equipment
Institute, effective April 28, 2016. Initial certification testing was successfully completed in
accordance with the requirements of NFPA 1981, Standard on Open -Circuit Self -Contained
Breathing Apparatus (SCBA) for Emergency Services, 2013 Edition.
NIOSH/SEI Assembly Passed
SEI Reference No. Brand Name/Model No. Matrix No./Revision Testing
PSS5000 SCBA (+)
30 min. 2216 psig
30 min. 4500 psig
SBA DRA 07 with 45 min. 4500 psig ND200156.7000.5000 April 20;
associated variants 60 min. 4500 psig 2013.CBRN.AMc, Rev. C. 2016
and accessories Dated April 20. 2016
PSS7000 SCBA (+) p
30 min. 2216 psig
30 min. 4500 psig
45 min. 4500 psig
60 min. 4500 psig
(+) — Includes compliance with optional Emergency Breathing Safety System requirements, when equipped
� Safety Institute
Blvd Suit , f
1307 volley Madison Blvd Suite 3A McLean, Virginia 22101
Tel: 7031442.5732 FAX; 7031442-5756
.�a
www SElnel org
Mr. Angus Donaldson
April 28, 2016
Page 2 of 2
The final version of the PSS5000/PSS7000 SCBA was submitted for NFPA 1981-2013
certification with your submittal package of November 12, 2015, Testing for the submittal,
which covers configurations as noted in the above NIOSH/SEI Assembly Matrix, was authorized
on January 10, 2016. Notification of NIOS14 42 CFR 84 approval has been received from
NIOSH and is on file.
Additionally, SEI has received confirmation (see attached) from NIOSH that configurations as
shown on NIOSH CBRN Approval Numbers TC-13F-0827CBRN, TC-13F-0828CBRN, TC-
13F-0829CBRN, TC-13F-0830CBRN, TC-13F-0831CBR.N, TC-13F-0832CBRN, TC-13F-
0833CBRN and TC-13F-0834CBRN have successfully completed NIOSH CBRN testing.
The SEI Certification Mark may be used in the marketing, packaging and promotion of the
model detailed above, in accordance with the provisions of the SEI Certification Ptwgrarn
Manual. Per the SEI Certification Program Manual, SEI shall certify the manufacturer's product
model(s) and grant the right to use the SEI certification mark when 1) the Testing Laboratory has
determined that the product model submitted and tested successfully meets the appropriate
product standard, 2) the Quality Assurance Auditor has determined that the manufacturer
complies with SEI quality assurance requirements through an on-site audit, including a review of
the quality manual and procedures, 3) the manufacturer has paid all fees, and 4) product liability
insurance requirements are met.
�. Following initial certification, all product models are tested. at least annually, and are selected by
the SEI auditor during the annual quality assurance audit. SEI's certification program is
accredited as a System Type 5 per ISO/IEC 17067:2013(E),
Thank you for your participation in the SEI Certification Program. If you have any questions,
please contact the SEI Office.
Sincerely,
Ste, ,e
Stephen R. Sanders William A. Fithian
Technical Director Technical Director
cc: Mr. Bob Sell, Draeger Safety
Mr, David Chirdon, NIOSIf-NPPTL
Mr. Paul Clarke, SEI Auditor
Mr. Jules Pinto, SEI Auditor
CERTIFICATE OF COMPLIANCE
Certificate Number
Report. Reference
Issue Date
012616-M H 14717
M H 14717-20121213
2016 -January -26
Issued to: Globe Mfg Co. LLC
37 Loudon Rd.
Pittsfield, NH 03263 USA
This is to certify that Protective Garments for Structural Fire Fighting
representative samples of See Page 2 for information
Have been investigated by UL in accordance with the
Standard(s) indicated on this Certificate.
Standard(s)for Safety: NFPA 1971, Standard on Protective Ensembles for
Structural Fire Fighting and Proximity Fire Fighting, 2013
Edition
Additional Information: See the UL Online Certifications Directory at
www.ul.com/database for additional information
Only those products bearing the UL Classification Mark should be considered as being covered by
UL's Classification and Follow -Up Service,
The UL Classification Mark includes: UL in a circle: with the word "CLASSIFIED" (as shown); a control
number (may be alphanumeric) assigned by UL; a statement to indicate the extent of UL's evaluation of
the product; and the product category name (product identity) as indicated in the appropriate UL
Directory.
Look for the UL Classification Mark on the product.
VA11— R Gorey, 001 ,, NoOh American CMMbafbn Pnsgrams
UL LLC
Any In1amb -1 Aoelmentaflon MVO ftq UL Muf, aerwcrF an pmvidaA on Dehaff of UL LLC (UL) aufAIlraneee of UL Far goes ., pir
c 1-1 a b 1 UL Cuafo , 3— RePfea« 46- at �w-+_i4S:s-_a•4.'. wt+SK1
Page 102
CERTIFICATE OF COMPLIANCE
Certlftcate Number
Report Reference
Issue Date
012616-M H 14717
M H 14717-20121213
2016 -January -26
This is to certify that representative samples of the product as specified on this certificate were tested
according to the current UL requirements,
Garment
Model/Style
Front Closure S tem
—
UL ID
T e
ID Description
CLASSIX,
5C
3 or 4 Hooks & Dees Outside/Hook & Loop Tape,
14717010701
GX-7,
1 Snap Fastener Inside
G-XTREME,
6C
3 or 4 Hooks & Dees Outside/Zipper Inside
14717010702
Coat
G-XTREME 3.0,
G-XCEL or RSX,
7C
Hook & Loop Tape Outside/
14717010703
REAXTION,
3 or4 Hooks & Dees Inside
8C
Hook. & Loop Tape Outside/Zi er Inside
p2—__
14717010704
RS -1,
17C
3 or 4 Hooks & Dees Outside/4 Snap Fasteners
14717010705
Aegis
_
CLASS X,
Inside
GX-7,
Lo -Rise,
LH Pant,
Hook & Dee Outside/Hook & Loop Tape, Snap
IH Ready,
N/A
Fastener Inside
14717010706
Trousers
G-XCEL or RSX,
(see notes in table below)
REAXTION,
RS -1,
Aegis
G-XTREME,
Permanent Belt containing Buckle or Hook & Dee
G-XTREME 3.0
N/A
Outside/Hook & Loop Tape, Snap Fastener Inside
14717010707
see notes in table below
Notes for Trouser Closures:
• Inside zipper can be added, multiple orientations
• Inside snap fasteners can be added, multiple orientations
• Outside hook & dee can be added
• Outside Belt containing buckle or hook & dee can be added, which includes seat harnesses or
escape belt
• Inside hook & loop tape can be replaced with zipper
• Inside hook & loop tape can be replaced with snap fasteners
• Outside hook & dee can be replaced with belt containing buckle or hook & dee
Trademark and/or Tradename: "Globe Firefighter Suits", "Cairns Protective Clothing"
r
VANiam R. Camey, Di—tor, N-th American CeAtlk.KJ- Pr q—
UL LLC
--
Any rnlomutfon and A«um.nbtlor, i,voNkip UL M-rA services an prori0ed m b -hall of UL LL[ JUL)., ony -utnon:ed IMwnsea of UL. For questions. please
coM-Na/neat UL Customer Servke Repneentb-al-b+r... ,..._,..--I,•
Page 2 of 2
8
Lr+
INSPEC
This is to certifti that
Globe Manufacturirrsr Company, LLC
3T Loudon Road, Pittsfield
New Hampshire 03243
USA
having been satisfaclorily assessed and undertaken to comply with lrVSPEC
requirements, is entitled to claim that the activities defined in Ilse associated
chedules are performed within a management spstern that complies witls
ISO 9001.2008
Claim may also be made that
Globe Manu,facturirr; Company,
is ars INSPEC Certified Conspany for the defined activities
that are performed at the specified address.
For and on behalf of INSPEC International Ltd.
Julie C. Jones
A-faninger, Cerrifieation Services Date: S" May 2016
Certification remains valid until 16'" .11ur 2019, providing compliance with
INSPEC's surveillance and assessment programme is maintained.
CertrJrcate .Number: QS0112
P4% .0
0 Lin
Cti L
S
KA
�+ vt
ySE#a1�
627
Original (late of issue: 16#x' :1 aY 2013
k ,I- l rmx whi I (IthiOf 10)I'S 0 1 ')ftc% iL'L' P. JV,' '
INS PI ( :al:+n:uuvlal =td 56 l c.hc ) i+,IIgh V. a, "aII, rd 1w,Iall d
he i,�t :'f the 1arc�uafn r. filar{ ro �;,rlr> ac�r:d3l.ur-an in Ii,#X1'< Inr,-'--feJ h, the ac,redi;mi:ai
( hh I f 1t.aw f l�'rl 1 1
INSPEC
Terms and Conditions
Conditions attached to the issue of this certificate:
i) The Certified Company shall comply at all times with INSPECs Regulations
governing Quality Management System Certification.
ii) This Certificate remains the property of INSPEC and may be withdrawn if any of
the conditions attached to its issue are not complied with.
iii) This certificate may be copied or reproduced by the certificate holder,
complete and without omissions or additions, and in accordance with
INSPECs terms of business.
iv) This certificate has been provided in accordance with our standard
Terms of Business, which can be viewed at, and printed from:
Lin pgK:mternatlonal.cgmjoB.pdf
If you have difficulty accessing the Terms of Business, you may contact
us for a copy.
Coo iii,�tic OY)1i.,
SCHEDULE
Scope
The design of fire fighter suits, emergency response suits, related footwear and related
equipment.
The manufacture and supply of fire fighter suits, emergency response suits and related
equipment.
After sales servicing of fire fighter suits and emergency response suits,
The production facilities below are also covered by this certificate and are subject to the
associated terms and conditions:
Globe Manufacturing Company OK, LLC
2000 8 Street, Ada, Oklahoma 74820, USA
S`t'Y'tl?i%Itz iltiil', I'.� � i i4;+=e�,�en P>ii'ft`
INSPEC
INDEX
I
Item Status Issued Amendment
Pages I to 4 Withdrawn 130516 Initial issue
Pages 1 to 4 Valid 160505 Re-issued following reassessment. i
'r
f
i
i
l �
Cer€1hic,1C iiSi;!'.. 1'• 1.,� R4`.a.zin Et,g411�
DEPAItYMENTCF HEALTH & HUMAN SERVICES
• NIOS1i Reference: TN -20126 and TN -20127
Mfr. Reference: NOR151324CBRNA and
N0R151324CBRNB
Ms. F.dna DeMedeiros
Regulatory Compliance &'Test Manager
l Iotleywell International Inc.
2000 Plainfield Pike
Cranston, Rhode Island 02921,
Dear Ms, DeMedeiros:
Centers for Disease Control
and Prevention (CDC)
National Institute for Occupational
Safety and Health (NIOSH)
National Personal Protective
Technology Laboratory (NPPTL)
626 Cochrans Mill Road
Pittsburgh, PA 15236-0070
Phone: 412-386-AOW
Fax: 412-386-4051
February 5, 2016
The National Institute for Occupational Safety and I lealth (NIO.SII) has reviewed your request
dated February 25, 2015 accepted on Match 12, 2015, seeking six llew Open-Cilcuit, PrCSSure-
Demand. Full-), and Escape, CBRN, Self -Contained Breathing Apparatus (SOBA) approvals
incorporating. Chemical, Biological, Radiological,, and Nuclear (C'BRN) protection Cor model
Titan SC"BA configurations which are defined on assembly matrix N9660C'BRNAMa_xlsx,
revision Rev A, dated 8 December 2015.
N-11 As prerequisite, these respirators have met the NIOS14 requirements ol'Tille 42_ (;ocle olf P'Vtietevi
Regula iomv, Part 84 (42 CFR 84) under TN -20099 and 'I -N-20100 filr approval numbers T('- I31-'
-
0805,'I'C-1-3F-0806, TC -13V-0807. TC-I3F-0808, TC' -13F-0809, and TC -13F-0810 as listed on
assembly matrix N9660AMa.xlsx, revision A, dated 8 December 201 S.
'This request is granted. The approval numbers shown in the Ioilowing table have been assigned
for the six nein respirator configurations defined on assembly matrix N0660C'BRNAMa.xlsx,
revision Rev A, dated 8 December 2015:
,Approval Nutnber TC -
as shown
I'C-I 1F-0805CBRN
1'('-1 3I=-0806CBRN
I'C:`- I3F-0807C'BRN
a -1 3F-0808(-BRN
J'-1 3F-0809C'BRN
I C-131-0810CI3RN
Model Number
Description
"titan _ 30 MIN ?216 PSI(
"T'it'an 30 TIN 2'216 PS] (i
Titan 30 MIN 2216 PSIG
Titan 30 MIN 4500 PS16
Titan 45 MIN 4500 PSI(;
l'it.ul 00 MIN 4500 PSICi
Ptutectioll - Codesarc delined oll the aplwos ell labels.
Proteclion'
SC"! D/CI3RNi1::STI-33
S(VPDWI1RNil"OS I1 33
S('/PI)WBRN/1-JKI1-s
SC�:`I'UiC111ZN%I;OS"17-33
SU/VDVBkN1TJ)S I I �3
\Illlrll�a1s at'� �orlullod only fOrdocullictltatitnl m,fUlt In the I'm -dish loin"wia-e. It i� die
illatllllaetLit ct S wSpollsihilt11 to cool-C'Ctll' tlallslale Im wrlal<ilA.'Sired ill 111iwil
I•.t1t�11�h.
Page 2 - Ms. I,'dna DeMedeiros 7Tf-20126 and TN -20127
The configurations identified under TC.-13F-0805CBRN, TC-13F-0806CBRN, TC-13F-
0807CBRN, TC-13F-0808CBRN, TC-13f-0809CBRN, and TC-13F-0810CBRN have met the
NILS -1 requirements for CBRN protection under the provisions of "Title 42, Code, gf'l eekrul
Regulations, Part 84 (42 CFR 84), and the NIOSH Tetter to All Respirator Manufacturers, dated
December 28, 2001. Additionally, the Titan configurations have been evaluated by the Safety
Equipment Institute (SEI) as a configuration meeting the requirements of NFPA 1481, ,Stalid rrrl Ulf
0perr-C:irettil Self -Contained Brewhing Apparitfus for Emergency Senices, 201:3 Edition, (see
attached letter).
The final approval label is included as an altac luricnt to this letter. The cautions and limitations
which apply to these approvals are on the approval label. Only those assemblies affected by this
request, or where, new approval numbers are assigned, apply to this approval action. Production
approval labels cannot include information on unapproved configurations.
'rhe approved assemblies consist of the parts as listed on the approval label and the assembly
matrix. Parts are to be marked with the numbers indicated on the approval label in a legible and
permanent manner ( marking cannot be removed without evidence of its previous presence).
This certificate ol'approval .is not an endorsement of the respirators by NIOSII, and such
endorsement shall not be stated or implied in advertisements or other publicity, However, you
may publicize the fact that these respirators have met the requirements ofTitle 42, Cotk of
Federal Regululio"s, Fart 84 (42 CFR 84).
No additional changes may be made to any respirators and accompanying documentation without
prier written approval ofN10SH. Requests for changes must be submitted to N10SI1 and a
modification of this approval must be granted before any changes are made_
Sincerely Sours,
David Chirdon
Chief. C'onlbroiity VerillcaLion and
Standards Development Branch
National Personal Protective 1`echnology LaboratorN
1."nclosures
CC: Greg VTiblik, I lonev4vell International
This is to certify that
Honeywell Safety Products USA
3001 S Susan Street
Santa Ana
CA 92704
USA
having been satisfactorily assessed and undertaken to comply with INSPEC
requirements, is entitled to claim that the activities defined in the associated
schedules are performed within a management system that complies with
ISO 9001:2008
Claim may also be made that
Honeywell Respiratory Protection USA, LLC
is an INSPEC Certified Company for the defined activities
that are performed at the specified address.
For and on behalf of INSPEC International Ltd.
�4
... .............
Kevin J Warren
Manager, Certification Services Date: 9'* December 2014
Certification remains valid until 19"' October 2017, providing compliance with
INSPEC's surveillance and assessment programme is maintained.
Certificate Number: QS0043
�Nea�
Ic
T
uKAS
�rfr��$
Original date of issue: 191h October 2005
For terms and conditions of issue. see page 1
INSPEC Inlernalional hd $6 LtUle Hough Way Salford. 0 Mo-,Ocsltr \16 6AJ, England
The use ofthe Accreditation Mark indicolrs accrediulron in rc pt,I of chose W1% lks cw-crcd by Ute accredualtan catiflca c number 02"
Certificate:QS0043 Page I of4 Revision: 141209
M
Terms and Conditions
Conditions attached to the issue of this certificate:
i) The Certified Company shag comply at all times with INSPEC's Regulations
governing Quality Management System Certification.
0) This Certificate remains the property of INSPEC and may be withdrawn If any of
the conditions attached to Its issue are not compiled with.
Iii) This certificate may be copied or reproduced by the certificate holder,
complete and without omissions or additions, and In accordance with
INSPErks terms of business.
Iv) This certifl ate has been provided in accordance with our standard
Terms of Business, which can be viewed at, and printed from;
ti - ffinsye0ntemOtI2pL1&omjTQ B.},df
If you have difficulty accessing the Terms of Business, you may contact
us for a copy.
Cer ificale: Q$0043 Page 2 of 4 Revision: 141209
SCHEDULE
Scope:
The design, manufacture, sales and distribution of self-ontained breathing
apparatus.
The design, manufacture and supply to Internal sales of negative pressure
respiratory protective devices.
The production Willy at: - Sperlan Hearing Protection de Mexico 5.A de CN.
Blvd. Insurgentes No. 20551-A
Parque Industrial Florldo C.P, 22244
Mexico
is also covered by this certification for negative pressure respiratory protective
devices.
Compliance with Article 118 of the Directive relating to Personal Protective
Equipment, 89/686/EEC, for negative pressure respiratory protective devices
covered by the following standards:
EN136/EN140/EN141/EN149/EN405/EN14387
Certificate: QS0043 Page 3 of Revision: 141209
INDEX
Item
Status
issued
Amendment
Certif>cate QSOG43
Withdrawn
19/10/05
Initial Issue
Schedule ONE
Withdrawn
19/10/05
initial Issue
Pages 1- 3
Withdrawn
25/02/08
Company name change
Pages 1— 3
withdrawn
12/10/08
Re -issued following re -assessment
Pages 1— 3
Withdrawn
100921
Reissued to reference IS09001:2008
Pages 1— 4
Withdrawn
111010
Re -issued following re -assessment &
addition of Terms of Business.
Pages 1- 4
Valid
141209
Re -issued fallowing re -assessment &
change of name to Honeywell
Certiricate. QS0043
Page 4 of 4
Revision: 141209
February 5. 2016
Ms. Edna DeMedeiros
Honeywell International Inc.
2000 Plainfield Pike
Cranston, RI 02921
Certification Letter
SEI Reference No.: SBA SRV 071Variant 7710
Dear Ms, DeMedeiros:
We are pleased to confirm that the integrated nonremovable PASS device indicated below is
certified by the Safety Equipment Institute, effective February 5, 2016. Certification was
successfully completed in accordance with the requirements of NEPA 1981, Standard all Open -
Circuit Self -Contained Breathing Apparalus fir Emergency Services, 2013 Edition and NEPA
1982, Standard on Personal Alert Safety Systems (PASS), 2013 Edition.
Brand Name
Model No.
Description
930174
Integrated Nonremovable PASS Device, 2216 psig,
with PATHFINDER
Titan PASS Device
930175
Integrated Nonremovable PASS Device, 4500 psig,
integrated with Titan
with PATHFINDER
930176
Integrated Nonremovable PASS Device. 2216 prig,
SOBA
without PATHFINDER
1130177
Integrated Nonremovable PASS Device, 4500 prig,
without PATHFINDER
The Than PASS Device consists of an interconnected Integrated PASS (front & back) and Ratter- Pack
The "Titan PASS device in(egrated with Titan SCBA was submitter] for certification to both
NFPA 1981-2013 and NEPA 1982-2013 with your submittal package of February 20, 2015,
Testing and evaluation for the submittal, was authorized on March 12. 2015 and complete(] on
January 29. 2016.
Safety Equipment 4ulitule
1307 nrIICy Madison 6AJ Suite JA Mr_L can, Yu guiia 22101
'et
713,"2-5732 r,A.X 703:442-5756
F, a+ w 5F met org
1%.."
Nls. Edna Dei4ludeiros
Vchruary 5.2046
Page 2 of 2
The SEI Certification Mark may be used in the marketing, packaging and promotion of the
model detailed above, in accordance with the provisions of the SEI Certification Program
Manual.
Per the SEI Certification Program Manual, SEI shall certify the manufacturer's product model(s)
and grant the right to use the SEI certification mark when 1) the Testing Laboratory has
determined that the product model submitted and tested successfully meets the appropriate
product standard, 2) the (duality Assurance Auditor has determined that the manufacturer
complies with SEI quality assurance requirements through an on-site audit, including a review of
the quality manual and procedures, 3) the manufacturer has paid all fees, and 4) product liability
insurance requirements are met.
Following initial certification, all product models are tested, at least annually, and are selected by
the SEI auditor during the annual quality assurance audit. SEI's certification program is
accredited as a System Type 5 per 1SOAEC 17067:2013(E).
Thank you for your participation in the SEI Certification Program. If you have any questions,
please contact the SEI Office.
tiirl�� rcl1.
Stephen R. Sanders
Technical Director
cc: Mr. Greg Vrablik, Honeywell Safety Products
Mr. Steve Weinstein, lioneywell Safety Products
Mr. David Chirdon, NIOSH-NPPTL
Mr. Paul Clarke, SEI Auditor
16/
William A. Fithian
Technical Dizvctur
0
February 5, 2016
Ms. Edna DeMedeiros
Honeywell International Inc.
2000 Plainfield Pike
Cranston, RI 02921
Dear Ms, DeMedeiros:
Certification Letter
SEI Reference No.: SBA SRV 07
We are pleased to confirm that the SOBA indicated below is certified by the Safety Equipment
Institute, effective February 5, 2016. Initial certification testing was successfully completed in
accordance with the requirements of NFI)A 1981, Standard on Open -Circuit Self -Contained
Breathing Apparatus (SCBA) for Entergenc,y Services, 2013 Edition,
SEI Reference No.
Brand Name/Model No.
NIOSH/SEI Assembly
Matrix No./Revision
Passed
Westing
Titan SCBA H
SHA SRV 07 with
30 min. 2216 psig
N9660CBRNAMa. Rev. A
,last. 29.
associated variants
30 min. 4500 psig
Dated 8 December 2015
2016
and accessories
45 ntin. 4500 psig
60 min. 4500 psis;
( + ) -- Includes compliance with optional Emergency Breathing Safety System requirements, when equipped.
The Titan SCBA was submitted for NEPA 1981-2013 certification with your submittal package
of February 20, 2015. Testing for the submittal, which covers configurations as noted in the
above NIOSH/SEI Assembly Matrix, was authorized on March 12, 2015. Notification of
NIOSI 142 CFR 84 approval has been received from NIOSH and is on file.
Additionally, SEI has received confirmation (see attached) from NIOSH that configurations as
shown on NIOSH CI3RN Approval Numbers TC-13F-0805CBRN, `I`C-13F-0806CBRN_ TC-
13F-0807CBRN. TC-13F-0808CI3RN. TC-131'-0809CBRN and TC-13F-08100iRN have
successfully completed NIOSH C13RN testing.
.... Salary Elva! suit insature R
1307 r�ollry MaAison Blvd suite 3A McLean, Virginia 22101
Tel 70];442-,5732 FAX 7031442-5756 ••
www SElnel orb
Ms. Edna veMedeiros
February 5, 2016
Page 2 of 2
The SEI Certification Mark may be used in the marketing, packaging and promotion of the
model detailed above, in accordance with the provisions of the SEI (ert�flcalion Program
Manual. Per the SEI Certification Program Manual, SEI shall certify the manufacturer's product
model(s) and grant the right to use the SEI certification mark when 1) the Testing Laboratory has
determined that the product model submitted and tested successfully meets the appropriate
product standard, 2) the Quality Assurance Auditor has determined that the manufacturer
complies with SEI quality assurance requirements through an on-site audit, including a review of
the quality :manual and procedures, 3) the manufacturer has paid all fees, and 4) product liability
insurance requirements are met.
Following initial certification, all product models are tested, at least annually, and are selected by
the SEI auditor during the annual quality assurance audit. SEI's certification program is
accredited as a System Type 5 per ISOIlEC 17067;2013(E).
Thank you for your participation in the SEI Certification Program. If you have any questions,
please contact the SEI Office,
Sincerely,
Stephen R. Sanders
Technical Director
cc: Mr. Greg Vrablik, Honeywell Safety Products
Mr. Steve Weinstein, .Honeywell Safety Products
Mr. David Chirdon, NIOSH-NPPTL
Mr, Paul Clarke, SEI Auditor
4�)(e (
�Vllliam A. Filhiun
Ihn'lcal Director
Record Vault
The Hose Record Vault system was developed with the hope that all fire
departments would take this opportunity to fully implement fire hose preventative
maintenance procedures, with lull documentation as required by NFPA 1962. As
a fireperson, you know what it takes to battle fires and our desire is that you lurve
the confidence and knowledge that your fire hose is up to the job,
• Look Up the Location and Status of a Specific Piece of Hose
• Hose Records Stored in One Place, with Database Backup
• Easy Web Interface from Any Computer
• Hose Service Testing Email Reminders
• Barcode Capability Interface for Unique Hose Identifier
• Hose Inventory Management to Assist in Meeting ISO Asset Tracking
MEMBER
NEPA Pressure Rating Definitions
Service Test Pressure:
Annual hydrostatic test to be conducted by purchaser on all in-service (used) hose to determine suitability for continued
use. The service test pressure is to be 10% greater than the "normal highest operating pressure'at which the hose Is
expected to be used. Unless otherwise Instructed, this pressure Is stenciled on all hose prior to shipment.
ProoUAcceptance Test Pressure:
The "one-time" test pressure, performed by the factory, on every new hose prior to shipment. The proof lest pressure shall
not be less than 2 limes the specified service test pressure.
Burst Pressure:
The minimum burst test pressure shall not be less than 3 limes the specified service test pressure.
Operating/Working Pressure:
Maximum advised ooppeerating/working pressure that should not exceed 90% of the service test pressure
(which is stenciled on the hose) or the maximum operating pressure of the attached coupling.
Approvals:
UL/ ULC / FM / BSt approved hoses must be ordered using appropriatePart numbers.
Note that approved hoses may be rated differently than standard hoses.
Decade of Service Guarantee
11 you are not completely satisfied with out product during its 10 -year lilespan, you may return it, for any reason no questions asked
"We pledge our product will serve beyond Its at of duty "
AU -American Hose, LLC warrants that it will replace products sold provided:
A Customer shall notify All-American Hose, LLC of dissalislaction or any claims of defects in materials or workmanship within W -years atter receipt of shipment
8 Return of product will be au'lwwd by Ali-Arnerian Hose, LLC and then returned to Ux factory witltin 15 days after said aI ahcwatiar, Woks ortalkri charges to be pre -paid.
This wurranty will not extend to products vdrich have been subject 10 misuse, neginct, accident of improper installatkm, misapplication under coMilions not
expressly ntado sp"eificaly known Io rmr apprmed by All-American Nose, LLC In advance of shipment or which have been naiad or altered rnitstde our Iw,Iofy
AII-Am erican Hose, LLG's Iiabil'Ity shall be limited to replacement or repair of AII-Am erican Hose. LLC's products.
WARNING
FAILURE OR IUPROPER SELECTION 09 #Vf WfR USE OF THE PRODUCTS AND+OR SYSTEMS DESCRIBED IIEREet OR RE W ED If EMS CAN CVJSE DEATH, PERSONAL iNW P aDA PROPEnTY wtAv,
TN -5 dtxumenl and oUwr mfourtabw Irom AN Amm pan tWo, t t C, kS sub5l�ar05 dud a dher roll nE<lnDuias, pmmWS PffiGb-t aaPor system opt bt lu>fher k w3Vabon by users having rochrur u
expertise p u nTWianl that you aiialyza 0 aspects of yciv rq&,Won and rev ew tt* WAv,naW CUnConmV rtm tvo k-ul av sysh3rn m the turenf product carabg. Due to bs wdderyol opprata,J
LGtFdtn7rl c_ anil.�r'[?EtislAYti bf lLIeSBplolkrcrSVf SyStMnS, f11B use% t11lGI�h +� tAKI afray5(5 and i4'ir+'ly! kS sUb1y resA�'t:�#''AY n�4✓ry IVte lelpt SRr`<Y.rICMi D! Lha tyodtr-t7 NKn sysh'rros and JSsyrYrJ
that all vma",sareyand wamrvrra(xx0Jtntsdft40kCdtcnaremet ThePru0LCls0WAMt14Pre4+ ngkxhgti'rhpAbrwlaac.c;zuaAcf kaAmxt scar s desyrs and a[xNt a d
prkq, are sutyed to 6 oiw try A# -Amerman t", LLC and its se bAUrfes at any tree wi tx of notice
ISO 9001: 2000 Certified Quality Management System
AII -APA I BICAP.
Ha�uylNa
All-American Hose, LLC
an All-American Holdings Company
814.438.7616
q�.
Preferred Registrar Group, Inc.
30561 Dequindre Rd. MruliYon Heights, A4148071
certifies that
X111-Ainerican Hose, LLQ'
217 Titusville Road Onion 034 PA 16438
6424 W. Ridge Road Erie, PA 16506
6420 W. Ridge Road .Brio, PA 16306
has implemented a Quality Management System scope in
accordance with:
TSO 9001:2008
The scope of this Quality Management System
Governs.
DE'NIGN, AfAN(IFACT(J", ASSliMPLE AND rE,ST MUNICIPAL FIXE
HOSE AND HOSE, ASSEMBLIOS, IND USTAML HOSE AND HOST
ASSBWBI,1F.S MILITARYHOSB AND HOSP ASSEeY1BLI S, ANI)
SPECIAL PXODIICTSCONSISTING OF HOSE ON HOSE
COMPONENT,4.
IlitRi7!IIR ' �'
Certificate Registration
Number:
I I-111045
C ertilicd Date:
(W28/21114
-r-
It is Valid 1111til.
04/2131201.7
Donis Near, Presidem
In accordance with TUV NORD CERT procedures, it is hereby certified that
Draeger, Inc.
3135 Quarry Road
Telford, PA 18969
U.S.A.
applies a management system in line with the above standard for the following scope
Sales and service of products, systems and services for
• medical devices for anesthesia, patient ventilation and inhalation, pediatrics,
patient monitoring including software.
• gas detection, personal protection, diving technology, and
system technology solutions
Certificate Registration No. 44 104 150221-070
Audit Report No. 3517 1342
rtafir �Oiun o od1�
of tt_lti NtORD CERT f;mtli
Valid from 2016-05-01
Valid until 2018-09-14
j-! l 2 98.1i•(1! es <." o': UIV.." i0ISS; IBAO :rG?S;
Initial certification 2015-12-02
Essen, 2016-0.5-30
This certrficalion was conducted in accordance with the TUV NORD CERT auditing and certification procedures and is
subject to regular surveillance audits. This certificate is valid in conjunction with the main certificale,
TUV NORD CERT GmbH Langemarckstrafie 20 45141 Essen vnvw,tuev•nord-cert com
DAkkS
Deuntne
Akkredi,ilrungs%Ni4
DIM-I2CV7.Ot-0;
CERTIFICATE
Management system as per
OHSAS 18001 :2007
In accordance with TUV NORD CERT procedures, it is hereby certified that
Draeger, Inc.
3135 Quarry Road
Telford, PA 18969
U.S.A.
applies a management system in line with the above standard for the following scope
Sales and service of products, systems and services for
• medical devices for anesthesia, patient ventilation and inhalation, pediatrics,
patient monitoring including software
• gas detection, personal protection, diving technology, and
system technology solutions
Certificate Registration No, 44 116 150221-070
Audit Report No, 3517 1343
Certlli[alir7n UU�
at TUV NORD CERT GmbH
Valid from 2016-05-01
Valid until 2018-12-01
Initial certification 2015-12-02
Essen, 2016-05.30
This certification was conducted in accordance with the TUV NORD CERT auditing and certification procedures and is
subiecl to regular surveillance audits This cer'ificate is valid in conjunction with the main certificate
TUV NORD CERT GmbH Langemarckstrafie 20 45141 Essen www,tuev-nord-cert com
DAkkS
oeU1w:
AkkredWungssteiie
0 7M 17007 01 01
NORTH AMERICAN
FIRE HOSE
CORPORATION
The difference is. -your margin of safely.
August 22, 2016
RE: State of Arizona
To Whom It May Concern:
This letter is verification that L.N. Curtis & Sons is an authorized North American Fire Hose
Corporation municipal fire hose product distributor for the State of Arizona.
As such, L,N, Curtis & Sons employees have undergone our training program, giving them a
working understanding of the features, benefits and suitability of our products in specific
applications. Also, their training includes important information on the care, use and
maintenance of our products to insure that the maximum service life is obtained by the end user.
All municipal fire hose supplied shall meet or exceed the requirements of NEPA 1961, "Standard
on Fire Hose" (Latest Edition), for attack hose.
We would like to thank you for your continued interest in our products. Please contact me
should you have any further questions.
Sincerely,
Linda Nash
Customer Service Manager
North American Fire Hose Corp
Phone: (805) 922-7076
Fax: (805) 922-0086
E -Mail: Inash(a)nafhc corn
Street Address: 910 E. Noble Way Santa Maria, CA 93454 ' (805) 922-7076 ' Fax (805) 922-0096 'www.nafhc.com
F
Pricing Information — Pricing Methodology, Volume Discounts,
Quick Pay Discount and Pcards (Place after Tab 3b)
Pricing Methodology Description
X Our pricing methodology is percent of discount off manufacturer's price list or catalog.
❑ Our pricing methodology is fixed pricing.
❑ Our pricing methodology is a combination of percent of discount off manufacturer's price list or
catalog and fixed pricing.
Provide a description as to how your pricing will be managed under an awarded contract. If you are
using fixed pricing, outline any contingencies for economic adjustments. Mohave shall make the sole
determination whether contingencies for economic price adjustments identified in your proposal are
appropriate under an awarded contract. (See Basis for Pricing in the Special Terms and Conditions.)
L.N. Curtis & sons will publish a Mohave Price first for every brand included in our offer. This price list,
which will establish the as -offered price for each brand included in our offer, will be provided to each
LNCS CSR and Field Representative, Quotes to members for items on contract will be prepared using only
L.N. Curtis & sons Mohave Price List and discounts. Should a manufacture of a brand listed on contract
adjust prices, LNG shall immediately alert Mohave POC to the adjust and a timeline for submission of
documentation to Mohave with the reasons for adjustment of current prices. L.N. Curtis & sons Mohave
Price List will not be modified unless and until authorized, in writing, by Mohave POC. A copy of the
revised price list will be delivered to Mohave POC within 14 days of authorization to adjust prices.
Volume Discount description
Provide a description as to how your volume discount (if offered) will be managed under an awarded
contract.
N/A
Quick Pay Discount
Will you offer members a quick pay discount if payment is made within 10 or 20 days?
Yes No X If yes, what is the discount for 10 days? _ 20 days?
Acceptance of Pcards for Payment
Will you accept Pcards as a method of payment? Yes X No
RFP 16K-0826 23
Pricing Information —Travel Description
(Place after Tab 3c)
Travel Description
If travel rates (costs) are applicable, describe how they are calculated, and when they are necessary,
(e.g. 50 miles from origin). Include detailed and specific information regarding what the travel rates
cover and how each applicable travel cost are applied. (See Pricing; Reimbursement for
Transportation, Mileage, Lodging, Meals and Incidental Expenses In the Special Terms and
Conditions.)
N/A
RFP 16K-0826 24
Supporting Contract Documents — Firm Information, Order Processing,
Individual Contact, and Customer Support Information
(Place after Tab 4a)
1. Contact information for firm's headquarters:
Physical Address 1800 Peralta St, Oakland, CA 94607
Mail Address, if different
Main Phone Number 510-839-5111
Website www.LNCURTIS.com
2. Contact information for firm's Arizona branch office:
Physical Address 4647 S. 33'a St. Phoenix, AZ 85040
Mail Address, if different
Main Phone Number 877-453-3911
Website. if different
Add additional contact information if firm has more than one Arizona branch office.
3. Contact information for purchase orders:
Physical Address 4647 S. 33`d St. Phoenix—AZ 85040
Email Address —AZsales@LNcurtis.com
Attention of Mohave Coop Service Support Team
4. Payment remittance address Dept 34921, P.U. Box 39400
Attn:
City San Francisca State AZ Zip 94139
Telephone (invoice questions) $77-453-3911
5. Provide Arizona Transaction Privilege (sales) Tax License Number: 07569854-C
Do you collect city, county and/or other local sales tax in Arizona? YesX No
If yes, please check one:
❑ Our combined state, city, county and/or other local sales tax rate is _% (local rate).
X The sales tax rate varies by the location (e.g. ship to rate). Provide additional
information below:
Rate is dependent upon ship _from and ship to location
RFP 16K-0826 25
Supporting Contract Documents — Firm Information, Order Processing,
Individual Contact, and Customer Support Information
(Place after Tab 4a)
6. Contacts for Mohave:
Main Mohave representative contact, Brendon Norton
(Shall be the main point of contact for members and be responsible for member information
requests.)
Title Customer 5erv. & Operations Mananer Email address bnortonC)LNcurtis.com
Phone number 877-453-3911 Fax 602-453-3910
Contract Administrator contact: SAME AS MAIN MOHAVE REPRESENTATIVE CONTACT _
(Shall be the main point of contact for contact information requests.)
Title
Phone number
address
Accounting contact: Brandy ohnson
(Shall be the main point of contact for accounting Issues.)
Title Account Receivables Email address biohnson(&LNcurtis.com
Phone number 51Q-839-5111 Fax 510-839-0219
Open Order/Status Report contact:SAME AS MA1hj tlOHAVE REPRESENTATIVE CONTACT
(Shall be the main point of contact &Harding open orders and status reports.)
Title Email address
Phone number
Audit contact: SAMA AS MAIN MOHAVE REPRESEfSIMYE CQNJACI -
(Shall be the main point of contact for audit requests and danfications.)
Title
Phone number
address
Reconciliation contact: SAME AS MAIN MOHAVE REPRESENTATIVE CONTACT
(Shall be the main point of contact for reconcillation report requests and/or clanficatlons and
payment of administration fees.)
Title Email address
Phone number Fax
Escalation contact: ]effrev Curtis
(Shall be the main point of contact when an issue needs to be escalated above the main contact
and/or contract administrator for the RFP/contract. This contact shall be a different individual
than those named for the contacts listed above, )
Title Vice President, owner Email address icurtis@LNcurtis.com_
Phone number 510-839-5111 Fax 510-839-5325
Marketing contact: _Tracy Henderson _
( Shall be the main point of contact for providing marketing information for Mohave's website,)
Title _Marketing Manager Email address Tr,,icvHenderson.@LNcurtis.com
Phone number 602-529-380Q Fax _- __ 602-453-3910
RFP 16K-0826 26
Supporting Contract Documents — Firm Information, Order Processing,
Individual Contact, and Customer Support Information
(Place after Tab 4a)
Provide the requested customer support information for warranty and maintenance service
offered by your firm, as applicable.
Do you provide warranty and maintenance for the items in the proposal?
X Yes, the following is applicable to our offer. (If yes, please provide the information below,)
❑No, the following is not applicable to our offer.
Describe the steps a member should take to activate a warranty and how they obtain warranty and
maintenance service.
L,N, Curtis & son5 @Iff@y5rovid the mgrjufacturgr's Warrantyof 5ugghes f
warranties r vid under LN S' Prppgsgd program will be the same as f r neral li
(standard commercial practice), )Nheo Mp�avo or Mend er alerts LNC 12f a product return, LNC will,
oQondinate all discrepant resolutions w Member and r vide dis sltlo in s to thQMember
no later than 15 days after receiving notification of that the end user hast cdv_e� discrepant mods. LNC
product return and discrepant shipment procedures are designed to negate any additional Offr�rt on the
part of the customer other than communicating and assisting In the return Qf the item while ensuring
accurate involcing. LNC 1mmgdJ&ly pro Mps thg corrected order upon customer notification of a
problem LNC' goal is to get the replacement litems delivered as quickly as lihl wJout unnecessary
delays - due to paperwork or other procedural issue%
Provide the name and address of the facility that will provide warranty and maintenance service, under
an awarded contract. Additionally, provide a contact person and phone number for warranty and
maintenance service. If there is more than one facility, provide the names and addresses for all facilities.
Attach a list if necessary.
Eroducts willrned o L.N> urti on 4647 S. 33"' t.„ Ph nix 804 Th y -m cat t Ir
LNCS Field Sales Representative Cary Norton 480,-296--5202 or Travis Sparks 520-709-63�� r�to _
,ues[
Including warranty and mai n n i ur f I 1p,5 rgl2[esentaUve will
Lake it from there by coordinating all required support need by the Mohave Member,
Do you provide technical assistance via phone? X Yes E] No If yes, provide a phone number and
contact.
877-453-3911
What is your service response time for metropolitan areas (e.g., Phoenix, Tucson) and rural areas?
24. Hours
RFP 16K-0826 27
Supporting Contract (Documents — Sample Supplemental or End User
Agreement(s)
(Place after Tab 4b)
Will members be required to sign supplemental or end-user agreements (sales, training
maintenance)?
❑ Yes X No
If yes, review/revise your agreement(s) for terms that conflict with the Mohave terms and
conditions. In addition, review for the following common issues;
Acceptable agreements shall include:
o Non -appropriations clause;
• Contract or agreement must be governed by the laws of the State of Arizona;
• Net payment is thirty (30) days.
Agreements shall not include:
o Terms beyond one year;
a Waiver of right for a jury trial;
* Requirement of upfront payment by member when purchase order is placed;
* Entire agreement language,
o Auto -renewal language.
Attach your reviewed/revised agreement(s). Unacceptable agreeme. nt(s) may render your
proposal nonresponsive. leo not assume a Request for Best and Final Offer will be issued to
resolve conflicts within your agreement(s),
(REP 16K-0826 28
Supporting Contract Documents — Extended Warranty and
Maintenance Service Plan Information
(Place after Tab 4c)
Do you offer extended warranty or maintenance service plans? ❑Yes X No
If yes, provide a summary of the plans here and/or copies of the plans after this page. Include pricing For
extended warranty or maintenance service plans in your price schedule after Tab 3a. Place any
supplemental end-user agreement forms, which include terms and conditions and/or member signature
after Tab 4b.
RFP 16K-0826 29
EXHIBIT B
TO
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
L.N. CURTIS AND SONS, INC.
[Quotation]
See following pages.
2939997.1
Ph: 602-453-3911 Southwest Division
TF: 877-453-3911 4647 South 33rd Street
Fax: 60253-393-39RT' 10 Phoenix, AZ 85040
azsales@lncurtis.com www.LNCURTIS.com
DUNS#: 00-922-4163 TOOLS FOR HEROES Quotation No. 54805
QUOTATION NO.
CUSTOMER: SHIPTO: 54805
Fountain Hills Fire Department Fountain Hills Fire Department
16705 East Avenue Of The 16705 E. Ave. Of The f=ountains
Fountains Fountain Hills AZ 85268 SALESPERSON
Fountain Hills AZ 85268
Gary Norton
gnorton@?Inctirtis.com
480-296-5202
REQUISITION NO. REQUESTING PARTY CUSTOMER NO. TERMS
Chief Dave Ott C34488 Net 30
F.O.S. SHIPVIA REQ. DELIVERY DATE
FTSP Best Way
SPECIAL INSTRUCTIONS
*PRICING IN ACCORDANCE WITH MOHAVE CONTRACT 16K-LNCS-1202
NOTES & DISCLAIMERS
Quotation
ISSUED DATE EXPIRATION DATE
03/02/2017 05/01/2017
CUSTOMER SERVICE REP
Alex Rodriguez
ARodriguez@lncurtis.cam
602-800-7844
OFFER CLASS
MHVE
THANK YOU FOR THIS OPPORTUNITY TO QUOTE. WE ARE PLEASED TO OFFER REQUESTED ITEMS AS FOLLOWS. IF YOU
HAVE ANY QUESTIONS, NEED ADDITIONAL INFORMATION, OR WOULD LIKE TO PLACE AN ORDER, PLEASE CONTACT
YOUR SALESPERSON OR CUSTOMER SERVICE REP AS NOTED ABOVE.
LN QTY UNIT PART NUMBER DESCRIPTION UNIT PRICE TOTAL PRICE
1 1 EA BH 10F3 EAGLE Blackhawk CFS BreathingAir Compressor
System
-10HP 6000psi
- 208-230V 3 -Phase Electrical
Attached specifications included.
BlackhawkCFS Compressor system with the
following installed accessories added to unit
price to include:
-Outside air intake filter/housing (Remote Air
Intake)
-Fault Shutdown Indicator light package
-AMS - Air Monitor system (CO & H2O)
-Four, UNUISO 6000 bulk piped cylinders
mounted on unit,
-ACC-SPACERKIT CCSX2 SCBA Spacer kit
-4.5 Priority Fill System (ACC -4500 -
PRIORITY FILL) Control
Page 1 of 2
$47,021.20 $47,021.20
Fax: 602-453-3910
UFZTI
5
TF: 877453-3911
Fax:fi02-453-3910
azsales@lncurUs.com
DUNS#:00-922-4163 TOOLS FOR HEROES
Southwest Division
4647 South 33rd Street
Phoenix. AZ 850040
www.LNCURTIS.00m
Quotation No. 54805
LN QTY UNIT PART NUMBER DESCRIPTION UNIT PRICE
SMALL BUSINESS
CAGE CODE: 5E720
DUNS NUMBER: 009224163
SIC CODE: 5099
FEDERAL TAX I D: 94-1214350
THIS PRICING REMAINS FIRM UNTIL 05/0112017. CONTACT US FOR UPDATED PRICING AFTER THIS DATE
Subtotal
Tax Total
Transportation
Total
Page 2 of 2
TOTAL PRICE
$47,021.20
$3,932.76
$1,200.00
$52,153:96
REQUEST FC R LEGAU SERVICES
NamelPEone NumberAIE-mail of Requestor:
Date of Request:12I/219,120,17
Clave Cltt/816-9280,1( otllCal Il.az.gov
Date Director Alrlproved Request:
3J29/2101 7
Procuremeril Approval by: Craig RL dolphy
Due [late (From flown Attorney's office):
3/394121017
4J13/210171
,les El Na: F-1 - Canlacd Finaniae Dinec�tar
• Deadlinie for return of request frarri Legal is 10
bLairiess caNs miler ProaurerrieritAFlrlroval.
0 Deadline for complellec paakeit iturris submitllec to
C ou mail Meeting [late: 4,1204-101
Item daes not rEiquine Cauriail approval ❑
the Tom ri CIerN - 151 PM the lluesd% Fpiiari to the
c ate cd the Counail rriee9ir g.
Requ est for Legal staff: PrElclane cooperativEI pu rahasEl aclreernEirit for the Flt, nch asie cll th Ei Eagle Air
Compnesisor. CooperativE1 purchase agrElElmeril tasec on the Mohave Coninaal # 1EIK-lJ NCS -,12021.
Proposed Algeric a Lariguage 11if applicable): C onsent Agenda Item ® Regular Agenda Item ❑
C ONSIOERAIIIION of punch a:iing an Eagle AN Sneath ing Air Compressor Ilon RineflghtEin Self CarilainEid BrEiathingl
in the amount of 52 153.96.
-Apparatus
Vendor/CorisultantiAgreementiAgency Informallion:
Canlacil Name: C ary Nar arc
9rility � arrie: LN Cu r is
Britity A cc ness: 4043 S. 33`4 Sl., Rh), AZ 8CI40
Brility Rharie, Rano aric E-mail ac c rEiss: 602 493-2:1911
llomn oil ROL Main Hill:i BusiriEissi Licierisie Numdar:
Aniaaria Cor oralian Cammi:isiari Rile � urriben:
Documents Relqueslled:
❑ PA ilRuraHasej 4 ArnEin(rrierid
❑ Crcinanae# QDnaft attache( Y44 b;
❑ IRB illrivilatian fan Bicj
Pu tlicaIian Dales ton aanirig A alioris:
❑ RRQI QRequesl lon Qlualifiaalioris;
❑ REisalutiori # IDnaft allaahEic Y)1 / N)
❑ RRR ilREiqu est far PraFlasals;
❑ BaEiemEind I3pleaifyTNFle;
❑ C3A (Corislructianij ,IArriEincrrieril
❑ DEiec I3pleaifyTNFle;
❑ (ISP
❑ ICIA )I ArrieridmEinit ilCarnesFloridirud Resollticln Requinec)
® CaopleralivEi Punahasing AgnEismeril AFIFlra%al
❑ R3A4ArnEiricmerit
❑ 01HE111
Reqs, irad Clelrltract/Agreement Irlflolrrr atioln:
Melhad olVericoil SElle(iicirCDinecitMaha%e Canlraal
perm of CoritnacVAclnEismerit:,Ulzi117-EI/CICI,I'Ifl
Carinal Arriounl iflhi:i aontnaat',:$53153.98 ClumulaiNe Canlracl Amourrl:$521,193.9EI
Bniel dEisaripltian o1 servicEis4clao( s beincl sau ghl: A in Campnessar far SCBA's
Carrinaal # assigned: 2101 7-1 08
Ruricing SCIUMEI: CIR Rnojecd Na. R400°I
BIL dclel llnanisfen ReqLinEic: ; illyEis, attach appinaplriatEi coaurrienlalion
Stafll Check L ist:
A "nequest far legal services Ilonrri" will be neluunEic i1 st,bmiltec mithout the rieaessar-A infanmatian and al aahmenls.
*Saaple al Wark on Spleaifiaalioris AtlaaHed *C13R DaaumEiril Atlachec
*Ree Praplasal or PriaEi SH eel AttaahEic *Uncerlyinig CoapeMtNa Ruraliasirig AcpieEirrierit AttaahEic
*Rnoplosal on SlatEimend oil Qu alifiaaiioris fnorri Veridan Madill Eid
*Bic/RFC1RFP Schec ule Ailaah ec
flinarlCEl requires a "canlracl coven sh eEd" prion to processing Ilia appinavEic/signiec aarilnaci/agreement far payment(s).
c:�usansldattfappdala'local'micnosofNviindows�temponany intaanet f]Ies\contcinii.outlook\ba7kdosd\rf.Is - eagki air
camiprassor.docx Rev. 12,12016
CONTRACT/GRANT INFORMATION SHEET- NEW CONTRACT
Date: 3/29/2017
Staff's Name: Ott Department: Fire
Vendor's Name: LN Curtis Vendor Number: 412
Address: 4647 S. 33 St., Phx, AZ 85040
Phone:602 453-3911
Received W9:❑ Y ❑ N N ALREADY IN SYSTEM
Business License #: Exp. Date: Click here to enter a date.
ACCOUNTING SUMMARY
Org
Object
Project/#
$
Accounting Code:
Brief Description of Service:
Purchase of Eagle Air Breathing Air Compressor
F4005
$52,153.96
Accounting Code:
Choose an item.
FY Cumulative Vendor Totals:
Does this Contract put it over $50,000
1 N Yes
Accounting Code:
Contract Beginning Date:
4/14/2017
Contract Expiration Date:
6/30/2018
TBD(used for variety of different
things/departments/funds):
Choose an item.
No
Budget Page #:
342-343
CONTRACT SUMMARY
Contract Number Assigned:
2017-108
Current Contract Total:
$52,153.96
Total Contract Amount with
Renewals:
$52,153.96
Brief Description of Service:
Purchase of Eagle Air Breathing Air Compressor
If Renewable:
Choose an item.
Total # of Renewals Max:
Choose an item.
FY Cumulative Vendor Totals:
Does this Contract put it over $50,000
1 N Yes
I ❑ No
Contract Beginning Date:
4/14/2017
Contract Expiration Date:
6/30/2018
Budgeted Expenditure:
® Yes
No
Budget Page #:
342-343
Approved by Council:
❑ Yes; Date: Click here to enter a date.
No
I ❑ N/A
Insurance Certificate provided:
❑ Yes
LJ No
I LJ N/A
Warranty Period:
® Yes
LJ No
I If Yes, expires 6/30/2019
Estimated Start Date:
5/1/2017
Estimated Completion Date:
6/30/2017
GRANT SUMMARY
Paid for by Grant:
1 El Yes
® No
Name of Grantee:
Grant Number Assigned:
Resolution Number:
Date Council Approved:
Revised 12/21/16
Ip" ��►IN,�,f��
t
Q �
z
o�
e
"k4
ff A �4
Meeting Date: 412012017
Agenda Type: Regular
TOWN OF FOUNTAIN HILLS
TOWN COUNCIL
AGENDA ACTION FORM
Meeting Type: Regular Session
Submitting Department: Development Services
Staff Contact Information: Robert Rodgers, Development Services Director, rrodgers@fh.az.gov
REQUEST TO COUNCIL (Agenda Language):
PUBLIC HEARING to receive comments on a proposed SPECIAL USE PERMIT to allow Verizon
Wireless to install a 34" tall, faux water tower, cellular antenna at the Adero Canyon entry gatehouse
site. Case # SU2016-01
CONSIDERATION of a proposed SPECIAL USE PERMIT to allow Verizon Wireless to install a 34"
tall, faux water tower, cellular antenna at the Adero Canyon entry gatehouse site. Case # SU2016-01
Applicant:
Applicant Contact Information:
Owner:
Owner Contact Information:
Property Location:
Jason Sanks, Shaw & Associates, PLC
1222 W. Cavedale Drive
Phoenix, AZ 85085
(602) 326 - 0581
Jeremy Hall, MCC Properties — Adero Canyon LLC
13260 N. Saguaro Blvd
Fountain Hills, AZ 85268
(480) 837 - 9660
13225 N. Eagle Ridge Drive
Fountain Hills, AZ 85268
APN 217-69-110
Related Ordinance, Policy or Guiding Principle:
Fountain Hills Zoning Ordinance Chapter 2, Section 2.02 Special Use Permits
Fountain Hills Zoning Ordinance Chapter 17 Wireless Telecommunications Towers and Antennas
Staff Summary (background):
The Verizon Wireless site is located on ParcelslOA in Adero Canyon which is the parcel located as an island
between the inbound and outbound lanes of Eagle Ridge Drive. The Adero Canyon gate house is located on
this parcel. The tower is being designed as a 34" tall faux water tower in an old -west style and will be Located
just north of the gatehouse.
Page 1 of 4
Verizon Aaux Water Towen Anlenna
TC — z/20/2017
FA CITORS1 CON SIIDERED IN GRAN TING EIFlBCIIAL USB PERMITSI FOR i10" BRSl:
In addition to any sVelridards for considerallion of special use Flerrrill applicialic1ris pursuarii to Chapiler 2 of the
Zoning Orc inarice, tl• a clown Council will consic er 11'Ei following llactors in c eterrT ining M eIll• er lo issue a
Special Use Flerm ii. -Re Fllanning & coning Corn rr ission may make spEicific Mimirr menc allions regandirlg any
of Vl•esEi illEims. The Town CloLncil may waivE1 or reduce one or more of ihEisEi cmileria if they conclLce il'ai the
goals of the clown are t eater servE1c by doing so.
Seclion '11.06.6.11 of Vl•e caning Ordinance splecifically outlines il'Ei faaions to to considEirec when reviewing
applications for towers.
Factcrs Considered in Granlling EIpeciial Use REirmits for flowers. In addillion lo any stark arc s for
considerallion of special LSEI penrriit apiplications pursuarll to Ctapter 2, Section 2.02 of chis aonind
Orc inance, the Town Council sh all consider 11l' a following facilors in deterrr ining whether to issue a
special use permit, although tl• a -gown Cot. ncil may waive on rec uce tli a bL rc en on the applicarll of
one on rr ore of these criteria if the -gown Courlcil concluc e:t that 11- a goals of this ordinance are t eater
served I l' Eireby:
a. H eighll c fl the prc pc sed tcwer;
Bl' El Flrclposed faux water Vclwer antenna is c14' tall. -Bl' is E1} cEleds 1l' E1 25' height lirr it all tl' e A c ero
Canyon FIA B - EIA zoning disinict by 9'. ill' is nequiremerll rray be waivElc for corrmunicaliorl
lowers as partof the Special LEW Renmil by the clown Clouncil wl'E1n c eemed appropriale.
Staff. Staff believes Mail the height of Ilhe ilowElr will noil create undue phys,iclal or aaallhetic
affl?c11s on 11he town or nearibyl priop ertiest.
Me zoning ordinance requirEM that any lowElr t e cclnsVnt, sled so tl' all ils "fall c own" c isilarlce
11equal to the l' eigl' 1 of # a tower) is erllirElly containEld within 1l' E1 bourlc aries of th a propEirly it is
located are. ill' is is a clrEICMution againsl ll' a tower c arr aging ac joining properties c1r structures
sl' ould it fall. This rEiquinem erll may be waived as part of 11' E1 Special Use RE1rm ii t y 11' E1 igclwrl
Council whEirl c eerri ed appinapriate.
Staff, The fall clown ciallancle is not achievable in this location. Me towers w,i/l be IocatEld
immeciata)ly adjacent llo the Eagle Ridge Drive righil-of-wayl wiilh a fall down distance of 17' All
the flower shoula fail it will fall into 11ho nig ht-of-wayl.
However, sirice the antenneia are a unique alleallth design and arE1 ins,iaEl 11hE1 faux wailer slower,
one could argue that Ilhe building sMllbacN (15] should apply= instead. Since the strucltune .is 17'
off ilhe prop ertyl line that cloulc bEi clonsiaened as meelling the intent of this once inance
nequiriement.
Staff pis requitied to point oull to a fall down disllancEi p roblem and the above-notEid F oss ible wonk-
around. All is udjimateAM up to the lbwn Council to make the finzbl cEicusuon as llo what is
neaaonable .in this case.
b. Rroximilly c fl tt a tower to residential strL ctures and residentially zoned districll boundaries;
llhe zoning arc inarlaEl requires 11 -al any lower will l' in 300' of rElsidentially zoned property receive
Special Use Flerrrii appro%X11 from 11`0 Town Courlcil.
Staff. The tower is in the / d eno PAD - -M disilniail which is not a nesic enlliall zone. hlowleven it is
/esa than 100' lrorri Parcel 10 which 1st zoned "Aa Elro PA D — MF" (Multi-Famuyl REisudential).
Tihernelorie, staff's op mon ,is that the resia enllial stEnlbaaN riequkerrl enta hav a noil been rr1 ell and thEi
Special Use PermJJ is requjiriec.
Page 1 014
uerizen Aaux Watem'Wiwer Ar tenna
TCI — 4,2aA17
c. Nature of uses cri adjacerit and nearby properties;
The prorlElrliesi immedia'IEdy adjaaeril to the faux water lower site ane Parcel '10 to Ito narlh whiah
is zonec AdElro PAD — MF and is currently vacant, anc Pancel 'I to 1f EI soi.ih Whiat is zoned R1-6
and is t Bing de�elopec wilt single-farr ily homes. The anea of Parcel 1 alosesil to 1f EI tower si'IEI is
dElsignaied open spaae and the aloses'I residElnces will be over 300' away from the proposed
tower. The near adjaaerill rigti-of-way is at out '11' from if EI Fplaposed antenna loaaiion.
Stafll• Due to the ent"vie area beirig curvientlyl under construcilion, Mlaff'a cii pis that Me
requirement that the proposal riot be potentiallyl oetrirrientaJ to -ciurrounc irig properties has been
met.
d. Slurrounding topography;
The surrounding loplograpty will rioll pneserii any problElmis with ILEI placement on use of tf a ii io
towen.
Staff., Staff's opinion pis Mail the iloplcigraphyl will nail affeciil MEI tower plJaciemenil.
e. Slurrc unding trete cioverage and 1c liage;
There is CIL rrerillly little existing trEle aavElrage or foliage within the parcel.
Stafll• 5 ilaff'si opliniion Js Mail aac iticiriaJ Ilandaciafling will bEi ,inatallea cin the FlarciEUl prior to final
Certilicate of Occupancy.
f. Design c the tcwer, with particular reference tc design characteristicis that have the effect
of reducing or eliminating visual obtrusiveness;
The proposec faux water tower is a unigs a stealth design.
ilafl[ 5 ilaff believes that this design wild riot creaile aachiona] negativEi Osuail implacils.
g. Rrcpcsad ingress and egress;
The proposed tower is located willf in an exisVing ilericed enclosure and is easily accesisElc by
miairiieriance %ef icles.
5 ilafll• ThEi pliioplosaJ has goon access ana egress.
h. Availability cf suitable existing flowers, other structs, res, or alleirnalive technologies nct
reglt, iririg the use of towers or structures, as discussed in Election 17.06(B)(4);
Slecitiori 17.06.8.4 cipecifically relates lo the constrs ciion of r1EIW towers wham nor1EI previously
e) isied. In ss ch cases if EI town sl' oulc regL ire Flroof 'If al other lesci-obillILSK El options are rich
a%ailat le.
5 ilafll• The applicant citates Mail there are no altEirnative dowers in MEI � icuniity. The app,11cianil alsio
silailes Mail there ane no altEirriative ilechnoilogies avaiJablle.
Rislk Analysis (options or alternatives with implications:: li
Fiscal Impact (inilial and ongoing costs; k udget status): NA
Budget Reference (page numitEii NA
Page 3 of 4
Verizon Faux Water Tower A ta.u.
TC — 420/2017
Funding Source: NA
If Multiple Funds utilized, list here: NA
Budgeted; if No, attach Budget Adjustment Form: NA
Recommendation(s) by Board(s) or Commission(s):
The Planning & Zoning Commission held a Public Hearing on March 23, 2017 and voted 5-2 to forward a
recommendation that Town Council approve the Special Use Permit to allow the 34' tall cellular antenna to be
installed inside the faux water tower structure as presented and in the location proposed.
Staff Recommendation(s):
Staff recommends that the Town Council approve the Special Use Permit and allow the 34' tall faux cellular
antenna to be installed inside the faux water tower structure as presented and in the location proposed.
List Attachment(s):
Application
Applicant's Narrative
Photo Sims (7 pgs)
Plans (6 pgs)
3/23/17 - Draft P&Z Commission Meeting Minutes
SUGGESTED MOTION (for Council use):
Move approve the Special Use Permit to allow the 34' tall cellular antenna to be installed inside the faux water
tower structure as presented and in the location proposed.
Director's Approval:
"Robert Ro ge s, Development Services Director 4/10/2017
Approved:
Grady E. M' er, own Manager 4/11/2017
Page 4 of4
Town of Fountain Hills
Staff Presentation
Verizon
Adero Canyon Faux Water Tank
Cellular Antenna
VICENITY At".
5
� £� jn�:, sFarorEoIEUEE ierEn
� H8
a �yi
Eo
Verizon
Adero Canyon Faux Water Tank
Cellular Antenna
Lail a LJ Il b
—_L
ENr�EFRED Fm
�' dPccnreE�avrn[xEw FNG MwiEW ii.MK
- � �EeEaE caner«. wm�v
-------_--- - —`---�
� � c
W+ptEEi SA � \ rveue...w, r
w <,
Recommendations
Planning &Zoning Commission
Findings:
- The Building Setback requirement meets the intent of the
ordinance.
- The stealth design is appropriate for the area.
- The Tower's location within
will not be detrimental
surrounding area.
100' of a residential district
to the neighborhood and
Forward a Recommendation to Approve
Staff
Recommends Approval
DO Not write In this space —official use only
Filing Date I—zcx-I L
Accepted By
Fee Accepted kD• 4O -.4.0 t
Case Manager
The Town of Fountain Hills
PLANNING & ZONING DEPARTMENT - APPLICATION
Abandonment (Plat or Condominium) Appeal of Administrators Interpretation
Area Specific Plan & Amendments Concept Plan
Condominium Plat CuUFill Waiver
Development Agreement HPE Change or Abandonment
General Plan Amendment Ordinance (Text Amendment)
Planned Unit Development 4 Preliminary /Final Plat
Replat (Lot joins, lot splits, lot line adjustments)
Rezoning (Map) Special Use Permit & Amendments
Site Plan Review (vehicles sales) Temporary Use Permit (Median Fee, If applicable)
Variance Other
PROIECT NAME / NATURE OF PROIECT:
LEGAL DESCRIPTION: Plat Name Block Lot
PROPERTY ADDRESS: tam H. expo Rdesm Poumpn Hlm. n8dole
PARCEL SIZE (Acres) ra A<res ASSESSOR PARCEL NUMBER 21789.110
NUMBEROF UNITS PROPOSED t Weebsscial Feclley TRACTSI wretass CeFaFaculty
EXISTING ZONING PAD PROPOSED ZONING
7A Ifwnt
Mrs, JasoMSanksShawAAssociatwe PLC Day Phone eo2a2easel
✓ Mr.
Ms. Address: lux W.Cevedow Cr. City: PM State: A2 Zip: M88
Email: Izarikz®zhawassxtatas mm
Owner
Mrs. Jammy Hall, MCC Properties - AEero Canyon, LLC Day Phone 4e0.937.965e
✓ Mr.
Ms. Address: 13260N.S9guar0EIvJSulte200 City: Fuuntam HIPS State: AZ Zip: 85268
SIGNATURE OF
the section below
Z 2
I HEREBY AUTHORIZE ./u -s vv— ILS TO FILE THIS APPLICATION.
Please Print \
Supscribed and svrom before me this,�-1 a day of .UQLtYwDA r , 20 IS
(r.rinv!L'7 N•e� My Commission Expires I—ao—
Notary Public MUNIS
APPLICATION # Saul& -D /
CASSANDRA a. HANSEJ
Notary Public • Arizona
Maricopa County
Smy Comm. Expires Jan 20
SU2016-01 M#6511
Verizon Wireless Communications Facility
13225 E. Eagle Ridge Drive \✓/
3"4 Submittal 9 8 216/2017
veriLn
February 1, 2017
Shaw and Associates, PLC
Attn: Jason Seeks
1222 W. Cavedale Dr.
Phoenix, AZ 85085 02-06-17P01:31 RCVO
City of Fountain Hills
Planning and Zoning Department
16705 E. Avenue of the Fountains
Fountain Hills, AZ 85268
Re: PHO Canyon Crest Narrative — SUP Application for Wireless Communication
Facility Located at 13225 N. Eagle Ridge Dr. Fountain Hills, AZ 85288
Proposed Use
As part of an ongoing effort to maintain its superior wireless network in Fountain Hills, Arizona,
Verizon Wireless is proposing to construct a Wireless Communication Facility in the form of a
faux "water tower" along with associated ground equipment including a backup emergency
generator at the locationof 13225 N. Eagle Ridge Dr. Fountain Hills. The +/- 23,572 sq. R property
is currently raw land on Parcel 10-A of APN 217-69-110. The proposed Verizon Wireless
Telecommunications Facility will have a 29' foot height to the RAD center of the proposed
Antenna array and a total height of 34' feet at the top of the water tower roof The new Verizon
Wireless lease area will be approximately 20' x 20' (400 sf), including the water tower and all
associated equipment and will be surrounded by a 8' foot tall stone wall that will be finished to
match the fapade of the existing adjacent building. The purpose of this site is to improve coverage
and enhance capacity for all of the residential and commercial properties within approximately 1.5
miles of the site. The proposed site will include a single parking space in the parking lot for the
Verizon technician who will monitor and maintain the tower on a quarterly basis. The proposed
timeline for the installation of the facility is the 2nd quarter of 2016.
Site Description
The subject location (Parcel 10-A) consists of 23,572 sq ft. located on APN 217-69-110 and is
owned by Adero Canyon, LLC. The lease area of the proposed faux "water tower" will be
considerably smaller, at 400 square feet including the water tower and all associated equipment.
This parcel is currently vacant land platted for residential subdivision and zoned as Adem Canyon
PAD SA. The WCF equipment enclosure will be located along the south portion of the property
line, mid parcel.
The WCF will consist of an equipment shelter that will house the electronic equipment needed to
ran the WCF and a diesel backup generator. This equipment will be surrounded by an 8' stone
wall and enclose the location of the existing equipment. The water tower will be located adjacent
1IPage
to N. Eagles Ridge Dr. and will meet the necessary setbacksi fiom resider.atial properties. Althougk
de rile will be unmanned, it will nequime routine quarterly visits fbr a fhw hours at a lime fcir ,iitei
rrainlenariae and eacuipmer.il upcates. Vehlaular access far tY.,i flaility will be granted by the
through an access easement.
Adversea Wpacll
The site will not have any acverse impacd on the :iurrauricing praflerties. The facu:lity will be
desiignacl to look like a water tower, which will blend in well wit, the surrounding landscape and
further nerve a more pleasingly aesthalia purpase than that of a traditlonal mianapale. No known
adverse impacts area known la haves beein causcicl by the existing WCF in this iomition. T,le salealth
design and substantial buffering from residential usesdzones make thea site an exceallent lociation
thal will Nave minimal aesthetia impact.
Thea noise generated from the site will be miinimial, and will not have any adverse effeat on the
sunounding hlrahlerties. The equipment cabinet will hoL sea two air caorditlaning units than will be
similar in noise level to residential Icime units. The d:ieusal backup generator will oriy N switahed
on if tha power faiilsi tc thea Merizan site, and curing the weekly 30 minute teisal cycle pracessi that
can be seal to run al any time, depending on the parcel owner's (om thea Town's; preference. The
geanerator noise leave:] is equivalent to a vacuum cleaaner on idling vehiale when activaled.
Request fbr Waivers
We arae requesting three waivers fbr this request. They include the follcwingl:
1. Fal l t own lest than :14' (1l
Height oven 2T (34')
3. Lless than 100' 1 o ]Viii
Fon waiver #1, we seal a fall dowri height of :17' duel to the unique ,ihape of this pnoperty.
Florturate] y, the partial is buffered on both sides I righl-of-way, so in no cease caould this faaility
fall down onlo v4Jaaent private propert) . Furtherrnioi e, the caonstrdation of the facaility is unique in
that i 1 is real a si ngla pole, but rather caonstrucal ed with four col umn s i Io support tt a faux wa ter l ower .
THe abilitN of it to fall over and craoss a propglrt) line is very uri ikely wit, this oonstrdct�lon mcdod.
Flom waiveir Q, we seek a heighl ofl34', just 9" taller than the relatively short maximium height
allowed by node. We seek this height so that we cian meel oum objectives of imilraving sen ice in
the area whfle at thea same time i ]owing the faun water loweur to laak as realistia and beu as co -
locatable as pomible. Any redL ation in height would sign lfilcanlly limit tt a efifhalveness of our
need la improve wireless servicae in the amea. Also, the heiiet is necaessaryl in the event another
carrier woul c 'like lo cio-loci to on de undearneatt !aide of de lower.
For waiver #?I, wa seek a setback of 1 eiss than 100' 1e W. This was a primar)l reasun fbr choosing
the faux water tower sicreening methoc m hi ch is mit ch costheu tt an atter in sl:Wl al i on metf, & s anc
looks great. We have made evar)I attempt 10 make the installation attracalive and blend info the
surrcundirig area with tha .atone walls and enhanced anchillectuale. Also, the proximity of ouir
installal ion will also help us to better serve those residents' wireless needs.
a1 AaEle
PHOTOGRAPHIC SIMULATION
PROPOSED WIRELESS COMMUNICATIONS FACILITY
u1 JhenNi lWgJ11 ciNIi
architecture project management
10245 a da Ilmla sWe 211 417 4519809 ora
xoWaleae85258 48045196091m
SITE NAME: PHO CANYON CREST
SITE LOCATION: 13225 N. EAGLE RIDGE DRIVE
FOUNTAIN HILLS, ARIZONA, 85268
DATE: 1y31/2015
APPLICANT: SHAW & ASSOCIATES, PLC.
1222 W. CAVEDALE DR.
PHOENIX, AZ 85085
CONTACT: RICHARD S. SHAW, ESO.
(480) 204-1843
2115000GtE1AAPS
verizonv
SITE LOCATION MAP
ft ncudecl PhotogrophSimublbn(sl are intended as vkdfepremAlafibm onty and should not be
medfor camlruclionpwposes.N moteriakrepresentedv ilhintheincludedPhotographSimulationtsl
aregt*cl to change.
YOUNG DEIGN CORP. -10245 EVA LINDA, STE211.5COIISDAI{ AZ SM -14501451.9609 1,17
verizon�
EXISTING VIEW 1
LOOKING SOUTHEAST
PHO_CANYON CREST
m�lll ell�w . YOUNG DESIGN CORR.-10245 EWLA LINDA. STE 211-SCOTTSDALE, AZ 85258.1480) 451.7 9 217
verizon�
PROPOSED VIEW 1
LOOKING SOUTHEAST
PHQCANYON CREST
YNe 6*ml
ammn pNMmeq,mm
n,wrs, wolwr
n
a m ammW
PROPOSED INSTALLATION OF A 34' FAUX WATER TANK WITH ANTENNA ARRAY INSIDE. ADDITION OF EQUIPMENT
COMPOUND, SURROUNDED BY AN I2' STONE WALL TO MATCH ADJACENT BUILDING. ADDITION OF GRADING
AND NATURAL BOULDERS TO SITE.
YOUNG DESIGN CORP. -10245 E VIA LNDA. 1E 211 - SCOTISDA LE AZ 85258 - (4801451.9602
3/7
verizon✓
EXISTING VIEW 2
LOOKING SOUTHEAST
PHO CANYON CREST
4I�yuro rorn
P6„du„ o,ai«tm,mpo„ti 4p
51MA, YOUNG DESIGN CORP. -10245E. VIA ANDA. SIE211-SCOIISDALE AI M -14801451-960901 4 51-9 M-14801451-9609
verizon✓
PROPOSED VIEW 2
LOOKING SOUTHEAST
PHO CANYON CREST
*C"
!X 61W
PROPOSED INSTALLATION OF A 34' FAUX WATER TANK WITH ANTENNA ARRAY INSIDE. ADDITION OF EQUIPMENT
COMPOUND, SURROUNDED BY AN 12' STONE WALL TO MATCH ADJACENT BUILDING. ADDITION OF GRADING
AND NATURAL BOULDERS TO SITE.
YOUNG DESIGN CORP. -10245 E. NA MA. SIE 211-SCOWLE Al D5258 - I4M 451.96D9
517
verizon�
EKLSTING VIEW 3
LOOKING NORTH
PHQCANYON CREST
pmwpcn
nmumm. r•pn mn.o.r,m
YOUNG DESIGN CORP, -10245 E VIA LINDA, STE 211-SCOTTSDALE, Ai05255.(48D)451-90 611
roumw ciid.m
verizon�
PROPOSEDVIEW3
LOOKING NORTH
PHO CANYON CREST
411 ye" WP
Y m atmmt neh� nm,vm,m
ivn.awW,m anwaov.
.�e�w m�nwm
PROPOSED INSTALLATION OF A 34' FAUX WATER TANK WITH ANTENNA ARRAY INSIDE. ADDITION OF EQUIPMENT
COMPOUND, SURROUNDED BY AN 12' STONE WALL TO MATCH ADJACENT BUILDING, ADDRION OF GRADING
AND NATURAL BOULDERS TO SITE
YOUNGDESIGNCORP. . 10245 E. VIA LINDA. STE 211 -SCOITSDALEAZ85258- 14801451-9609
717
TOWN C F FOUNTA AN H]IIJLS
MIN UTES OF THE REGUIJAR SESSION C F THE
IIIJANNING & ZONING C OMMISSIO N
March 213,20A
Chairman M iclaal Arahambau:li opcancad lhca mcialing al 6::I1011 pl.m.
RODI] CALL:
Thca fbllow:irig Comrriissiariers wane prcasonl: Chairman Miehadl Arcihamlault, Viciea-Clairmari Fuganca
Mikalajeayk. Commissioriars: Amlar:laigh Dabrowski, Susan Darripstcar, Erik Haanseri, Hawita Jancis and
hlogar Clwers. Also in altandanee were Bob Racgcros, 11avalaplmanl Scarvaccas Diaiectaai, Randy Harral,
Towne Engincaer and Pau ]a Woacwiarc, ENaeulivca Assislanil and Raearden of ihca miriwaas.
Chairman Michaal Archanilaull raquastad pamicripaliari in tla Plcidgca cif Aflogiaricca and a mamanl of
silaml raflaction.
CA 111, TO THE PUHI]IC
C 1 ai rman Arciharril au 11 aaskod ill '11 ara were aniN requ esils lo speak and tla Recondam Paula Vbllooc ward
answcarec lhCme wane no raqucisis.
AGDN DA ITDM #1 - C ONSIDHRATION OF AP]nRC VI NG THE PILANNING AND ZONING
C OMMISS]ION MEETING MINUTES DATED March 9, 2011.
Vicca-Chairman MAolaicizyk MOVDII 10 AFPIRCVE thea marching minutes datcad Thursday, March 9,
3017 as wriltcan. Camrriiss:ianeai Dabrowski SECONDHD and Ila MOTION CARR] DD
UNANIMOUSLY 7,10.
AGHNIIA ITEM #21 - PIUEIIJIC HEARING TO RECEIVE CCMMHN'IIS ON AI PIROPOSDD
SPECIAIJ USD AERMI7171C ABDOW VDR12IC N W IRDLHSS TO INSTA I]L A ?I4" TALI], HAIUX
W ATER TO WER, CEUIIULA,R ANTENNA AT THE ADDRO CANYON ENTRY GATEHOUSE
SITE. CASE # 811121011E1-011
Thca public 1 aarinig ripened A 6:32 p.m.
Mr. Radgaus, Davelopmcnt Serv.ces D'iaieatoai, preiserdec a slaff aiaapart and a PowcuaPoiril prcaserldican,
i1CopN is one file in the Office aflthei `flown Clcmk) one thea dalaaiIs cif a Spleeial Usti Aaarmiil rciqucast fiaarrm
Variaon Wlirelass to insila:ll a cellular ainlanna al tla Adcuao Canyons antry gaicilousci sitci. Mr. RacgCms
reiftirrod to tl a ovcarhaac showing lif a lcacal icon of iha ccd ILdair anleniria inisida a fhua old-slNlca waiteir tower iri
Paircied 10A of AdCmo Canyan. He said Aareal :I OA is iha ralalively small plarcel tlal araaltas lhci madiar.i
island in Ile Fagle Ridgci 11rivei rigll-of-way. This plarcel is the :location oil thea Aldera CanNon Gale
Hauisei. Thei wiallar lower struictulrca is plraopascid to bei installer nartl oflille gaiter lousaa parking aneei.
`flha Spacial L:sei Harmil nacluircimenls auae tlial the waler ilawer will bei Vhirly-fl ur feat tall. `Ilhe hcai€lht limiil
:in this d:islric9 is twan-IN-five lall. Tla hcaiglt lirnil may bci exctaadad if an appropriala staalll design is
uscid. 11 mu sl ba celermrned that tla sluallh design is apppiapriale fbr tha arcia. Mr. Rlod€tars said the tower
A wilhin 700' oil a rosidawhil cislnict and :it's a apppaoximatcilN ICICI' to thea "PAD -MF" (Planiriec Araa
Dcavaloplmenl - Multi Family; in Paroal 10. `Ilia Spaoial Usti Harm) must apprave allowing lhca recueeic
sa lbaick avid a 100% flill-c awn selbE6 hiorn any properly :linea is rcaquirec Qthir N-fbuua fecif, Only
saueriicen ftaa:l A prauideid. This reaqueist ina:luides a savanlacn fhal waiver. Mn. Rodgers said it is riatad in
tle slafflreaFlorl tial tla "building" scalback is faftaen foal and tial thea Planning and Zoning Cammission
should, acs part of lla raeammCndatican, acvisca tla `flown Cauncai] rcagar6rng tla a approprialeriass ofl
allowing lhis selbaak recucilican. Mr. Rcadgaus conelucad tharl Staafflneeorrimeinds that tla Comrrissicari find
Page 1 of 5
DRAFT
tlhcr f6lIawirrgl: than tier Bulking Selbacik mquirarrieril of fifllacin fdcl moels the inilcrnrt of the ard:ir.rarrecr, tliatl
tlhe aleallh cosign is apprapriado for lhci arca anc Thal tte 'lowcm's lociaiiani wilhin :10(1' of a iiesiderlial
district wii:ll not bei dcdrimenlal to thea neighljanhoac ainc la lha surrouncing area.
Mr. hlodgars suiglgoslcic 'Ital tte ciommission fomiarc a neciommancaition to Iho 'flown Council to approve
tlhcr pnapasal as prose rilcrd.
Rick Slaw, an tahalflofl Vcrrizan Wineless, gaivc a shorl tistary of liis rolaitionship that slartad wiitlt MCO
curring tlia 201a acquisition. Ber said rho inilanl of the site is to aavcm lhci sauitflern hailf of lhci Acera
CainNon subdivision, Copperwyrld and a Scio'llsdallci subcivision. Mr. Shaw saic tta faux wator lank was
M C O Prap irl ios' plreforonae t eciaus er it wias tlhe best suilcid fan 'It a faciac a. 'Dhe water tawiar is ais sharl as
plassiblcr al thinN-faun facit, just ninic fcrel lallcrr than rho afar rriaxirriurri terigh'I allawcrc EN code. ' lhis wars
lhci minimum hciigtt r.iecidcrd in order to oporalcr effercitivcrly. Masi ilawers around town ana sixIN ila sixty-
fiva fact. Mr. Staw reflerenciec tlhe fall dawn c istanae. Ho said the ceillular tower indus D1 no longer rcifurs
to fall cawn gonias sirica ilachnalogy, onginciering anc rriatlerial advar.icorrionl drastically cecirciasci an
aeaurranae. This lower will kava four lints and will bci strucitr:lrallN er.rgiriocircic and approval starripcid bN
an eriginiocrc.
Chairman Aic1larribaurll askad if tlterei were arty mare rciqucisls to spciat and lhci Rociordeir Paulai
Woadwand answarcid lhcre wane no morci rciqueists.
Chairman Archarribaudtl tilos ad rho Aurblici Hearing al (:]SI pl.rri
AGHNUA ITHM #21-CONSIUHRATION OR A PIRO10SED SPHC11AL USH PERMIT TO
A111JOW VHRIZON WIRELESS TO INSTAIR A 214" TAIJL, FAUN WA'HER TOVNIER,
CE LLUIJAR ANTENNA AT THE AE DRO CANYON ENTRY G ATHHOUSE SITH. CASH Al
SU21a16-01
Cammissionor Dcmpsleii asked about the dusigr and haw it wiou:Id fit bullar into cher facade than otlhun
C eisigrls.
Mr. Slaw stal ec tli ei rack wall sun oun d ing 'It e l owcm will mal ch lhci rock around tlhe gal uhouso. 'phis is
wt al tlhe dcvolapler warmed. This is a much mane Basi ly c asigrl than a sagularo or pailm trae.
C ommissioneir L7abrowsk i askcid why is 'Ite towcir lhirly-flva feiel fall wiheni aa:ll lowcirs Etre lawieir in ober
areas.
Mr. Staw said lhci hciigl.ts to quoled wcna for Sagularas which usually ane twcir.itN-six flecit wilh a Iwo fecit
lapor in Scatlsdale. He beilieveis it la lei thir N facil in Foundain Hills.
Hab Rlodgeirs said lhcire ana a fewi sagularo lowans art forty -feel and palm lreei towars al sixty-.ffva in
Foundalin HUN.
Mr. Shaw said lhoy kapl tta water lank tawier Io a m[nirriurri because Iho dovolopleir wias ser.isiiliva ila 'Ihci
hoigtt. However It e radia fraquenuy anginciers noec ad it lal lar so a compromise was mac a.
Ms. Dabnowski said her conaeirn is tta'I thci walen tower is rio'I Iho bcisl choice for lhci cammuni'lN. She
stated punhapls Cava Creak, witich has mare ofla weslerr. foci], is rrioro suitcid for a wailer tlowen. Ste askad
ifltlhere werei opliar.is alhcir Ihan Iho watur tower sunt as al saguaro.
Mr. Stawi aaic heighl aaulc bci an issura with a sagularo ant also the aritcinnal restrictions caurseid tN lte
cactus diamcitor. A sagulara tyriaally tas ilmia to throci ander.nas. 11hci loss anlenna ciaplacily wound Ihcn
Page 2 ofi l
passible necluirel morei siles. Tlha walcm tamier allows for mora ar.lteinnas tNLs rescucsing thea nescsd fcir mores
lowelr ailas.
Ms. I7atrowsk:i askcsd if 'Nall Hrolters was :involvac in tNe dasign sirsaa lhay arei thea antis stilling lhcl
N ames.
Mji. JNaw said le cid riot lava any aonlacst with Tall Hroilrtrs tut assumed ]eramN Hall may haves had
6scllssionls wilh trcin.
Commissianeji Dabrawski axpliiessac aoncsarnl abaft tree waler lawer ftillingl c awn an thea guland houses.
Mn. Racgci s said here slould riot bcs an issuei sincse tpei 6slancse beitweierl is inorei Than enaugh.
Chairman AreshambaLlil asked ifla faux Mack wall walk bei possible neiar life triulli family silo.
Mji. 91aw said lheN disaussad a fake rocsk wall ncsar the water lansk :lacation lowmeji it :laakec tre heigll
rsescsdcsd. Tfe wailar lower location was giemiuim to aclicsve thcs ranges foji Coplplerwynd, Scsatlsdala arid a
plor ions off Ac esra C anyan.
Chairman Aresrambaull asked abaft the cesigq stnlchlrti arid how :it wound lase up ir.l exlreima weialhar
csonciliarss. His carscesrn is the fall Mai ar.
Mji. 91aw said iiha inscustry usas the nsalionsaa winsc :laacing standards whicl. aiie plublishcd anc raf6onatid
curir.lgl lhei c esigq plhascs. Municriplalilicss ust iihe sama puitl:icsat:ian for gulicelinias. 'Isle struicrlLires also has to
mael lire requfiienrler.lis cif -Ile ACC (1Hesdaral Corrsmunicsaliar.ss Cammissian) slarsdajics arid luildir.lg csocess.
Tlhei c es:ignl would to aplprouec and slamplesd by a structural / prafessianal esngineier.
Chairman Aresharribalill aal:led on RamN Harrel, 'Hawn Ensgineseii, asking Nim abauit ties foatings dapltl
rcquiiramcnls.
Randy Hansel said hcs did nos review lha plans but the dasign is vciDl high arid has adesquala 16clors afl
safely. 11 waulc need la meal tle r.saliar.sal slandares faaliars oflsafeily in iiagards to the wine spcsesd arid lha
malcmials used.
Cammissionesr Clwers said he was canaeinad abaft 1hes Haight arid in plarliaular lha silhouialta. Mr. Owars
ask ac will it stick ups around thcs sunounscingl artia.
Mr. Shaw said ht could nol recall iflthis walar tank would slow Lp agairssl tha sk}lincs.
Cammissionesr Dabrowski asked what olhen capabililieis would Ile water lank tawesr plrovida. Sle
axprassed tial since the irailhead is lacsatad in tNal area saftsty is ar.l issuie.
Mr. Shaw said tle lower will tjiansmil ars Variaan frequencies. DI will be for atdl serulicse arc data. lI will
nal to useid for emcsrganay scsrviatis unslcsss oilheii arrar.lgaman'Is vies nrsadei with iihe Tlown.
Cammissioncsr Jar.sas askcsd if lha water lower is scorer than attars in 1hei artia and how effdscstiva will tree
tav<iesr mmeeit 'Il e resquijiec uses.
Mr. Shaw said lha radia cnglinaeiis originally wanlad lha tawcr Hgler tut it was rscgatialesc down al tle
davtdoplcr's raquasl. 11 is slill a viable sile. Mn. Shard ppiestintad a norlh sides Niaw afllhes sites.
Chairman Aralambau:ll askcsd ifltle tawer is ablcs la aover Oo arca neiar the waltm lansk.
Pago 3 o8:1
DRAIEIT
Mr. SIl,aw saic 1ha'I lha deuelopar aiskeid lhci sarr.e quesilioni ant heoausei oft lhci tapograplIN it would nat
halve lhel capaibilily. Mew will hme'la ba two siles bcicause ofl'Ihe tcirraiin.
Comrr.issiancirn Hainscir.i askcid aboLit tba prociess oflcbaosing lhci aolan sahemci.
Mr. Shaw said lhay proplasad a f6w things buil ilheN weird rriodifieid by t1la deualopcir.
Charirman Arahamliaull askeid what matcirial :is 'Ihe black wall sunnaunc ing the lower.
Mr. Shaw rciplliec ilhal 11 is ai CMU, (Concrala MasonryLlniill; wall wid. a slona finish.
Chairmain Arab amb aiu:lt askeid if I th erci weirci anymorna qucisl i cros.
Commiss:iancni Jones MOVHTI 10 fbrwamd a reoomrramail ion ila Town C aLnai:l ila apppiova lha Spaoial Usa
Permit ant adlaw ilhe thinN-f6uv fciat 1a11 faLix waiteir lowor cellular ar.itemna ila bei installer insida lha faux
wail en tawer slnialLire as plrasemilad anc 'ni thei loaalioni praplosec along wilh lha findings. Vicie-Chairman
MikolajciaNk SECONDED.
A roll gall vata was laken w:ilh tha following rasulils:
Coin nissianar Dabrowsk*
Nay
Cammiissicmcir Dcimplstar
Aye
Cammiissicmar Hansen
Aye
Commi ssicinar Jonas
Aya
Commiissicmar Owers
Aye
Vicici-chairman Mikcdajcizyk
Aya
Chairman Arc halmbaull
Nay
TN a mcition CARRIED by thasa prasenl 115-2'.
A GHNDA HEM #41- COMMISSIC N I]ISCUSSIC N/RHOUHS'H FC R RE SHARC H TO STAHF.
hlemsi hisiled belt w we related only to j1he ptiopnuety of (i, placing items on ai f ujlune agi nda fan Gicition ori
(iii) dire riling sitaff ilo ctinducil f uniheri tnesii cinch and rept nil Ilac11 flo the CcmmIssiion.
Nana
AGHNDA ITHM #5 - SUMMARY OA CCMMISSICI\ REQUESTS FRCM DEVHLOPIMEN'H
SB1E4VICES IIIRFICTOR.
I\ cmc
AGHNI]A ITHM #b- REPORT FROM DEVEIIOPIMENT SERVICES DIRECTOR.
Ncrie
AGENDA ITHM #1- ADJOURNMENT.
Iage 4of5
Viaei-Chaiirmair. Mikolajcayk MOVHD iia aidjaurn tfa meialing at 7:CI4 p.m. and Commissiar.ier Dail^rowski
SDC C IN DED aric lhci MC TICI N CARRIHII UNANIMOUSIIY.
11CIUNTAIN HILUS PLIANNING & aONING CCM MISSION
mm
Chairman M ika Arch ambau:I l
ATTEST:
Faula Wlockwarc, Elzeculivei Assislar.it
CERMIFIC ATIION
I Iereiby aerl ifN Thal tha forcigo:ing minutes arei a 1ruei am aorracl oopN of the miniuilas of d.e rrieeiting of the
Founlain Hills Planning anic 21oring Ccirnn iss:ian hcild on t1ci 331h cay of Mauch, 2017 in do Tlawn
Council Charntars, 1E70`1 El. Avanuci of lhci Haunlains, Flaunlain Hills, A2 8`_13(8. I further acirtify lheit
1ha mael ing pias duly, aail:leid and that a quiarum was Frescin� .
Haula Wlaodwand, Exacuil iue Assislanl
Page 5 of 5
46 AIN 1r TOWN OF FOUNTAIN HILLS
Of
Z Z
TOWN COUNCIL
iw ' AGENDA ACTION FORM
.�/ 74't�s►v°4�
Meeting hate: 412012017
Meeting Type: Regular Session
Agenda Type: Regular Submitting Department: Community Services
Staff Contact Information: Rachael Goodwin, Recreation and Tourism Supervisor, 480-816-5135
REQUEST TO COUNCIL (Agenda Language); CONSIDERATION of RESOLUTION 2017-11, approving a GRANT
APPLICATION and Town FUNDING in the amount of $23,800 for the Arizona Sports and Tourism Authority Youth and
Amateur Sports Bier sial Grant for the purpose of lighting installation at Desert Vista Skate Park.
Applicant: None
Applicant Contact Information:
Owner: Town of Fountain Hills
Owner Contact Information: Same
Property Location: Desert Vista Skate Park, 11800 N. Desert Vista Way
Related Ordinance, Policy or Guiding Principle:
Staff Summary (background): The Arizona Sports and Tourism Authority was created in 2000 as result of the
approval of Proposition 302. One of the four core missions of this authority is to fund youth and amateur sports
projects and programs within Maricopa County to which the AZSTA facilitates a biennial grant to support non-
profit and local municipalities. The reimbursement grant has a fund of $2M for the 2018 cycle. Stipulations
require that projects be hard cost initiatives such as new construction, lighting, equipment, or renovations. The
AZTSA is authorized to fund up to 2/3 of total project cost with a maximum award of $250,000 per entity. The
Town of Fountain Hills was awarded funding from this grant in 2016 for the purpose of renovating six tennis
courts.
Community Services requests authorization from Council to pursue the AZSTA grant to facilitate the installation
of lighting for the Desert Vista Skate Park. The skate park is an original feature to the Desert Vista master plan;
however, lighting for the skate park was struck from the design for budget purposes. The skate park serves an
estimated 50 guests daily, primarily middle and high school aged youth, from 12- 16 years old. This is often
considered an at -risk age and communities strive to offer high quality, engaging recreation opportunities to this
demographic. Our skate park is a primary example of this type of amenity, as it accommodates not only
skateboards, but also bikes, scooters and inline skating. The addition of lighting would significantly extend the
use of this park. Lighting for the skate park would allow evening hours as well as make the park a year-round
amenity. Currently, the skate park is underutilized during the summer months due to the heat during daytime
hours. The addition of lights would be consistent with other features in the park that also have evening
illumination including the adjacent soccer fields and dog park.
The proposed project is estimated to total $70,000, including hardware, materials, and installation. Based on
this amount, we are requesting $46,200 in grant funding, a total of 213 of the anticipated project cost. The Town
of Fountain Hills would be responsible for the remaining $23,800, to be funded from the General Government
Page 9 of 2
fund or through the CIP fund, if available. Should the Town be awarded the grant funding for this project,
renovations would be expected to last 45-60 days and begin in late spring of 2018.
Risk Analysis (options or alternatives with implications): N/A
Fiscal Impact (initial and ongoing costs; budget status): N/A
Budget Reference (page number): N/A
Funding Source: NA
H Multiple Funds utilized, list here:
Budgeted; if No, attach Budget Adjustment Form: NA
Recommendation(s) by Board(s) or Commission(s): N/A
Staff Recommendation(s): Approve
List Attachment(s): Grant Application, to be provided when available and supporting documentation.
SUGGESTED MOTION (for Council use): Move to adopt RESOLUTION 2017-11, approving a GRANT
APPLICATION and FUNDING for the Arizona Sports and Tourism Authority Youth and Amateur Sports
Biennial Grant
Prepare: by:
/
Rachael oo
ecreabon
Supervisor
41102017
Director's Approval
Mark Mayer, Community Services Directolf 4/102017
Ap oved:
i—.
Grady E. Miller, vm anager 411012017
Page 2 oft
PARK HOURS: DESERT VISTA PARK
• PARK 6am-Sipm
• DOG PARK 6am-9pm 11800 N DESERT VISTA
• SKATE PARK ]am-SUNSET
ACTIVITY AREAS
ALL RAMADAS HAVE: 1 PLAYGROUND ACTIVITY AREA
LIGHTS
• ELECTRICAL OUTLETS 2 SKATE PARK
• HANDICAP TABLES
ALL FIELDS ARE LIT , �? 004
PASSIVE/SMALL DOG PARK OR NY WAS H
— 2 SHADE STRUCTURES
— 1 SHAME
NG FOUNTAIN
— 1 PET DRINKING FWNTAIN
OPERATIONS BUILDING
- RESTROOMS
- CONCESSIONS
- MAINTENANCE OFFICE
ACTIVE/LARGE DOG PARK
G - 4 SHADE STRUCTURES
- 2 DRINKING FOUNTAINS
® - 2 PET DRINKING FOUNTAINS
CoryOR I
o�
3
h� SAXON OR
�y
MULTIPURPOSE
FIELDS
2
COYOTE
RAMADA
— 2 TABUS
1 BAROQUE JAVALINA
RAMADA
- 2 TABLES
SlookOR
SF
BARSQUES
S,gGG R�fOFF'O
qRp
0y
O
go rN N
a w r
p \•9jAt6.t is A<i'sA�• J y SHEA BLVD
APPENDIX C: Grant Project Profile Worksheet
2253174.5
GRANT PROJECT PROFILE WORKSHEET
1.
In one sentence, describe your project
This grant would allow us to install lighting at
idea. What will you do? Where? With
the Desert Vista Skate Park to allow evening
whom? When? And why9
use of this popular amenity.
2.
What broad categories of Town needs
It expands the usability of a popular recreation
or opportunities does your project
amenity that engages teens and young adults in
address? (Think in terms of general
an active and healthy way.
labels or frames.)
The Town needs more activity outlets for teens
3.
Describe the specific need or issue in
and young adults. The skate park is a popular
the Town that your project will address.
feature in our parks but has limited use in
summer months due to the heat and no lighting
for evening use.
4.
What specific changes or outcomes do
We intend to increase the usership of the skate
you intend to achieve in the Town as a
park by extending the hours of use to include
result of your project?
evenings.
5.
What are the major steps you will need
WE will need to develop the scope of the
to take to make these changes happen?
project, bid, construct and install permanent
lighting on site.
6.
What resources will you need to
We will need to work our Park Supervisor,
accomplish these steps? (people,
Zoning Dept to ensure lighting compliance,
equipment, materials, training, supplies,
Public Works consult for construction and
services, other Town departments, etc.)
installation.
7.
Approximate total cost:
$ 70,000 ($46,200 in grant)
Match $ $23,800
8.
Who else has a vested interest in
working with you as partners on this
problem or opportunity?
9.
What information, tools, data, etc.., will
We will be able to track evening users of the
you use to decide whether your project
skate park.
succeeded?
10.
Who will be thegrant project manager?
Rachael Goodwin
Submitted By: R Goodwin
Date:: 4/10/17
Telephone: 480-816-5135
2253174.5
RESOLUTION 2017-11
A RESOLUTION OF THE MAYOR AND COUNCIL OF THE TOWN OF
FOUNTAIN HILLS, ARIZONA, AUTHORIZING SUBMISSION OF A GRANT
APPLICATION TO THE ARIZONA SPORTS AND TOURISM AUTHORITY FOR
INSTALLATION OF LIGHTING AT DESERT VISTA SKATE PARK; AND
APPROVING THE ACCEPTANCE AND EXECUTION OF ANY RESULTING
GRANT AGREEMENT.
WHEREAS, one of the four core missions of the Arizona Sports and Tourism Authority
("AZSTA") is to fund youth and amateur sports projects and programs such as new construction,
lighting, equipment, or renovations for non-profit entities and municipalities within Maricopa
County; and
WHEREAS, the Mayor and Council of the Town of Fountain Hills (the "Town
Council") desires to submit a grant application (the "Application") to be considered by AZSTA
for funding to install lighting at Desert Vista Skate Park (the "Project"); and
WHEREAS, the Town Council desires to authorize (i) the acceptance and execution of
any resulting grant funds and (ii) expenditure of the necessary matching funds.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND COUNCIL OF
THE TOWN OF FOUNTAIN HILLS as follows:
SECTION 1. The recitals above are hereby incorporated as if fully set forth herein.
SECTION 2. The submittal of the Application to AZSTA for funding in the amount of
$46,200.00 is hereby authorized.
SECTION 3. The expenditure of a local match in the amount of $23,800.00, as required
by the Application, is hereby authorized and officially designated to be used in conjunction with
the AZSTA funds.
SECTION 4. The commitment to complete the Project within 12 months of award, as
required by the Application, is hereby authorized.
SECTION 5. The Mayor, the Town Manager, the Town Clerk and the Town Attorney
are hereby authorized and directed to (i) execute and submit all documents and any other
necessary or desirable instruments in connection with the Application, (ii) execute any resulting
grant agreements and other documents, and (iii) take all steps necessary to carry out the purpose
and intent of this Resolution.
2939795.1
PASSED AND ADOPTED by the Mayor and Council of the Town of Fountain Hills,
Arizona, April 20, 2017.
FOR THE TOWN OF FOUNTAIN HILLS:
Linda M. Kavanagh, Mayor
REVIEWED BY:
Grady E. Miller, Town Manager
2939795.1
2
ATTESTED TO:
Bevelyn J. Bender, Town Clerk
APPROVED AS TO FORM:
Andrew J. McGuire, Town Attorney
L�`e of ArizLEGISL
BULLE4Vz-
Issue
13 - April 7, 2017
Legislative Overview
Today is the 89th day of session. The focus of the legislature this week was to take
action on companion bills in the House and Senate seeking to expand eligibility for the
Empowerment Scholarship Account program. The bills were approved by the legislature
Thursday evening and submitted to the governor following intense and lengthy floor
debates in both chambers. The House and Senate prepared to take action on other
measures on Thursday as well but had postponed for a later day.
Tuesday, April 18 will mark the 100th day of session but it is unlikely the legislature will
adjourn sine die by this date as there are still a number of bills working through the
process and no official action has been taken on an FY '18 budget. As of today, 152 bills
have been approved by the legislature; the governor has signed 138 bills into law and
vetoed three measures.
State Budget
So far, there has been little support at the legislature for the universities' bonding
proposal mechanism that was included in the Executive Budget. Even those members
who would like to see the universities get additional funding are concerned about the
concept of recapturing transaction privilege taxes (TPT).
University representatives have said they don't believe they should have to pay TPT
because they are part of state government. They go on to say that government entities
are exempt from taxes in most other states. This is misleading. Most other states
impose sales taxes rather than transaction privilege taxes. Under our state's tax
structure, all entities, including public bodies, are required to remit taxes. Many
members legitimately believe allowing the universities to escape this responsibility will
undermine our existing tax system and lead school districts, municipalities, community
colleges and even the federal government to want similar treatment in order to keep
these funds for their own use.
We are also starting to hear concerns from members as they learn about the long term
costs of the proposal. Universities already have an existing bonding program in statute
that runs through FY 2030-31. The new bonding proposal would add to these current
obligations and significantly increase the state's debt. It would also shift monies from
the general fund to the universities' operations without the legislative oversight of the
annual appropriations process.
It is unfortunate we are being pitted against universities in this funding discussion,
particularly since municipalities all around the state have successfully partnered with
higher education. There are a number of ways universities could receive the long term
funding commitment they want without negatively impacting the policies relating to TPT
or revenue sharing. Many cities and towns would like our state universities to receive
additional resources. However, until there is a proposal that doesn't undermine these
critical systems, they are unable to express their support.
We ask that you continue to communicate with your members about these concerns.
CALL TO ACTION
As you will recall from previous Bulletin articles, HB 2419 (Now: municipal and county
occupational licenses) would only allow cities and towns to license those professions
they current regulate. Municipalities could not license any new professions without first
seeking permission from the state legislature. Additionally, the bill caps fees for existing
licenses indefinitely at their current level.
Local licensing typically addresses areas which are not regulated by the state but that
have been raised as concerns by our residents. These include professions such as street
vending, secondhand dealing and adult-oriented occupations. Having a flexible local
licensing system is vital to maintaining some control over professions that can quickly
devolve into illegal or dangerous activities if they are completely unregulated.
We understand the proponents may agree to amend the bill to address some of the
technical issues with the legislation and may also allow cities and towns to continue to
regulate adult-oriented businesses. However, this does not resolve concerns about
other professions that operate strictly at the local level and pose risks to our resident
nor does it take into consideration new professions that may emerge over time.
In addition to our concerns about the content of the proposal, we are deeply concerned
with the manner in which this legislation has come about. Senator Steve Smith, R-
Maricopa, LD 11, introduced the concept as a last minute strike -everything amendment
that was heard during the final Senate Finance committee of the session. There has
been no committee or floor discussion on the issue whatsoever in the House. There was
no stakeholder process either before the amendment was posted or after it was
adopted in committee. It is our understanding the idea came from an out of state
organization and that there is no local constituency (other than the lobbying firm who
was hired to push the legislation) who wants the bill.
We have always been willing to work with organizations on issues impacting businesses
and local governments to find compromise when possible. However, if we are not
invited to the table to work out concerns and to alleviate unintended consequences, we
should oppose attempts to preempt local governments.
The bill is ready to be heard in the Senate Committee of the Whole. Please reach out to
your legislators to raise the concerns about the substance of the bill and about the lack
of process in making this public policy.
EcoATMs
This week a stakeholder meeting was convened with representatives of EcoATM, cities
and towns and law enforcement associations to discuss HB 2030 S/E: automated
kiosks; operations, sponsored by Rep. Heather Carter, R -Phoenix, LD 15. During the
meeting, EcoATM representatives provided an overview of the kiosk's technology that
allows consumers to exchange used mobile devices for cash using software that tracks
and reports the transaction to local law enforcement and explained how the industry
cooperates with law enforcement to return stolen devices that are sold at the kiosk.
During the meeting law enforcement representatives shared concerns regarding the
potential for increased theft and sale of stolen mobile devices at these kiosks as they
provide the opportunity for criminals to obtain quick cash. They explained the legislation
as drafted is problematic as it allows for items sold to be transported out of state during
the 20 -day hold period, which will make it difficult for law enforcement to retrieve the
device for an investigation. The bill does not provide the resources needed by police
departments to track down and return stolen property.
The stakeholder meeting concluded with no commitment from EcoATM to amend the
bill to address the concerns raised by law enforcement. We have requested the bill be
held from further consideration this session to allow stakeholders to meet in the interim
and discuss the issue; however, EcoATM has not committed to do this either. The
legislation was offered as a strike -everything amendment on the last week to hear bills
in a standing committee with no input from cities and towns or law enforcement. Our
concern is there is insufficient time left in the legislative session to allow for further
discussion on this issue.
The bill has been scheduled for a Rules Committee hearing in the Senate for next week.
Legislative Bill Monitoring
All bills being actively monitored by the League can be found here.
.fz-
PF.AZLEAGUE.ORIG
es BULLETIR�T©v�rns
WWW
Issue 14 - April 14, 2017
Legislative Overview
Today is the 96th day of session and this week floor activity remained at a moderate
pace as both chambers worked to debate, amend and vote on bills. There has been no
visible movement and no certainty of when we will see the FY '18 budget. Meanwhile,
both chambers are gradually processing bills and scheduling conference committees as
budget discussions continue in the House and Senate and negotiations continue with
the governor.
To date, 171 bills have been passed by the legislature; 149 signed and four have been
vetoed by the governor.
ABOR Proposal and State Budget
Small groups continue to meet and we continue to hear the Arizona Board of Regents'
bonding proposal remains a major sticking point. Legislators have not been receptive to
the mechanism proposed in the Executive budget for a number of reasons. First and
foremost, it undermines our transaction privilege tax and shared revenue systems.
Additionally, as legislators start to understand the overall cost of the program, it is
becoming equally concerning to them that the proposal would give universities
hundreds of millions of dollars without the oversight of the legislative appropriations
process.
A number of legislators seem inclined to provide additional funding for a university
bonding program but are still unwilling to agree to the proposed mechanism. Local
governments have no objection to the universities receiving additional revenues but
also oppose the mechanism. However, until this deadlock is broken, it is unlikely a
budget agreement will be reached.
We encourage you to continue to reach out to your legislative delegation about our
concerns with the bonding proposal.
In other budget news, we hear that restoring some of the Highway User Revenue
Funds (HURF) that has traditionally been swept to fund Highway Patrol operations
remains a high priority for members. We will continue to encourage the restoration of
these monies and ask that you do so as well.
CALL TO ACTION
HB 2419 Now: municipal and county occupational licenses would only allow cities and
towns to license those professions they current regulate. Municipalities could not license
any new professions without first seeking permission from the state legislature.
Additionally, the bill caps fees for existing licenses indefinitely at their current level.
The representatives of the out-of-state think tank that is pursuing the legislation had
never reached out to us regarding the strike -everything amendment either before or
after the bill was heard in committee. With the help of the sponsor of the underlying
bill, Rep. Vince Leach, R -Tucson, LD 11, we had set up our first meeting to discuss our
concerns with them. Unfortunately, before we could even hold that meeting to discuss
potential ways to resolve our concerns, the proponents pushed the bill through the
Senate Committee of the Whole (COW).
The bill was amended in COW to add an exception that allows cities and towns to
"impose an occupational fee or licensing requirement that is demonstrated to be
necessary to specifically fulfill a public health, safety or welfare concern." This language
is cumbersome and vague. If we have no measurable means "to demonstrate" the
necessity of the regulation because if it is a new field that does not have any history in
the state or city or town, it may mean we would have to allow the occupation to be
unregulated for an unspecified period of time until someone is harmed. This is bad
public policy.
In our disruptive economy, new technologies and occupations are being developed
every day. We cannot anticipate what will emerge in the future. As amended, this bill
continues to pose a danger to the public since our local officials may be powerless to
protect our residents due the restrictive language.
The bill will probably be voted on in the Senate on Monday. This is our best
opportunity to stop this bad legislation so please contact your legislators and ask them
to vote "NO" for the following reasons:
• There has been no evidence provided to indicate we are over regulating at the
local level. In fact, there is agreement that our local licensing protects the public
from significant harm.
• There is no local constituency advocating for the bill.
• We cannot predict the future so we do not know what unintended consequences
this bill will create.
• This bill has not had the thorough vetting it should have in order to make such a
sweeping change to an important public policy.
PSPRS Reform Bills
SB1063 NOW: PSPRS; risk pool, sponsored by Sen. Debbie Lesko, R -Peoria, LD 21,
received a do -pass recommendation in House Committee of the Whole on Wednesday.
The bill enacts most of the final details from last year's SB 1428 that created a new Tier
III for the PSPRS system. Tier III begins with public safety employees hired on or after
July 1, 2017. This bill creates a single Risk Pool for Tier III PSPRS members whose
plans have 250 or fewer active members and leaves those with more than 250 active
members as separate plans. The bill also establishes a 50-50 contribution schedule for
employees and employers for the normal costs and unfunded liability for the new tier,
and requires employers to pay 100 percent of the cost for any decision that produces a
deviation of more than 20 percent above the average of all employers over a 24 -month
period. The League supported the bill and thanks Senator Lesko for her work over the
last two years in leading the reforms of the PSPRS system.
SB 1442 NOW: modifications; corrections officer retirement plan, received final approval
in the Senate this week and was sent to the governor for his signature. The bill,
sponsored by Sen. Debbie Lesko, R -Peoria, LD 21, deals primarily with members of the
CORP (Corrections Officer Retirement Plan) but does have a provision that applies to
cities and towns and their Tier I and II unfunded liability. The bill establishes 20 years
as the default amortization period for the unfunded liability, but allows an employer to
request an amortization period of up to 30 years by passing a resolution of the
governing body and sending that resolution along with a written request for the
additional amortization time, to the PSPRS Administrator. There is also a requirement to
post the employer's funding ratio for each of their PSPRS plans on their public website.
Legislative Bill Monitoring
All bills being actively monitored by the League can be found here.