Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC2020-059 - Riddle Painting & Coatings Company Contract No. 2020-059
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
RIDDLE PAINTING& COATINGS COMPANY
THIS COOPERATIVE PURCHASING AGREEMENT(this"Agreement")is entered into
as of March 3, 2020,between the Town of Fountain Hills, an Arizona municipal corporation(the
"Town"), and Riddle Painting& Coatings Company, an Arizona corporation(the"Contractor").
RECITALS
A. After a competitive procurement process, the Mohave Educational Cooperative
Services, Inc. ("Mohave")entered into Contract No. 15E-RIDDLE-0403,as amended, dated April
3, 2015 (the "Mohave Contract"), for the Contractor to provide labor, equipment, and materials
necessary to for interior/exterior painting and other coating applications. 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
Contractor,and the Mohave 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 Mohave Contract and this
Agreement, (ii) establishing the terms and conditions by which the Contractor may provide labor,
equipment, and materials necessary to provide interior/exterior painting and related services (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 April 3, 2020, or if the Mohave Contract is
extended,until February 17,2021 (the"Initial Term"),unless terminated as otherwise provided in
this Agreement or the Mohave Contract. After the expiration of the Initial Term, this Agreement
may be renewed for up to one successive one-year term(the"Renewal Term") if: (i) it is deemed
in the best interests of the Town, subject to availability and appropriation of funds for renewal in
each subsequent year, (ii) the term of the Mohave Contract has not expired or has been extended,
1
(iii) at least 30 days prior to the end of the then-current term of this Agreement, the Contractor
requests, in writing, to extend this Agreement for an additional one-year term and (iv) the Town
approves the additional one-year term in writing(including any price adjustments approved as part
of the Mohave Contract), as evidenced by the Town Manager's signature thereon,which approval
may be withheld by the Town for any reason. The Contractor's failure to seek a renewal of this
Agreement shall cause this Agreement to terminate at the end of the then-current term of this
Agreement;provided,however, that the Town may, at its discretion and with the agreement of the
Contractor, elect to waive this requirement and renew this Agreement. The Initial Term and any
Renewal Term(s) are collectively referred to herein as the "Term." Upon renewal, the terms and
conditions of this Agreement shall remain in full force and effect.
2. Scope of Work. Contractor shall provide to the Town the Services under the terms
and conditions of the Mohave Contract and according to the specifications set forth in the
Contractor's Proposal attached hereto as Exhibit B and incorporated herein by reference.
2.1 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 Mohave 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. 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 Services into compliance and withhold the cost of same from any payments due
to the Contractor.
2.2 Cancellation. The Town reserves the right to cancel any work order within
a reasonable time after issuance. Should a work order be canceled, the Town agrees to reimburse
the Contractor, but only for actual and documentable costs incurred by the Contractor due to and
after issuance of the work order. The Town will not reimburse the Contractor for any costs incurred
after receipt of the Town notice of cancellation, or for lost profits, shipment of product prior to
issuance of a work order or for anything not expressly permitted pursuant to this Agreement.
3. Compensation.The Town shall pay Contractor an amount not to exceed$20,887.08
for the Materials and Services at the rates set forth in the Mohave Contract and as more particularly
set forth in Exhibit B.
4. 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 Mohave
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
Mohave Contract will be subject to rejection and may be returned.
5. Records and Audit Rights. To ensure that the Contractor and its subcontractors are
complying with the warranty under Section 6 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'
2
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 evaluation of the Contractor's and its subcontractors' compliance with the Arizona
employer sanctions laws referenced in Section 6 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.
6. 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
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.
7. 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.
8. Conflict of Interest. This Agreement may be canceled by the Town pursuant to
ARIZ.REV.STAT. § 38-511.
9. 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.
10. 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
3
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.
11. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among
the terms of this Agreement,the Mohave Contract,the Proposal, 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 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 Mohave 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.
12. 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.
13. Indemnification., Insurance. In addition to and in no way limiting the provisions set
forth in Section 12 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 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 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 Contractor, its officers, employees, agents, or any tier of subcontractor in the
performance of this Agreement.
14. 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 E. Avenue of the Fountains
Fountain Hills, Arizona 85268
Attn: Grady E. Miller, Town Manager
4
With copy to: Pierce Coleman PLLC
4711 E. Falcon Dr., Ste. 111
Mesa, Arizona 85215
Attn: Aaron D. Arnson, Town Attorney
If to Contractor: Riddle Painting & Coatings Company
5922 North Black Canyon Hwy.
Phoenix, Arizona 85017
Attn: K.C. Totlis
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.
[SIGNATURES APPEAR ON FOLLOWING PAGES]
5
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
II" CL- .V.AAA--...._
Grady E. filler, own Manager
ATTEST:
,,,,_--Tri_. 2A4.,,,,,,
fE za'be i �ke,Town Cler
APPROVED AS TO FORM:
aron D. Arnson, Town Attorney
(ACKNOWLEDGEMENT)
STATE OF ARIZONA )
) ss.
COUNTY OF MARICOPA )
On ( ,zc)„ 3 ,2020,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.
A�I w
MAR1COPA COUNT(
Commission it 689316 Notary Public
`) "•• EOM 3() 3 q"Cni •EitOAVADAVI'011
(Affix notary seal here)
[SIGNATURES CONTINUE ON FOLLOWING PAGE]
6
"Contractor"
RIDDLE PAINTING & COATINGS COMPANY,
an Arizona co io
By:
Name: Ep1/J e Sem
Its: Pt0Jed- Ir'7anGy.
(ACKNOWLEDGEMENT)
STATE OF` f )
) ss.
COUNTY OF I� LY
, 2020, before me personally appeared - (fcIC"A.,_,..the
C A --\--C�"' of RIDDLE PAINTING & COATINGS COMPANY, an Arizona corporation,
whose identity was proven to me on the basis of satisfactory evidence to be the person who he or she
claims to be, and acknowledged that he or she signed the above document, on behalf of the
corporation.
►r,, PATRICIA L. SMIDT
1�� , Notary Pubic, State of Arizona C-'17V1P-ACA--LCCIA-kdL
Maricopa County
v My Commission Expires Notary Public
" sy March 18,2021
(Affix notary seal here)
7
EXHIBIT A
TO
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
RIDDLE PAINTING & COATINGS COMPANY
[Mohave Contract]
See following pages.
OHAVE
ARIZONA COOPERATIVE PURCHASING
15E-RIDDLE-0403 Table of Contents
Riddle Painting and Coatings Co.Response to IFB 15E-0324
Tab 1A—Signed Offer and Acceptance Form See document 6. 15ERIDDLE0403 Award,
Extensions and Amendments.
Tab 1B—Amendments No Amendment were issued for this IFB.
Tab 1C—General Terms & Conditions and Standard Terms & Conditions for Construction 3
Tab 1D—Special Terms and Conditions 25
Tab 1E—Scope of Work/Services 34
Tab 1F—Bid Bond/Alternate Bid Security and Bonding Capacity 42
Tab 2A—Method of Approach and Qualifications and Experience 46
Tab 2B—Certificate of Insurance Please call Mohave for information.
Tab 2C— Financial Information All financial information is kept confidiential
and has been removed.
Tab 3A— Price Proposals See document 6. 15ERIDDLE0403 Pricing Summary.
Tab 3B—Mobilization,Travel Charges and Pricing Methodology 69
Tab 3C—Additional Pricing Information 94
Tab 4A— Primary Contract Documents, Support and Maintenance Information 95
Tab 4B—Sample Supplemental or End-User Agreement(s) 98
Tab 5—Additional Information Please call Mohave for information.
Click section title to be taken directly to that section.
3/31/14 EH
Mohave Educational Services Cooperative, Inc.
625 E. Beale St. • Kingman • AZ • 86431 • 928-753-6945 • www.mesc.org
RIDDLE 1
Painting
& Coatings
IFB 15E-0324
There are no addendums to this proposal.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
mom..
General Terms and Conditions
1. CANCELLATION
1.1.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 is acquired
by an independent third party.
1.2.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. 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.
1.3.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. 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.
1.4.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;
• Failing to adequately perform the services set forth in the scope of work/services 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
• Failing to provide required performance bonds;
• Performing work or providing 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.
1.5.Cancellation for replacement: Mohave reserves the right to cancel a contract awarded
under this solicitation and replace it with a newer contract awarded to the same contract vendor
for similar goods 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
replace the contract rests solely with Mohave.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
1.6.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.
1.7.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.
1.8. 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 of software, equipment or hardware provided to Mohave for demonstration or
evaluation are not considered gratuities.
2. CERTIFICATION
By signing the Offer and Acceptance Form (page 53 of the IFB), bidder certifies the following:
• Bidder has examined and understands the terms, conditions, scope of work/services and
specifications and other documents in this solicitation.
• The submission of the bid 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.
• Bidder 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 bidder, nor any officer, director, partner, member or associate of bidder, 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.
• Bidder agrees to comply fully with any and all provisions of ARS Title 32, Chapter 10
(Registrar of Contractors) that may regulate bidder's business.
• Bidder 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).
• Bidder 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, bidder 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, bidder shall provide the equipment, commodities, and/or services to
members of Mohave in accordance with the terms, conditions, scope of work/services,
specifications, and other documents of this Invitation For Bid.
• If awarded a contract, bidder 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).
• Bidder 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 federal
immigration laws by Arizona employers, Arizona contractors and Arizona subcontractors in
accordance with the E-Verify employee eligibility verification program.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
3. CONFIRMATION
If an apparent mistake in a bid, relevant to the award determination is discovered after opening and
before award, Mohave shall contact the bidder for written confirmation of the bid. If bidder fails to
act, the bidder shall be considered non-responsive.
Mohave may contact a bidder to confirm our understanding of the bid. Such contact shall be prior to
award. Mohave shall obtain written confirmation from the bidder and shall retain the confirmation in
the procurement file.
4. CONFIDENTIAL INFORMATION
4.1.Confidential information request: If bidder believes that its bid contains confidential trade
secrets or other proprietary data not to be disclosed, a statement advising Mohave of this fact
shall accompany the bid, and the information shall be so identified wherever it appears. Mohave
shall review the statement and provide their determination in writing whether the information
shall be withheld. If Mohave determines to disclose the information, Mohave shall inform bidder
in writing of such determination. Requests to deem the entire bid as confidential will not be
considered.
4.2. Pricing: Mohave will not consider pricing to be confidential or proprietary.
4.3. Public record: All bids 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.
5. COOPERATIVE PURCHASING
5.1.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 contract that prohibits sales from being made to
specific types of members (for example, state agencies or local government units) may not be
considered. Sales without restriction to any members are preferred.
5.2.Cooperative purchasing agreements: Cooperative Purchasing Agreements between
Mohave and its members have been established under Arizona procurement rules and code for
use of contracts.
5.3. Most favored customer: Bidder agrees all prices, terms, warranties, and benefits granted by
bidder to members through this contract are comparable to or better than the equivalent terms
offered by bidder to any present customer meeting the same qualifications or requirements.
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. 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.
6. ESTIMATED QUANTITIES
Mohave anticipates considerable activity resulting from this solicitation. An estimate of purchases is
provided in the Scope of Work/Services (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.
7. EVALUATION and AWARD
7.1. Basis of award: Award(s) will be made to the responsive and responsible bidder(s) whose
bid(s) is (are) determined in writing to be the low responsive and responsible bid or bids.
Mohave reserves the right to use model projects/market baskets to determine the low ranking of
bids. It is Mohave's intent to award a complete line of products, when possible and
advantageous.
r.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
7.2. Deviations and exceptions to requirements: All requested exceptions/deviations must be
clearly explained. Unacceptable exceptions/deviations shall remove your bid from consideration
for award. Mohave shall be the sole judge on the acceptance of exceptions and Mohave's
decision shall be final.
7.3. Formation of contract: A response to this solicitation is an offer to contract with Mohave
based upon the terms, conditions, scope of work/services, and specifications contained in this
request. A bid does not become a contract unless and until Mohave accepts it. A contract is
formed when a Mohave administrator signs the award document.
7.4. Multiple award: To assure that our contracts meet the requirements of all members, Mohave
may award multiple contracts. Bidder 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,
bonding capacity, geographic area(s) served, Mohave's past experience with contracts for
similar product/services, and/or other relevant criteria.
7.5. 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.
7.6. 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/services 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.
7.7. Responsible bidder: A responsible bidder 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 a bidder to be responsible before awarding a contract to
bidder.
7.8. Responsive bids: A responsive bid reasonably and substantially conforms to all material
requirements of the solicitation. Bids must be responsive to receive award consideration.
Mohave reserves the right to waive minor informalities.
8. FEDERAL and STATE REQUIREMENTS
8.1.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
IFB 15E-0324 Mohave- Serving Arizona Since 1971
care benefits for its employees who provide services to the member as required by state or
federal law.
8.2.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, 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, General Conditions of the Contract for Construction
• 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
(http://www.hud.gov).
8.3.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.
8.4.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 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
IFB 15E-0324 Mohave - Serving Arizona Since 1971
default, and suspension and/or debarment of the contract vendor. All costs necessary for
compliance are the responsibility of the contract vendor.
8.5. 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.wdol.gov or by requesting a copy from the member.
8.6. Non-compliance: All federally assisted contracts to members that exceed $10,000 may be
terminated by the federal grantee for noncompliance by contract vendor. In projects that are
not federally funded, bidder 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.
8.7.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/services 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.
8.8.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.
9. FORCE MAJEURE
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.
10.INDEMNIFICATION
10.1.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.
10.2.Modification by member: Contract vendor shall have no obligation with respect to any
patent and copyright infringement claim based upon member's modification of the equipment
and/or software, or its operation or use with apparatus, data or programs not furnished by
IFB 15E-0324 Mohave - Serving Arizona Since 1971
contract vendor. However, one member's action will not preclude contract vendor's obligation to
others not having modified their equipment or software.
10.3.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.
11.LICENSES
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. Contract vendor
shall remain fully informed of and in compliance with all 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.
12.OFFER ACCEPTANCE PERIOD/WITHDRAWAL
12.1.Late bids: Except as authorized by Arizona procurement rules and code, late bids shall not be
considered. Bidder shall be responsible for all shipping costs when requesting the return of a
late bid.
12.2.Withdrawal of bid: A bidder may withdraw a bid in writing at any time before bid opening if
the withdrawal is received before the bid due date and time at the location designated in the
invitation for bids for receipt of bids. After the opening time and date, bids may not be
withdrawn, except as allowed by Arizona procurement rules and code.
f`w' 13.ORDERING CYCLE
13.1.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.
13.2.Audit of contract activity: Mohave will audit some of the purchases made under this
contract. The contract vendor agrees to provide all documentation necessary for Mohave to
audit purchases made under contract, including invoices, credits and statements issued to
members, in a timely fashion.
13.3.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.
13.4.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.
13.5.Orders 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 orders must be in the possession of Mohave within a
r i
reasonable amount of time.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
P
13.6.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.
13.7.Quotations: Quotations with no end date are considered invalid after sixty (60) days from the
issue date.
14.OVERVIEW
14.1.Advertising: Bidder 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 and services to members. Any promotional marketing materials using the
Mohave logo must be approved by a Mohave Contract Specialist in advance.
14.2.Modification of contract: An awarded contract may be amended for a variety of reasons.
Contract modifications will be issued as deemed necessary by Mohave to address contractual
issues that may arise.
14.3.Applicable law: 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.
14.4.Application of law: The Arizona Procurement Code, the Arizona State Board of Education
School District Procurement Rules, and the Uniform Commercial Code (UCC) 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.
14.5.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.
14.6.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.
14.7.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.
14.8.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.
14.9.Bid opening: Bids shall be opened immediately following the bid due date and time. Sample
pricing will be publicly read and recorded in the presence of witnesses. All other information in
the bids shall remain confidential until after award of contracts, with the exception of review by
Mohave staff and selected evaluators.
14.10. Brand names: The names of major businesses and their products that appear without the
trademark or service mark remain the property of their respective owners.
14.11. 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.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
14.12. 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.
14.13. 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.
14.14. Definition of time: Periods of time, stated as a number of days, shall be in calendar days,
not business days.
14.15. Eligible agencies: Any contract awarded from this solicitation shall be available to all
Mohave members. 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
over 430 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 will be at the sole discretion of
Mohave's members.
14.16. 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.
14.17. 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/services and specifications
4. Attachments and exhibits
5. Documents referenced or included in the solicitation
14.18. Pricing extension errors: In case of error in extension of prices in the bid, unit prices
shall govern.
14.19. Relationship of the parties: 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.
14.20. Removal from prospective bidders list: Any bidder submitting a perfunctory bid with no
serious intent of being accepted may be removed from Mohave's prospective bidders list. Any
vendor not responding to two (2) consecutive Invitations for Bid for similar procurements may
IFB 15E-0324 Mohave - Serving Arizona Since 1971
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 list.
14.21. 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.
14.22. Successful performance: The sections of solicitation defining the scope of services,
requirements, qualifications, etc., are not to be construed as a complete listing that exempts
successful bidder from reasonable services required to ensure successful performance under the
contract.
15.PAYMENT
15.1.Billing: 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.
15.2.Contacting member about payment: Contract vendor may contact member directly for
payment for a product or service delivered to the member under the contract. Such contact shall
be professional and courteous.
15.3.Contract vendor invoice: 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, etc.).
15.4.Contract vendor payment: Member shall issue payment to contract vendor after receipt of
invoice.
15.5.Correct billing: 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.
15.6.Credit hold: Contract vendor agrees to advise Mohave's Procurement Manager of a
member(s) being placed on credit hold, within five (5) days of the action.
15.7.Payment time: Payment terms are net thirty (30) days from receipt of contract vendor's
invoice.
15.8.Progress payments: Members may make progress payments under the following conditions:
1) Member and contract vendor agree to the terms of the progress payments prior to issuing a
purchase order; 2) the purchase order describes the amounts/percentages to be paid and the
dates/frequency of payment; 3) member accepts responsibility for verifying the validity of each
payment application; 4) payments are made only after goods and/or services are verified; and
5)any such payments be made in full compliance with member's local governing entity rules and
any and all other applicable state rules and regulations.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
15.9.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.
15.10. 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 in the previous month. 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. Payment and report
are due as per a schedule agreed upon by Mohave and contract vendor. The initial due date
shall be the 10th, 15U,, 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
16.PREPARATION OF BID and BID FORMAT
16.1.Modification of bid: A bidder may modify a bid in writing at any time before bid opening if
the modification is received before the bid due date and time at the location designated in the
invitation for bids for receipt of bids.
16.2.Bid forms: The forms and format contained in the solicitation shall be used. Bidders 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 bids shall not be considered.
16.3.Bidder responsibility: Bidder 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 bid. Failure to examine any requirements shall be at bidder's risk. Negligence in
preparing a bid confers no right of withdrawal after due date and time.
16.4.Cost of bid preparation: Mohave will not reimburse the cost of developing, presenting, or
providing any response to this solicitation.
17.PRODUCT LINES
17.1.Current products: Bids shall be for materials and equipment in current production and
marketed to the general public and education/government agencies at the time the bid is
submitted.
17.2.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. New products shall be submitted for approval following
the process detailed in the Special Terms and Conditions (see Pricing, New
catalogs/pricelists), prior to being offered to members.
17.3.New products/services: New products and/or services that meet the scope of work/services
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. New products/services must be submitted and approved by Mohave,
to". prior to being offered to member. Mohave may reject any additions without cause.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
17.4.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.
17.5.Product line: Bidders 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.
18.PROTESTS
Protests shall be filed with Julia E. Tribbett, the Executive Director of Mohave (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 Fled with the Executive Director of Mohave 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 pm, local AZ 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 file 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 Executive Director, appellant waives
any objection to the hearing officer awarding Mohave its reasonable attorneys fees and costs along
with the costs for the hearing.
19.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.
20.SAFETY STANDARDS
Items supplied under the contract shall comply with applicable Occupational Safety and Health
Standards of the Arizona Industrial Commission, National Electric Code, and National Fire Protection
Association Standards.
21.SHIPPING
21.1.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 contract.
21.2.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.
21.3.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.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
21.4.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.
22.SUSPENSION OR DEBARMENT STATUS
Bidder shall include a letter in its bid 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 bidder
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.
23.TAXES
23.1.Federal Excise Tax: Most members are exempt from paying Federal Excise Tax.
23.2.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.
23.3.Pre-tax prices: Prices shall not include applicable state and local taxes. All applicable taxes
must be listed as a separate item on all invoices and will be paid by member issuing the
purchase order.
23.4.Property taxes: Arizona public agencies may not pay state property taxes. (Arizona
Constitution, Article 9, Section 2)
23.5.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.
23.6.Transaction Privilege Tax (Sales Tax): Most members are taxable. Transaction Privilege
Taxes in Arizona may include state, county and city taxes. The tax status of the ordering
member determines if and when Transaction Privilege Taxes are to be applied. Documentation
for members who do not pay Transaction Privilege Tax is available upon request from member.
Contract vendor is responsible for charging taxes correctly.
23.7.Taxes on construction: Contract vendors for construction-related projects must follow the
latest Arizona Administrative Code, Department of Revenue, transaction privilege tax procedure
as described in R-15-5-602. Since the work is performed for and payments will be received from
Mohave's members, the contract vendor is considered a prime contractor by R-15-602 (C, 1, a).
Transaction privilege taxes on contracting shall be separately stated on invoices.
=fH^P^
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Standard Terms and Conditions for Construction
1. BID SECURITY
1.1.Amount of bid security: All bidders for a contract under this IFB shall include acceptable bid
security in the amount of$100,000 with the submission of their bid.
1.2. Bid security requirement: School procurement rules [R7-2-1102 (A)] and as applicable in ARS
§ 34-222 and 41-2573, require that all competitive sealed bidding for construction have bid
security, if the amount of the construction contract will exceed the amount established by ARS §
15-213(A). Bid security as a percentage of the bid amount is unacceptable, as this is a term
contract with no specific bid amount. Bid security must be in the amount stated above in
"Amount of bid security."
1.3. Form of bid security: Acceptable bid security for this IFB will be a certified or cashier's check,
or an annual or one time bid bond underwritten by a surety company licensed to issue bid bonds
in Arizona [R7-2-1102 (B, C), ARS § 34-222 and 41-2573]. Bid security may be provided using
the form found in the primary contract document pages of this IFB, with the principal being the
prime contractor and the Obligee being Mohave Educational Services Cooperative, Inc. An agent
of your licensed bonding agency shall sign the letter. If the original letter is not signed and/or
has conflicting information, it shall render your bid nonresponsive.
2. CHANGE ORDERS
2.1.Adherence to specifications and drawings: The contract vendor shall follow the
requirements of all specifications and drawings as closely as actual construction and work of
contract vendors shall permit. Should existing conditions or limitations require a major change
or rearrangement, the change shall be allowed only upon issuance of a written change order.
2.2.Change order requirement: Member and contract vendor shall establish a procedure for
identifying and approving changes to the work. Member shall notify Mohave of any change that
revises the cost of the project. Contract vendor shall not begin the revised work prior to receipt
of the Mohave reviewed member change order.
Contract vendor agrees to follow all applicable rules and regulations for any change orders,
including R7-2-1005 and as applicable in ARS § 41-2552.
Change orders shall be properly documented in writing. Minor changes mutually agreed between
the member and the contract vendor that do not involve compensation may be made without
informing Mohave, unless such change significantly modifies the scope of work and needs to be
documented.
2.3.Costs for changes associated with improper checking or coordination: The cost of any
change in construction due to improper checking of site and/or other conditions, or coordination
by contract vendor, shall be borne by the contract vendor, and the contract vendor shall not be
entitled to reimbursement for such costs.
3. CONSTRUCTION CONTRACTS
3.1. Cancellation by Mohave: Mohave reserves the right to cancel a contract resulting from this
IFB if the original contract holder is sold and ownership is transferred to a new party. If Mohave
cancels the contract, the cancellation clause will be exercised, as required.
3.2.Compensation: Compensation for received goods, terms of progress payments, and a
schedule of payments shall be described in the contract. The agreement shall state that Mohave
will not be responsible for any late fees due the contract vendor by the member.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
3.3.Member delays: As required by ARS § 15-213 (D), the contract vendor shall negotiate with
member for the recovery of damages related to expenses incurred by the contract vendor for a
delay for which the member is responsible, which is unreasonable under the circumstances and
which is not within the contemplation of the parties to the contract between the two parties.
Any such negotiations shall not void any provisions between the parties that require notice of
delays, provide for arbitration or other procedure for settlement or provides for liquidated
damages.
3.4.Construction contract requirement: In any contract between the contract vendor and a
member based on this contract, the terms and conditions of this contract shall prevail. In any
contract between the member and the contract vendor, the scope of work shall include all
specifications, drawings, and other official documents. All applicable codes around which the
contract is made shall be included, as will any technical specifications and general conditions.
The contract vendor shall acquire and pay for all permits and approvals from local, county, state
and federal offices needed to accomplish the work. Contract vendor shall be entitled to direct
reimbursement for the cost of such permits.
3.5.Form of construction contracts: A contract between the member and the contract vendor
for construction shall be an industry standard agreement. The parties may agree to use the
American Institute of Architects (AIA) General Conditions of Contract for Construction Form
A201 as a guide.
3.6.Member representative: All formal contact between the contract vendor and/or contract
vendor's personnel and the member shall be processed through the member representative.
The member shall designate the member representative at the time of purchase.
3.7.Terms of acceptance: Terms for acceptance by the owner and title to work must be clearly
agreed upon and described in the contract. If any part of the construction requires the member
to assume control before the completion, this shall be defined. Both parties shall agree on the
definition of what constitutes final acceptance. Upon completion of the project, the worksite
shall be left in a condition equal to or better than before the project.
3.8.Void provisions: A provision, covenant, clause or understanding in, collateral to or affecting a
construction contract that makes the contract subject to the laws of another state or that
requires any litigation, arbitration or other dispute resolution proceeding arising from the
contract to be conducted in another state is against public policy of the State of Arizona and is
void and unenforceable. (ARS § 15-213 and 34-227)
3.9.Work performed by the member: Work to be performed by the member must be clearly
described and agreed upon prior to project start up.
4. CONSTRUCTION SCHEDULE
4.1.Schedule adjustment: The member retains the right to extend the schedule of work or to
suspend the work, and to direct the contract vendor to resume work when appropriate. The
agreement must describe an equitable adjustment for added costs caused by any suspension.
Any increases shall be invoiced per approved contract pricing as allowed in the agreement.
4.2.Schedule requirement: A schedule for performance of work that can be met without planned
overtime is the responsibility of the contract vendor.
4.3.Work crew size: The cost for each project shall include all costs of all necessary trained
personnel to complete the project on or before the completion date(s) set forth in the contract.
The member shall not incur additional expense for upsized crews, nor overtime costs, which
might be necessary for the contract vendor to complete the project on schedule.
5. COORDINATION
5.1.Conflict with member activities: The contract vendor and member shall coordinate activities
so as to avoid conflicts. The contract vendor shall make every reasonable effort not to interrupt
IFB 15E-0324 Mohave - Serving Arizona Since 1971
scheduled member activities with work under the contract. The contract vendor shall notify the
member of any construction work that may negatively impact scheduled member activities due
to noise, etc.
5.2.Coordination with other vendors: The contract vendor shall coordinate with other
contractors.
5.3.Interruption of other work: The contract vendor shall employ such methods or means as
will not cause any interruption of, or interference with, work of any other contractor on the
project site.
6. DELIVERY OF CONSTRUCTION MATERIALS:
6.1.Condition of materials on delivery: The contract vendor shall deliver materials to the
worksite in new, dry, unopened, and well-marked containers showing product and contract
vendor's name. Damaged or unlabeled materials will not be accepted.
6.2. Delivery requirement: The contract vendor shall deliver materials in sufficient quantity to
allow for continuity of work. Delivery shall be coordinated with the member's representative.
6.3. Precautions: The contract vendor shall take all necessary precautions to protect its materials
from damage, theft and misuse. The member shall have no responsibility for such precautions
or protection.
6.4. Rejected and damaged material: Damaged or rejected materials shall be immediately
removed from the work area.
7. INSURANCE
7.1. Course of Construction Insurance: Upon request from member, contract vendor shall purchase
and maintain course of construction insurance equal to the estimated replacement cost of the
property after completion of the entire work at the site as called for in the purchase order. The r
insurance form will be an "all risk" type policy with standard exclusions. Coverage shall include
temporary structures, scaffolding and office trailers at the site, as well as materials and equipment
at the site destined to become a permanent part of the property. Any additional costs associated
with course of construction insurance must be identified in the pricing workbook.
7.2. Deductibles: Contract vendor shall pay the deductibles required by the insurance provided under
this agreement.
7.3. Indemnification: During the life of the contract, 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 fire 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.
7.4. Proof of Insurance: Evidence of the required insurance shall be provided by means of a
certificate of insurance naming Mohave as the certificate holder. In addition, contract vendor
must be willing to provide, upon request, identical certification of insurance to any member
using this contract. Upon request, contract vendor shall provide member with a certificate of
insurance naming the member as an additional insured. All insurance policies shall include a
clause to the effect that the policy shall not be cancelled or reduced, restricted or limited until thirty
days after the member has received written notice, evidenced by a return receipt of a registered or
certified letter, of the proposed action.
7.5. Scope of Insurance: Contract vendor's insurance shall provide adequate protection for contract
vendor and contract vendor's subcontractors, respectively, 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
IFB 15E-0324 Mohave - Serving Arizona Since 1971
incorporated within the United States (exclusive of Territories or Possessions) and licensed or
authorized to do business in Arizona.
8. LABOR PRACTICES
8.1.Labor practices: The contract vendor must agree to treat its labor in keeping with its labor
contract agreement and to the best interest of the member. Any overtime practices or
retroactive agreements with labor unions that would be to the detriment of the member must be
limited to only those approved by the member.
8.2.Labor requirements: The method and manner of performance must be stated: employees of
the contract vendor are not employees of the member; the level of competency of the personnel
will be subject to approval by the member; the contract vendor must agree to comply with all
local, state and federal laws; adjoining property owners must not be annoyed by noise,
pollutants, material hauling operations; procedures for dealing with fire, theft, and storm
damage must be established; methods the contract vendor will use to guarantee safe job
practices relating to the health and welfare of the member employees and contract vendor
employees will be clearly stated.
8.3.Quality of work: All work under the contract shall be accomplished by experienced craftsmen,
helpers and laborers under the supervision of the foreman or supervisor.
8.4.Removal of Employee or Representative: The member shall have the right to require the
contract vendor to remove from the project any employee or representative of the contract
vendor, its subcontractors or suppliers that the member may deem incompetent, careless,
insubordinate, or otherwise unacceptable.
8.5.Supervision: The contract vendor shall furnish the services of an experienced foreman or
supervisor who will continually be in charge of work on the project. The foreman or supervisor
shall provide continuous supervision, coordination and inspection of the work required under the
contract.
9. LIQUIDATED DAMAGES
Any agreements on liquidated damages and early completion incentives shall be between the
member and the contract vendor and must be agreed upon in writing prior to start up. If the
member declines a liquidate damages or early incentive agreement, the contract vendor shall obtain
a written and signed statement to this effect. Mohave shall not be a party to liquidated damages or
early completion incentive agreements.
10.MEMBER COSTS
Temporary electrical service and the cost for power, the cost for water, and other member costs shall
be identified in writing and agreed upon.
11.PERFORMANCE AND PAYMENT BONDS
11.1. Issuing performance and payment bonds: Upon execution of a contract between a
member and the contract vendor, performance and payment bonds shall be provided to the
member as required in ARS § 34-222, 34-223, 28-6923, 41-2574, or R7-2-1103 (A, B, C, D), as
applicable. The contract vendor agrees to notify the member in writing of this requirement
before accepting any work orders.
The contract vendor will supply Mohave with a copy of the bonds upon request. If the contract
vendor fails to deliver any required performance or payment bond, the contract with Mohave
may be cancelled.
Members who elect to waive these bonds must indicate their decision, in writing, to Mohave.
For members who are required to obtain performance and payment bonds per the above
requirements, contract vendor agrees to provide these bonds to the member.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
11.2. Payment bond requirement: An irrevocable payment bond in an amount equal to 100% of
the price specified in the contract between the member and the contract vendor shall be
executed by a surety company authorized to do business in Arizona. This bond will protect all
persons supplying labor and material to the contract vendor for the performance of the work
provided in the contract.
11.3. Performance bond requirement: An irrevocable performance bond in an amount equal to
100% of the price specified in the contract between the member and the contract vendor shall
be executed by a surety company authorized to do business in Arizona.
12.PROGRESS PAYMENTS
12.1. Progress Payments on Construction: R7-2-1105 allows for progress payments if the
contract vendor agrees to adhere to ARS § 41-2577 (B) (D) (F) and as applicable in ARS § 34-
221. All progress payments must be invoiced to the member; it is the responsibility of the
member to review and approve any estimates of work completed. If the member issues a
written statement to the bidder that the estimate of work is not approved and certified, the
member may withhold an amount from the progress payment the member reasonably expects
to incur in correcting the deficiency set forth in the written finding, as permitted in R7-2-1105
(A). In such cases, the bidder agrees to hold Mohave harmless for any deficiency of payment.
Progress payments may be made to the contract vendor on the basis of a duly certified and
approved estimate of work performed during the preceding month. The contract vendor must
agree to pay any subcontractors or material suppliers within seven days of their receipt of the
progress payment, unless otherwise agreed on in writing between the parties.
12.2. Schedule of payments: Once all bonds are in place, the contract vendor and the member
will agree upon a schedule of payments based on identifiable milestones.
If any payment is delayed beyond 30 days from the due date, the bidder agrees not to charge
Mohave interest on the late payment. Any late charges will be the total responsibility of the
member. The bidder may extend any due date to avoid the requirement to pay interest in R7-2-
1105 (D)and ARS § 41-2577 (E) and as applicable in ARS § 34-221.
Acceptance of final payment is a waiver of all claims except unsettled claims previously made in
writing.
12.3. Subcontractor notification: A subcontractor to the prime contractor may request, in
writing, that member notify the subcontractor in writing within five (5) days from payment of
each progress payment made to the prime contractor [R7-2-1105 (C) and ARS § 41-2577 (C)
and as applicable in ARS § 34-2211 Upon request, the prime contractor must provide Mohave
or the members with a contact name, title, company name, mailing address and fax number for
all subcontractors and suppliers that are covered by a payment bond.
13.PROJECT ADVERTISING
The contract vendor must agree that the member reserves the right to release information about the
project and that any advertising of the project by the contract vendor must be approved by the
member.
14.PROJECT COMPLETION
14.1. Project documents: Upon completion of the work, the contract vendor shall present the
member with all documents necessary to closeout the project. Maintenance manuals, drawings,
warranties on installed equipment, etc., shall be given to the member.
14.2. Unfinished work: Even if final payments are made, if the member discovers an unfinished
job that should have been completed, the contract vendor shall complete the work in a timely
fashion at no additional cost.
15.PUBLIC WORKS
IFB 15E-0324 Mohave- Serving Arizona Since 1971
15.1. Preservation: The contract vendor shall be responsible for the preservation of all public and
private property included on or adjacent to the worksite. This requirement shall apply to the
surface and hidden features of the property.
15.2. Receipt of public funds: Contract vendors and subcontractors will meet the requirements
of ARS § 34, Article 3, for eligibility to receive public funds.
15.3. Residency requirement: ARS § 34-302 states that only persons who have been for not less
than one year a bona fide resident of Arizona shall be employed in the performance in any
public work. A public works contract is defined in ARS § 34-321 as "a contract to which the
state or a political subdivision is a party involving the employment of laborers, workmen or
mechanics in the construction, alteration or repair of public buildings or improvements." It shall
be the responsibility of the contract vendor to comply with these laws, when applicable.
15.4. Restoration: The contract vendor shall repair, rebuild or otherwise acceptably restore any
property on or adjacent to the worksite that was damaged during the course of work on the
project. Such restoration shall be at the contract vendor's expense, and is not subject to
reimbursement by the member.
15.5. Rules, regulations and codes: Construction work on public buildings shall be in
compliance with the state fire code unless a fire code has been adopted by the city, town,
county or fire district in which the building is located. Public buildings shall be constructed in
compliance with applicable building, plumbing, electrical, fire prevention and mechanical codes
adopted by the city, town, county or fire district in which the building is located. If a public
building is built in an area that has not adopted local codes, the building shall be designed or
constructed according to the state fire code adopted by the state fire marshal and the building,
plumbing, electrical, fire prevention and mechanical codes that apply in the largest city in the
county in which the building is located. Public buildings are subject to those codes that apply
` ` and are in effect when the building is designed or constructed and to the currently adopted
codes when a building is found to be structurally unsafe, without adequate egress, or a fire
hazard or are otherwise dangerous to human life. "Public Building" means a building or
appurtenance to a building that is built in whole or in part with public monies (see ARS § 34-
461).
16.RETENTION
16.1. Retention requirement: Ten (10) percent of all contract payments shall be retained by the
member as insurance of proper performance of the contract vendor. Contract vendor agrees to
identify the amount to be retained on invoices to member for each progress payment.
When fifty (50) percent of the work is completed, one half of the amount retained shall be paid
to the contract vendor if the contract vendor requests payment and If the member is satisfied
with the progress of the work.
After the work is fifty (50) percent completed, no more than five percent of the amount of any
subsequent progress payments shall be retained, unless the governing board of the member
determines satisfactory progress is not being made, at which point ten percent retention shall be
reinstated.
16.2. Substitute security: If the member and the contract vendor agree to a substitute security,
the agreement must be in full compliance with R7-2-1104 (D, E, F, G), or 41-2576 as applicable
to the purchasing member. If a substitute security is agreed to, the contract vendor must
provide Mohave and the member with a signed and acknowledged waiver of any right or power
of the obligor to set off any claim against Mohave, or the member in relationship to the security
assigned.
17.RULES, REGULATIONS AND CODES
IFB 15E-0324 Mohave - Serving Arizona Since 1971
17.1. Certification of personnel regarding renovations, repair, and painting: Personnel
performing renovations, repair, and painting activities that disturb lead-based paint in target
housing and child-occupied facilities constructed before 1978, shall comply with Part II,
Environmental Protection Agency, 40 CFR Part 745, Lead; Renovation, Repair, and Painting
program; Lead Hazard Information Pamphlet(htto://www.epa.ciov/).
17.2. Compliance: All work will be accomplished in conformance to OSHA safety requirements,
and any additional federal, state, or local fire or safety requirement. When specifications or
scope of work will result in a violation of a code or result in an unsafe condition, the contract
vendor must inform the member of the situation. The contract vendor will not construct any
device or produce any condition that intentionally violates a fire or safety code or safety
standard.
17.3. Hazard notification: Contract vendor must advise member whenever work is expected to
be hazardous.
17.4.Liens/serial numbers: All materials shall be free of liens. Bids must be for equipment on
which the original manufacturer's serial number has not been altered in any way.
18.SUITS FOR NONPAYMENT OR NONPERFORMANCE
All suits for nonpayment or nonperformance shall be filed as allowed in R7-2-1103 (F).
19.SURETY COMPANIES
Surety company requirements: Surety companies issuing bid bonds, performance bonds and/or
payment bonds under this contract must be licensed by the Arizona Department of Insurance.
Evidence of such license will be the name of the surety company on the monthly surety listing
provided by the Corporate and Financial Affairs Division of the Arizona Department of Insurance
(www.id.state.az.us).
20.WARRANTY/MAINTENANCE CONTRACTS
20.1. Extended warranties/service contracts: The contract vendor or a manufacturer may
offer extended warranties available at extra cost for members that agree to a maintenance
contract. The maintenance contract shall be offered as a separate line item. Upon request,
training must be offered by the contract vendor for the maintenance staff of the member and
will be arranged before installation as part of the purchase contract. This training shall be priced
per contract pricing.
20.2. 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.
21.WORKSITE
21.1. Site access: The member shall provide an all-weather road to the site and prepare the site
with room for construction equipment.
21.2. Site conditions: The condition of the site before start up shall be agreed upon between the
member and the contract vendor and shall be written into the contract.
21.3. 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.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Until final acceptance by the member, it shall be the contract vendor's responsibility to protect
all materials and equipment. The contract vendor warrants and guarantees that title for all work,
materials and equipment shall pass to the member upon final acceptance. Payment for stored
materials shall not constitute final acceptance of such materials.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
General Terms and Conditions and
Standard Terms and Conditions for Construction
Acceptance Form
Signature on Page 53 certifies complete acceptance of the General Terms and Conditions and
the Standard Terms and Conditions for Construction 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 the Standard Terms
and Conditions for Construction:
X11X We take no exceptions/deviations to the General Terms and Conditions and the Standard Terms
and Conditions for Construction.
(Note:If nothing is listed below, it is understood that no exceptions/deviations are taken.)
❑ We take the following exceptions/deviations to the General Terms and Conditions and the
Standard Terms and Conditions for Construction. All exceptions/deviations shall be clearly
explained. Reference the corresponding general terms and conditions and/or Standard Terms
and Conditions for Construction that you are taking exceptions/deviations to. Clearly state if you
are adding additional terms and conditions to the General Terms and Conditions and the -�
Standard Terms and Conditions for Construction. 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 bid from consideration for award. Mohave shall be the sole judge on the
acceptance of exceptions and Mohave's decision shall be final.)
IFB 15E-0324 Mohave- Serving Arizona Since 1971
Special Terms and Conditions
The following Special Terms and Conditions are in addition to the applicable General Terms and
Conditions and Standard Terms and Conditions for Construction that appear on pages 33-51 Please
review them and complete the Special Terms and Conditions Acceptance Form(page 32).
1. DELIVERY
1.1. 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.
1.2. Defective goods: Contract vendor agrees to pay for return shipment of goods that arrive in a
defective or non-operable condition. Contract vendor shall arrange for return shipment of
damaged or defective goods.
1.3. Delivery time: Failure to deliver any order within the time frame specified on the purchase
order may result in cancellation of that purchase order.
1.4.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.
1.5.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. Shipping charges on returns must be identified. Restocking
and return shipping charges shall be identified on the price workbook.
2. FORM OF CONTRACT
2.1.Contract vendor contract documents: Mohave will review prospective contract vendor
contract documents. Contract vendor's contract documents shall not become part of Mohave's
contract with contract vendor unless, and until, an authorized representative of Mohave reviews
and approves them. If a firm submitting a bid requires member to sign an additional agreement,
a copy of the proposed agreement shall be included with the bid.
2.2.Form of contract: The form of contract for this solicitation shall be the Invitation For Bid, the
awarded bid(s), and properly issued member purchase orders referencing the requirements of
the Invitation For Bid.
2.3.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.
3. INSTALLATION
Installation shall be scheduled directly with the 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.
4. INSURANCE
4.1.Liability insurance: Prior to commencing services under this contract, contract vendor shall
procure and maintain during the life of this agreement, comprehensive public 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 by means of a current
certificate of insurance with the coverage as stated above, with your bid. 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 2b.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
In addition, contract vendor must be willing to provide, upon request, identical certification of
insurance to any member using this contract.
4.2.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 and
member.
4.3.Workers' compensation insurance: Contract vendor shall also procure and maintain during
the life of this agreement, workers' compensation insurance for all of contract vendor's
employees engaged in work under the contract. All workers' compensation insurance will be in
compliance with state statute and evidenced by a certificate of insurance.
5. 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. If a third party is used to provide maintenance or warranty work, bidder must include details
of any such arrangement in the bid. 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. Maintenance facilities must have sufficient parts
inventory to provide quality service on products sold to members.
6. MANUFACTURER SUPPORT
Bidders submitting bids as a manufacturer's representative must be able, if requested by Mohave, to
supplement the bid with a letter from the manufacturer certifying that bidder is a bona fide dealer for
the equipment offered, that bidder is authorized to submit a bid on such equipment, and which
guarantees that should bidder fail to satisfactorily fulfill any obligations established as a result of the
award of contract, the manufacturer will either assume and discharge such obligations or provide for
their competent assumption by one or more bona fide dealers for the balance of the contract period.
7. 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 separate from approved contract
pricing. A copy of the additional member agreement shall accompany the member purchase order.
8. BID ACCEPTANCE PERIOD
A bid submitted in response to this solicitation shall be valid and irrevocable for one hundred twenty
(120)days after opening time and date.
9. OVERVIEW
9.1. Bidder qualifications: It is preferred that the bidder has extensive knowledge and at least
three (3) years experience with the products and services offered. Mohave reserves the right to
accept or reject newly-formed companies solely based on information provided in the bid and/or
its own investigation of the company.
9.2. Bid Bond: Bidder shall provide an original bid bond or alternate bid security in the amount of
$100,000. Place after Tab it Note: Bid security as a percentage of the bid value (e.g. —
10%of contract award) is not acceptable.
9.3. Bonding Capacity: The required minimum single job bonding capacity for this contract shall be
$750,000. Provide a letter from your bonding agency describing your current bonding capacity
IFB 15E-0324 Mohave - Serving Arizona Since 1971
(single and aggregate levels) and how much bonding capacity will be available for this contract.
An agent of your licensed bonding agency shall sign the letter. If the original letter is not signed
and/or has conflicting information, it shall render your bid nonresponsive. P/ace letter from
bonding agency after Tab if.
9.4. Order cycle overview:
1.Member forwards purchase orders to Mohave that lists the contract number. Vendor listed on
the purchase order is contract vendor.
2.Mohave reviews and emails member order with"MESC 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 purchases.
10.PRICING
10.1.Administration fee: Mohave's 1% administration fee shall be included in bidder'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 Mohave
receives a member purchase order or the date of a valid contract vendor's quote 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 IFB must be based upon:
1. Percent of discount(s) off manufacturer's price list(s) or catalog(s);
2. Firm fixed price with economic adjustment (contingencies for economic price adjustments
must be identified in the bid); or
3. A combination of the above.
10.4.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 bid. Include a copy of the latest edition of all applicable
price lists or catalogs to which discount shall be applied with your bid. Submission of outdated
price lists or catalogs may result in rejection of bid.
10.5.Combination pricing: Bids 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.
10.6.Decimal places: Pricing shall use a maximum of three (3) decimal places, unless specified
otherwise.
10.7.Discounts: Discounts must clearly identify the percent of discount to apply to the price list. If
multiple discounts apply, bidder shall clearly indicate the discounts and applicable materials or
services. Bidder shall agree that there will be no reduction in discount(s) during the term of
contract.
10.8.Effect of price: No contract shall be awarded solely on the basis of price.
10.9.Established catalog price: The price included in a catalog, price list, schedule or other form
that:
IFB 15E-0324 Mohave - Serving Arizona Since 1971
• Is regularly maintained by a manufacturer, distributor or contractor.
• Is either published or otherwise available for inspection by customers.
• States prices at which sales are currently or were last made to a significant number of any
category of buyers or buyers constituting the general buying public for the materials or
services involved.
Established catalog price is referred to as manufacturer's price list, price list, or catalogs
throughout this solicitation.
10.10. Fixed prices: Fixed price bids 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 bid. 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 bid submittal and results from an increased
cost to contract vendor that was out of contract vendor's control.
10.11. Fixed price review: Mohave will review requests for fixed price adjustments to determine if
the new prices or another option is in the members' best interests. New fixed prices shall apply
to the contract upon approval from Mohave. Price changes shall be a factor in contract renewal.
10.12. Market basket: If bidder is providing an alternative product in the Market Basket, bidder
must provide specifications for those products. White papers are not specifications and are not
acceptable.
10.13. 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 will be grounds for terminating the contract.
10.14. 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 goods or
services used to fulfill the contract.
10.15. Percent of discount as fixed price: Percent of discount bids that are not based upon
published price lists or catalogs will be administered as fixed price contracts.
10.16. 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. 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 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.
10.17. Price workbook: All bidders must complete the 15E-0324 Painting Pricing Workbook titled
"15E Painting WB.xls". Provide a CD, USB, or similar electronic media device with the
completed workbook in your response. Paper copies of the workbook are required. Failure to
complete and submit the 15E-0324 Painting Pricing Workbook shall render your bid
nonresponsive. Place after Tab 3a. If awarded a contract, all future pricing updates shall be
based on the electronic workbook, or similar approved format.
10.18. 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
IFB 15E-0324 Mohave- Serving Arizona Since 1971
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
may 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.
10.19. Travel time, mobilization, or trip charges: Contract vendor may charge for travel time,
mobilization, or trip charges under this contract. Travel time is a labor rate charged for time in
transit to and from a job site, per person. Travel time may be used with mileage reimbursement,
but shall be listed separately. Travel time charges are only applicable for out of area employees
working in Arizona under this contract. Mobilization or trip charges are charges for the
movement of equipment to the jobsite. 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.
10.20. Special pricing offers: Special pricing offers (e.g., volume discounts) must apply to all
Mohave orders of similar size and scope. Special pricing limited to a single member is not
acceptable. Mohave must approve special pricing before it is offered to any member.
11.SAMPLES
11.1.Sample evaluation: Samples will be compared to bid specifications and evaluated as to
materials used in construction, quality and workmanship, durability, adaptability to the use for
which the items were intended, and overall appearance.
11.2.Sample requirements: Samples may be required prior to awarding a contract. Bidder shall
provide adequate samples and detailed specifications for any item offered. Samples must be
submitted within ten (10) days of request from Mohave.
11.3.Sample submittals: Samples shall be free of charge and submitted and removed by bidder
at bidder's expense. Award samples may be held for comparison with deliveries. Mohave shall
not be held responsible for samples damaged or destroyed in examination or testing. Samples
not removed within thirty (30) days after notice to bidder will be considered abandoned, and
Mohave shall have the right to dispose of them.
12.SITE REQUIREMENTS
12.1.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.
12.2.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(ies) at the school district where services are
provided.
, i
IFB 15E-0324 Mohave - Serving Arizona Since 1971
12.3.Onsite Contract Vendor Responsibilities: The contract vendor is responsible for ensuring
that all onsite work performed under this contract meets or exceeds the 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.
12.4.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.
12.5.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.
12.6.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 state law and
standard practices to protect workers, general public, and existing structures from injury or
damage.
12.7.Smoking: Persons working under the contract shall adhere to local smoking policies.
Smoking will only be permitted in posted areas or off premises.
12.8.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 must be provided to member prior to payment. Such materials must be stored
and protected in a secure location, and be insured for their full value by the contract vendor
against loss and damage. Additionally, if stored offsite, the materials must also be clearly
identified as property of member and be separated from other materials. Member must be
allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite,
as necessary.
Until final acceptance by the member, it shall be the contract vendor's responsibility to protect
all materials and equipment. The contract vendor warrants and guarantees that title for all work,
materials and equipment shall pass to the member upon final acceptance. Payment for stored
materials shall not constitute final acceptance of such materials.
13.SUBCONTRACTORS
13.1.Awarding subcontracts: Bidder agrees that any subcontract competitively solicited by
contract vendor will not be awarded solely upon membership or non-membership in a union or
professional association.
IFB 15E-0324 Mohave- Serving Arizona Since 1971
13.2.Entering subcontracts: Subcontracts shall incorporate by reference the terms and conditions
of the Mohave contract.
13.3.Prime contractor: Contract vendor will be considered a prime contractor and not a
subcontractor. Neither Mohave nor the member will establish a contractual relationship with
subcontractors.
13.4.Subcontracts: No subcontracts shall be entered into with any unlicensed party. Contract
vendor must use subcontractors openly, include such arrangements in the bid, and certify upon
request that such use complies with the current rules of the Arizona Registrar of Contractors and
the Procurement Code. No subcontracting costs may be hidden in a cost bid to member.
13.5.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 paid. 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.
13.6.Use of subcontractors: Labor used to perform work under the contract shall permit the work
to be carried on harmoniously and without delay, and that will not cause any disturbance,
interference or delay 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.
14.TERM OF CONTRACT AND EXTENSION
14.1.Contract period: It is Mohave's intent to award a multi-term contract for the specified
materials, equipment and 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 additional 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.
14.2.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.
14.3.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.
15.WARRANTY/QUALITY GUARANTEE
15.1.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.
15.2.Inspection: The warranties set forth in this section shall not be affected by inspection or
testing of, or payment for the equipment or materials to contract vendor by member.
15.3.Quality: Unless otherwise specified, contract vendor warrants that for 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;
IFB 15E-0324 Mohave - Serving Arizona Since 1971
• Adequately contained, packaged and marked as the contract may require; and
• Conform to the written promises or affirmations of fact made by contract vendor.
15.4.Warranty requirements: Contract vendor warrants that all equipment, materials, 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.
Special Terms and Conditions Acceptance Form
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Signature on Page 53 certifies complete acceptance of the Special Terms and Conditions in this
solicitation, except as noted below(additional pages may be attached, if necessary).
////c� ®Checkh one of the following responses to the Special Terms and Conditions:
/t. 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.)
0 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 bid from consideration for award. Mohave shall be
the sole judge on the acceptance of exceptions and Mohave's decision shall be final.)
IFB 15E-0324 Mohave- Serving Arizona Since 1971
Scope of Work/Services
1. DESCRIPTION
In order to gain economies of scale, Mohave is formally soliciting statewide sources of
exterior/interior painting and other coating applications, as specified within this Invitation for Bid.
These products/services are requested for Mohave's membership of over 430 public agencies.
Contracts, in whole or in part, shall be awarded to bidder, or bidders, for an initial one (1) year term
and four (4) consecutive one-year extension options.
The scope of work/services and minimum 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 Benjamin Moore, Dunn Edwards, Frazee,
Rainguard Sherwin-Williams, and/or equal quality products. Specifications are not intended to be
exclusive or to restrict competition. Bidders may offer alternate solutions, including alternate
manufacturers, which meet the quality and performance characteristics in the specifications. Mohave
shall review such bids and be the final judge on the acceptance of any alternate solutions.
One contract vendor held Mohave's recently expired contract for the specified products and services.
Activity under the contract from 7/1/13 through 6/30/14 was $1,823,970, and activity through the
end of the contract term was $695,492. This information is provided as an aid to contract vendors in
preparing bids 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
Invitation for Bids Issued February 24, 2015
Pre-bid Conference Held March 10, 2015, 10:30 a.m. (local AZ time)
Audio Only
Pre-bid conference will be held utilizing
WebEx telephone conferencing. Please
contact Mohave for reservation details.
Deadline for Questions March 17, 2015 at 05:00 p.m. (local AZ time)
Published IFB Due Date and Time March 24, 2015 at 3:00 p.m. (local AZ time)
625 East Beale Street, Kingman, AZ 86401
Public Opening of Bids March 24, 2015 at 3:00 p.m. (local AZ time)
Notice of Intent to Award (estimated date only) April 17, 2015
Execution of Contract(s) (estimated date on/) April 17, 2015
IFB 15E-0324 Mohave - Serving Arizona Since 1971
3. SUBMISSION OF BIDS
3.1. Bids 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 bidder must submit a bid following information detailed in the IFB Instructions to Bidder
and Checklist.
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 award criteria for this solicitation are as follows:
Award(s) shall be made to the lowest responsive and responsible bidder(s) whose bid(s)
conform in all material respects to the requirements and evaluation criteria below:
1) Pricing Information: Discount summary, electronic workbook and/or pricing documents,
mobilization and travel charges, pricing methodology, bond methodology;
2) Offer and Acceptance, Terms and Conditions, Scope of Work/Services and
Specification Documents: Offer and Acceptance, amendments (if any), acceptance of General
and Special Terms and Conditions, Standard Terms and Conditions for Construction, Scope of
Work/Services, Specifications with exceptions/deviations noted, bid bond/alternate security,
bonding capacity;
3) Required Information: Complete response to the Method of Approach and Qualification
and Experience pages, references (past performance information), certificate of insurance, ,a
company financials;
4) Primary Contract Documents: Completed primary contract documents, support and
maintenance information, sample supplemental agreements;
5) Additional Information: Checklist form, descriptive literature and supporting printed data.
References and definitions used for specifications and in the solicitation: (acronyms used in the
solicitation are noted in bold font below):
• American National Standards Institute (ANSI): www.ansi.org
• American Society of Testing Materials (ASTM): www.astm.org
• International Code Council (ICC): www.iccsafe.org
• Leadership in Energy and Environmental Design (LEED): http://www.usgbc.org/leed
• National Fire Protection Association (NFPA): www.nfpa.org
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Specifications
SPECIFICATIONS
Compliance with specifications: The fact that a manufacturer, supplier or bidder chooses not to
produce or supply equipment, supplies and/or services to meet the specifications will not be considered
sufficient cause to adjudge the specifications as restrictive. Bidders shall offer equipment, supplies,
and/or services they believe come closest to meeting specifications.
Deviations from specifications: Bidders 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 clearly demonstrate
how Mohave and its membership will be better served by the language. Unacceptable
exceptions/deviations shall remove your bid 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
will be listed by specification number on the Scope of Work/Services and Specifications Acceptance Form.
Partial bids: Mohave will consider partial bids for award of a contract. Mohave will be the sole judge of
products/services offered, and Mohave's decision shall be final.
Purpose of specifications: Specifications are designed to enable bidder 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 bidder believes a
specification is unnecessarily restrictive, bidder must indicate such in its bid.
Use of brand names: Brand names, trade names, model numbers, and/or catalog numbers are 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 bidder from the submission of equivalent brands. However,
Mohave reserves the right to decide whether alternatives to the identified manufacturer and brand are
equal to the materials and equipment described in the solicitation. Mohave will be the sole judge on the
question of equal quality, and Mohave's decision shall be final.
Requirement Comply Deviate*
1.1 General Requirements
1.1.01 Contract vendor or subcontractors shall use trained and qualified X
staff for all services offered.
1.1.02 Work to be performed by the member shall be clearly defined and X
documented on the quote, e.g. furniture removal, removal of doors
and hardware before painting. Contract vendor shall not assume
the member knows what steps are required prior to start of the
project.
1.1.03 Prior to the start of the project, the contract vendor shall visit the X
job site to verify the areas of work, dimensions and special
conditions.
1.1.04 A Technical Data Sheet and/or Safety Data Sheet for each X
product applied shall be provided to the member upon request.
1.1.05 Any additional costs for temporary electrical and water service shall X
be identified for the member.
1.1.06 Contract vendor shall cooperate with any architect, engineer, X
general contractor, subcontractor, or other vendors working on the
IFB 15E-0324 Mohave - Serving Arizona Since 1971
same project, as necessary and as directed by the member.
1.1.07 If the member uses the building space at the time of the contract X
vendor's work, the contract vendor shall agree to obtain written
approval from the member prior to the interruption of a classroom
or program. _
1.1.08 Contract vendor shall promptly notify member if the contract vendor X
finds discrepancies in, or omissions from, plans, drawings,
specifications and/or any other documents for the project. Member
shall issue written instructions upon such notification. Member shall
not be held responsible for any oral instructions or information.
1.1.09 Where applicable, all work shall be accomplished in a manner to X
match adjacent existing work in the same area.
1.2 Standards, Compliance and Safety Requirements ..
1.2.01 Contract vendor shall comply with all current applicable ANSI and X
ASTM requirements, provisions and standards.
1.2.02 All projects shall be accomplished in conformance with current X
applicable federal, state and location requirements.
1.2.03 When any aspect of the painting application is not covered by a X
building code or standard, current manufacturer's instructions shall
be used.
1.2.04 Vandalism after contract vendor has left the worksite shall be the X
responsibility of member, unless the vandals used materials left
unsecured by contract vendor.
1.2.05 Contract vendor shall provide and hang "wet paint"signs in all areas X
where paint crews are operating, sufficient in number and size as to
be seen from all approaches.
1.2.06 Contract vendor shall advise member whenever work is expected to X
be hazardous.
1.2.07 Removal of hazardous materials, such as lead paint, or abatement of X
mold is not allowed under an awarded contract.
1.3 Preparatory Work Requirements
1.3.01 Contract vendor agrees to handle and apply all products according X
to the instruction of the manufacturer. If any specifications below
are at variance with those given by the manufacturer,
manufacturer's recommendation shall be followed. If no specific
preparation is recommended by the manufacturer, the following
specifications shall be observed: All surfaces including, but not be
limited to: drywall, wood, various metals, masonry surfaces,
previously painted surfaces, concrete floors, exterior wood, wood
and metal doors shall be cured, clean, dry and free from
contamination that would interfere with the new coating adhesion.
If any surface can't be properly prepared, the surface shall be
stripped and completely refinished, at the direction of the
member.
1.3.02 Cracks, nail holes or any imperfections shall be filled with X
appropriate compound(s) and/or fillers required for surface type to
be painted. Compounds or filler shall be finished per manufacturer's
recommendation and to match existing textures.
1.3.03 Surfaces may be tested for lead, asbestos, or other hazardous X
materials by the request of the member.
1.3.04 Before painting, contract vendor shall remove hardware accessories, X /ARM
plates, lighting fixtures, screens, room numbers, louvers and all
IFB 15E-0324 Mohave - Serving Arizona Since 1971
items that would be at risk during the painting process. The area
shall be masked and protected for area not being painted.
1.3.05 On completion of each area painted, contract vendor shall replace X
hardware accessories and remove masking. If a sign or door
number was painted on the original wall, the room number or sign
shall be replaced as existing, unless otherwise authorized.
1.3.06 Exterior finish shall not be applied in damp, rainy weather or until X
the surface has dried thoroughly from the effects of such weather.
Unless manufacturer specifications for a particular brand of finish
states otherwise, applications shall not be made in temperatures
below 50°F, or when temperatures may fall below 50°F.
1.4 Exterior/Interior Painting and other Coating Application —
General Requirements
1.4.01 Paint shall be well mixed and ground (homogenized). It shall not be X
caked, livered, curdled, thickened, skinned, nor badly settled in
container to such a degree that it cannot be dispersed easily with a
paddle to a good brushing consistency. It shall not body or thicken,
cake, liver, curdle or skin when full, unopened containers are stored
for six (6) months under warehouse conditions. All latex-based
paints shall contain"freeze/thaw"cycle characteristics.
1.4.02 Paints and coatings shall be high quality, durable, long lasting paints X
with high hide to reduce the number of coats required for proper
coverage and washable.
1.4.03 Paint shall have application properties for easy brushing, spreading, X
and leveling.
1.4.04 Paint shall be applied by method best required by project surface, X
(e.g. spray, brush or roller), unless a specific application method has
been requested by member.
1.4.05 Products shall be applied per the manufacturer's instructions using a X
high quality natural or synthetic brush, roller, or spray equipment.
Sealants, fillers, and special compounds shall be applied in the
fashion recommended by manufacturer.
1.4.06 Each coat shall be applied with the proper consistency and be free X
from brush marks, sags, runs, peeling, with no evidence of poor
workmanship. Paint shall not overlap on windows, hardware or
adjacent surfaces. Paint shall not seal a window so that windows
and doors operate in a free fashion. Any glass scratched or
damaged by contract vendor's work shall be replaced with the same
quality and design at no additional cost to member.
1.4.07 Unless otherwise specified, the jamb and head of doorframes shall X
be painted the same as the door.
1.4.08 Contract vendor shall avoid paint splatter or injury to adjacent f x
surfaces or areas. Drop cloths shall be used to protect furniture,
flooring and surfaces. Any damage done including, but not be
limited to: any surface, sprinkler systems or landscaping shall be
restored by contract vendor at no cost to member.
1.4.09 Contract vendor shall comply with manufacturer's recommended X
specified drying time between coats.
1.4.10 Paint, varnish or stain shall not be reduced. X
1.4.11 Additional quantities of paint or paint products for touch up and X
repairs may be provided to the member upon request.
1.4.12 In the event lead paint is discovered, work shall cease and member X
shall be notified.
1.4.13 Contract vendor shall encapsulate lead paint according to current X
IFB 15E-0324 Mohave - Serving Arizona Since 1971
applicable ASTM and EPA codes and requirements.
1.4.14 Contract vendors shall not place demolished materials, trash, used X
paint supplies, etc. in member's dumpsters. Contract vendor shall
arrange for legal removal of disposed materials. Any hazardous
materials shall be removed in the manner prescribed by law.
1.5 Wall Coverings (Waterproofing and Painting)
Requirements
1.5.01 Products shall be applied according to manufacturer's X
instructions.
1.5.02 Finish coating shall exhibit exceptional resistance to abrasion, X
impact, hydrolysis, oxidative discoloration, and solvents.
1.5.03 Vinyl wall covering shall be installed without defects. X
1.5.04 All vinyl wall covering offered shall be stain, mildew, tear resistant, X
fire rated, high tensile strength and offered in a variety of colors and
designs.
1.5.05 Only vinyl wall covering with current and applicable ASTM, NFPA and X
ICC Class A fire rating shall be installed in public classrooms.
1.6 Custom Painting Services and Extra-cost Provisions
Requirements
1.6.01 Contract vendor may provide custom painting services including, X
but not be limited to: playing fields, tennis courts and other athletic
areas, striping and marking for traffic control, emergency graffiti
removal including repainting, and wall covering services.
1.6.02 Striping and marking shall meet current applicable ADA X
requirements.
1.7 Environmentally Responsible (Green) Products and X
Services Requirements
1.7.01 Contract vendor shall make available to all members, X
environmentally responsible products and services, including low
and no volatile organic compounds (VOC) paints and coatings.
1.7.02 Products shall not contain any ingredients that are carcinogens, X
mutagens, reproductive toxins, hazardous air pollutants or ozone-
depleting compounds. An exception shall be made for titanium
dioxide and for products that are pre-tinted carbon black by the
manufacturer. Carbon black allowed under this exception shall be
less than or equal to 1% by weight of the product.
1.7.03 Products shall not contain 1,2-dichlorobenzene, alkylphenol X
ethoxylates, formaldehyde-donors (preservatives that release
formaldehyde vapors), heavy metals including lead, mercury,
cadmium, hexavalent chromium and antimony in the elemental form
or compounds, phthalates and priphenyl tins and tributyl tins.
1.7.04 Individual product VOCs shall produce an air concentration level no X
greater than 1/10 the threshold limit value industrial workplace.
1.7.05 Products shall contain no more than 0.5% by weight of sum total of X
volatile aromatic compounds.
1.7.06 Products shall not contain more than 0.05 parts per million (ppm) of . X
formaldehyde.
1.7.07 The VOC concentration of the product shall not exceed current X
applicable ASTM standard test method for specification of the VOC
in low VOC content waterborne air-dry coatings (excludes water and
colorants added at the point-of-sale):
Flat Topcoat: 50 g/L(grams per Liter)
Non-Flat Topcoat: 100 g/L
Primer or Undercoat: 100 g/L --
Floor Paint: 100 g/L
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Anti Corrosive Coating: 250 g/L
Reflective Wall Coating: 50 g/L
1.7.08 The VOC concentration of the product shall not exceed current X
applicable ASTM standard test method for specification of the VOC
in low VOC content waterborne air-dry coatings (including colorants
added at the point-of-sale):
Flat Topcoat: 100 g/L(grams per Liter)
Non-Flat Topcoat: 150 g/L
Primer or Undercoat: 150 g/L
Floor Paint: 150 g/L
Anti Corrosive Coating: 300 g/L
Reflective Wall Coating: 100 g/L
1.7.09 Packaging shall contain a minimum of 20% recovered material X
content. An exception shall be made for packaging that can be
recycled as part of a manufacturer take-back program.
1.7.10 Product packaging shall not exceed 100 ppm (0.01%) of heavy X
metals, including lead, mercury, cadmium, and hexavalent
chromium.
1.7.11 Environmentally responsible products submitted shall have the X
desired attributes that qualify for points that will impact the LEED
building certification.
1.7.12 Environmentally responsible products shall be applied according X
to manufacturer's instructions.
1.7.13 Contract vendor shall provide any certificates, testing, specifications X
and/or literature for all environmentally friendly products offered, if
requested by the member.
1.8 Warranty of Work Requirements
1.8.01 Contract vendor shall, at his own expense, repair and replace all X
defective work, which is found to be defective during the term of the
initial two (2) year warranty from the date of acceptance of work by
member.
1.8.02 The warranty for any work repaired or replaced shall be extended X
for a period of twelve (12) months from the date of such repair or
replacement.
1.8.03 This warranty shall not apply to normal wear and tear or damage by X
acts beyond the control of either party.
1.8.04 Any touch-up work necessary to prepare a project for final X
acceptance shall be done at no additional cost to the member.
*Exceptions/deviations must be listed on the Scope of Work/Services and Specifications
Acceptance Form. List the specification number for each exception/deviation.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Scope of Work/Services and Specifications Acceptance Form
Signature on page 53 certifies complete acceptance of the Scope of Work/Services and Specifications 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/Services and
Specifications:
terX We take no exceptions/deviations to the Scope of Work/Services 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/Services and
Specifications. All exceptions/deviations shall be clearly explained. Reference the
corresponding Scope of Work/Services or Specifications that you are taking
exceptions/deviations to. Provide details on your exceptions/deviations below:
(Note: All requested exceptions/deviations must be dearly explained. Reference the specific
language that you are taking exceptions/deviations to, detail any proposed substitute language,
and dearly demonstrate how Mohave and its membership will be better served by the substituted
language. Unacceptable exceptions/deviations shall remove your bid from consideration for
award. Mohave shall be the sole judge on the acceptance of exceptions and Mohave's decision
shall be final.)
IFB 15E-0324 Mohave - Serving Arizona Since 1971
MC H AVE
ARIZONA COOPERATIVE PURCHASING
April 2, 2015
Attn: Kenneth C. Totlis, President
Michael L. Riddle Painting, Inc. DBA, Riddle Painting & Coatings Company
522 N. Black Canyon Highway
Phoenix, AZ 85017-2118
Dear Mr. Totlis:
Thank you for your response to IFB 15E-0324. We have now completed the evaluation of IFB 15E-0324. As
required by the Arizona School District Procurement Rules (R7-2-1031, P, Q), the original bid security
submitted as part of your bid is being returned to you. Please contact me at (928) 718-3228, if there are any
questions.
ly,
Sincere
��.., , C;(.Aga)
Nancy L. Colbaugh, CPPB
Contracts Specialist I
Mohave Educational Services Cooperative. Inc.
625 E. Beale St. • Kingman • AZ • 86401 • 928-753-6945 • www,mesc.org
MWD 10/9/14
Bid Bond Bond: 249113 I
KNOW ALL MEN BY THESE PRESENTS:
THAT, Michael I.. Riddle Painting, Inc. DBA: Riddle Painting &Coatings Company
(hereinafter called Principal), as Principal, and Merchants Bonding Company (Mutual)
a corporation organized and existing under the laws of the State of Iowa , with its principal office
in the city of I)es Moines , (hereinafter called the
Surety), as Surety, are held and firmly bound unto Mohave Educational Services Cooperative, Inc. in the
State of Arizona, (hereinafter called the Obligee) in the amount of $100,000 for payment whereof the
said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and
assigns,jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Exterior/Interior Painting and other Coating
Application.
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter
into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds
as may be specified in the bidding or contract documents with good and sufficient surety for the faithful
performance of such contract and for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give
such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in
good faith contract with another party to perform the work covered by said bid, then this obligation shall
be null and void, otherwise to remain in full force and effect.
The prevailing party in a suit on this bond shall recover as part of his judgment such reasonable attorney
fees as may be fixed by a judge of the court.
Witness our hands this 1st day of March , 2015.
Michael L.Riddle Painting,Inc.
I)BA:Riddle Painting &Coatings Company
PRINCIPAL SEAL
� .
BY Kenneth C.Totlis,President
Merchants Bonding Company(Mutual)
SU t=1'Y � / SEAL
tit„,e
BY Richard B.Usher,Attorney-In-Fact
I Lill&Usher Insurance and Surety
AGENCY OF RECORD
3033 N 44th Street#300
Phoenix AZ 85018-7275
IFB 15E-0324 Mohave - Serving Arizona Since 1971
r r --
MERCHANT Bond#:249113
("IN BONDING COMPANY,
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,
INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the'Companies"),
and that the Companies do hereby make,constitute and appoint,individually,
Richard B Usher
of Phoenix and State of AZ their true and lawful Attorney-in-Fact,with full power
and authority hereby conferred in their name,place and stead,to sign,execute,acknowledge and deliver in their behalf as surety
any and all bonds,undertakings, recognizances or other written obligations in the nature thereof,subject to the limitation that any
such instrument shall not exceed the amount of:
Five Million($5,000,000.00)Dollars
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies,and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are
hereby ratified and confirmed.
This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of
Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National
Bonding,Inc.,on October 24,2011.
"The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the
seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,
or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and
effect as though manually fixed."
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 27th day of February, 2012.
•.....N,
•
a. *(1014� .V.•....- 'tc• MERCHANTS BONDING COMPANY(MUTUAL)
.0 • $$QR4j.,o ;���ORPB' q 11. MERCHANTS NATIONAL BONDING,INC.
a ,i •
•y •
•
?%.•- 2003 a. 1933 .
• •-e. By arZerpf?
STATE OF IOWA •y}•••�r`•�� •••: {T •:
COUNTY OF POLK ss. ���""""'•`•aa�` •• President
On this 27th day of February , 2012,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year
first above written.
4ziot WENDY WOODY
Z Commission
Number
Exp4res4
awl. June 20, 2017
Notary Public,Polk County,Iowa
STATE OF IOWA
COUNTY OF POLK ss.
I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,
which Is still in full force and effect and has not been amended or revoked.
In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on -
this 1st day of 1J//��i , 2015
��( ,...... •••••••
•
aa`''.�(tOlJ,4 % •'p\Na Cpd•;
4 :s ma `: !/-%Gc{tLs.s/ G�Ps!/7 Ja.d%V% ? 93• 13 •'3'_' a Secretary%j- 2CO3 r• .n: .2. sY•
POA 0014(7/14) �t4.........•,,%•_, •. kr {7•4. .•`,`d•
* ••••••••••
».aa•N
11M-11111LL
VSHER
Insurance. Bonds. Benefits.
February 1, 2015
Mohave Educational Services Cooperative, Inc.
625 E Beale Street
Kingman, AZ 86401
RE: Bond Capacity Letter for:
Michael L. Riddle Painting Inc
5922 N. Black Canyon Hwy
Phoenix, AZ 85017
To Whom It May Concern:
As requested, we are pleased to advise that bonding for Michael L. Riddle Painting Inc. is
approved for single projects to limits of$750,000.
Please feel free to contact us for any additional information.
Sincerely,
Hill& SHER
eitiLe4,0 2i4Ceit.
Richard B. Usher, Attorney-In-Fact
Merchants Bonding Company (Mutual)
cc: Riddle Painting&Coating
5922 N Black Canyon Hwy
Phoenix,AZ 85017-2118
3033 North 44th Street, #300 I Phoenix, Arizona 85018 I Phone: 602.956.4220 I Fax: 602.956.4418
www.hillusher.com
Supplemental Information — Qualifications and Experience
1. Prepare an Executive Summary that provides a short narrative description of what you
are offering for this contract.
Riddle Painting and Coatings is an Arizona Corporation established in 1982, founded on the
principle that"the customer is always right." Riddle Painting and Coatings has been the
Mohave painting contractor since 2000. As such, our number one objective is and has been
to make Mohave members our primary concern. Mohave members take priority over all
other customers, in every way, because our experience has taught us that Mohave's
members are a tight knit community that communicate with each other regularly. If one
vendor even lets one of the members down it can sour a member on the contract as a
whole. Riddle Painting and Coatings has never had any complaints in fifteen years on the
contract and if re-awarded, will continue to strive to be the best possible vendor on the
Mohave contract.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Supplemental Information — Qualifications and Experience
2. Bidder shall provide a project plan that describes how the bidder intends to implement
the plan to Mohave and its members. This information will include, but not be limited to:
• Account team structure and role which includes, but is not limited to description of sales
contact process, account team support, and periodic account review processes;
• Communication process with Mohave and its members;
• Delivery time to members; and
• Any other value-added services that may benefit members.
Riddle Painting and Coatings is an Arizona corporation established in 1982 founded on the
philosophy that the customer is always right. Provide the customer with a great product at
a fair price, stand firmly behind our work, and provide employees with a safe working
environment. Giving service after the sale and rewarding employees for each successful
project has earned Riddle Painting and Coatings the excellent reputation we now enjoy.
Riddle Painting and Coatings has been marketing directly to the Mohave members for so
many years that we have contacts in almost every member's facility. We are intricately
familiar with the bidding schedules and processes for Mohave members and we keep in
contact with them throughout the year to make sure we hit all their benchmarks.
Our account team consists of two Estimators / Project Managers, which are the primary
points of contact for Mohave members for sales and project planning. We have a Project
Coordinator that handles much of the paperwork, document control and communication
between the customer and Mohave once a Purchase Order has been issued. Our Field
Superintendent handles all our operations out in the field, including final punch lists and
warranty work when necessary. Our Controller handles the billing and status reports with
the customer and Mohave. The owner is responsible for overall quality control and
management of the team.
Mohave members are the lifeblood of our company so catering to their needs is our primary
focus. Based on our experience we know it is important that we stay in contact with the
members but don't inundate them with sales calls and correspondence. We know their
schedules and understand their needs and we follow up to make sure they are happy with
the service they received. All our customers have the contact information for everyone in
our company so they can contact anyone here at any time.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Supplemental Information — Qualifications and Experience
3. Indicate how you will ensure your sales staff does not sell products or services that are
not on contract or will not meet the public need.
Riddle Painting and Coatings can assure Mohave that our sales staff will not sell products or
services to members that are not on contract or will not meet the public needs. Our
sales/estimating staff are salaried employees and do not work on a commission basis. We
utilize line item bids that capture material to be used for each specific project. These line
items conform to products described in our bids. Our sales staff has been active in
preparing previous bid response with Mohave and is keenly aware of what products and
services that should be applied to only Mohave members at the discounted prices. Riddle
Painting and Coatings is confident in our ability to serve the needs identified in the IFB in
an ethical and proper manner with the most integrity.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
RI DDT- E :ags1�
IFB 15E-0324
1. Indicate if your firm would qualify as a minority owned business. To qualify for ownership as a
minority owned business, at least 51% of the firm's ownership must be held by a person, or persons,
of a particular group (e.g., Woman owned, Hispanic owned, Native American owned, etc.). Proof of
ownership is evidenced by the transaction privilege tax license or business privilege license for sole
proprietorship; business privilege license and written partnership agreement for partnerships; or the
Articles of Incorporation, Corporate By-laws and stock certificates for corporations. NOTE: This
information is used for reporting purposes only and is not a factor in evaluation.
Riddle Painting and Coatings Company does not qualify as a minority owned business.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Supplemental Information — Method of Approach
Indicate if your bid is regional or statewide: Regional Statewide AZ
If regional, indicate the regions in Arizona you will serve.
Are there any limitations to the types of members that you will provide services to? If so, indicate what
those limitations are.
Riddle Painting and Coatings Company has no limitations in selling to any of the institutions that arc
Mohave Members.
In the past three years, what percentage of your Arizona business do you estimate was in each
geographical area identified below?
Maricopa/Pinal/Pima counties 70
Northern Arizona 15 %
Southern Arizona 15 %
If you are awarded a contract with Mohave, which area(s) of the state will your sales force target?
Statewide
If a Mohave member in a geographic area of Arizona that is remote from your general service area needs
your services, please describe how you would use local subcontractors to accomplish the work. What is
the maximum amount of work you would subcontract to complete a job?
Riddle Painting and Coatings Company will complete all services in house and would only subcontract
striping of play courts,parking lots, and floor prep.
Note: Riddle Painting and Coatings Company has never subcontracted another paint company to assist
applications in order to meet deadlines.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Riddle Painting & Coatings, Co.
Riddle Painting&Coatings,Co. is pleased to submit this bid response to serve as the preferred vendor for
painting and coating services for IFB 15E-0324 Painting Services. Riddle Painting&Coatings, Co. is a
full-service commercial painting and coating firm operating in Arizona since 1982. Since its inception,
Riddle Painting& Coatings,Co. has strived to provide the highest quality painting and coating services to
our customers throughout Arizona.
Riddle Painting&Coatings,Co. has a long history of superior performance for school districts and
municipalities statewide,a proven and verifiable track record that is unmatched. A description of the
firm, its organizational structure, and business philosophy are included in the paragraphs that follow.
Since 1982, Riddle Painting&Coating,Co. has maintained a Class L-34 license with the Arizona
Registrar of Contractors without a single issue reported against the company. In September of 2013
ownership of Michael L Riddle Painting changed and as part of the transition the new name(DBA)
Riddle Painting and Coatings was adopted. At that time the state also instituted an increased license
requirement,so as of July 2014. Riddle Paining and coatings has a CR-34 license. The ownership
transition was seamless with no interruption in Mohave volume or quality of work. This speaks volumes
about our commitment to safety and customer service before,during and after each job is completed.
In the fall of 2009 the firm moved to a new 5100 square foot facility at 5922 N Black Canyon Hwy,
Phoenix AZ 85017.This coupled with the addition of more administrative staff,equipment and field
personnel,places Riddle Painting and Coatings in the enviable position of being able to handle any size
job or any number of jobs simultaneously.
Riddle Painting&Coatings,Co. is proud of the quality and longevity of all its employees. We are
committed to hiring and retaining the best possible work force. Superintendent Jerry Bowers has been
employed with the firm for fifteen years. Project Manager Tom Kamka has been with us for four years
and has fourteen years estimating/project managing experience. All job foremen have been with the
company for at least 10 years or more and all are first-aid certified.
Employees of Riddle Painting and Coatings wear uniform shirts and appropriate painting and safety gear
when working on any project. All employees driving our vehicles are cleared through our insurance
company, Hill &Usher. Safety meetings are mandatory and held at the beginning of each day. All
employees are fingerprinted,background checked and e-verified prior to being hired. All employees are
screened through the Arizona Public Safety Sex Offenders website to check for clearance.The firm has a
mandatory drug testing policy in the case of any injury on the job.
Riddle Painting&Coatings,Co. is a member in good standing of the Arizona Association of School
Business Officials,Arizona School Boards Association,Arizona School Administrators,Arizona
Registrar of Contractors,and the Arizona Better Business Bureau, PDCA,Lead Safe Certified.
Riddle Painting&Coatings,Co. is currently under contract as the qualified painting contractor for
Mohave. Our ability to ramp up to handle large jobs anywhere in the state on short notice provides us the
ability to meet the evolving needs of our customers regardless of size or location. The firm has
maintained the highest level of quality control in every aspect of its business operations, including
document control and submittal, to meet the requirements of any and all contracts.
Bonding capacity and credit are crucial in protecting the interests of our clients statewide. Riddle
Painting&Coatings, Co. has the ability to bond up to one million dollars per job and an aggregate
IFB 15E-0324 Mohave - Serving Arizona Since 1971
capacity of three million dollars overall. We also have a significant six figure line of credit that enables us
to provide consistent products and services without delay.
Riddle Painting&Coatings,Co. has a vast amount of experience and expertise in house and close
relationships with all the significant manufacturers of paint and coating materials. We can help our
customers identify the right products for their job and help them meet the constraints of their budget. The
extensive network of providers developed by the firm over the years enables us to provide the correct
materials to job sites on time.
There is an enormous array of options available to customers when selecting products.Top of the line
Architectural and Industrial coatings,Green and LEEDS products are available. Low VOC or no VOC
(Volatile Organic Compounds)products help out air quality and cause less impact on those who are
sensitive to high VOC eminent. Faculty,students,and the general public with allergies to high VOC
products no longer need to suffer from newly painted surfaces when these products are used. Our firm
works in compliance with the State of Arizona on VOC's and air quality laws by renewing the annual
permit required. Our permit number is#000206, SC0800248 and expires in 2017.
Riddle Painting&Coatings,Co. is dedicated to keeping our environment as healthy as possible. All job-
site waste is brought to our facility and contained for pick up. Waste is never disposed of or left on a job-
site. All waste is collected by a professional disposal company that properly record and disposes in
accordance with regulations established by the Environmental Protection Agency(EPA).
Riddle Painting&Coatings,Co. has been an outstanding vendor for school districts,municipalities and
general contractors throughout the state for over 30 years. We have consistently met the high demands of
the workload,bonding capacity and cash flow requirements. No customers are ever refused service no
matter how remote the location. Our new larger facility, staffed with long term employees will enable us
to provide an even greater level of service now and into the future. Our company stays up to date on the
latest technology in the industry including Green and LEEDS products, quality control,background
checks and all certifications required. We are perfectly positioned to be Arizona's preeminent painting
contractor for years to come.
Sincerely,
KC Totlis
President
Riddle Painting&Coatings,Co.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Kenneth Totlis
President
Qualifications:
24 years in the Painting and Decorating Industry
2 years with Riddle Painting and Coatings Company
15 years as an owner / operator of residential construction, paint company
Work History:
Riddle Painting and Coatings Company
2013- Present
Purchased company in September 2013 and have presided over a seamless ownership
transition. I have spent over a quarter million dollars upgrading our facilities, equipment and
administrative procedures to improve efficiency and quality of service.
Suffers Marina
2009 - 2013
General Manager of full service marina facility including sales, service and storage.
This business was in need of major help. Oversaw the tear down and rebuilding of
their entire operation from bookkeeping to boat sales to service to ship store. In four
years I was able to take the company from a money losing outfit to an operating
profit of over 500k per year by installing proven business practices.
Oasis Remodeling LLC
1999-2007
Owner / Operator of a residential general contraction company licensed in
Arizona, specializing in remodeling existing structures. Responsible for everything
from estimating to construction management. This company grew to a gross of over
2 million in annual business until the housing market crashed in 2007.
T&T Painting Co
1992-1997
Owner/Operator of a residential painting company licensed in Ohio. Responsible for everything
from estimating to painting. Sales, estimating and job operations from start to finish. With the help of
my former employer at Evers Painting 1 learned how to set up and operate a true professional
contracting business with annual gross revenues of over 400k.
Evers Painting
1985-1992
Began as a laborer doing prep, basic painting and cleanup. Learned the skills required to become a
productive painter,eventually becoming a job leader. Responsible for my crew and every aspect of
the job from prep thru completion.
I .
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Bill Ellison
Estimator / Project Manager
Qualifications:
23 years in the Painting, Coating, and Decorating Industry
9 months with Riddle Painting and Coatings Company
10 years in Estimating and Project Management Commercial Painting (Paint-Co)
1 year in Estimating and Project Management Commercial Wallcoverings (Reeves Paperhanging)
12 years in Paint Sales industry, Sales and Management (Sherwin Williams Paints, Glidden Paints and
ICl/Devoe Coatings)
Work History:
Riddle Painting and Coatings Company (Phoenix, AZ)
2014— Present
Estimator/Project Manager
Estimating commercial projects and Project Management.
Reeves Paperhanging (Scottsdale, AZ)
2013 — 2014
Estimator/Project Manager
Estimating commercial projects and Project Management for Commercial Wallcoverings
Paint-Co (Phoenix, AZ)
2003 — 2013
Estimator/Project Manager
Estimating commercial projects and Project Management
ICl/Devoe Paints and Coatings
2002 — 2003
Commercial Paint Sales
Glidden Paints
2001 — 2002
Commercial Paint Sales
Commercial Paint Sales and development of Commercial Paint Sales Program
Sherwin Williams Paint Company
1991 - 2001
Commercial Paint Sales
Retail and Commercial Paint Stores Sales and Management
Education:
BS in Business and Public Administration —Accounting, University of Arizona, Tucson, AZ
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Jennifer Neumann
Controller
Qualifications:
20 years in Commercial Construction Administration: Contract Administration,
Project Coordination, Accounting, and Marketing,
15 years working with JOC Contracts including 15 years working with Mohave
Educational Services
Work History:
Riddle Painting and Coatings Company
2014- Present
Controller
HACI Service LLC
2011 - 2014
Project Coordination and Marketing
McGough Construction
2006 - 2009
Field Project Coordinator
General Acrylics, Inc.
1999 - 2006
Contract Administrator and Assistant Controller
Education:
Certification: Business Management AIBT
Certification: Paralegal Studies Brookline College
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Jerry Bowers
Superintendent/Safety Officer
Qualifications:
37 years in the Painting and Decorating Industry
20 years in Management
2 years as Riddle Painting and Coatings Superintendent
CPR and First Aid Certified
OSHA 30 Certified
Work History:
Riddle Painting and Coatings Company
1997- Present
Superintendent for daily field operations including hiring and maintain field staff,
ordering materials and scheduling labor for approved projects.
Position manages and maintains on-going safety programs and maintains
compliance with current HAZCOM standards as they relate to OSHA/EPA rules
and regulations by field staff.
Cave Painting
1991-1997
Foreman- Inspects the work site to determine methods of repair: supplies tools
and the level of manpower needed to successfully complete the work, and
assigns painters to specific tasks and supervises these activities
Paradise Painting and Decorating
1989-1991
r
Foreman- Manage painters, and adjusts schedules to maintain manpower
Career Objectives:
Maintain a safe workplace for each project to be completed per the customer.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Kyndell Riddle
Office Manager/ Project Coordinator
Qualifications:
6 years in the Painting, Coating, and Decorating Industry
6 years with Riddle Painting and Coatings Company
6 years working with school and city facilities supervisors
6 years working with Mohave Educational Services
Responsibilities:
Application and qualification process for Finger Print Clearance Cards
Maintaining compliance with OSHA, CPR, and First Aid
New employee documentation and orientation; Ladder Safety, HAZCOM, and General Safety
Provides assistance for estimators
Work History:
Riddle Painting and Coatings Company
2008- Present
IFB 15E-0324 Mohave - Serving Arizona Since 1971
14,01.
Thomas A. Kamka
Estimator / Project Manager
Qualifications:
25 years in the Painting, Coating, and Decorating Industry
6 years with Riddle Painting and Coatings Company
21 years in Estimating and Project Management
21 years working with school and city facilities supervisors
Work History:
Riddle Painting and Coatings Company
2009 — Present
Estimator/Project Manager
Develop cost estimates by analyzing the materials and labor needed to complete the project and/or
service repairs.
Skyline Builders and Restoration, Inc.
2004 — 2009
Estimator/Project Manager
Generate an estimate containing all customer requirements.
Wespac Construction, Inc.
2002 — 2004
Estimator
Estimating general construction tenet improvements and assisting senior estimators
Asher Brother Painting and Decorating, Inc.
1997 — 2002
Estimator/Project Manager
Estimating projects and maintaining the cost of labor and materials within budget
Apprenticeship, moved into superintendent, and then estimator project manager
Education:
Graduated of Madison High School and Completion of Apprenticeship with Local #275 Painters Union
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Foreman Qualifications
OSHA 10 certified
Foreman 1
Qualifications: Foreman 5
50 years in the Painting and Decorating Qualifications:
Industry 16 years in the Painting and Decorating
30 years Owning and operating Paint Industry
Co 5 years at Riddle Painting and Coatings
1 years as Riddle Painting and Coatings 2 years as Riddle Painting and Coatings
Foreman Foreman
CPR AND First Aid certified CPR AND First Aid certified
OSHA 10 certified
Foreman 6
Foreman 2 Qualifications:
Qualifications: 21 years in the Painting and Decorating
41 years in the Painting and Decorating Industry
Industry 2 years at Riddle Painting and Coatings
19 years at Riddle Painting and Coatings 1 years as Riddle Painting and Coatings
12 years as Riddle Painting and Foreman
Coatings Foreman CPR AND First Aid certified
OSHA 10 certified
CPR AND First Aid certified Foreman 7
Qualifications:
Foreman 3 15 years in the Painting and Decorating
Qualifications: Industry
22 years in the Painting and Decorating 8 years at Riddle Painting and Coatings
Industry 5 years as Riddle Painting and Coatings
17 years at Riddle Painting and Coatings Foreman
7 years as Riddle Painting and Coatings CPR AND First Aid certified
Foreman OSHA 10 certified
CPR AND First Aid certified OSHA 30 certified
Foreman 4 Foreman 8
Qualifications: Qualifications:
16 years in the Painting and Decorating 18 years in the Painting and Decorating
Industry Industry
14 years at Riddle Painting and Coatings 14 years at Riddle Painting and Coatings
CPR AND First Aid certified 8 years as Riddle Painting and Coatings
Foreman
CPR AND First Aid certified
IFB 15E-0324 Mohave - Serving Arizona Since 1971
The Finest Paints
pitiiii•ccrinoi72)
AIN S Since 1925
r."'-......,.
Emnloy2•_-v.-m::1
THE 01 CHOICE OF
PAINTING PROFESSIONALS? DUNN-EDWARDS CORPORATION
4885 East 52ro Place
Los Angeles
January 13,2015 California
90040-2884
Tel:(323)771-3330
Fax:(323)826-2708
RE: RIDDLE PAINTING AND COATINGS
PHOENIX AZ 85017 dunnedwards.com
To Whom It May Concern,
Riddle Painting has been a valued customer to Dunn-Edwards since 1985. Riddle
Painting has always maintained a positive prompt pay history with high balance up to
Mid-5 figures.
We look forward to many more years of successful business relations with Riddle
Painting. If you have any questions, please contact me.
71°- Regards,
DUI\N- WARDS CORPORATION
t/l(^- (
Traci Park
Manager, Credit Department
Direct Phone: (323) 826-2619
Email: Traci.Park@DunnEdwards.com
•
Arizona
California
Nevada
New Mexico
Texas
PI' a
E
EARON
u • 01
SHERWIN
WILLIAMS.
11840 N 28th Dr., Suite 101
Phoenix,AZ 85029
877-287-4225
November 17, 2014
Riddle Painting & Coatings
5922 N Black Canyon Hwy
Phoenix, AZ 85017
Acct No: 6597-8485-4
Re: Account Status & Bid List
To Whom It May Concern,
Riddle Painting & Coatings has had a charge account with the Sherwin
Williams Company since January 1986. This account has had over 20 years of
satisfactory payment history with Sherwin Williams. I have managed commercial
credit accounts for Sherwin Williams in the Phoenix market since 2000 and have
not had any credit issues with Riddle Painting &Coatings. Their account is still
active and in good standing with Sherwin Williams. If you or anyone else has
questions or concerns regarding Riddle's commercial account they may feel free
to call me at 602-445-3166.
Sincerely,
Karl R. Oswald
Senior District Financial Manager
{
BEHRW Professional Products & Services
PRO
1/12/2015
Riddle Painting & Coatings
5922 W. Black Canyon Hwy
Phoenix Az 85017
Re: Mohave
To: Whom it may concern
I have had the pleasure to work with Riddle Painting for many years and have always found
them to exhibit great work ethics, taking pride in always doing the right thing.
I find them to be a very stabile and reliable company with a great working relationship with
their vendors, and their customers. I have had no issues in doing business with them.
Working with Riddle while working for two different paint companies, I have never had any
issues with collecting monies owed or in their prompt attention to making their payments and
staying current in their accounts.
Please feel free to contact me if further information is required.
Thank you
/W
Steve Gritchen
Behr Pro Sales Rep
480-298-7638
BEI-Rgar
Behr Process Corporation ( Professional 1':x1 ,r ; tir•r‘.,
;I01 sA `},e+• .it h•. An,i t A(127 4 Ph. 714.54f :1..J; I FCi, i14 '41 !rt(t
(4-K Dale Wade
PPG Paints
2929 N. 32nd. St.
Phoenix, AZ 85017
November 25, 2014
To Whom It May Concern:
Riddle Painting and Coatings has been a preferred customer of both PPG Pittsburgh
Paints and Glidden Paints for as long as I have been in business. I have long considered
them to be one of my"go to"applicators when I am asked for recommendations when
specifying a coating system for an end user customer or property owner. Their work has
always been exemplary and has been complimented by many of my customers.
Riddle Painting and Coatings track record of prompt or even early payment makes them a
joy to work with from a credit standpoint and has allowed them to enjoy a credit line that
few painters have access to.
Glidden and PPG Pittsburgh Paints have recently merged to become PPG Paints. We are
excited to be able to focus our combined resources on serving Mohave and the education
( market on future projects.
If you have questions please feel free to contact me at(602) 319-8243.
Sincerely,
Dale Wade
PPG Paints
NACE Level 3
Coating Inspector
No.35782
Copyright© 1994,I988,1983 by McGraw-Hill.Inc.
I
rlw
CGAT r City of Peoria
* �! * ENGINEERING DEPARTMENT
A Q�� 9875 North 85th Avenue
�Q Peoria.Arizona 85345
T 623.773.7212
F 623.773.7211
engineering@peoriaoz.gov
December 8`s,2014
Mohave Co-Op Reference Letter for Riddle Painting
RE: Painting of Neighborhood Parks
Dear Sir or Madam;
May the intent of this letter offer the reader a sincere appreciation for a job well done by the Riddle
Painting and Coatings Company.Riddle Painting and Coatings promised me and others within our
department that the paint color selection would be correct on each park amenity and the entire painting
operation would be finished before the Thanksgiving Holiday. Without exception,field performance was
"` exceptional and the contract completed on time with no additional cost overruns.Over the past several
years we have contracted with many contractors and it is always our pleasure to provide a letter of
satisfaction or recommendation,however, letters or referrals as such must be earned. In closing,it is my
pleasure and appreciation to provide this letter to Riddle Painting&Coatings. We,the City of Peoria will
certainly keep Riddle Painting&Coatings in mind for all our future painting projects.
Sincerely,
%Lai,
William Beaudoin,LEED GA
CIP Project Manager I
T 623.773.7125
M 602.550.2804
wiiliam.beaudoin@peoriaaz.gov
fuP% Cc: project file
peorlaaz.gov
MAINTENANCE DEPARTMENT
Pendergast Elementary School District #92
M AI*/ 3845 N. 9167 Avenue
r • Phoenix, AZ 85037 David Morales,
Director
` Office: 623-772-2255
� I'.:®' / — FAX: 623-872-0281
November 25, 2014
Mohave Co-Op Reference letter for Riddle Painting
To Whom It May Concern;
I am please to provide this letter of reference regarding Riddle Painting and Coatings Company.
Pendergast Elementary School district has a long-standing business relationship with Riddle
Paining because of their professional workmanship, dependability, and convenience. Riddle
Painting has been and continues to be our preferred painting contractor. This year(2014)
Pendergast Elementary School District received interior painting services for Copper King
Elementary, Villa De Paz and Desert Mirage. These projects were completed on time and
without a single issue. For many years I have worked directly with their staff and I have always
had a positive experience with each project.
With confidence I highly recommend Riddle Painting for the renewal of painting services with
Mohave Educational Services. If you have any questions please do not hesitate to contact me.
Sincerely,
• 2012 AdvancED Accreditation
DY ART Dysart Unified School District No. 89
Nathaniel Dysart Education Center
Unified School District
November 12,2014
Bob Young
Director of Maintenance and
Facilities
13825 W Desert Cove Road
Surprise,Arizona 85379
Phone:623.876-7028 Mohave Co-Op Reference letter for Riddle Painting
Fax:623 876.7036
bob.young@dysart.org
www.dysart.org
To Whom It May Concern;
It is with great pleasure that I write this letter of reference for Riddle Painting and Coatings.
Dysart Unified School District would recommend Riddle Paintings and Coatings to have
their Mohave contract renewed to ensure a quality painting vendor be available on the
contract.
Dysart Unified School District's experience with Riddle has been exceptional. They do
quality work,very professional, very neat and organized, with great attention to detail.There
is not a problem with them working around the campuses and I have never received one
negative comment or complaint about them. They do a great job of cleaning up and leaving
the areas looking 'like new'.
In 2014 they painted the complete exteriors, including block, stucco, and metal at Mountain
View, Parkview, Kingwood, and Dysart Elementary Schools. Previous years they have
painted numerous other schools exterior and interior.
Again I would like to stress; please renew their contract with Mohave to keep this vendor
available to Dysart and other Districts.
Please feel free to contact me if you need any further information.
Sincerely,
Bob Y) tg
Uiret;t'or of M i1! ntenance and I•acilnies
Dysart Unified School District
13825 West Desert Cove Road
Surprise, Az. 85379
Superintendent
Gail Pletnick,Ed.D.
623-876-7028
Governing Board
Traci Sawyer-Sinkbeil
Bonnie Schroeder
,.,,Qlossom Tande
nnifer Tanner
Power in the preparation...Excellence in the journey...Success for a lifetime...
IMPORTANT NOTICE THIS IS YOUR IDENTIFICATION CARD
1 YOU MUST:
- REPORT DISASSOCIATION of QUALIFYING PARTY IN WRTnNQ WITHIN,s DAYS.
[SEE AILS.§32-1164(AX19)AND§32-1151.01] DO NOT DESTROY
• REPORT A CHANGE OF ADDRESS UI WR1TINx3 WITHIN 30 DAYS.
[SEE A.R.S.§32-1151(BX1f
• REPORT ANY TRANSFER OF OWNERSHIP OF 50%OR MORE IMMEDIATELY.
[SEE ARS.§32-1151.01)
• REPORT ANY CHANGE OF LEGAL ENTITY SUCH AS ANY CHANGE IN THE
OWNERSHIP IN SOLE PROPRIETORSHIP OR CHANGE OF A PARTNER IN A UCENSE EFFECTIVE THROUGH: 08/3112016 a�w�Y
PARTNERSHIP OR E CREATION OF A NEW CORPORATE ENTITY. STATE OF ARIZONA f f i
[SEE RULE R-4-0-11 Registrar of Contractors CERTIFIES THAT
Michael L Riddle Painting Inc
—Michael L Riddle Painting Inc Riddle Painting and Coatings
Riddle PaintIng and Coatings CONTRACTORS LICENSE NO 84296 cuss CR34
5922 N Black Canyon Hwy Painting and Wall Covering
Phoenix,AZ 85017 (/J}
THIS CARD MUST BE Zjfde418#„rl.
•- PRESENTED UPON DEMAND
DIRECTOR.ARIZONA REGISTRAR OF CC ITRACTORS
IMPORTANT NOTICE THIS IS YOUR IDENTIFICATION CARD
YOU MUST:
• REPORT DISASSOCIATION OF CUAUFYING PARTY IN WRITING WITHIN 15 DAYS. DO NOT DESTROY
[SEE A.R.S.§32-1164(AX19)AND§32-1151.01]
• REPORT A CHANGE OF ADDRESS)I WRITINQ WITHIN 30 DAYS.
[SEE A.R.S.§32-1151(BXI))
• REPORT ANY TRANSFER OF OWNERSHIP OF 50%OR MORE IMMEDIATELY.
[ST t AR.S.§32-1151.01)
• REPORT ANY CHANGE OF LEGAL ENTITY SUCH AS ANY CHANGE IN THE ��••
OWNERSHIP IN SOLE PROPRIETORSHIP OR CHANGE OF A PARTNER IN A LICENSE EFFECTIVE THROUGH:0 513 1/2 0 1 6
PARTNERSHIP OR THE CREATION OF A NEW CORPORATE ENTITY. STATE OF ARIZONA "
[SEE RULE R-4 9 1101 Registrar of Contractors CERTIFIES THAT d Michael L Riddle Painting Inc
Michael L Riddle Painting Inc Riddle Painting and Coatings
Riddle Painting and Coatings CONTRACTORS UCENSE NO 84296 CLASS CR34
5922 N Black Canyon Hwy Painting and Wall Covering
Phoenix,AZ 85017 /An//^ n '//�/-)
THIS CARD MUST BE 16.; „� /' '`•44.dD Yl/
PRESENTED UPON DEMAND w
DIRECTOR ARIZONA REGISTRAR OF CONTRACTORS
IMPORTANT NOTICE THIS IS YOUR IDENTIFICATION CARD
YOU MUST:
• REPORT DISASSOCIATION OF QUALIFYING PARTY IN WRfIINQ WITHIN 15 DAYS. DO NOT DESTROY
(SEE A.R.S.§32-1154(AX19)AND§32-1151.01)
• REPORT A CHANGE OF ADDRESS IN WRITING WITHIN 30 DAYS.
[SEE A.R.S.§32-I 151(BX1)]
• REPORT ANY TRANSFER OF OWNERSHIP OF 50%OR MORE IMMEDIATELY.
[SEE A.R.S.§32-1151.01]
• REPORT ANYPCHANGE EE OFO LEGALIETENTITYHIPSUCH AS ANYA CHANGET IN THE
OWNERSHIP IN SOLE PROPRIETORSHIP OR CHANGE OF A PARTNER IN A UCENSE GFFECTNS THROUGH: 081311201E ((�
PARTNERSHIP OR THE CREATION OF A NEW CORPORATE ENTITY. STATE OF ARIZONA lt•
(SEE RULE R-4-9.1101 Registrar of Contractors CERTIFIES THAT .,4;
Michael L Riddle Painting Inc
Michael L Riddle Painting Inc Riddle Painting and Coatings
Riddle Panting and Coatings coriTRAcroes LICENSE NO 84296 caws CR34
5922 N Black Canyon Hwy Painting and Wall Covering
Phoenix,AZ 85017 /�/y74444.40e
1/�/�� y/�,�/��r��
THIS CARD MUST BE �( .Q41 y ��r- 444.4 Y/�Y
PRESENTED UPON DEMAND _
DIRECTOR.ARIZONA REGISTRAR OF CONTRACTORS
�1 w
t
U
c
cU
co
N
U
ea
c
m
_c v2 • cl 0
c a (�
4�e N N f0
t •> a
tit o° lc co
co 0 II
In ccn
O U
_ N
Q a O d m
.i..
.}.t U o +_ N
ice/ M ♦ H 03tOf ll
v °� _
15
PA4 ,mi—e U Q a co
/s= t I— -0
vommit
o ),..r C
/.► ii, rz
c6 o a
x CD d' , 1•t w cn i Y
— U. J— L @ cm,* a)t- a) FNVIROKOt.
id
~ C O in U; in -0
4�� t c
c
14, :VI K
c Q a
CL
L U
�` N N �� Q O
u: — U (0
U
w a) '_
I > 'E
��f fN0 a7 O
tt U
L N 0
L
tt , QLo
/11Zi Ci)t : Qo.. CD0,W LL c N
Z 0 f° m
Mobilization and Travel Description
If mobilization and/or travel rates are applicable, describe how they are calculated, and when they are
necessary, (e.g. 50 miles from origin, etc.). Include information regarding what the mobilization and
travel rates cover. (See Pricing:Reimbursement for Transportation,Mileage,Lodging,Meals and Incidental
Expenses in the Special Terms and Conditions.)
A.D.O.A for lodging and meals only, except when special/season rate preclude, the PPA i.e;
Best Western, Holiday Inn Express, etc. No mileage or travel time will be charged to the district.
State rates are used when available, otherwise, local rates are applied.
Pricing Methodology Desaiiption
❑ Our pricing methodology is percent of discount off manufacturer's price list or catalog.
/ ❑ Our pricing methodology is fixed pricing.
JL , X 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. (See Basis for Pricing in the
Special Terms and Conditions.)
Sundries 10%
Paint 10%
Labor and Specialty is fixed-pricing
Volume Discount Description
Provide a description as to how your volume discounts (if offered) will be managed under an awarded
contract.
Riddle Painting and Coatings Company does not offer volume discounts.
IFB 15E-0324 Mohave-Serving Arizona Since 1971
SECTION P:\G1 DATE
) ARIZONA ACCOUNTING MANUAL I I-D-V-I I O POI I J2OO8
".��
SUBJECT
State of Arizona Travel Policy
Supplement I-Maximum Transportation. Lodging and Meal Reimbursement Rates
THE FOLLOWING RATES APPLY TO EMPLOYEES TRAVELING ON OFFICIAL STATE
BUSINESS:
1. Personal Vehicle Mileage Reimbursement: 44.5 cents per mile effective 11/15/06
2. Privately—owned aircraft: 99.5 cents per mile. Requires prior GAO approval.
Based on the shortest air routes from origin to
destination. Landing and parking fees are allowed
except at the location where the aircraft is normally
based.
3. In—State Lodging and Meal Rates: Effective 11/15/06
State Primary Destination County Begin End Lodging Meal
All cities not listed All counties not
Default Rate below listed below S60 S34
Coconino(Except The
Arizona Grand Canyon/Flagstaff City Limits Of Sedona) Oct I Oct 31 $81 S39
Coconino(Except The
Grand Canyon/Flagstaff City Limits Of Sedona) Nov 1 Feb 28 $65 $39
Coconino(Except The
Grand Canyon/Flagstaff City Limits Of Sedona) Mar 1 Sep 30 $81 S39
Kayenta Navajo $71 549
Phoenix/Scottsdale Maricopa Oct 1 Dec 31 5103 $54
Phoenix/Scottsdale Maricopa Jan 1 Mar 31 5141 $54
Phoenix I Scottsdale Maricopa Apr 1 May 31 $109 S54
Phoenix/Scottsdale Maricopa Jun I Aug 31 574 554
Phoenix/Scottsdale Maricopa Sep I Sep 30 5103 S54
City Of Sedona Which
Falls Within Yavapai
And Coconino
Sedona Counties Oct 1 Feb 28 $107 $59
City Of Sedona Which
Falls Within Yavapai
And Coconino
Sedona Counties Mar 1 May 31 5118 S59
City Of Sedona Which
Falls Within Yavapai
And Coconino
Sedona Counties Jun I Sep 30 $107 S59
Sierra Vista Cochise $66 S34
Tucson Pima Oct 1 Dec 31 S83 $44
Tucson Pima Jan 1 Mar 31 S119 $44
Tucson Pima Apr I Sep 30 S83 $44
Yuma Yuma $71 S34
SECTION PAGE DATE
e
ARIZONA ACCOUNTING MANUAL I I—D—V-I 2 01/01/2008
SI'IIJFCT
State of Arizona Travel Policy
Supplement 1 - Maximum Transportation. Lodging and Meal Reimbursement Rates
4. Out—of—State Lodging and Meal Rates: Effective 11/15/06
State Primary Destination _ County Begin End Lodging Meal
Jef erson And
Alabama Birmingham Shelby $80 S39
Gulf Shores Baldwin Oct 1 May 31 $88 $34
Gulf Shores Baldw in Jun 1 Jul 31 S107 $34
Gulf Shores Bald«in Aug I Sep 30 S88 $34
Madison And
Huntsville Limestone $71 S39
Montgomery Montgomery $73 $34
Arkansas Hot Springs Garland S87 544
Little Rock Pulaski $76 S49
Antioch/Brentwood/
Concord/Lafayette/
Martinez/Pleasant Hill/
Richmond/San Ramon/
California Walnut Creek Contra Costa $104 $44
Bakersfield/Delano
(Naval Weapons Center
And Ordinance Test ...
Station/China Lake/) Kern S70 $39
Barstow/Ontario/
Victorville San Bernardino $87 $54
Benicia/Dixon/Fairfield
/Vacaville/Vallejo Solano S87 S39
Brawley/Calexico/El
Centro/Imperial Imperial $75 $34
Chico/Orville Butte $68 S34
Clearlake Lake S65 S39
Death Valley Invo S76 S44
Fresno Fresno S79 S49
Los Angeles/
Orange And
Ventura,Edwards
Los Angeles AFB $110 S59
Mammoth Lakes Mono $101 S49
Mill Valley/San Rafael/
Novato/Corte Madera/
Sausalito/Tiburon/
Larkspur Marin S104 S49
Modesto Stanislaus $79 S44
Monterey Monterey S111 S59
Napa Napa S129 S59
Oakhurst Madera Oct 1 Jan 3I 564 534
California Oakhurst Madera Feb 1 Aug 31 S75 S34
©MOSECTION PAGE DATE
ARIZONA ACCrnt 1TtNG M1t�Nu 1t. I I—D—V-1 3 01/01/2008
-• SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Oakhurst Madera Sep 1 Sep 30 $64 S34
Oakland Alameda $94 S54
Palm Springs Riverside Oct 1 Dec 3I S105 S54
Palm Springs Riverside Jan I Apr 30 S131 $54
Palm Springs Riverside May I Aug 31 , $88 $54
Palm Springs Riverside Sep I Sep 30 S105 S54
Point Arena/Gualala Mendocino $71 S49
Redding Shasta S78 S39
Sacramento Sacramento 5103 $54
San Diego San Diego SI31 $59
San Francisco San Francisco S140 $59
San Luis Obispo San Luis Obispo S102 S49
San Mateo/Foster City/
Belmont San Mateo S98 S49
Santa Barbara Santa Barbara Oct 1 Jun 30 5130 S54
Santa Barbara Santa Barbara Jul 1 Aug 31 $169 S54
Santa Barbara Santa Barbara Sep I Sep 30 5130 S54
Santa Cruz Santa Cruz Oct I May 31 S101 S49
Santa Cruz Santa Cruz Jun I Aug 31 S126 S49
Santa Cruz Santa Cruz Sep 1 Sep 30 $101 S49
City Limits Of
Santa Monica Santa Monica $I70 S59
Santa Rosa Sonoma $108 S59
South Lake Tahoe El Dorado Oct 1 Nov 30 5122 S49
South Lake Tahoe El Dorado Dec I Mar 31 $144 $49
South Lake Tahoe El Dorado Apr I Jun 30 $106 S49
South Lake Tahoe El Dorado Jul I Sep 30 5122 $49
Stockton San Joaquin 575 S39
Sunnyvale/Palo Alto/
San Jose Santa Clara $110 $54
Tahoe City Placer S98 S54
Truckee Nevada $87 $54
Visalia/Lemoore Tulare And Kings S70 S44
West Sacramento Yolo $75 S39
Yosemite National Park Mariposa Oct 1 Mar 3I $129 S59
Yosemite National Park Mariposa Apr I Aug 31 $85 $59
Yosemite National Park Mariposa Sep I Sep 30 $129 $59
Colorado Aspen Pitkin Oct 1 Nov 30 S108 S59
Aspen Pitkin Dec I Apr 30 $225 S59
Aspen Pitkin May I Aug 31 $127 $59
Aspen Pitkin Sep I Sep 30 $108 $59
Boulder and
Boulder/Broomfield Broomfield S93 $49
SECTION PAGE I)ATI
. �' ARIZONA ACCOUNTING MANUAL I I—D—V-I 4 01/0 l/�0�$
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Colorado Colorado Springs El Paso S80 S39
Cortez Montezuma Oct I May 31 $70 $34
Cortez Montezuma Jun I Aug 31 586 S34
Cortez Montezuma Sep I Sep 30 S70 $34
Crested Butte/Gunnison Gunnison Oct I Nov 30 S84 S44
Crested Butte/Gunnison Gunnison Dec I Jan 31 $240 $44
Crested Butte/Gunnison Gunnison Feb 1 Apr 30 S222 S44
Crested Butte/Gunnison Gunnison May I Sep 30 $84 S44
Denver/Adams/
Arapahoe/
Denver/Aurora Jefferson Counties S127 $44
Douglas County Douglas S84 S49
Durango La Plata Oct I May 31 S81 $44
Durango La Plata Jun I Sep 30 S106 S44
Fort Collins/Loveland Larimer $80 $39
Glenwood Springs/Grand
Junction Garfield/Mesa $69 $44
Montrose Montrose Oct I May 31 S64 S34
Montrose Montrose Jun I Sep 30 S79 $34
Silverthorne/
Breckenridge Summit Oct I Nov 30 S92 S49
Silverthorne/
Breckenridge Summit Dec I Apr 30 S 140 S49
Silverthorne/
Breckenridge Summit May I Sep 30 S92 S49
Steamboat Springs Routt Oct I Nov 30 S95 S49
Steamboat Springs Routt Dec I Mar 31 $169 $49
Steamboat Springs Routt Apr I Sep 30 $95 S49
Telluride San Miguel Oct I Jan 31 $150 S54
Telluride San Miguel Feb I Apr 30 S192 S54
Telluride San Miguel May I Sep 30 $119 $54
Vail Eagle Oct 1 Nov 30 S127 S59
Vail Eagle Dec I Mar 31 $301 $59
Vail Eagle Apr I Sep 30 S127 $59
Connecticut Bridgeport/Danbury Fairfield $113 S59
Cromwell/Old Saybrook Middlesex $79 $39
Hartford Hartford $99 S44
Lakeville/Salisbury Litchfield $90 $59
New Haven New Haven $89 S59
New London/Groton New London $94 $59
Putnam/Danielson/
Storrs/Mansfield Windham/Tolland $71 S54
Delaware Dover Kent Oct I May 31 S76 S39
•,, SECTION PAGE DA'I1
6,)' ARIZONA ACCOI'\TING�1ANUAl I I-D-V-I 5 0 l/0 I/2008
o,.o
"` SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
��� � r •.?
State ma.,' r);,,.i"i!r lim,, "ii:I.„ Alliii11141041Dal ,',.d u(.=1 3"Dover Kent Jun 1 Sep 30 $86 $39
Delaware Lewes Sussex Oct I Jun 30 573 $34
Lewes Sussex Jul I Aug 31 $106 S34
Lewes Sussex Sep I Sep 30 S73 S34
Wilmington New Castle 5102 534
Florida Altamonte Springs Seminole $80 S34
Bradenton Manatee Oct I Jan 31 S89 S34
Bradenton Manatee Feb 1 Mar 31 $131 534
Bradenton Manatee Apr I Sep 30 S89 534
Cocoa Beach Brevard Oct 1 Dec 31 S93 S39
Cocoa Beach Brevard Jan I Mar 31 $103 S39
Cocoa Beach Brevard Apr I Sep 30 $93 $39
Daytona Beach Volusia Oct I Jan 31 S83 $34
Daytona Beach Volusia Feb I Mar 31 $138 $34
Daytona Beach Volusia Apr I Jul 31 $91 $34
Daytona Beach Volusia Aug 1 Sep 30 $83 $34
Fort Lauderdale Broward Oct I Dec 31 $126 $49
Fort Lauderdale Broward Jan I Mar 31 $172 $49
Fort Lauderdale Broward Apr I May 31 $126 S49
Fort Lauderdale Broward Jun 1 Sep 30 $94 $49
Fort Myers Lee Oct 1 Dec 31 $81 $44
Fort Myers Lee Jan I Apr 30 $127 $44
Fort Myers Lee May I Sep 30 $81 S44
Fort Pierce Saint Lucie Oct I Jan 31 $89 S44
Fort Pierce Saint Lucie Feb I Mar 31 $129 S44
Fort Pierce Saint Lucie Apr 1 Sep 30 $89 $44
Fort Walton Beach/De Okaloosa And
Funiak Springs Walton Oct I Oct 31 S109 S39
Fort Walton Beach/De Okaloosa And
Funiak Springs Walton Nov I Feb 28 S80 $39
Fort Walton Beach/De Okaloosa And
Funiak Springs Walton Mar 1 May 31 S128 $39
Fort Walton Beach/De Okaloosa And
Funiak Springs Walton Jun I Jul 31 $I68 S39
Fort Walton Beach/De Okaloosa And
Funiak Springs Walton Aug I Sep 30 $109 539
Gainesville Alachua $79 $39
Gulf Breeze Santa Rosa Oct 1 Feb 28 $87 S34
Gulf Breeze Santa Rosa Mar I Sep 30 $103 S34
Jacksonville/Jacksonville
Beach/Mayport Naval Duval/City Of
Station/Fernandina Jacksonville And
Beach/Atlantic Beach Nassau $78 S44
'''' SECTION 13\c,I DATE
ARIZONA ACCOUNTING MANUAL I I—D—V-1 6 01/01/2008
SUBJECT .---
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Key West Monroe Oct I Nov 30 $139 $59
Florida Key West Monroe Dec 1 Jan 31 $168 $59
Key West Monroe Feb I Mar 31 $214 $59
Key West Monroe Apr 1 Sep 30 $139 $59
Kissimmee Osceola Oct I Jun 30 S75 $34
Kissimmee Osceola Jul 1 Aug 31 $63 $34
Kissimmee Osceola Sep I Sep 30 $75 $34
Lakeland Polk $81 $34
Leesburg Lake Oct 1 Nov 30 $67 S39
Leesburg Lake Dec 1 Mar 3 I $75 S39
Leesburg Lake Apr I Sep 30 $67 $39
Miami Miami-Dade Oct I Dec 31 $107 $54
Miami Miami-Dade Jan I Mar 31 S157 $54
Miami Miami-Dade Apr 1 Sep 30 $107 $54
Naples Collier Oct I Jan 31 S110 $59
Naples Collier Feb 1 Mar 31 $190 $59
Naples Collier Apr I Sep 30 $110 $59
Ocala Marion Oct I Dec 31 $77 S39
Ocala Marion Jan I Mar 31 $92 $39
Ocala Marion Apr I Sep 30 $77 $39
Orlando Orange Oct I Dec 31 $89 $44
Orlando Orange Jan I Mar 31 $114 $44
Orlando Orange Apr I Sep 30 $89 $44
Boca Raton/Delray
Beach/Jupiter/
Palm Beach
Gardens/Palm
Beach/Palm Beach
Shores/Singer
Island And West
Palm Beach Palm Beach. Oct I Jan 31 $110 S59
Boca Raton/Delray
Beach/Jupiter/
Palm Beach
Gardens/Palm
Beach/Palm Beach
Shores/Singer
Island And West
Palm Beach Palm Beach. Feb I Mar 31 $163 $59
Boca Raton/Delray
Beach/Jupiter/
Palm Beach
Gardens/Palm
Beach/Palm Beach
Palm Beach Shores/Singer Apr I Sep 30 $110 $59
(((�' SECTION PAGE DATE
' I ARIZONA ACCOUNTING MANUAL I I-D-V-1 7 O l/0 112008
1filw' SUBJECT
State of Arizona Travel Policy
Supplement I -Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primary;Destination County'' Begin End dging Meal
Island And West
Palm Beach.
Florida Panama City Bay Oct I Feb 28 S79 S44
Panama City Bay Mar I May 31 S I06 $44
Panama City Bay Jun I Jul 31 $127 $44
Panama City Bay Aug 1 Sep 30 S79 S44
Pensacola I Pensacola
Beach Escambia S94 $44
Punta Gorda Charlotte Oct I Jan 31 $78 S39
Punta Gorda Charlotte Feb 1 Mar 31 S 110 S39
Punta Gorda Charlotte Apr 1 Sep 30 S78 S39
Sarasota Sarasota Oct 1 Jan 31 S88 $44
Sarasota Sarasota Feb 1 Mar 31 S133 $44
Sarasota Sarasota Apr I Sep 30 S88 $44
Sebring Highlands S92 S34
St.Augustine St.Johns Oct I Jan 31 S92 $49
St. Augustine St.Johns Feb 1 Mar 31 Sill S49
St. Augustine St.Johns Apr I Sep 30 S92 S49
, •.. Stuart Martin Oct 1 Oct 3I $101 S44
Stuart Martin Nov 1 Jan 31 S119 $44
Stuart Martin Feb I Mar 31 S159 S44
Stuart Martin Apr I Sep 30 S101 $44
Tallahassee Leon S82 S39
Pinellas And
Tampa/St. Petersburg Hillsborough Oct I Dec 31 S88 $49
Pinellas And
Tampa/St. Petersburg Hillsborough Jan 1 Mar 31 S11 I $49
Pinellas And
Tampa/St. Petersburg Hillsborough Apr I Sep 30 S88 S49
Vero Beach Indian River Oct 1 Jan 31 S98 S44
Vero Beach Indian River Feb I Mar 31 $131 S44
Vero Beach Indian River Apr 1 Sep 30 $98 S44
Georgia Athens Clarke S81 S34
Fulton/Dekalb
Atlanta And Cobb $124 $44
Augusta Richmond S72 S34
Columbus Muscogee $79 $34
Conyers Rockdale S71 S34
Duluth/Norcross/
Lawrenceville/Braselton Gwinnett $72 $39
Jekyll Island/Brunswick Glynn $100 $44
Savannah Chatham S95 S44
Idaho Boise Ada $79 $44
SECTION PAGE DATE
7W ARIZONA ACCOUNTING ntAxo:u. I1—D—V 1 8 01/01/?008
SUBJECT --
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
tae 'nn ary I is ha on oun •J,, _ ..:a gal'
Coeur D'Alene Kootenai Oct I May 31 S65 $54
Coeur D'Alene Kootenai Jun I Aug 31 $95 S54
Coeur D'Alene Kootenai Sep I Sep 30 S65 S54
Idaho Sun Valley/Ketchum Blaine Oct I Jun 30 $71 $54
Sun Valley/Ketchum Blaine Jul I Aug 31 $82 $54
Sun Valley/Ketchum Blaine Sep I Sep 30 $71 $54
Twin Falls Twin Falls S71 S34
Bolingbrook/Romeoville
/Lemont/Lockport/
Homer Glen/Mokena/
Illinois New Lenox Will S76 S39
Chicago Cook And Lake Oct I Nov 30 $173 $59
Chicago Cook And Lake Dec I Apr 30 $138 $59
Chicago Cook And Lake May 1 Jun 30 $169 S59
Chicago Cook And Lake Jul 1 Aug 31 $141 S59
Chicago Cook And Lake Sep I Sep 30 S173 S59
City Of Elgin/
Elgin/Aurora Kane $80 S39
Oak Brook Terrace Dupage S95 S44
Rockford Winnebago $65 S34
Springfield Sangamon S76 S44 ,
Indiana Bloomington Monroe $84 $39 ,
Brownsburg/Plainfield Hendricks $67 S39
Ft. Wayne Allen $68 S34
Hammond/Munster/
Merrillville Lake S77 S39
Marion/Hamilton/
Fort Benjamin
Harrison Military
Indianapolis/Carmel Base S93 $39
Lafayette Tippecanoe $75 $34
Michigan City La Porte S75 S34
Nashville Brown $66 $44
South Bend St.Joseph $86 S39
Valparaiso/Burlington
Beach Porter $75 $44
Iowa Cedar Rapids Linn $72 $34
Des Moines Polk $74 $39
Geary/Riley And
Kansas Fort Riley/Manhattan Pottawatomie S67 S34
Kansas City/Overland Wyandotte And
Park Johnson S96 $39
Wichita Sedgwick $75 S44
Kentucky Boone County Boone S88 $39
SECTION PAGE DATE:
., ARIZONA ACCOUNTING MANUAL I I—D—V-1 9 01/01/2008
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal ,
Kenton County Kenton S94 S39
Lexington Fayette S84 S44
Louisville Jefferson Oct I May 31 S94 $44
Louisville Jefferson Jun I Aug 31 S85 S44
Kentucky Louisville Jefferson Sep I Sep 30 S94 S44
East Baton Rouge
Louisiana Baton Rouee Parish Oct I Mar 31 S94 $39
East Baton Rouge
Baton Rouge Parish Apr I Jun 30 S80 539
East Baton Rouge
Baton Rouge Parish Jul I Sep 30 S94 $39
Covington/Slidell St.Tammany Parish Oct 1 Mar 31 $95 $44
Covington/Slidell St.Tammany Parish Apr I Aug 31 S70 $44
Covington/Slidell St.Tammany Parish Sep I Sep 30 595 S44
Lake Charles Calcasieu Parish S71 S34
Orleans/St.
Bernard/Jefferson
And Plaquemine
New Orleans Parishes Oct I May 31 S148 S54
Orleans/St.
Bernard/Jefferson
And Plaquemine
New Orleans Parishes Jun 1 Sep 30 S102 $54
Caddo And Bossier
Shreveport Parishes S66 $39
Maine Bar Harbor Hancock Oct 1 May 31 $67 S44
Bar Harbor Hancock Jun 1 Sep 30 $123 $44
Kennebunk/Kittery/
Sanford York Oct I Oct 31 S81 S49
Kennebunk/Kittery/
Sanford York Nov 1 Jun 30 $69 $49
Kennebunk/Kittery/
Sanford York Jul I Aug 31 S108 S49
Kennebunk/Kittery/
Sanford York Sep 1 Sep 30 S8I S49
Cumberland,
Portland Sagadahoc Oct 1 Jun 30 S82 $39
Cumberland,
Portland Sagadahoc Jul I Sep 30 S103 S39
Rockport Knox Oct I Jun 30 S60 S44
Rockport Knox Jul I Aug 31 $85 S44
Rockport Knox Sep 1 Sep 30 S60 $44
Aberdeen/Bel Air/
Maryland Belcamp/Edgewood Harford S82 S39
Annapolis Anne Arundel $116 $59
. . SECTION PAGE DATE
ARIZONA ACCOUNTING.MANUAL II—D—V-I 10 01/01/2008
St'13JECT �-
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State Primary,Destination County Begin End Lodging Meal ,
Baltimore City Baltimore City $148 $54
Baltimore County Baltimore S92 S49
Dorchester And
Cambridge/St. Michaels Talbot Oct I Oct 31 $135 S49
Dorchester And
Cambridge/St. Michaels Talbot Nov 1 Apr 30 $99 $49
Dorchester And
Maryland Cambridge/St. Michaels Talbot May 1 Aug 31 $146 $49
Dorchester And
Cambridge/St. Michaels Talbot Sep 1 Sep 30 $135 S49
Columbia Howard $104 $44
Frederick Frederick S85 $34
Hagerstown Washington $65 S34
La Plata/Indian Head Charles $70 $34
Lexington Park/ St. Mary's And
Leonardtown/Lusby Calvert S82 S34
Ocean City Worcester Oct I , May 31 $74 $59
Ocean City Worcester Jun I Sep 30 $159 S59
Washington DC Metro Montgomery and
Area Prince Georges Oct I Nov 30 $195 S59 ..-
Washington DC Metro Montgomery and
Area Prince Georges Dec I May 31 S188 S59
Washington DC Metro Montgomery and
Area Prince Georges Jun I Aug 31 $162 $59
Washington DC Metro Montgomery and
Area Prince Georges Sep I Sep 30 $195 S59
Massachusetts Andover Essex $84 S54
Suffolk/City Of
Boston/Cambridge Cambridge Oct I Oct 31 S203 S59
Suffolk/City Of
Boston/Cambridge Cambridge Nov 1 Aug 31 S168 S59
Suffolk/City Of
Boston/Cambridge Cambridge Sep I Sep 30 $203 S59
Burlington/Woburn Middlesex $104 S54
City Limits Of
Falmouth Falmouth Oct I Jun 30 $85 S44
City Limits Of
Falmouth Falmouth Jul I Aug 31 $128 $44
City Limits Of
Falmouth Falmouth Sep I Sep 30 $85 $44
Hyannis Barnstable Oct 1 Apr 30 $80 $54
Hyannis Barnstable May I Jun 30 S95 S54
Hyannis Barnstable Jul I Aug 31 $124 $54
Hyannis Barnstable Sep I Sep 30 $80 S54
Martha's Vineyard Dukes Oct I Oct 31 $116 S59
`, SECTION I'AGI[ DATE
1�' ARIZONA ACCOUNTING MANUAL 11—D—V-I I I 01/01/2008
✓ SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State Primary Destination County I, .°' End ` Lodging Meal
Martha's Vineyard Dukes Nov I May 31 S96 S59
Martha's Vineyard Dukes Jun I Aug 31 SI75 $59
Martha's Vineyard Dukes Sep I Sep 30 SI16 $59
Nantucket Nantucket Oct I Nov 30 S154 $59
Nantucket Nantucket Dec I May 31 S I30 S59
Nantucket Nantucket Jun 1 Aug 31 S224 $59
Massachusetts Nantucket Nantucket Sep I Sep 30 S154 $59
Northampton Hampshire S88 S34
Pittsfield Berkshire Oct I Jun 30 S87 S54
Pittsfield Berkshire Jul I Aug 31 $104 S54
Pittsfield Berkshire Sep 1 Sep 30 S87 S54
Plymouth/Taunton/New
Bedford Plymouth/Bristol S91 S49
Quincy Norfolk Sill S39
Springfield Hampden S90 S39
Worcester Worcester $87 S44
Michigan Ann Arbor Washtenaw S86 S39
Benton Harbor/St.
<"" Joseph/Stevensville Berrien $68 S44
Charlevoix Charlevoix $71 S44
Detroit Wayne S100 S44
East Lansing/Lansing Ingham And Eaton $75 S34
Flint Genessee $73 $34
Frankenmuth Saginaw S67 S39
Grand Rapids Kent S75 S34
Holland Ottawa S72 S39
Kalamazoo/
Kalamazoo/ Battle Creek Calhoun S75 S39
Mackinac Island Mackinac Oct I Jun 30 S65 S44
Mackinac Island Mackinac Jul 1 Aug 31 $88 S44
Mackinac Island Mackinac Sep I Sep 30 S65 S44
Midland Midland $85 $34
Mount Pleasant Isabella $68 $39
Muskegon Muskegon Oct I May 31 $64 $34
Muskegon Muskegon Jun 1 Aug 31 $80 $34
Muskegon Muskegon Sep I Sep 30 $64 $34
Ontonagon/Baraga/ Ontonagon/Baraga
Houghton /Houghton $72 S34
Petoskey Emmet Oct I Jun 30 $67 S49
Petoskey Emmet Jul I Aug 31 $90 $49
Petoskey Emmet Sep I Sep 30 S67 $49
Pontiac/Auburn Hills Oakland S94 $39
Sault Ste Marie Chippewa $62 S34
(/1:.:. SECTION PAGE DATE
ARIZONA ACCOUNTING MANUAL I I—D—V-I l 01/01/200$
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
South Haven Van Buren Oct 1 May 31 S63 S34
South Haven Van Buren Jun 1 Aug 31 $85 534
South Haven Van Buren Sep I Sep 30 $63 S34
Grand Traverse
Traverse City And Leland And Leelanau Oct I Jun 30 $66 $39
Grand Traverse
Michigan Traverse City And Leland And Leelanau Jul I Aug 31 $103 $39
Grand Traverse
Traverse City And Leland And Leelanau Sep 1 Sep 30 $66 S39
Warren Macomb $75 S34
Minnesota Coon Rapids/Ramsey Anoka $72 S39
Duluth St. Louis Oct 1 May 31 $71 $44
Duluth St. Louis Jun I Sep 30 $87 S44
Eagan/Burnsville/
Mendota Heights/
Lakeville/Inver Grove
Heights Dakota $80 $44
Hennepin And
Minneapolis/St. Paul Ramsey $113 $59
Rochester Olmstead $90 $39
Mississippi Gulfport/Biloxi Harrison Oct 1 Mar 31 $94 $39
Gulfport/Biloxi Harrison Apr I Aug 31 $63 S39
Gulfport/Biloxi Harrison Sep I Sep 30 $94 $39
Robinsonville Tunica $65 S39
Starkville Oktibbeha $70 $39
Jackson/Clay/
Missouri Kansas City Cass And Platte $96 S44
Osage Beach/St. Robert/ Camden/Miller/
Ft.Leonardwood Pulaski $70 $44
Springfield Greene $70 $34
St. Louis/St. Louis
City And St.
St.Louis Charles $103 S54
Big Sky/West
Montana Yellowstone Gallatin Oct 1 Jun 30 S73 $44
Big Sky/West
Yellowstone Gallatin Jul 1 Aug 31 $96 S44
Big Sky/West
Yellowstone Gallatin Sep I Sep 30 S73 $44
Butte Silver Bow S65 S39
Helena Lewis And Clark S67 S39
Missoula/Poison/ Missoula/Lake/
Kalispell Flathead Oct I May 31 $73 S39
Missoula/Poison/ Missoula/Lake/ Jun 1 Aug 31 $90 $39
SECTION PAGE DATE
'.y ARIZONARIZONA ACCOUNTING MANUAL I I—D—V-I 13 0 I/0I/2008
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Kalispell Flathead
Missoula I Poison/ Missoula/Lake/
Kalispell Flathead Sep I Sep 30 S73 S39
Nebraska Omaha Douglas S84 $44
Incline Village/Crystal
Nevada Bay/Reno/Sparks Washoe Oct I May 31 $101 $44
Incline Village/Crystal
Nevada Bay/Reno/Sparks Washoe Jun I Aug 31 S139 $44
Incline Village/Crystal
Bay/Reno/Sparks Washoe Sep I Sep 30 $101 $44
Las Vegas Clark Oct I Apr30 S114 $59
Las Vegas Clark May I Aug 31 $100 $59
Las Vegas Clark Sep I Sep 30 S114 S59
Douglas!Carson
Stateline/Carson City City Counties S83 S59
New Hampshire Concord Merrimack Oct I Oct 31 S92 $39
Concord Merrimack Nov I May 31 S72 S39
Concord Merrimack Jun 1 Sep 30 S92 S39
Conway Carroll Oct I Feb 28 $120 $44
Conway Carroll Mar I Jun 30 $97 $44
Conway Carroll Jul 1 Aug 31 S146 $44
Conway Carroll Sep I Sep 30 $120 S44
Durham Strafford $81 S39
Laconia Belknap Oct I Jun 30 S81 S34
Laconia Belknap Jul I Aug 31 $100 S34
Laconia , Belknap Sep 1 Sep 30 S81 $34
Lebanon/Lincoln/West
Lebanon/Franconia/
Hanover/Holderness/
Sunapee/Waterville
Valley/North Woodstock Grafton And
/Plymouth Sullivan $116 $44
Manchester Hillsborough $90 $39
Portsmouth Rockingham Oct I Jun 30 S93 $39
Portsmouth Rockingham Jul I Sep 30 $121 S39
Atlantic City/Ocean City Atlantic and Cape
New Jersey /Cape May May Oct I Oct 31 $114 S49
Atlantic City/Ocean City Atlantic and Cape
/Cape May May Nov I Apr 30 $94 S49
Atlantic City/Ocean City Atlantic and Cape
/Cape May May May I Sep 30 S114 $49
Belle Mead Somerset S125 $39
Camden And
Cherry Hill/Moorestown Burlington $82 $39
.:..;. SECTION PAGE DATE
kVARIZONA ACCOUNTING MAxt'AI II—D—V-I 14 01/01/2008
SUBJECT ..,-
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Eatontown/Freehold Monmouth S106 S44
Edison!Piscataway Middlesex S109 S39
Flemington 1-lunterdon $100 $34
Essex/Bergen/
Hudson And
Newark Passaic $116 $44
New Jersey Parsippany Morris $121 $44
Princeton/Trenton Mercer $133 $39
Springfield/Cranford/
New Providence!
Westfield/Clark/
Summit/Linden Union $98 $44
Tom's River Ocean Oct 1 May 31 S79 $34
Tom's River Ocean Jun I Aug 31 S102 $34
Tom's River Ocean Sep I Sep 30 $79 S34
New Mexico Albuquerque Bemalillo $70 $44
Los Alamos Los Alamos $75 S44
Santa Fe Santa Fe S83 $54
Taos Taos $69 S54
New York Albany Albany $103 $44
Binghamton/Owego Broome And Tioga $79 $34
Buffalo Erie $81 $49
Floral Park/Garden City/
Glen Cove/Great Neck/
Roslyn Nassau S159 S59
Glens Falls Warren Oct I Max' 31 S83 S44
Glens Falls Warren Jun I Aug 31 $129 S44
Glens Falls Warren Sep I Sep 30 S83 S44
Ithaca/Waterloo/ Tompkins And
Romulus Seneca $90 $39
Kingston Ulster $94 $44
Lake Placid Essex Oct I Dec 31 $105 $49
Lake Placid Essex Jan I Jun 30 $94 $49
Lake Placid Essex Jul I Aug 31 S157 $49
Lake Placid Essex Sep I Sep 30 $105 S49
The Boroughs Of
Manhattan(Includes The Manhattan/
Boroughs Of Manhattan/ Brooklyn/The
Brooklyn/The Bronx Bronx/Richmond
And Staten Island) County Oct 1 Dec 31 $274 $59
SECTION I'AG I DATE
t:
a . ARIZONA ACCOUNTING MANUAL. I[—D—V-I 1; 0 I/01/2008
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State yi illiikiiii5titi;
The Boroughs Of
Manhattan(Includes The Manhattan/
Boroughs Of Manhattan/ Brooklyn/The
Brooklyn/The Bronx Bronx/Richmond
And Staten Island) County Jan I Jun 30 S214 S59
The Boroughs Of
Manhattan(Includes The Manhattan/
Boroughs Of Manhattan/ Brooklyn/The
Brooklyn/The Bronx Bronx/Richmond
And Staten Island) County Jul I Aug 31 $196 S59
The Boroughs Of
Manhattan(Includes The Manhattan/
Boroughs Of Manhattan/ Brooklyn 1 The
Brooklyn/The Bronx Bronx/Richmond
New York And Staten Island) County Sep 1 Sep 30 S274 559
Niagara Falls Niagara Oct I May 31 S63 $39
Niagara Falls Niagara Jun I Aug 31 $93 $39
Niagara Falls Niagara Sep I Sep 30 S63 $39
Nyack/Palisades Rockland $105 $44
Poughkeepsie Dutchess $103 $49
,,.�, Queens Queens Oct I Dec 31 $177 $54
Queens Queens Jan I Apr 30 $152 $54
Queens Queens May I Jun 30 $163 $54
Queens Queens Jul I Aug 31 $153 $54
Queens Queens Sep I Sep 30 $177 S54
Riverhead/Ronkonkoma
/Melville/Smithtown/
Huntington Station/
Amagansett/East
Hampton/Montauk!
Southhampton/Islandia/
Commack/Medford/
Stony Brook/Hauppauge
/Centereach Suffolk S128 $59
Rochester Monroe $87 $39
Saratoga Springs/ Saratoga And
Schenectady Schenectady Oct I Jun 30 $99 S39
Saratoga Springs/ Saratoga And
Schenectady Schenectady Jul I Aug 31 $160 $39
Saratoga Springs/ Saratoga And
Schenectady Schenectady Sep I Sep 30 S99 S39
Syracuse Onondaga 582 $39
Tarrytown/White Plains/
New Rochelle/Yonkers Westchester $137 $54
Troy Rensselaer $83 $34
West Point Orange $98 $39
• SECTION PAGE DATE
Ma) 1RIZO\1 1(COt'NTINC MANI'AI. II—Q—V-I 16 01J01/2008
SUBJECT ..-
State of Arizona Travel Policy
Supplement I - Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
North Carolina Asheville Buncombe Oct I Oct 31 $82 S44
Asheville Buncombe Nov I Jun 30 S71 $44
Asheville Buncombe Jul I Sep 30 S82 S44
Atlantic Beach/
Morehead City Carteret Oct I May 31 S67 S44
Atlantic Beach/
Morehead City Carteret Jun I Aug 31 S96 $44
Atlantic Beach/
Morehead City Carteret Sep I Sep 30 $67 $44
Chapel Hill Orange S80 $44
North Carolina Charlotte Mecklenburg S78 S44
Durham Durham $88 $44
Greensboro Guilford Oct I Apr 30 S90 S39
Greensboro Guilford May I Sep 30 S78 S39
Greenville Pitt S68 $34
Kill Devil Dare Oct I Dec 31 S60 S49
Kill Devil Dare Jan I Sep 30 S91 S49
New Bern/Havelock Craven S76 $39
Raleigh Wake $80 $49
Shalotte/Southport/ Brunswick And
Whiteville Columbus $65 $34
Wilmington New Hanover S81 $44
Winston-Salem Forsyth S78 $39
Ohio Akron Summit S78 S44
Canton Stark S73 $39
Hamilton And
Cincinnati Clermont S86 $49
Cleveland Cuyahoga $98 S49
Columbus Franklin $93 $44
Greene/Darke And
Dayton/Fairborn Montgomery $80 $39
Hamilton Butler And Warren $82 $44
Mentor Lake $80 $39
Port Clinton Ottawa Oct I Jun 30 $60 $39
Port Clinton Ottawa Jul I Aug 31 $87 $39
Port Clinton Ottawa Sep I Sep 30 $60 $39
Rittman Wayne And Medina $72 S34
Sandusky/Bellevue Erie And Huron S91 S34
Toledo Lucas $73 S39
Mahoning And
Youngstown Trumbull $75 $34
Oklahoma Oklahoma City Oklahoma $73 $44
Tulsa/Creek/
Tulsa Osage/And Rogers $68 $39 .-
SECTION PAI;I: DATE
"��' ARIZONA ACCO1\TING N1ANUA1. l I—D—V-I 17 0l/0l/2008
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primaltjp)stination County Begin End lodging Meal
Oregon Ashland/Crater Lake Jackson/Klamath S74 S39
Beaverton Washington S79 S39
Bend Deschutes S75 S39
Clackamas Clackamas $72 $34
Eugene/Florence Lane $84 S39
Lincoln City Lincoln Oct 1 Jun 30 S76 S44
Lincoln City Lincoln Jul I Aug 31 S100 S44
Lincoln City Lincoln Sep 1 Sep 30 S76 S44
Portland Multnomah $98 S44
Oregon Seaside Clatsop Oct I Jun 30 $77 S49
Seaside Clatsop Jul 1 Aug 31 Sill S49
Seaside Clatsop Sep 1 Sep 30 S77 S49
Allentown/Easton/ Lehigh And
Pennsylvania Bethlehem Northampton $80 S39
Bucks County Bucks $95 S54
Chambersburg Franklin $66 S39
Chester/Radnor I
Essington Delaware $88 $39
('"' Erie Erie $79 S34
Gettysburg Adams Oct I Oct 31 S101 $49
Gettysburg Adams Nov I Mar 31 S72 S49
Gettysburg Adams Apr I Sep 30 S101 S49
Harrisburg Daupin S85 S39
Hershey City Of Hershey Oct 1 Feb 28 $82 $39
Hershey City Of Hershey Mar I May 31 $88 S39
Hershey City Of Hershey Jun I Sep 30 S139 S39
Lancaster Lancaster S83 S44
Malvern/Frazer/Berwyn
/Phoenixville Chester S106 S44
Mechanicsburg Cumberland $75 $49
Montgomery County Montgomery S114 S54
Philadelphia Philadelphia S138 S59
Pittsburgh Allegheny S100 S49
Reading Berks $78 $39
Scranton Lackawanna $71 $34
State College Centre S76 $39
East Greenwich/
Warwick/North Kent And
Rhode Island Kingstown Washington S99 $44
Jamestown/Middletown/
Newport Newport Oct I Nov 30 $137 $59
Jamestown/Middletown/
Newport Newport Dec I Feb 28 S83 S59
l Six TION PM;1 DATE
"Li*
L ARIZONA ACCOUNTING MANUAI, 11 l� `! l 18 O I/0I/2OO8
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Jamestown/Middletown/
Newport Newport Mar I Sep 30 $137 S59
Providence Providence $144 S49
South Carolina Aiken Aiken $70 S34
Charleston/
Berkeley And
Charleston Dorchester 592 S49
Columbia Richland $75 S39
Greenville Greenville $75 S44
Hilton Head Beaufort Oct I Oct 31 $120 $49
South Carolina Hilton Head Beaufort Nov I Feb 28 $80 $49
Hilton Head Beaufort Mar 1 Sep 30 S120 S49
Myrtle Beach Horry , Oct I Feb 28 S67 S49
Myrtle Beach Horry Mar I May 31 $82 S49
Myrtle Beach Horry Jun I Aug 31 $118 $49
Myrtle Beach Horry Sep I Sep 30 S67 $49
Fall River And
South Dakota Hot Springs Custer Oct I May 31 S61 S34
Fall River And
Flot Springs Custer Jun 1 Aug 31 $89 $34
Fall River And
Hot Springs Custer Sep I Sep 30 $61 S34
Rapid City Pennington Oct 1 May 31 $63 S39
Rapid City Pennington Jun 1 Aug 31 S106 $39
Rapid City Pennington Sep I Sep 30 $63 S39
Meade/Butte And
Sturgis/Spearfish Lawrence Oct I Apr 30 S60 S39
Meade/Butte And
Sturgis/Spearfish Lawrence May I Aug 31 $88 S39
Meade/Butte And
Sturgis/Spearfish Lawrence Sep I Sep 30 $60 $39
Tennessee Brentwood/Franklin Williamson S82 S44
Chattanooga Hamilton $81 S39
Gatlinburg/Townsend Sevier And Blount $67 $44
Knoxville Knox $74 $44
Memphis Shelby $83 S44
Nashville Davidson $99 S49
Oak Ridge Anderson $72 S34
Tarrant County And
Arlington/Fort Worth/ City Limits Of
Texas Grapevine Grapevine S120 S39
Austin Travis $85 S49
College Station Brazos $73 S34
Corpus Christi Nueces $78 $39
(1.1
`` SECTION ',Au- DATE
°CT ARIZONA.AC000NTING MANUAL II—D—V-I 19 01/01/2008
Su!
State of Arizona Travel Policy
Supplement I - Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primary Destination County Begin. End Lodging Meal
Dallas County And
Dallas City Of Dallas Oct I Dec 3 I S I00 S54
Dallas County And
Dallas City Of Dallas Jan 1 Apr 30 Sl I I $54
Dallas County And
Dallas City Of Dallas May I Sep 30 S100 S54
El Paso El Paso S76 $39
Galveston Galveston $96 $44
Houston(L.B.Johnson Montgomery/Fort
Space Center) Bend And Harris S95 S54
Hunt County Hunt County S64 S34
Texas Killeen Bell S65 $34
Laredo Webb S88 S39
NicAllen Hidalgo S75 S39
Plano Collin S81 S44
Round Rock Williamson S78 $39
San Antonio Bexar $103 S49
South Padre Island Cameron Oct I Feb 28 $71 S39
f, .. South Padre Island Cameron Mar I Aug 31 $96 $39
South Padre Island Cameron Sep I Sep 30 $71 $39
Waco Mclennan $76 S34
Utah Ogden Weber $61 S39
Park City Summit Oct I Nov 30 $68 S59
Park City Summit Dec I Mar 31 S135 S59
Park City Summit Apr I Sep 30 S68 S59
Provo Utah S69 S44
Salt Lake And
Salt Lake City Tooele $90 S49
Chittenden And
Vermont Burlington/St. Albans Franklin Oct 1 Oct 31 S95 S44
Chittenden And
Burlington/St. Albans Franklin Nov I Apr 30 S81 S44
Chittenden And
Burlington/St. Albans Franklin May I Sep 30 $95 $44
Manchester Bennington $79 $54
Montpelier Washington $88 $49
Stowe Lamoille Oct I Nov 30 S108 $59
Stowe Lamoille Dec I Feb 28 S125 S59
Stowe Lamoille Mar I Sep 30 SI08 $59
White River Junction Windsor Oct I Feb 28 $89 S49
White River Junction Windsor Mar I Aug 31 S78 $49
White River Junction Windsor Sep 1 Sep 30 $89 $49
City Of
Virginia Charlottesville Charlottesville, $87 $39
‘,1( DON I'V'I DATE
0!t
("---):utizoN% v(o(\TING NI\\I u. 11-D V-I 20 01/01/2008
SUBJECT ,
State of Arizona Travel Policy
Supplement I - Maximum Transportation. Lodging and Meal Reimbursement Rates
l r s_ . . . `. '` 1 ' It ) ' , " " 1.;Begin End Lodging Meal
'11 II�I-�t I� �.,k a Ytl i 4 IItll
Albemarle
Cities of
Chesapeake and
Chesapeake/Suffolk Suffolk Oct I Mar 31 $74 $39
Cities of
Chesapeake and
Chesapeake!Suffolk Suffolk Apr I Aug 31 S99 S39
Cities of
Chesapeake and
Chesapeake/Suffolk Suffolk Sep 1 Sep 30 S74 $39
Chesterfield/Henrico Chesterfield!
Counties Henrico S81 S44
Cities of Hampton
Hampton City/Newport City and Newport
Virginia News News Oct I Mar 31 S73 $39
Cities of Hampton
Hampton City/Newport City and Newport
News News Apr I Jun 30 S88 S39
Cities of Hampton
Hampton City/Newport City and Newport „.x
News News Jul I Sep 30 $73 S39
James City and
James City and York York Counties,City
Counties,Williamsburg of Williamsburg Oct I Mar 31 S70 S49
James City and
James City and York York Counties,City
Counties,Williamsburg of Williamsburg Apr I Aug 31 $89 S49
James City and
James City and York York Counties,City
Counties, Williamsburg of Williamsburg Sep I Sep 30 $70 S49
Loudoun County Loudoun $131 $54
Campbell/
Lynchburg Lynchburg City S68 S39
Manassas City of Manassas S87 S34
Cities of Norfolk
Norfolk/Portsmouth and Portsmouth Oct 1 Oct 31 $94 S54
Cities of Norfolk
Norfolk!Portsmouth and Portsmouth Nov I Mar 31 S77 S54
Cities of Norfolk
Norfolk/Portsmouth and Portsmouth Apr I Sep 30 $94 S54
Richmond City City of Richmond $102 $49
City Limits Of
Roanoke Roanoke S76 $39
Spotsylvania County/
City Of Fredericksburg Spotsylvania $63 S44
Stafford/Prince William Stafford/Prince $80 $39
(� SECTION PAN! DATE
•. �� ARIZONA ACCOUNTING NANUAI. 11—D—V-I 21 0l/01/2008
St't3JECr
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Counties William
Virginia Beach County Virginia Beach Oct I Mar 31 $68 $49
Virginia Beach County Virginia Beach Apr 1 May 3I $83 $49
Virginia Beach County Virginia Beach Jun I Aug 31 5129 $49
Virginia Beach County Virginia Beach Sep I Sep 30 $68 S49
Wallops Island Accomack Oct I Jun 30 $78 $44
Wallops Island Accomack Jul I Aug 3I S111 544
Wallops Island Accomack Sep I Sep 30 S78 $44
Warrenton Fauquier S73 S39
Cities of
Alexandria, Fairfax
and Falls Church:
Washington DC Metro Arlington and
Virginia Area Fairfax Oct 1 Nov 30 S195 $59
Cities of
Alexandria,Fairfax
and Falls Church;
Washington DC Metro Arlington and
Area Fairfax Dec I May 31 S188 S59
Cities of
Alexandria,Fairfax
and Falls Church;
Washington DC Metro Arlington and
Area Fairfax Jun I Aug 31 S162 $59
Cities of
Alexandria.Fairfax
and Falls Church;
Washington DC Metro Arlington and
Area Fairfax Sep 1 Sep 30 S195 S59
Anacortes/Camano
Island/Coupeville/
Mount Vernon/La
Conner/Burlington/ Skagit/Island/San
Washington Friday Harbor Juan $74 $54
Bremerton Kitsap S74 $54
Everett/Lynnwood Snohomish $81 549
Ocean Shores Grays Harbor $82 S39
Olympia/Tumwater Thurston S76 S44
Port Angeles/Port Clallam And
Townsend Jefferson Oct I Jun 30 $81 $54
Port Angeles/Port Clallam And
Townsend Jefferson Jul 1 Aug 31 S1 14 $54
Port Angeles/Port Clallam And
('' '^ Townsend Jefferson Sep 1 Sep 30 $81 $54
SECTION PAGE DATE
.( , ARIZONA ACCOUNTING MANUAL 11—D—V-I 2� 01/01/2008
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Seattle Kine S136 S59
Spokane Spokane S70 S44
Tacoma Pierce S96 554
Clark/Cowlitz And
Vancouver Skamania S101 S44
Washington DC
(Also The Cities Of
Alexandria/Falls
Church And Fairfax
/And The Counties
Of Arlington And
Fairfax/In
Virginia;And The
Counties Of
Montgomery And
Prince George's In
Maryland)(See
Also Maryland And
Washington DC District Of Columbia Virginia) Oct I Nov 30 $195 S59
Washington DC J.
(Also The Cities Of
Alexandria/Falls
Church And Fairfax
/And The Counties
Of Arlington And
Fairfax/In
Virginia;And The
Counties Of
Montgomery And
Prince George's In
Maryland)(See
Also Maryland And
District Of Columbia Virginia) Dec I May 3 I S188 S59
Washington DC
(Also The Cities Of
Alexandria/Falls
Church And Fairfax
/And The Counties
Of Arlington And
Fairfax/In
Virginia;And The
Counties Of
Montgomery And
Prince George's In
Maryland)(See
Also Maryland And
District Of Columbia Virginia) Jun 1 Aug 31 S162 S59
SECTION I'A(GI DATE.
,1�= ARIZONA ACCOUNTING NIANL AI, l l—D V I ?; 01/01/2008
C` SUBJECT
State of Arizona Travel Policy
Supplement 1 - Maximum Transportation. Lodging and Meal Reimbursement Rates
State Primary Destination County Begin End Lodging Meal
Washington DC
(Also The Cities Of
Alexandria/Falls
Church And Fairfax
/And The Counties
Of Arlington And
Fairfax/In
Virginia;And The
Counties Of
Montgomery And
Prince George's In
Maryland)(See
Also Maryland And
Washington DC District Of Columbia Virginia) Sep 1 Sep 30 SI95 $59
West Virginia Charleston Kanawha S87 $39
Huntington/Barboursville Cabell/Wayne S61 S39
Morgantown Monongalia S76 S39
Shepherdstown Jefferson $69 $39
Wheeling Ohio S71 S39
Wisconsin Appleton City Of Appleton $75 S39
Brookfield/Racine Waukesha/Racine $77 S39
Green Bay Brown $71 S39
Lake Geneva Walworth Oct I Oct 31 $120 S49
Lake Geneva Walworth Nov I Apr 30 S9I $49
Lake Geneva Walworth May 1 Sep 30 S120 S49
Madison Dane S84 S49
Milwaukee Milwaukee S87 S39
Sheboygan Sheboygan Oct Jun 30 , S68 $39
Sheboygan Sheboygan Jul I Aug 31 S77 $39
Sheboygan Sheboygan Sep I Sep 30 S68 S39
Sturgeon Bay Door Oct 1 Oct 31 $74 S44
Sturgeon Bay Door Nov I Jun 30 $60 S44
Sturgeon Bay Door Jul I Sep 30 S74 S44
Wisconsin Dells Columbia Oct 1 Jun 30 $60 S59
Wisconsin Dells Columbia Jul 1 Aug 31 $82 S59
Wisconsin Dells Columbia Sep 1 Sep 30 $60 S59
Wyoming Cody Park Oct I Apr 30 $60 S39
Cody Park May 1 Sep 30 $94 $39
Jackson/Pinedale Teton And Sublette Oct I Jun 30 S85 S49
Jackson/Pinedale Teton And Sublette Jul I Aug 31 SI27 $49
Jackson/Pinedale Teton And Sublette Sep 1 Sep 30 $85 $49
sFc riON PAGE DATE
'--' ARIZONA:\CCOI'NTING MANIAI. I I—D—V-I 24 O I/O I/2008
SUBJECT
State of Arizona Travel Policy
Supplement I - Maximum Transportation, Lodging and Meal Reimbursement Rates
5. Meal Expense Breakdown for partial day travel:
Breakfast $ 7.00 $ 8.00 $ 9.00 $ 10.00 $ 11.00 $ 12.00
Lunch S 10.00 $ 11.00 S 13.00 $ 14.00 $ 16.00 S 17.00
Dinner S 17.00 $ 20.00 S 22.00 S 25.00 S 27.00 S 30.00
$ 34.00 $ 39.00 S 44.00 $ 49.00 $ 54.00 $ 59.00
6. Long—Term Subsistence: At least 30 consecutive days in travel status outside a 50 mile radius of
residence and post of duty.
Up to the first seven (7) days may be reimbursed at the allowable rates stated above if
arrangements for housing cannot be made before travel.
In—State: Lodging $19.00 per night
Meals $20.00 per day
Not to exceed a total of: $39.00 per day
Out—of—State: Determined on a case—by—case basis. Please submit request to Arizona
Department of Administration with sufficient details to determine appropriate
rate.
7. Out—of-Country
For the current out—of—country rates you may contact the GAO at(602)542-1750 or visit the
Department of Defense website for the latest rates:
a. Go to the GAO website(www.gao.state.az.us)and click on the Travel link.
b. Click on the Current Out-of-Country/Alaska. Hawaii Lodging and Meal Index link. This
will take you to Department of Defense website:then
c. Click on Per Diem Rates and click on Per Diem Rates again. Next find the OUTSIDE
CONUS,NON-FOREIGN OVERSEAS AND FOREIGN rates and select the
COUNTRY/STATE from the drop down menu.
d. Locate the travel destination and associated lodging and meal rates
The breakdown for partial day Meal for out—of—country can be done using the following
percentages:
Breakfast 20% ,
Lunch 25%
Dinner 55%
MILL
VSHER
Insurance. Bonds. Benefits.
February 1, 2015
Mohave Educational Services Cooperative, Inc.
625 E Beale Street
Kingman, AZ 86401
RE: Bond Methodology Description for:
Michael L. Riddle Painting Inc
5922 N. Black Canyon Hwy
Phoenix,AZ 85017
To Whom It May Concern:
RE: Bond Methodology Description & Rate Calculation
Provide detailed information explaining the methodology to be used when bonds are applied to projects.
Describe in detail the method your surety company requires you use(e.g., bonds are applied before sales
tax is applied, bonds are applied after sales tax is applied, etc.) Mohave will use this information to verify
that your firm is consistently charging bonds in the same manner under an awarded contract.
Bond premium will be charged on the total contract sum. If sales tax is included in
the contract, bond premium will be charged, if sales tax is not included in the contract
amount, no bond premium will apply.
indicate in the Pricing Page of this bid the percentage or formula you use to calculate
performance and payment bonds for jobs over$50.000.00. Performance bonds will be required
only when a job of$50,000.00 or more is offered.
2.5%for first S I OOk of contract
1.5%for next S400k of contract
Please feel free to contact us for any additional information.
Sincerely,
HILL SHER
Richard B. sher, Attorney-In-Fact
Merchants Bonding Company(Mutual)
cc: Riddle Painting&Coating
5922 N Black Canyon Hwy
Phoenix,AZ 85017-2118
1033 North 44th Street, #?Ot) I Phoenix, Arizona 85018 I Phone: 602.956.4220 I Fax:602.956.4418
www.hillusher.com
3
Evaluation Requirements — Primary Contract Documents
1, Provide Arizona Transaction Privilege (sales)Tax License Number: 07-259129H
Do you collect city, county and/or other local sales tax in Arizona? Yes X No
If yes, please check one:
X Our combined state, city, county and/or other local sales tax rate is 8.3 % (local rate).
❑The sales tax rate varies by the location (e.g. ship-to-rate).
2. Mohave is established to offer a cooperative purchasing program "which can be accomplished more
efficiently and economically as a multi-district or multi-county 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, using
Mohave as an extension of members' purchasing departments. Additionally, it is Mohave's assertion
that a statewide contract available to over 430 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 bid result in the efficiencies and economies described above?
YesX No
If no, what efficiencies and economies would members receive from a contract based on your bid?
3. List applicable Arizona Contractor's licenses held by your company.
Name of licensee Classification Number
Painting and Wallcovering CR 34
4. Contact information for purchase orders:
Physical Address 5922 N. Black Canyon Highway
Email Address KC©riddlepainitng.com
Attention of KC Totlis
5. Sales support by region:
Name Region served Phone
Tom Kamka AZ 602-618-7398
Bill Ellison AZ 602-320-9351
6. 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?
7. What is your general website (Internet) address? www.riddlepainting.com
8. Contacts for Mohave:
Main Mohave representative contact: KC Totlis
IFB 15E-0324 Mohave - Serving Arizona Since 1971
Evaluation Requirements — Primary Contract Documents
(Shall be the main point of contact for member_ and he responsible for member information
requests.)
Title President Email address kc@riddlepaintinq.corn
Phone numbei 60'-317-5068 Fax 602-266-8470
Contract Administrator contact: KC Totlis
(Shall be the main point of contact for Mohave Procurement/Contract Specialist:. Shall be
responsible for handling information requests fion] the Mohave specialists.)
Title President Email address kcCariddlepaintinq.com
Phone number 602-317-5088 Fax 602-266-8470
Accounting contact: Jennifer Neumann
(Shall be the main point of contact for Mohave Accounting Manager.)
Title Controller Email addiess Jenniferllriddlepaintinp.com
Phone numbei 602-277-3461 Fax 602-266-8470
Open Order Report/Status Report contact: KC Totlis
(Shall be the main point of contact regarding open orders.)
Title President Email address KCariddleoaintinp.com
Phone number 602-317-5088 Fax 602-266-8470
Audit contact: Jennifer Neumann
(Shall be the main point of contact for Mohave Audit Specialists.)
Title _Controller Email address Jenniferlmriddleoainting.com
Phone number 602-277-3461 Fax 602-266-8470
Reconciliation contact: Jennifer Neumann
(Shall be the main point of contact for the reconciliation report for Mohave Audit Specialists.)
Title Controller Email address Jenniferariddlepainting.com
Phone numbei 602-277-3461 Fax 602-266-0470
Escalation contact: KC Totlis
(Shall be the main point of contact when an issue needs to be escalated above the main contact
and/or contract administrator for the bid/contract, This contact shall be a different individual
than those named for the contacts listed above. )
Title President Email addiess KC(aiiddlepaintino.com
Phone number 602-317-5088 Fax 602-266-8470
9. Payment remittance address 5922 N. Black Canyon Highway
Attn: Jennifer Neumann
City Phoenix State AZ Zip 85017
Telephone (invoice questions) 602-277-3461
IFB 15E-0324 Mohave-Serving Arizona Since 1971
Evaluation Requirements — Primary Contract Documents
Provide the requested customer support information for warranty and maintenance service offered by your
firm,as applicable.
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.
Do you provide warranty and maintenance for the items in the bid? X Yes ❑No
If not, how do members obtain warranty and maintenance service?
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.
If there is a performance issue with the product or application, we will bring it up to standard.
Negligence, abuse, or acts of God are not included.
Members will contact Jerry Bowers 602-430-4521, 5922 N. Black Canyon Highway, Phoenix, AZ 85017
Do you provide technical assistance via phone? ❑Yes X No If yes, provide a phone number and
contact.
We have over 40 employees available to serve warranty work.
What is your service response time for metropolitan areas (e.g., Phoenix, Tucson) and rural areas?
Please allow 24-48 hours to respond to service.
Describe the steps a member should take to activate a warranty, if any.
Members will contact Jerry Bowers 602-430-4521, 5922 N. Black Canyon Highway, Phoenix, AZ 85017
Do you offer extended warranty or maintenance service plans? [7]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. (Tab 3a.) Place any
supplemental end-user agreements forms, which include terms and conditions and/or member signature
after Tab 4b.
IFS 15E-0324 Mohave-Serving Arizona Since 1971
Will members be required to sign any supplemental end-user agreements (sales)?
A'cl ❑Yes X No
If yes, review/revise your agreement(s) for any terms that conflict with the Mohave terms and
conditions. In addition, review for the following common issues:
Acceptable agreements shall include:
c Non-appropriations clause;
o Contract or agreement must be governed by the laws of the State of Arizona;
c Net payment is thirty (30) days.
Agreements shall not include:
o Terms beyond one year;
o Waiver of right for a jury trial;
o Requirement of upfront payment by member when purchase order is placed;
o Entire agreement language;
o Auto-renewal language.
Attach your reviewed/revised agreement(s). Unacceptable agreement(s) may render your
bid nonresponsive.
IFB 15E-0324 Mohave - Serving Arizona Since 1971
EXHIBIT B
TO
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
RIDDLE PAINTING& COATINGS COMPANY
[Contractor's Proposal]
See following pages.
4820-5401-2080,v. 1
rk
1
RIDDLE PAINTING&COATINGS,CO. ATTN: Raymond Rees
5922 N.Black Canyon Hwy. Phone: 602.721.3325
Phoenix,AZ.85017 Date: 10/01/19
Phone:(602)277-3461
Fax:(602)266-8470 Fax/E-mail:rrees@fh.e,.gov
Prepared by: Eddie Serna
MOHAVE CONTRACT:15E-Riddle-0403
IEEE= MOHAVE BID
Unit Price:
Line 8 Product Sub Straight Coats B&R Spray Sqf./Lf. Total
6-4900/05 SPEEDHIDE ZERO INTERIOR QUICK DRY SEALER Drywall 1 $0.19 29626 $5,628.94
6-4310/05 SPEEDHIDE ZERO INTERIOR EGGSHELL Drywall 2 $0.38 29626 $11,257.88
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
ADDITIONAL PRICING Qty./L.F.
ELC Minor Drywall Repairs Drywall 1 $35.00 60 $2,100.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Men Days State Rate Total
Foreman Lodging _ 100 $0.00
Foreman MI&E 44 $0.00
Day Week Month Unit Price Total
Man Lift $0.00
32'Scissor Scissor Lift_ 3 $633.42 $1,900.26
Other $0.00
Prepared By: Eddie Serna Taxable Amount $20,887.08
Sales Tax 0.00% $0.00
Subtotal $20,887.08
Bond' 2.55% $0.00
*Bonds are optional. Performance and Payment bonds are available upon request Contingency Monies $0.00
and are charged to the member. Project Total $20,887.08