Loading...
HomeMy WebLinkAboutC2020-054 - Vincon Engineering Contract No.2020-054 COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND VINCON ENGINEERING CONSTRUCTION, LLC THIS COOPERATIVE PURCHASING AGREEMENT(this"Agreement")is entered into as of January 7,2020, between the Town of Fountain Hills, an Arizona municipal corporation(the "Town"), and Vincon Engineering Construction, LLC, an Arizona corporation(the"Contractor"). RECITALS A. After a competitive procurement process,the City of Scottsdale(the"City")entered into Contract No. 1 8PB006(the"City Contract"),for the Contractor to provide as-needed concrete services. A copy of the City Contract is on file with the Town and is incorporated herein by reference as Exhibit A. B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make purchases under the City Contract, at its discretion and with the agreement of the awarded Contractor,and the City 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 City Contract and this Agreement, (ii) establishing the terms and conditions by which the Contractor may provide necessary staff, services and associated resources to provide the City with as-needed concrete 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 November 9, 2020(the"Initial Term"), unless terminated as otherwise provided in this Agreement or the City Contract. After the expiration of the Initial Term, this Agreement may be renewed for up to three successive one-year terms (each, a"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 City Contract has not expired or has been extended, (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 1 price adjustments approved as part of the City 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. This is an indefinite quantity and indefinite delivery Agreement for Materials and Services under the terms and conditions of the City Contract. The Town does not guarantee any minimum or maximum number of purchases will be made pursuant to this Agreement. Purchases will be made only when the Town identifies a need and proper authorization and documentation have been approved. For purchase(s) determined by the Town to be appropriate for this Agreement,the Contractor shall provide the specific Materials and Services to the Town in such quantities and configurations agreed upon between the parties, in a written invoice, quote, materials order or other form of written agreement describing the materials to be delivered (each, a "Materials Order"). Each Materials Order shall (i) contain a reference to this Agreement and the City Contract and (ii) be attached hereto as Exhibit B and incorporated herein by reference. A Materials Order submitted without referencing this Agreement and the City Contract will be subject to rejection. Contractor acknowledges and agrees that a Materials Order containing unauthorized exceptions, conditions, limitations, or provisions in conflict with the terms of this Agreement, other than Town's project-specific requirements, is hereby expressly declared void and shall be of no force and effect. 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 City 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 the Contractor an amount not to exceed $600,000.00 during the Initial Term of the Agreement for the Materials and Services at the rates set forth in the City Contract. The aggregate not-to-exceed amount, inclusive of all Renewal Terms, shall not exceed $2,400,000.00. 4. Payments. The Town shall pay the Contractor monthly,based upon acceptance and 2 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 City 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 City 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' 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. § 38-5 1 1. 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 3 under this Agreement are current expenses subject to the "budget law" and the unfettered legislative discretion of the Town concerning budgeted purposes and appropriation of funds. Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this Agreement shall be deemed terminated at the end of the then-current fiscal year term for which such funds were appropriated and budgeted for such purpose and the Town shall be relieved of any subsequent obligation under this Agreement.The parties agree that the Town has no obligation or duty of good faith to budget or appropriate the payment of the Town's obligations set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which this Agreement is executed and delivered. The Town shall be the sole judge and authority in determining the availability of funds for its obligations under this Agreement. The Town shall keep Contractor informed as to the availability of funds for this Agreement. The obligation of the Town to make any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim against the Town from or relating in any way to the Town's termination of this Agreement pursuant to this section. 11. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement, the City Contract, and invoices, the documents shall govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section 2 above, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms of this Agreement or the City 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 City 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 City Contract, the Town shall be afforded all of the rights and privileges afforded to the City and shall be the "City" (as defined in the City Contract) for the purposes of the portions of the City 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 the City to the extent provided under the City 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. 4 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 With copy to: Pierce Coleman PLLC 4711 E. Falcon Dr., Ste. 111 Mesa, Arizona 85215 Attn: Aaron D. Arnson, Town Attorney If to Contractor: Vincon Engineering Construction, LLC 1831 North Rochester Mesa, Arizona 85205 Attn: Jeff Kerr 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 (.._;,'''`.) \A;totte , Grady E. M. er, T Manager ATTEST: -,',-,,' /, ' iVA-. d.,L., Eli abeth : 'urke, Town C1ek APPROVED AS TO FORM: aron D. Arnson, Town Attorney (ACKNOWLEDGEMENT) STATE OF ARIZONA ) ) ss. COUNTY OF MARICOPA ) On 1AfkI _ i ,2020,before me personally appeared Grady E.Miller,the Town Manager of th TOWN •t; 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. 114 JAMIE SALENTINE S •�1�� u 2' . r Notary Public-State of Arizona kTeci",.. tM,4Ri?sO COUNTYN tary Public mm�ssion#550103r .Expires July 11,2022 (Affix notary seal here) [SIGNATURES CONTINUE ON FOLLOWING PAGE] 6 "Contractor" VINCON ENGINEERING CONSTRUCTION, LLC, an iz liability company By. Name: �` /1-4/174 Its: p (ACKNOWLEDGEMENT) STATE OF Ai 74114, ) ) ss. COUNTY OF P, &o & ) On tfectrAiw a , 2020, before me personally appeared Tacky Q((er kedrie , the 446rn - of VINCON ENGINEERING CONSTRUCTION, LLC, an Arizona limited liability company, 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 limited liability company. �. ,,;i+: PAULA L WOODWARD PaLQyLitNIPLa �..�. -state ofArl�ne :.K M RICOPA COUNTY Notary Public -- -'�,-' Commission#850131 bract Expi August 18,2022 (Affix notary seal here) 4825-0858-5390,v. 1 7 EXHIBIT A TO COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND STABILIZER SOLUTIONS, INC. [City Contract] See following pages. EXHIBIT B TO COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND STABILIZER SOLUTIONS, INC. [Materials Order] See following pages (to be attached subsequent to execution). 3 P OFFER AND ACCEPTANCE 1 " City of Scottsdale Purchasing Division t £ 9191 E.San Salvador Dr. p Scottsdale,AZ 85258 Phone:480-312-5700—Fax:480-312-5701 SOLICITATION# 18PB006 SOLICITATION TITLE: Concrete Repair Services OFFER TO THE CITY OF SCOTTSDALE: The undersigned hereby offers and agrees, in accordance with the undersigned's written offer submitted in response to this solicitation, to furnish the material and/or service(s) in compliance with all terms, conditions, specifications, scope of work, and addendums in the solicitation listed above, including written exceptions that are subject to the approval of the. City prior to acceptance. The undersigned agrees that the entire solicitation listed above is hereby incorporated by reference as if fully set forth herein. The Offeror's signature on this OFFER form certifies that he has read, understands and:will comply with all terms, conditions and specifications stated in all documents constituting the solicitation. The bidder also certifies it is in compliance with the Non Collusion and all Federal and Arizona State Immigration Laws. OFFER MADE-COMPANY INFORMATION FOR CLARIFICATION OF THIS OFFER,CONTACT: A 060,3 EAas Cc A c tea, LAC.— C0 t Company Name Printed Name Address Title 42- Dcaoc" i b - �- `�3 1 siAGLA State Zip phone QD a14t1 4 O- t?3-` cI7 `—Co1104(f) OA n1�C..6to- Si not re for Q eror Da e Fax E Mail Printed Name and Title of Authorized Signatory Address (if different from Company info) 411-1116R Federal Employer Tax ID#or SSN as per W9 Statement City, State, Zip (if different from Company info) ACCEPTANCE OF OFFER, NOTICE OF CONTRACT AWARD {for City of Scottsdale Use Only) The contractor's offer is hereby accepted by the City of Scottsdale. The Contractor is now bound to sell the materials and/or service(s)and perform based upon the above solicitation , including all terms, conditions, specifications,scope of work,and addendums contained in the Solicitation,as well as any written exceptions that have been separately accepted by the City. This contract shall henceforth be referred to as Contract#18PB006 The contract consists of the following documents: 1) Solicitation#18PB006 and all addendums(if applicable)as issued by the City;2)The Contractor's Response to the City's solicitation; 3)This signed offer and acceptance and any other applicable contractual agreements,4)All written exceptions and/or modifications to the solicitation requirements as agreed to by the City and the Contractor as per attachment,dated The Contractor is hereby cautioned not to commence any billable work or provide any material or service under this contract until the Contractor receives a purchase order document from the City. The Contractor must provide the following checked items within ten (10)calendar days from the date of this Acceptance of Offer, Notice of Contract Award in order for the City to issue the required Purchase Order: 0 Payment Bond 0 Performance Bond, ® Insurance Certificate(s), 0 I.R.S. Form W-9/Taxpayer ID No. &Certification, ❑ other documentation as identified. If the Contractor fails to furnish the required documents within the stated ten (10)calendar days they may be considered in default and may be at risk of forfeiture of any applicable Bid Bond posted. All required documents are to be sent to the Bid& Contract Specialist listed in the solicitation. **AWARDED LOTS 1 AND 2** This document has been approved as to form on the 22'°day of July, 2012 City of Scottsdale, a municipal corporation by the City Attorney and is on file with the City Clerk. It need not be Offer Accepted and Awarded this 9th day submitted to the City Attorney for approval unless the form document is of NOVEMBE12017 altered. Risk Management issues reviewed and approved as to form SEPTEMBER 28,201 7 y� f`^ by City of Scottsdale Risk Management Director ' V( L.L. l/ ,- for J.E.Flanagan 0 Recommended award approved OCTOBER 31, 2017 Or Designee MARGIE ASQUEZ by City of Scottsdale Contract Administrator As City of Scottsdale Purchasing Director 46 Revised 08/19/13—Doe#10019096 v-2 INVITATION FOR BID tea: ..,„ , ,,,,,.....„, 4 .N... — .,.. Q1i, (—.4.,.„, . - ,.....„, 7 ....., it 4... 1..6 m. ....„,4))-7-6,,,,,,e6,, CONCRETE REPAIR SERVICES IFB #18PB006 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template TABLE OF CONTENTS CONCRETE REPAIR SERVICES 4L 14 1:1:Z tigatt m IFB#18PB006 AI& INSTRUCTIONS TO BIDDERS 1 1. SUBMITTAL RECEIPT AND OPENING 1 2. PRE-BID CONFERENCE 1 3. INFORMATION REQUESTS 1 4. SOLICITATION QUESTIONS 2 5. APPROVED ALTERNATES 2 6. ENVIRONMENTAL PROCUREMENT POLICY 3 7. PURCHASING WEB SITE 4 8. DOWNLOADING SOLICITATIONS 4 9. EMAIL NOTIFICATION 4 10. CITY OF SCOTTSDALE PROCUREMENT CODE 4 11. PROSPECTIVE BIDDER'S CONFERENCE 4 12. BIDDER'S PRESENTATION 5 13. INELIGIBLE BIDDER 5 14. OBLIGATIONS 5 15. NON COLLUSION AFFIDAVIT 5 16. IMMIGRATION LAW COMPLIANCE 5 17. LAWFUL PRESENCE IN THE UNITED STATES FOR PERSONS 6 18. TAXES/LICENSES 6 19. CONTRACTOR'S LICENSING REQUIREMENTS 8 20. LITIGATION 9 21. SUBCONTRACTOR'S LIST 9 22. SUBCONTRACTORS 9 23. CONFIDENTIAL INFORMATION 9 24. SMALL BUSINESS 10 25. TITLE VI NOTICE 10 26. INTERPRETATIONS, ADDENDA 10 27. SUBMITTAL PROCEDURE 11 28. DONATIONS 12 29. AWARD DETERMINATION 12 30. REJECTION OF BIDS 12 31. PROTESTS 13 32. CONTRACT AWARD NOTIFICATION 14 33. AWARD OF CONTRACT 14 34. BID BOND 15 GENERAL TERMS AND CONDITIONS 16 1. ADDITIONAL SERVICE REQUESTED 16 2. ADVERTISING 16 3. ARIZONA LAW 16 4. ASSIGNMENT 16 5. ATTORNEY'S FEES 16 6. AUTHORITY 16 7. CANCELLATION OF CITY CONTRACTS- CONFLICT OF INTEREST 17 8. CAPTIONS/HEADINGS 17 9. CERTIFICATE OF INSURANCE 17 10. CHANGES IN THE WORK 17 11. CHEMICALS 18 12. COMPLIANCE WITH FEDERAL AND ARIZONA STATE IMMIGRATION LAWS 18 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template 13. COMPLIANCE WITH FEDERAL AND STATE LAWS 19 14. CONTRACT ADMINISTRATOR DUTIES 19 15. CONTRACTOR ON SITE SAFETY REPORTING REQUIREMENTS 19 16. CO-OP USE OF CONTRACT 20 17. COUNTERPARTS 20 18. ENDANGERED HARDWOODS 20 19. ENTIRE AGREEMENT 20 20. EQUAL EMPLOYMENT OPPORTUNITY 20 21. ESTIMATED QUANTITIES 20 22. EXECUTION OF CONTRACT 20 23. FORCE MAJEURE 21 24. FUNDS APPROPRIATION 21 25. INDEMNIFICATION 21 26. INDEPENDENT CONTRACTOR 21 27. INSURANCE REQUIREMENTS 22 Insurance Representations and Requirements 22 Required Coverage 24 28. ISRAEL BOYCOTT PROHIBITION 24 29. LITIGATION 25 30. LOCAL CONDITIONS, RULES AND REGULATIONS 25 31. MODIFICATIONS 25 32. NO PREFERENTIAL TREATMENT OR DISCRIMINATION 25 33. NO WAIVER 25 34. ORDER OF PRECEDENCE 26 35. PATENTS/ INTELLECTUAL PROPERTY 26 36. PAYMENT TERMS 26 37. PRICE REDUCTION 27 38. RECORDS AND AUDIT RIGHTS 27 39. REGISTERED/LICENSES 27 40. REQUEST FOR TAXPAYER I.D. NUMBER & CERTIFICATION IRS W-9 FORM 27 41. RISK OF LOSS 28 42. SCOTTSDALE CITY SEAL AND CITY SYMBOL 28 43. SEVERABILITY 28 44. SUCCESSORS AND ASSIGNS 28 45. TERMINATION 28 46. TESTING OF MATERIALS 29 47. TIME IS OF THE ESSENCE 29 48. WARRANTY 30 SPECIAL TERMS AND CONDITIONS 31 1. ACCEPTANCE/AGREEMENT 31 2. CITY OBSERVED HOLIDAYS 31 3. COMPLETENESS AND ACCURACY 31 4. CONTRACTOR'S EMPLOYEES' IDENTIFICATION AND WORK APPAREL 32 5. CONTRACTOR SUPERVISORS AND CREWS 33 6. FUEL SURCHARGES 33 7. INVOICING 33 8. KEY PERSONNEL 34 9. MULTIPLE AWARDS 34 10. PRICE ESCALATION 34 11. PRICING 35 12. PRODUCT TESTING AND QUALITY CONTROL 35 13. PURCHASING PROCEDURE 35 14. QUANTITY 36 15. REVIEW OF CONTRACTOR'S WORK 36 16. TERM OF AGREEMENT 36 17. THIRD PARTY BENEFICIARY 36 18. UNPREDICTABLE MARKET CHANGE 36 19. VEHICLE REQUIREMENTS AND IDENTIFICATION 37 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template 1 20. WARRANTY REQUIREMENTS 37 SPECIFICATIONS 38 1.0 PURPOSE 38 2.0 CONTRACT ADMINISTRATION 38 3.0 MINIMUM CONTRATOR QUALIFICATIONS 38 4.0 CONTRACT AWARD 39 5.0 CONTRACTOR RESPONSIBILITIES 39 6.0 TRAFFIC CONTROL 40 7.0 PUBLIC NOTIFICATION 41 8.0 WORK SCHEDULE 41 9.0 MATERIALS 42 10.0 DUST PREVENTION 43 11.0 PREPARATION AND CLEAN UP 43 12.0 GENERAL SPECIFICATIONS 43 SUBMITTAL CHECKLIST 45 OFFER AND ACCEPTANCE 46 BID FORM 47 REFERENCES 52 SUBCONTRACTOR'S LIST 53 BIDDER GENERAL DISCLOSURE FORM 54 BIDDER LITIGATION DISCLOSURE FORM 55 BIDDER QUESTIONNAIRE-COMPANY INFORMATION 56 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES IFB #18PB006 ..,per s The City of Scottsdale invites sealed submittals to establish service contracts for as-needed concrete repair services in all City of Scottsdale right of ways, for the City's Street Operations Department. SOLICITATION CRITICAL DATES BID/PROPOSAL SUBMITTAL DUE: 2:00 P.M., LOCAL TIME, OCTOBER 24, 2017 QUESTIONS DUE: 2:00 P.M., LOCAL TIME, OCTOBER 16, 2017 APPROVED ALTERNATE SUBMITTALS DUE: 2:00 P.M., LOCAL TIME, OCTOBER 16, 2017 1. SUBMITTAL RECEIPT AND OPENING SEALED SOLICITATION SUBMITTALS WILL BE RECEIVED until 2:00 P.M., LOCAL TIME, OCTOBER 24, 2017, at the Purchasing Department Front Desk, located on the second floor of the Scottsdale Corporation Yard Building at 9191 E. San Salvador Dr., Scottsdale, AZ 85258. All submittals must be date and time stamped at the Purchasing Department front desk on or before the submittal receipt time and date. LATE SUBMITTALS WILL NOT BE ACCEPTED. To allow staff to complete required internal administrative functions, submittals will be opened, read and the name of each bidder recorded, as a matter of public information, within thirty (30) minutes after the receipt time and date have past. No submittal will be considered unless it is submitted on the forms contained herein. All submittals must be presented in a sealed envelope or box. The outside of the submittal must be clearly marked with the solicitation number, solicitation title and the submitting company's name. This includes envelopes delivered by Fed Ex, UPS, DHL or other carrier. 2. PRE-BID CONFERENCE (Not Applicable) 3. INFORMATION REQUESTS Requests for additional information relating to this bid should be directed to: Margie Vasquez Bid & Contract Specialist 480-312-5715 mvasquez(a�scottsdaleaz.gov lh 9/28/2017 4:17 PM 1 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES IFB#18PB006 4. SOLICITATION QUESTIONS The Bidder shall submit all questions, requests for clarification and inquiries in regards to this solicitation to Margie Vasquez, no less than eight (8) days prior to the original solicitation opening date. It is preferred that all questions be submitted via email to the appropriate Purchasing Staff, mvasquez(c�scottsdaleaz.gov, where possible. When submitting any questions the Bidder should indicate the page number, Section Number/Clause, Title and if possible paragraph number that is being questioned. It is your responsibility to give notice, in the form of written questions before the bid opening on any item or issue in this solicitation that you believe should not be included or contained in any amendment to this solicitation or that the City failed to include in this solicitation that should have been included, and by your notice, the City could have cured the problem if the item or issue had been timely raised or objected to. Failure to give notice may constitute a waiver of your right to object to the inclusion or lack of inclusion of the item or issue in this solicitation in any subsequent protest filed by you. All questions, regardless of the method they are communicated (email, regular mail or hand delivered), must be clearly marked as "Solicitation Questions" and state the solicitation number in the subject line of the email or on the outside of the envelope. If questions are not submitted via email, the submittal envelope MUST be clearly marked with solicitation number and words "SOLICITATION QUESTIONS", or it may be mistaken as an actual bid submittal and not be opened immediately. All solicitation questions MUST be received by the Purchasing Division no later than 2:00 P.M. LOCAL TIME, OCTOBER 16, 2017. Any inquiries received after the specified time will be reviewed on an individual basis by the Purchasing Staff to determine if a response would be advantageous for the City. 5. APPROVED ALTERNATES Specifications and plans, if applicable, may contain references to service requirements, equipment and/or materials (patented or unpatented) or "approved alternate(s)." Such references shall be regarded as establishing a standard of quality, finish, appearance, performance or as indicating a selection or design based upon compatibility with existing equipment, materials or details of construction (if applicable) inherent to the project design. Such references shall not be construed as limiting the selection to a specified item, source or design detail. The use of an alternate or substitute item or source as an approved alternate will be permitted, subject to the following procedure and pursuant to ARS 34-104 if the subject matter of this solicitation involves construction. 2 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES ° IFB #18PB006 5. APPROVED ALTERNATES— CONT'D a. The Bidder shall submit a written Request for Alternate to the contact person listed on page one of this solicitation at least eight (8) days prior to the original deadline for receiving bids. Requests for alternates submitted to the City's contracted Consultant or other City Staff shall not be reviewed. The submittal envelope must be clearly marked with solicitation number and "REQUEST FOR APPROVED ALTERNATE'. Requests must be time stamped by the Purchasing Division by 2:00 P.M., LOCAL TIME, OCTOBER 16, 2017. The approved alternate request shall include all information necessary for proof of quality and suitability for substitution including benefits, engineering design and data (calculations) and/or detailed plan modifications which may be required by the substitution. The Bidder shall submit additional information and/or samples when required. The Contract Administrator or his representative, will evaluate the information submitted, perform tests when necessary and make comparisons in order to approve or reject the proposal. If rejected, the Contract Administrator shall give notice of rejection to the Bidder submitting the request for approved alternate. b. Purchasing, if the request for approved alternate is accepted, shall issue a written addendum to the solicitation specifying the approved alternates and publish the modification in the same manner as the original solicitation documents. c. The Specifications may reference equipment or materials "or alternate". The reference to "or alternate" shall be construed to mean "or approved alternate" in every instance. Use of an alternate or substitute item shall be allowed only if approval was received as outlined in this section. d. For purposes of submitting a Request for Approved Alternate, the "Bidder" is defined as the person or firm entering a submittal to the City in response to this solicitation. Therefore the City will not entertain any submittal for an approved alternate from any party not meeting the definition of Bidder. 6. ENVIRONMENTAL PROCUREMENT POLICY The City has established an Environmental Procurement Policy which encourages the inclusion of environmentally responsible products and services available to meet the intended purpose. We encourage the offer of alternatives that broaden the range of environmentally responsible products or services that will meet the performance requirements of this solicitation. IF YOU WISH TO SUBMIT AN ALTERNATIVE, follow the procedures specified in the Instructions to Bidders, Approved Alternate Section of this document, unless the approved alternate clause has been deemed not applicable. 3 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS , CONCRETE REPAIR SERVICES IFB#18PB006 7. PURCHASING WEB SITE The Purchasing web site provides a wide variety of information; including the capability to download solicitations and plan sheets (if applicable), how to introduce your products, a list of the Buyer's commodity lines, etc. The web site can be accessed at http://www.scottsdaleaz.gov/purchasing. Registering and downloading a solicitation will also provide the supplier with notices of all addenda that are issued. 8. DOWNLOADING SOLICITATIONS All solicitation documents, plan sheets/drawings, if applicable, and addenda are available for download in .pdf format. Bidders may print their own copies of these documents or provide the files to any reprographics/copy center in their area. Bidders will no longer be able to pick-up these documents at the Purchasing Department and plan shipments are no longer available. There will be one set of plan sheets/drawings (if applicable) available for onsite review only at the Purchasing Office located at 9191 E. San Salvador Dr., Scottsdale, AZ 85258. You must download the solicitation from the Purchasing web site at https://eservices.scottsdaleaz.qov/Solicitations/Solicitation in order to be automatically notified of associated addenda. 9. EMAIL NOTIFICATION The City of Scottsdale does not maintain a Bidder list; however, on the Purchasing web site, lower right side, see "Subscribe to Solicitation Opportunities", enter your email address and click subscribe to receive a notification of Solicitation Opportunities twice weekly at http://www.scottsdaleaz.qov/purchasing. 10. CITY OF SCOTTSDALE PROCUREMENT CODE All procurement activities, conducted by the City of Scottsdale, are in conformance with the rules and regulations of the Scottsdale Procurement Code. A copy of the Code is available for review in the Office of the City Clerk located at City Hall, 3939 Drinkwater Boulevard and the Purchasing Office, located at 9191 E. San Salvador Drive, Scottsdale, Arizona. A copy of the Code is also available from the Purchasing website at http://www.scottsdaleaz.qov/purchasinq. A hard copy of the Code is available for purchase, for a fee of$10.00, at the Purchasing Office. 11. PROSPECTIVE BIDDER'S CONFERENCE A prospective Bidder's conference may be held. If scheduled, the date and time of this conference is indicated on the cover page of this document. The purpose of this conference is to clarify the contents of this solicitation in order to prevent any misunderstanding of the City's position. This conference will also give Bidders an additional opportunity to submit any questions and discuss any questions previously submitted. 4 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS F CONCRETE REPAIR SERVICES IFB#18PB006 1, 12. BIDDER'S PRESENTATION Bidders may be invited to make a presentation. If invited, Bidders will be notified of the date and time of the presentation by the City of Scottsdale Purchasing Department. 13. INELIGIBLE BIDDER The preparer of the bid specifications is not eligible to submit a bid or proposal on the solicitation for which they prepared the specification, nor is the preparer eligible to supply any product to a Bidder or Offeror on the solicitation for which they prepared the specification. 14. OBLIGATIONS The issuance of this solicitation shall not obligate the City to pay any costs incurred in the preparation and submission of proposals. 15. NON COLLUSION AFFIDAVIT By signing the Offer Form/Signature Page of the solicitation, or other official contract form, the Bidder certifies that: In connection with the performance of this solicitation or any resulting Contract, the Bidder is stating and certifying that the Contractor/Company has not either directly, or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive proposing in connection with the preparation or submission of its submittal in response to this solicitation or any potential resulting Contract. If any company is jointly owned or associated through common officers/employees with another company(s) that is/are responding to the same solicitation, both/all of those companies must take all precautions to insure that the preparation of their Bid or Proposal submittal is done completely independent of the other company(s) or individual(s). Specifically, any individual working on preparation, approving or signing one submittal can have no knowledge of or interaction with any other bid or proposal submission from a different company for that same solicitation. If the subject matter of this solicitation is construction, the Bidder shall submit a completed and Notarized Non Collusion Affidavit, stating and certifying that said Bidder/Company has not either directly, or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive proposing in connection with the preparation or submission of its submittal in response to this solicitation or any potential resulting Contract. The Bidder shall return the completed and notarized Non Collusion Affidavit with its submittal. 16. IMMIGRATION LAW COMPLIANCE By signing the Offer Form/Signature Page of this solicitation, the Bidder certifies and warrants that for all solicitations for services (including construction services), it has complied with and will maintain compliance with the E-Verify Program as required by ARS §23-214(A) up to the time of the contract award. Failure to comply with the E-Verify Program may result in the automatic disqualification of the submittal as being non-responsive or the termination of any Contract awarded and the possible forfeiture of any applicable bond. 5 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS ;Po\ 4 xIdyi. CONCRETE REPAIR SERVICES F& IFB#18PB006 16. IMMIGRATION LAW COMPLIANCE— CONT'D The City will include specific "Compliance with Federal and Arizona State Immigration Laws" language in any Contract or Subcontract it enters into with the successful Bidder. In addition, this language must be included in any Subcontracts that the successful bidder enters into with its Subcontractors. 17. LAWFUL PRESENCE IN THE UNITED STATES FOR PERSONS Arizona State law A.R.S. §1-502 (H.B. 2008) requires that all PERSONS who will be awarded a Contract and apply for public benefit, must demonstrate through a signed affidavit and the presentation of a copy of documentation, that they are lawfully present in the United States. A PERSON is defined as all NATURAL PERSONS/INDIVIDUALS/SOLE PROPRIETORSHIPS as indicated by your W-9 Filing. (This law does not apply to LLP's, LLC's, PLLC's, Corporations, Limited Partnerships or General Partnerships) By submitting your quote, bid or proposal to the City, you are agreeing that if you are selected as the awardee and meet the criteria as a PERSON, you will abide by this law and sign and submit an AFFIDAVIT DEMONSTRATING LAWFUL PRESENCE IN THE UNITED STATES and attach the appropriate copy of your documentation in proof of that statement. Types of acceptable documentation copies are an Arizona Driver's License issued after 1996, Arizona nonoperating identification license, U.S. Birth Certificate, U.S. Passport, 1-94 Form with photograph and several others that are all listed on the Affidavit Form that the City will send to you for your completion prior to issuing any Contract. If you have previously done business with the City and already have filed the above Affidavit with copies of an acceptable document, please indicate the date of submission. An acceptable Affidavit already on file with the City will be sufficient to meet this requirement. If you fail to provide a completed Affidavit and accompanying acceptable copy of your documentation, or not advise the City of your prior filing within 10 calendar days of being requested, then you may be considered non responsive and disqualified from award consideration. You can obtain the complete Affidavit form from the Purchasing Department at (480) 312-5700 or the Purchasing web site at http://www.scottsdaleaz.gov/Purchasing on the lower right side of the page under Forms. 18. TAXES/LICENSES Federal Excise Taxes: The City of Scottsdale is exempt from certain federal excise taxes. The most common areas where the City is exempt are: 1. Fuel that is used by the City 2. Communication 3. Heavy trucks, trailers and tractors 4. Certain Superfund activity If there is a specific circumstance that is in doubt, you should contact the City to resolve the status of that Federal Excise tax and its applicability. 6 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES IFB#18PB006 f Ex 18. TAXES/LICENSES— CONT'D Transaction Privilege (Sales) Taxes on the City: The City of Scottsdale is not exempt from being charged the appropriate Arizona State, County, and City privilege (sales) taxes on the goods and services that it procures. For suppliers within the State of Arizona, the City expects to be charged the appropriate privilege taxes on the invoice. For out of state suppliers that do not have the ability to collect Arizona privilege taxes, the City will self- accrue such Arizona State and City use taxes for collection and payment to the State of Arizona and City of Scottsdale. Transaction Privilege (Sales) Taxes on the Supplier / Contractor: Certain business services and activities may incur a City of Scottsdale Transaction Privilege (sales) tax liability. To determine the City of Scottsdale tax treatment, please visit the following website and view the City of Scottsdale Tax Code and other Privilege and Use tax resources. Questions pertaining to the applicability of taxes shall be directed to the City of Scottsdale Tax & License Section at 480-312-2400. The Contractor shall be responsible for payment of all applicable taxes due on Contract income whether or not such taxes are specifically separated in the bid amount. http://www.scottsdaleaz.qov/taxes/ Certain Business Services and Activities may have a State Transaction Privilege (sales) tax liability. To determine the State tax treatment, please visit the following website or contact the Arizona Department of Revenue at 602-716-6578 or 602-716-6657. http://azleq.state.az.us/ArizonaRevisedStatutes.asp?Title=42 To obtain a State of Arizona Privilege (Sales) Tax License Application, please go to the following website: http://www.azdor.gov/Business.aspx The City of Scottsdale requires a license for service-oriented businesses located in Scottsdale that do not have a City of Scottsdale transaction privilege (sales) tax liability. This includes all activities or acts including, but not limited to service, professionals, trades and occupations, personal or corporate. To engage or continue in business the owner must obtain a Business, Occupational and Professional License. Service oriented businesses located outside the City limits are NOT required to obtain a Business, Occupational and Professional License from the City of Scottsdale. Please visit the following website for the City of Scottsdale Transaction Privilege & Use Tax License and the Business, Occupational and Professional License applications: http://www.scottsdaleaz.gov/taxes Bidder is solely responsible for any and all tax obligations which may result out of the Bidder's performance of this Contract. The City has no obligation to pay any amounts for taxes, of any type incurred by the Bidder. 4 7 Revised 07/13/2017-Doc#8232885-v50 4 COS Front End Template Contract No.2020-054 COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND VINCON ENGINEERING CONSTRUCTION, LLC THIS COOPERATIVE PURCHASING AGREEMENT(this"Agreement")is entered into as of January 7,2020, between the Town of Fountain Hills, an Arizona municipal corporation(the "Town"), and Vincon Engineering Construction, LLC, an Arizona corporation(the"Contractor"). RECITALS A. After a competitive procurement process,the City of Scottsdale(the"City")entered into Contract No. 1 8PB006(the"City Contract"),for the Contractor to provide as-needed concrete services. A copy of the City Contract is on file with the Town and is incorporated herein by reference as Exhibit A. B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make purchases under the City Contract, at its discretion and with the agreement of the awarded Contractor,and the City 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 City Contract and this Agreement, (ii) establishing the terms and conditions by which the Contractor may provide necessary staff, services and associated resources to provide the City with as-needed concrete 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 November 9, 2020(the"Initial Term"), unless terminated as otherwise provided in this Agreement or the City Contract. After the expiration of the Initial Term, this Agreement may be renewed for up to three successive one-year terms (each, a"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 City Contract has not expired or has been extended, (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 1 price adjustments approved as part of the City 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. This is an indefinite quantity and indefinite delivery Agreement for Materials and Services under the terms and conditions of the City Contract. The Town does not guarantee any minimum or maximum number of purchases will be made pursuant to this Agreement. Purchases will be made only when the Town identifies a need and proper authorization and documentation have been approved. For purchase(s) determined by the Town to be appropriate for this Agreement,the Contractor shall provide the specific Materials and Services to the Town in such quantities and configurations agreed upon between the parties, in a written invoice, quote, materials order or other form of written agreement describing the materials to be delivered (each, a "Materials Order"). Each Materials Order shall (i) contain a reference to this Agreement and the City Contract and (ii) be attached hereto as Exhibit B and incorporated herein by reference. A Materials Order submitted without referencing this Agreement and the City Contract will be subject to rejection. Contractor acknowledges and agrees that a Materials Order containing unauthorized exceptions, conditions, limitations, or provisions in conflict with the terms of this Agreement, other than Town's project-specific requirements, is hereby expressly declared void and shall be of no force and effect. 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 City 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 the Contractor an amount not to exceed $600,000.00 during the Initial Term of the Agreement for the Materials and Services at the rates set forth in the City Contract. The aggregate not-to-exceed amount, inclusive of all Renewal Terms, shall not exceed $2,400,000.00. 4. Payments. The Town shall pay the Contractor monthly,based upon acceptance and 2 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 City 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 City 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' 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. § 38-5 1 1. 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 3 under this Agreement are current expenses subject to the "budget law" and the unfettered legislative discretion of the Town concerning budgeted purposes and appropriation of funds. Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this Agreement shall be deemed terminated at the end of the then-current fiscal year term for which such funds were appropriated and budgeted for such purpose and the Town shall be relieved of any subsequent obligation under this Agreement.The parties agree that the Town has no obligation or duty of good faith to budget or appropriate the payment of the Town's obligations set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which this Agreement is executed and delivered. The Town shall be the sole judge and authority in determining the availability of funds for its obligations under this Agreement. The Town shall keep Contractor informed as to the availability of funds for this Agreement. The obligation of the Town to make any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim against the Town from or relating in any way to the Town's termination of this Agreement pursuant to this section. 11. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement, the City Contract, and invoices, the documents shall govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section 2 above, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms of this Agreement or the City 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 City 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 City Contract, the Town shall be afforded all of the rights and privileges afforded to the City and shall be the "City" (as defined in the City Contract) for the purposes of the portions of the City 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 the City to the extent provided under the City 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. 4 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 With copy to: Pierce Coleman PLLC 4711 E. Falcon Dr., Ste. 111 Mesa, Arizona 85215 Attn: Aaron D. Arnson, Town Attorney If to Contractor: Vincon Engineering Construction, LLC 1831 North Rochester Mesa, Arizona 85205 Attn: Jeff Kerr 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 (.._;,'''`.) \A;totte , Grady E. M. er, T Manager ATTEST: -,',-,,' /, ' iVA-. d.,L., Eli abeth : 'urke, Town C1ek APPROVED AS TO FORM: aron D. Arnson, Town Attorney (ACKNOWLEDGEMENT) STATE OF ARIZONA ) ) ss. COUNTY OF MARICOPA ) On 1AfkI _ i ,2020,before me personally appeared Grady E.Miller,the Town Manager of th TOWN •t; 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. 114 JAMIE SALENTINE S •�1�� u 2' . r Notary Public-State of Arizona kTeci",.. tM,4Ri?sO COUNTYN tary Public mm�ssion#550103r .Expires July 11,2022 (Affix notary seal here) [SIGNATURES CONTINUE ON FOLLOWING PAGE] 6 "Contractor" VINCON ENGINEERING CONSTRUCTION, LLC, an iz liability company By. Name: �` /1-4/174 Its: p (ACKNOWLEDGEMENT) STATE OF Ai 74114, ) ) ss. COUNTY OF P, &o & ) On tfectrAiw a , 2020, before me personally appeared Tacky Q((er kedrie , the 446rn - of VINCON ENGINEERING CONSTRUCTION, LLC, an Arizona limited liability company, 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 limited liability company. �. ,,;i+: PAULA L WOODWARD PaLQyLitNIPLa �..�. -state ofArl�ne :.K M RICOPA COUNTY Notary Public -- -'�,-' Commission#850131 bract Expi August 18,2022 (Affix notary seal here) 4825-0858-5390,v. 1 7 EXHIBIT A TO COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND STABILIZER SOLUTIONS, INC. [City Contract] See following pages. EXHIBIT B TO COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND STABILIZER SOLUTIONS, INC. [Materials Order] See following pages (to be attached subsequent to execution). 3 P OFFER AND ACCEPTANCE 1 " City of Scottsdale Purchasing Division t £ 9191 E.San Salvador Dr. p Scottsdale,AZ 85258 Phone:480-312-5700—Fax:480-312-5701 SOLICITATION# 18PB006 SOLICITATION TITLE: Concrete Repair Services OFFER TO THE CITY OF SCOTTSDALE: The undersigned hereby offers and agrees, in accordance with the undersigned's written offer submitted in response to this solicitation, to furnish the material and/or service(s) in compliance with all terms, conditions, specifications, scope of work, and addendums in the solicitation listed above, including written exceptions that are subject to the approval of the. City prior to acceptance. The undersigned agrees that the entire solicitation listed above is hereby incorporated by reference as if fully set forth herein. The Offeror's signature on this OFFER form certifies that he has read, understands and:will comply with all terms, conditions and specifications stated in all documents constituting the solicitation. The bidder also certifies it is in compliance with the Non Collusion and all Federal and Arizona State Immigration Laws. OFFER MADE-COMPANY INFORMATION FOR CLARIFICATION OF THIS OFFER,CONTACT: A 060,3 EAas Cc A c tea, LAC.— C0 t Company Name Printed Name Address Title 42- Dcaoc" i b - �- `�3 1 siAGLA State Zip phone QD a14t1 4 O- t?3-` cI7 `—Co1104(f) OA n1�C..6to- Si not re for Q eror Da e Fax E Mail Printed Name and Title of Authorized Signatory Address (if different from Company info) 411-1116R Federal Employer Tax ID#or SSN as per W9 Statement City, State, Zip (if different from Company info) ACCEPTANCE OF OFFER, NOTICE OF CONTRACT AWARD {for City of Scottsdale Use Only) The contractor's offer is hereby accepted by the City of Scottsdale. The Contractor is now bound to sell the materials and/or service(s)and perform based upon the above solicitation , including all terms, conditions, specifications,scope of work,and addendums contained in the Solicitation,as well as any written exceptions that have been separately accepted by the City. This contract shall henceforth be referred to as Contract#18PB006 The contract consists of the following documents: 1) Solicitation#18PB006 and all addendums(if applicable)as issued by the City;2)The Contractor's Response to the City's solicitation; 3)This signed offer and acceptance and any other applicable contractual agreements,4)All written exceptions and/or modifications to the solicitation requirements as agreed to by the City and the Contractor as per attachment,dated The Contractor is hereby cautioned not to commence any billable work or provide any material or service under this contract until the Contractor receives a purchase order document from the City. The Contractor must provide the following checked items within ten (10)calendar days from the date of this Acceptance of Offer, Notice of Contract Award in order for the City to issue the required Purchase Order: 0 Payment Bond 0 Performance Bond, ® Insurance Certificate(s), 0 I.R.S. Form W-9/Taxpayer ID No. &Certification, ❑ other documentation as identified. If the Contractor fails to furnish the required documents within the stated ten (10)calendar days they may be considered in default and may be at risk of forfeiture of any applicable Bid Bond posted. All required documents are to be sent to the Bid& Contract Specialist listed in the solicitation. **AWARDED LOTS 1 AND 2** This document has been approved as to form on the 22'°day of July, 2012 City of Scottsdale, a municipal corporation by the City Attorney and is on file with the City Clerk. It need not be Offer Accepted and Awarded this 9th day submitted to the City Attorney for approval unless the form document is of NOVEMBE12017 altered. Risk Management issues reviewed and approved as to form SEPTEMBER 28,201 7 y� f`^ by City of Scottsdale Risk Management Director ' V( L.L. l/ ,- for J.E.Flanagan 0 Recommended award approved OCTOBER 31, 2017 Or Designee MARGIE ASQUEZ by City of Scottsdale Contract Administrator As City of Scottsdale Purchasing Director 46 Revised 08/19/13—Doe#10019096 v-2 INVITATION FOR BID tea: ..,„ , ,,,,,.....„, 4 .N... — .,.. Q1i, (—.4.,.„, . - ,.....„, 7 ....., it 4... 1..6 m. ....„,4))-7-6,,,,,,e6,, CONCRETE REPAIR SERVICES IFB #18PB006 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template TABLE OF CONTENTS CONCRETE REPAIR SERVICES 4L 14 1:1:Z tigatt m IFB#18PB006 AI& INSTRUCTIONS TO BIDDERS 1 1. SUBMITTAL RECEIPT AND OPENING 1 2. PRE-BID CONFERENCE 1 3. INFORMATION REQUESTS 1 4. SOLICITATION QUESTIONS 2 5. APPROVED ALTERNATES 2 6. ENVIRONMENTAL PROCUREMENT POLICY 3 7. PURCHASING WEB SITE 4 8. DOWNLOADING SOLICITATIONS 4 9. EMAIL NOTIFICATION 4 10. CITY OF SCOTTSDALE PROCUREMENT CODE 4 11. PROSPECTIVE BIDDER'S CONFERENCE 4 12. BIDDER'S PRESENTATION 5 13. INELIGIBLE BIDDER 5 14. OBLIGATIONS 5 15. NON COLLUSION AFFIDAVIT 5 16. IMMIGRATION LAW COMPLIANCE 5 17. LAWFUL PRESENCE IN THE UNITED STATES FOR PERSONS 6 18. TAXES/LICENSES 6 19. CONTRACTOR'S LICENSING REQUIREMENTS 8 20. LITIGATION 9 21. SUBCONTRACTOR'S LIST 9 22. SUBCONTRACTORS 9 23. CONFIDENTIAL INFORMATION 9 24. SMALL BUSINESS 10 25. TITLE VI NOTICE 10 26. INTERPRETATIONS, ADDENDA 10 27. SUBMITTAL PROCEDURE 11 28. DONATIONS 12 29. AWARD DETERMINATION 12 30. REJECTION OF BIDS 12 31. PROTESTS 13 32. CONTRACT AWARD NOTIFICATION 14 33. AWARD OF CONTRACT 14 34. BID BOND 15 GENERAL TERMS AND CONDITIONS 16 1. ADDITIONAL SERVICE REQUESTED 16 2. ADVERTISING 16 3. ARIZONA LAW 16 4. ASSIGNMENT 16 5. ATTORNEY'S FEES 16 6. AUTHORITY 16 7. CANCELLATION OF CITY CONTRACTS- CONFLICT OF INTEREST 17 8. CAPTIONS/HEADINGS 17 9. CERTIFICATE OF INSURANCE 17 10. CHANGES IN THE WORK 17 11. CHEMICALS 18 12. COMPLIANCE WITH FEDERAL AND ARIZONA STATE IMMIGRATION LAWS 18 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template 13. COMPLIANCE WITH FEDERAL AND STATE LAWS 19 14. CONTRACT ADMINISTRATOR DUTIES 19 15. CONTRACTOR ON SITE SAFETY REPORTING REQUIREMENTS 19 16. CO-OP USE OF CONTRACT 20 17. COUNTERPARTS 20 18. ENDANGERED HARDWOODS 20 19. ENTIRE AGREEMENT 20 20. EQUAL EMPLOYMENT OPPORTUNITY 20 21. ESTIMATED QUANTITIES 20 22. EXECUTION OF CONTRACT 20 23. FORCE MAJEURE 21 24. FUNDS APPROPRIATION 21 25. INDEMNIFICATION 21 26. INDEPENDENT CONTRACTOR 21 27. INSURANCE REQUIREMENTS 22 Insurance Representations and Requirements 22 Required Coverage 24 28. ISRAEL BOYCOTT PROHIBITION 24 29. LITIGATION 25 30. LOCAL CONDITIONS, RULES AND REGULATIONS 25 31. MODIFICATIONS 25 32. NO PREFERENTIAL TREATMENT OR DISCRIMINATION 25 33. NO WAIVER 25 34. ORDER OF PRECEDENCE 26 35. PATENTS/ INTELLECTUAL PROPERTY 26 36. PAYMENT TERMS 26 37. PRICE REDUCTION 27 38. RECORDS AND AUDIT RIGHTS 27 39. REGISTERED/LICENSES 27 40. REQUEST FOR TAXPAYER I.D. NUMBER & CERTIFICATION IRS W-9 FORM 27 41. RISK OF LOSS 28 42. SCOTTSDALE CITY SEAL AND CITY SYMBOL 28 43. SEVERABILITY 28 44. SUCCESSORS AND ASSIGNS 28 45. TERMINATION 28 46. TESTING OF MATERIALS 29 47. TIME IS OF THE ESSENCE 29 48. WARRANTY 30 SPECIAL TERMS AND CONDITIONS 31 1. ACCEPTANCE/AGREEMENT 31 2. CITY OBSERVED HOLIDAYS 31 3. COMPLETENESS AND ACCURACY 31 4. CONTRACTOR'S EMPLOYEES' IDENTIFICATION AND WORK APPAREL 32 5. CONTRACTOR SUPERVISORS AND CREWS 33 6. FUEL SURCHARGES 33 7. INVOICING 33 8. KEY PERSONNEL 34 9. MULTIPLE AWARDS 34 10. PRICE ESCALATION 34 11. PRICING 35 12. PRODUCT TESTING AND QUALITY CONTROL 35 13. PURCHASING PROCEDURE 35 14. QUANTITY 36 15. REVIEW OF CONTRACTOR'S WORK 36 16. TERM OF AGREEMENT 36 17. THIRD PARTY BENEFICIARY 36 18. UNPREDICTABLE MARKET CHANGE 36 19. VEHICLE REQUIREMENTS AND IDENTIFICATION 37 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template 1 20. WARRANTY REQUIREMENTS 37 SPECIFICATIONS 38 1.0 PURPOSE 38 2.0 CONTRACT ADMINISTRATION 38 3.0 MINIMUM CONTRATOR QUALIFICATIONS 38 4.0 CONTRACT AWARD 39 5.0 CONTRACTOR RESPONSIBILITIES 39 6.0 TRAFFIC CONTROL 40 7.0 PUBLIC NOTIFICATION 41 8.0 WORK SCHEDULE 41 9.0 MATERIALS 42 10.0 DUST PREVENTION 43 11.0 PREPARATION AND CLEAN UP 43 12.0 GENERAL SPECIFICATIONS 43 SUBMITTAL CHECKLIST 45 OFFER AND ACCEPTANCE 46 BID FORM 47 REFERENCES 52 SUBCONTRACTOR'S LIST 53 BIDDER GENERAL DISCLOSURE FORM 54 BIDDER LITIGATION DISCLOSURE FORM 55 BIDDER QUESTIONNAIRE-COMPANY INFORMATION 56 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES IFB #18PB006 ..,per s The City of Scottsdale invites sealed submittals to establish service contracts for as-needed concrete repair services in all City of Scottsdale right of ways, for the City's Street Operations Department. SOLICITATION CRITICAL DATES BID/PROPOSAL SUBMITTAL DUE: 2:00 P.M., LOCAL TIME, OCTOBER 24, 2017 QUESTIONS DUE: 2:00 P.M., LOCAL TIME, OCTOBER 16, 2017 APPROVED ALTERNATE SUBMITTALS DUE: 2:00 P.M., LOCAL TIME, OCTOBER 16, 2017 1. SUBMITTAL RECEIPT AND OPENING SEALED SOLICITATION SUBMITTALS WILL BE RECEIVED until 2:00 P.M., LOCAL TIME, OCTOBER 24, 2017, at the Purchasing Department Front Desk, located on the second floor of the Scottsdale Corporation Yard Building at 9191 E. San Salvador Dr., Scottsdale, AZ 85258. All submittals must be date and time stamped at the Purchasing Department front desk on or before the submittal receipt time and date. LATE SUBMITTALS WILL NOT BE ACCEPTED. To allow staff to complete required internal administrative functions, submittals will be opened, read and the name of each bidder recorded, as a matter of public information, within thirty (30) minutes after the receipt time and date have past. No submittal will be considered unless it is submitted on the forms contained herein. All submittals must be presented in a sealed envelope or box. The outside of the submittal must be clearly marked with the solicitation number, solicitation title and the submitting company's name. This includes envelopes delivered by Fed Ex, UPS, DHL or other carrier. 2. PRE-BID CONFERENCE (Not Applicable) 3. INFORMATION REQUESTS Requests for additional information relating to this bid should be directed to: Margie Vasquez Bid & Contract Specialist 480-312-5715 mvasquez(a�scottsdaleaz.gov lh 9/28/2017 4:17 PM 1 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES IFB#18PB006 4. SOLICITATION QUESTIONS The Bidder shall submit all questions, requests for clarification and inquiries in regards to this solicitation to Margie Vasquez, no less than eight (8) days prior to the original solicitation opening date. It is preferred that all questions be submitted via email to the appropriate Purchasing Staff, mvasquez(c�scottsdaleaz.gov, where possible. When submitting any questions the Bidder should indicate the page number, Section Number/Clause, Title and if possible paragraph number that is being questioned. It is your responsibility to give notice, in the form of written questions before the bid opening on any item or issue in this solicitation that you believe should not be included or contained in any amendment to this solicitation or that the City failed to include in this solicitation that should have been included, and by your notice, the City could have cured the problem if the item or issue had been timely raised or objected to. Failure to give notice may constitute a waiver of your right to object to the inclusion or lack of inclusion of the item or issue in this solicitation in any subsequent protest filed by you. All questions, regardless of the method they are communicated (email, regular mail or hand delivered), must be clearly marked as "Solicitation Questions" and state the solicitation number in the subject line of the email or on the outside of the envelope. If questions are not submitted via email, the submittal envelope MUST be clearly marked with solicitation number and words "SOLICITATION QUESTIONS", or it may be mistaken as an actual bid submittal and not be opened immediately. All solicitation questions MUST be received by the Purchasing Division no later than 2:00 P.M. LOCAL TIME, OCTOBER 16, 2017. Any inquiries received after the specified time will be reviewed on an individual basis by the Purchasing Staff to determine if a response would be advantageous for the City. 5. APPROVED ALTERNATES Specifications and plans, if applicable, may contain references to service requirements, equipment and/or materials (patented or unpatented) or "approved alternate(s)." Such references shall be regarded as establishing a standard of quality, finish, appearance, performance or as indicating a selection or design based upon compatibility with existing equipment, materials or details of construction (if applicable) inherent to the project design. Such references shall not be construed as limiting the selection to a specified item, source or design detail. The use of an alternate or substitute item or source as an approved alternate will be permitted, subject to the following procedure and pursuant to ARS 34-104 if the subject matter of this solicitation involves construction. 2 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES ° IFB #18PB006 5. APPROVED ALTERNATES— CONT'D a. The Bidder shall submit a written Request for Alternate to the contact person listed on page one of this solicitation at least eight (8) days prior to the original deadline for receiving bids. Requests for alternates submitted to the City's contracted Consultant or other City Staff shall not be reviewed. The submittal envelope must be clearly marked with solicitation number and "REQUEST FOR APPROVED ALTERNATE'. Requests must be time stamped by the Purchasing Division by 2:00 P.M., LOCAL TIME, OCTOBER 16, 2017. The approved alternate request shall include all information necessary for proof of quality and suitability for substitution including benefits, engineering design and data (calculations) and/or detailed plan modifications which may be required by the substitution. The Bidder shall submit additional information and/or samples when required. The Contract Administrator or his representative, will evaluate the information submitted, perform tests when necessary and make comparisons in order to approve or reject the proposal. If rejected, the Contract Administrator shall give notice of rejection to the Bidder submitting the request for approved alternate. b. Purchasing, if the request for approved alternate is accepted, shall issue a written addendum to the solicitation specifying the approved alternates and publish the modification in the same manner as the original solicitation documents. c. The Specifications may reference equipment or materials "or alternate". The reference to "or alternate" shall be construed to mean "or approved alternate" in every instance. Use of an alternate or substitute item shall be allowed only if approval was received as outlined in this section. d. For purposes of submitting a Request for Approved Alternate, the "Bidder" is defined as the person or firm entering a submittal to the City in response to this solicitation. Therefore the City will not entertain any submittal for an approved alternate from any party not meeting the definition of Bidder. 6. ENVIRONMENTAL PROCUREMENT POLICY The City has established an Environmental Procurement Policy which encourages the inclusion of environmentally responsible products and services available to meet the intended purpose. We encourage the offer of alternatives that broaden the range of environmentally responsible products or services that will meet the performance requirements of this solicitation. IF YOU WISH TO SUBMIT AN ALTERNATIVE, follow the procedures specified in the Instructions to Bidders, Approved Alternate Section of this document, unless the approved alternate clause has been deemed not applicable. 3 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS , CONCRETE REPAIR SERVICES IFB#18PB006 7. PURCHASING WEB SITE The Purchasing web site provides a wide variety of information; including the capability to download solicitations and plan sheets (if applicable), how to introduce your products, a list of the Buyer's commodity lines, etc. The web site can be accessed at http://www.scottsdaleaz.gov/purchasing. Registering and downloading a solicitation will also provide the supplier with notices of all addenda that are issued. 8. DOWNLOADING SOLICITATIONS All solicitation documents, plan sheets/drawings, if applicable, and addenda are available for download in .pdf format. Bidders may print their own copies of these documents or provide the files to any reprographics/copy center in their area. Bidders will no longer be able to pick-up these documents at the Purchasing Department and plan shipments are no longer available. There will be one set of plan sheets/drawings (if applicable) available for onsite review only at the Purchasing Office located at 9191 E. San Salvador Dr., Scottsdale, AZ 85258. You must download the solicitation from the Purchasing web site at https://eservices.scottsdaleaz.qov/Solicitations/Solicitation in order to be automatically notified of associated addenda. 9. EMAIL NOTIFICATION The City of Scottsdale does not maintain a Bidder list; however, on the Purchasing web site, lower right side, see "Subscribe to Solicitation Opportunities", enter your email address and click subscribe to receive a notification of Solicitation Opportunities twice weekly at http://www.scottsdaleaz.qov/purchasing. 10. CITY OF SCOTTSDALE PROCUREMENT CODE All procurement activities, conducted by the City of Scottsdale, are in conformance with the rules and regulations of the Scottsdale Procurement Code. A copy of the Code is available for review in the Office of the City Clerk located at City Hall, 3939 Drinkwater Boulevard and the Purchasing Office, located at 9191 E. San Salvador Drive, Scottsdale, Arizona. A copy of the Code is also available from the Purchasing website at http://www.scottsdaleaz.qov/purchasinq. A hard copy of the Code is available for purchase, for a fee of$10.00, at the Purchasing Office. 11. PROSPECTIVE BIDDER'S CONFERENCE A prospective Bidder's conference may be held. If scheduled, the date and time of this conference is indicated on the cover page of this document. The purpose of this conference is to clarify the contents of this solicitation in order to prevent any misunderstanding of the City's position. This conference will also give Bidders an additional opportunity to submit any questions and discuss any questions previously submitted. 4 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS F CONCRETE REPAIR SERVICES IFB#18PB006 1, 12. BIDDER'S PRESENTATION Bidders may be invited to make a presentation. If invited, Bidders will be notified of the date and time of the presentation by the City of Scottsdale Purchasing Department. 13. INELIGIBLE BIDDER The preparer of the bid specifications is not eligible to submit a bid or proposal on the solicitation for which they prepared the specification, nor is the preparer eligible to supply any product to a Bidder or Offeror on the solicitation for which they prepared the specification. 14. OBLIGATIONS The issuance of this solicitation shall not obligate the City to pay any costs incurred in the preparation and submission of proposals. 15. NON COLLUSION AFFIDAVIT By signing the Offer Form/Signature Page of the solicitation, or other official contract form, the Bidder certifies that: In connection with the performance of this solicitation or any resulting Contract, the Bidder is stating and certifying that the Contractor/Company has not either directly, or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive proposing in connection with the preparation or submission of its submittal in response to this solicitation or any potential resulting Contract. If any company is jointly owned or associated through common officers/employees with another company(s) that is/are responding to the same solicitation, both/all of those companies must take all precautions to insure that the preparation of their Bid or Proposal submittal is done completely independent of the other company(s) or individual(s). Specifically, any individual working on preparation, approving or signing one submittal can have no knowledge of or interaction with any other bid or proposal submission from a different company for that same solicitation. If the subject matter of this solicitation is construction, the Bidder shall submit a completed and Notarized Non Collusion Affidavit, stating and certifying that said Bidder/Company has not either directly, or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive proposing in connection with the preparation or submission of its submittal in response to this solicitation or any potential resulting Contract. The Bidder shall return the completed and notarized Non Collusion Affidavit with its submittal. 16. IMMIGRATION LAW COMPLIANCE By signing the Offer Form/Signature Page of this solicitation, the Bidder certifies and warrants that for all solicitations for services (including construction services), it has complied with and will maintain compliance with the E-Verify Program as required by ARS §23-214(A) up to the time of the contract award. Failure to comply with the E-Verify Program may result in the automatic disqualification of the submittal as being non-responsive or the termination of any Contract awarded and the possible forfeiture of any applicable bond. 5 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS ;Po\ 4 xIdyi. CONCRETE REPAIR SERVICES F& IFB#18PB006 16. IMMIGRATION LAW COMPLIANCE— CONT'D The City will include specific "Compliance with Federal and Arizona State Immigration Laws" language in any Contract or Subcontract it enters into with the successful Bidder. In addition, this language must be included in any Subcontracts that the successful bidder enters into with its Subcontractors. 17. LAWFUL PRESENCE IN THE UNITED STATES FOR PERSONS Arizona State law A.R.S. §1-502 (H.B. 2008) requires that all PERSONS who will be awarded a Contract and apply for public benefit, must demonstrate through a signed affidavit and the presentation of a copy of documentation, that they are lawfully present in the United States. A PERSON is defined as all NATURAL PERSONS/INDIVIDUALS/SOLE PROPRIETORSHIPS as indicated by your W-9 Filing. (This law does not apply to LLP's, LLC's, PLLC's, Corporations, Limited Partnerships or General Partnerships) By submitting your quote, bid or proposal to the City, you are agreeing that if you are selected as the awardee and meet the criteria as a PERSON, you will abide by this law and sign and submit an AFFIDAVIT DEMONSTRATING LAWFUL PRESENCE IN THE UNITED STATES and attach the appropriate copy of your documentation in proof of that statement. Types of acceptable documentation copies are an Arizona Driver's License issued after 1996, Arizona nonoperating identification license, U.S. Birth Certificate, U.S. Passport, 1-94 Form with photograph and several others that are all listed on the Affidavit Form that the City will send to you for your completion prior to issuing any Contract. If you have previously done business with the City and already have filed the above Affidavit with copies of an acceptable document, please indicate the date of submission. An acceptable Affidavit already on file with the City will be sufficient to meet this requirement. If you fail to provide a completed Affidavit and accompanying acceptable copy of your documentation, or not advise the City of your prior filing within 10 calendar days of being requested, then you may be considered non responsive and disqualified from award consideration. You can obtain the complete Affidavit form from the Purchasing Department at (480) 312-5700 or the Purchasing web site at http://www.scottsdaleaz.gov/Purchasing on the lower right side of the page under Forms. 18. TAXES/LICENSES Federal Excise Taxes: The City of Scottsdale is exempt from certain federal excise taxes. The most common areas where the City is exempt are: 1. Fuel that is used by the City 2. Communication 3. Heavy trucks, trailers and tractors 4. Certain Superfund activity If there is a specific circumstance that is in doubt, you should contact the City to resolve the status of that Federal Excise tax and its applicability. 6 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES IFB#18PB006 f Ex 18. TAXES/LICENSES— CONT'D Transaction Privilege (Sales) Taxes on the City: The City of Scottsdale is not exempt from being charged the appropriate Arizona State, County, and City privilege (sales) taxes on the goods and services that it procures. For suppliers within the State of Arizona, the City expects to be charged the appropriate privilege taxes on the invoice. For out of state suppliers that do not have the ability to collect Arizona privilege taxes, the City will self- accrue such Arizona State and City use taxes for collection and payment to the State of Arizona and City of Scottsdale. Transaction Privilege (Sales) Taxes on the Supplier / Contractor: Certain business services and activities may incur a City of Scottsdale Transaction Privilege (sales) tax liability. To determine the City of Scottsdale tax treatment, please visit the following website and view the City of Scottsdale Tax Code and other Privilege and Use tax resources. Questions pertaining to the applicability of taxes shall be directed to the City of Scottsdale Tax & License Section at 480-312-2400. The Contractor shall be responsible for payment of all applicable taxes due on Contract income whether or not such taxes are specifically separated in the bid amount. http://www.scottsdaleaz.qov/taxes/ Certain Business Services and Activities may have a State Transaction Privilege (sales) tax liability. To determine the State tax treatment, please visit the following website or contact the Arizona Department of Revenue at 602-716-6578 or 602-716-6657. http://azleq.state.az.us/ArizonaRevisedStatutes.asp?Title=42 To obtain a State of Arizona Privilege (Sales) Tax License Application, please go to the following website: http://www.azdor.gov/Business.aspx The City of Scottsdale requires a license for service-oriented businesses located in Scottsdale that do not have a City of Scottsdale transaction privilege (sales) tax liability. This includes all activities or acts including, but not limited to service, professionals, trades and occupations, personal or corporate. To engage or continue in business the owner must obtain a Business, Occupational and Professional License. Service oriented businesses located outside the City limits are NOT required to obtain a Business, Occupational and Professional License from the City of Scottsdale. Please visit the following website for the City of Scottsdale Transaction Privilege & Use Tax License and the Business, Occupational and Professional License applications: http://www.scottsdaleaz.gov/taxes Bidder is solely responsible for any and all tax obligations which may result out of the Bidder's performance of this Contract. The City has no obligation to pay any amounts for taxes, of any type incurred by the Bidder. 4 7 Revised 07/13/2017-Doc#8232885-v50 4 COS Front End Template INSTRUCTIONS TO BIDDERS ,e CONCRETE REPAIR SERVICES *1 IFB#18PB006 wZ 18. TAXES/LICENSES— CONT'D Construction Related Transaction Privilege (Sales) Taxes Responsibility of the Contractor: The Contractor shall be responsible for payment of all applicable State of Arizona and City of Scottsdale transaction privilege (sales) taxes due on construction income whether or not such taxes are specifically separated in the bid amount. The taxes are to be reported on either a progressive billing (accrual) basis or cash receipts basis, depending on the method chosen at the time application was made for the Privilege (sales) Tax License. City Privilege (sales) tax exemptions/deductions may be applicable to certain projects. We advise you to consider this as you prepare your bid. Please review, in detail, Sections 415, 465, and 110 of the Scottsdale Revised City Code, Appendix C to determine if exemptions/deductions are applicable. For tax guidance, please reference the City Code and other tax resources at the following website: http://www.scottsdaleaz.gov/taxes/ The State of Arizona has similar exemptions; please reference ARS Title 42 at the following website: http://www.azleq.state.az.us/Arizona RevisedStatutes.asp?Title=42 To determine tax treatment of design/build Contracts, please contact the Arizona Department of Revenue at 602-255-2060 and the City of Scottsdale Tax Audit Section at 480-312-2629. Construction bids will be evaluated and recommended for award based on the total bid cost including tax. 19. CONTRACTOR'S LICENSING REQUIREMENTS If applicable, the Contractor shall identify its Arizona State Contractor's License Number and Classification on the Bid Form and Bid Form Signature Page, as evidence that it is licensed to contract the work indicated in the specifications at the time of bid submittal. In accordance with Article 3, Regulation 32-1151 of the Arizona Registrar of Contractors Statutes and Rules, it is unlawful for any person, firm, partnership, corporation, association or other organization, or a combination of any of them, to engage in the business of, submit a bid or respond to a Request for Qualification/Quotation or a Request for Proposals for construction services as, act or offer to act in the capacity of or purport to have the capacity of a Contractor without having a Contractor's license in good standing in the name of the person, firm, partnership, corporation, association or other organization at the time of bid submittal, if such licensing is a requirement of the Arizona Registrar of Contractors. 8 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS ly 5 ` , CONCRETE REPAIR SERVICES max` IFB#18PB006 20. LITIGATION The Bidder shall disclose along with any Submittal any issue or potential issue that may have a material bearing on the financial condition, solvency or credit worthiness of the organization. Disclosure includes any material contingent liabilities or uninsured potential losses, involuntary contract terminations in other jurisdictions and any voluntary or involuntary bankruptcy filings over the past 7 years. The Bidder shall also disclose any litigation in which the Bidder has been involved in, either as a plaintiff or defendant, within the past 3 years, and the Bidder shall agree to notify the City within 7 days of any litigation or significant potential for litigation of which the Bidder becomes aware. Further, the Bidder shall warrant that it will disclose in writing to the City all litigation involving the Bidder, the Bidder's related organization(s), owners and key personnel. 21. SUBCONTRACTOR'S LIST If, at the time of bidding, any Bidder intends to Subcontract any portion of this Contract, the Bidder must complete the information required on the Subcontractor's List preceding the Bid Form and include this list with bid submittal documents. 22. SUBCONTRACTORS During the performance of the Contract, the Contractor may engage any additional Subcontractors as may be required for the timely completion of this Contract, unless specifically prohibited by the specification. The addition of any Subcontractors must first receive the approval of the City. The awarded Contractor may relieve Subcontractors of City Tax liability by providing them with a completed Subcontractor Written Declaration form. In the event of subcontracting, the sole responsibility for fulfillment of all terms and conditions of this Contract rests with the Contractor. The Contractor assumes responsibility for the proper performance of the work of Subcontractors and any acts or omissions in connection with such performance. Nothing in the Contract documents is intended or deemed to create any legal or contractual relationship between the City and any Subcontractor or Sub-Subcontractor, including but not limited to any third-party beneficiary rights. 23. CONFIDENTIAL INFORMATION Requests for nondisclosure of confidential information such as trade secrets and other proprietary - data must be made known to the City within the bid submittal. Bidders are instructed to clearly identify any proprietary information that may be submitted, and, if feasible, package such information in a separate, sealed envelope labeled "Confidential" or "Proprietary". The City is subject to Arizona statutes and City Charter provisions that may permit the inspection of public records. The City cannot ensure confidentiality of any portion of a submittal document in the event a public inspection request is made. 9 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS ,r3.1c. CONCRETE REPAIR SERVICES eitiF IFB#18PB006 23. CONFIDENTIAL INFORMATION— CONT'D However, in accordance with Section R2-188.23 pertaining to Request for Proposals and Section R2-188.6 pertaining to Invitation for Bids, of the City's Procurement Code, the City shall examine the portions of your proposal noted as "Confidential" and/or "Proprietary". If a determination to disclose the information is made, you shall be so informed. This is the only notification concerning confidential information that will be given to potential bidders, and this provision should be taken into consideration prior to submitting a bid. After Contract award, and unless otherwise instructed by the Bidder, the City will destroy all information identified as confidential or proprietary in accordance with public records retention requirements. 24. SMALL BUSINESS Small, minority owned businesses (MBE/WBE/DBE) are encouraged to respond to City of Scottsdale solicitations. 25. TITLE VI NOTICE "The City of Scottsdale, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252.42 U.S.C. §§ 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award." 26. INTERPRETATIONS, ADDENDA THE CITY OF SCOTTSDALE WILL NOT BE RESPONSIBLE FOR BIDDERS ADJUSTING THEIR SUBMITTAL BASED ON ORAL INSTRUCTIONS BY ANY MEMBER OF THE CITY STAFF OR BY THE CITY'S CONTRACTED CONSULTANT OR AGENT. SUBMITTALS DEVIATING FROM THE SPECIFICATIONS CONTAINED HEREIN BY ANY MEANS OTHER THAN AN AUTHORIZED ADDENDUM ISSUED BY THE PURCHASING DIVISION ARE SUBJECT TO REJECTION. Should a Bidder find an ambiguity, inconsistency or error in the applicable Plans or Specifications, or should it be in doubt as to their meaning, it shall at once notify the contact person listed on page one of this solicitation, who will prepare a written addendum if warranted. The City shall not be responsible for oral instructions or information. All questions shall be submitted as per the Solicitation's Questions Clause. Any addenda issued by the City shall become a part of the Contract. By signing and submitting a bid or proposal, the Bidder/Proposer is acknowledging that it will abide by all addenda issued prior to the opening of the bids/proposals and agreeing that all pricing takes into account all such addenda. 10 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES 4k 4 IFB#18PB006 404 26. INTERPRETATIONS, ADDENDA— CONT'D A Notice of Addenda will be emailed to those who have registered as a downloader and provided their email address; or provided by other appropriate means to each bidder, person or firm recorded on the Plan Holder's list. The bidder/proposer can return to the City's website under Solicitation Opportunities to verify how many addenda have been issued for a specific solicitation. If the bidder/proposer feels it is missing any addenda, it can register again as a downloader to obtain access to all issued addenda. A viewing copy of the addenda will also be available wherever the solicitation documents are kept. The Bidder/Proposer is responsible to be aware of ALL addenda before submitting its final bid/proposal. The City takes no responsibility for any addenda that a bidder/proposer has failed to address in its submittal, and will hold the Bidder/Proposer responsible that its pricing encompasses all issued addenda. 27. SUBMITTAL PROCEDURE No submittal will be considered unless it is submitted on the Bid Forms contained herein (or as otherwise requested). Faxed or emailed submittals will not be considered. Erasures, interlineations or other modifications in the submittal shall be initialed by the authorized person signing the Offer & Acceptance/Proposal Signature Page document. The Bid Form/Pricing Proposal page (if applicable) containing the pricing must be completed. The name of the Contractor/Company must be listed on the page. To be considered responsive, the Offer and Acceptance Form/Proposal Signature page must be signed and dated by an authorized person(s) eligible to sign Contract documents for the Contractor and is part of the original bid/proposal submittal due at the stated date and time indicated in the solicitation. Consortiums, joint ventures, or teams entering submittals will not be considered responsive unless it is established that all contractual responsibility rests solely with one Bidder or one legal entity. The submittal must indicate the responsible entity. Submitters should be aware that joint responsibility and liability will attach to any resulting Contract and failure of one party in a joint venture to perform will not relieve the other party or parties of total responsibility for performance. If submitted by mail, Bidder shall be responsible to ensure that the submittal is received at the Front Desk of the Purchasing Office with enough time to have it time and date stamped on or before the solicitation receipt date and time. Faxed or emailed submittals will not be accepted. LATE SUBMITTALS WILL NOT BE CONSIDERED. Submittals received after the time and date specified will be returned to the bidder unopened. A submittal may be withdrawn prior to the time set for opening submittals. No submittal may be withdrawn for a period of one hundred and twenty (120) days after the date set for receipt of submittals. 11 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS CONCRETE REPAIR SERVICES a IFB #18PB006 27. SUBMITTAL PROCEDURE— CONT'D At any time prior to the specified solicitation due time and date, a Bidder may withdraw the bid. Faxed withdrawals will not be considered. Bids submitted to the City with the signed Offer on the Offer and Acceptance Form/Proposal Signature document constitutes a legally binding offer by the Contractor. All submittals are to be completed on City of Scottsdale (COS) forms without any alterations; failure to do so may result in your submittal being rejected. 28. DONATIONS If you intend to submit a bid or proposal, to avoid the appearance of impropriety, you shall not make any donation of goods or services to the City during the bid or proposal process. 29.AWARD DETERMINATION Bids will be evaluated and recommended for award based on the total bid cost excluding all applicable taxes. The total bid cost amount shall include all costs attendant to the bid such as any preparation charges and transportation and delivery charges fully prepaid by the Contractor to the destination specified in the bid. The Contract will be awarded to the lowest responsible and responsive Bidder whose bid conforms in all material respects to the requirements and criteria set forth in the Invitation for Bids. The City reserves the right to award by individual line item, by group of line items, or as a total, whichever is deemed most advantageous to the City. In the event of an "Add Alternate" bid, in order to keep the project within the budget, the City will use the "alternate add" bidding process. Under this procedure, the City will award the Contract to the lowest responsive bidder considering the sum of the "base bid" and those "alternate bid items" which are within the budget. The City will select the alternates in the order specified in the bid tabs. The City reserves the right not to select any item in the "alternate bid". 30. REJECTION OF BIDS The Purchasing Director or City Council reserves the right, as the interest of the City requires, to reject any or all submittals, to waive any informality in submittals received, to award a Contract by accepting or rejecting any alternate submittal(s) (additive or subtractive) and reserves the right to reject the submittal(s) of any Bidder who has previously failed to perform competently in any Contract with the City. 12 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS �g aw F CONCRETE REPAIR SERVICES �z �` m <za IFB#18PB006 31. PROTESTS Pursuant to the City of Scottsdale Procurement Code Section 2-213, an aggrieved person may protest any aspect of a solicitation prior to award of a Contract. As used herein, the phrase "any aspect of a solicitation" shall be limited in its interpretation to mean an alleged violation of the City's Procurement Code as it relates to the bid solicitation, its evaluation, or its award. A protest must be filed within ten (10) calendar days after the protestor, exercising reasonable diligence, knew or should have known of facts and circumstances upon which the protest is based. Failure to protest any issue, fact or circumstance that the protestor knew or should have known upon the exercise of reasonable diligence within said ten (10) calendar day period shall forever preclude a hearing based upon that issue, fact or circumstance. Notice of Awards will be given either through the City Council Meeting Agendas for those Contracts being awarded by City Council ( i.e., for construction and professional services) or through a Notice of Intent to Award posting, seven (7) calendar days prior to award, on the Purchasing section of the City's Internet Web Site for all administratively awarded Contracts. Award of Contracts shall be final and no protest pursuant to this section may be filed after award. A protest must be in writing and shall: ➢ State the name and address of the aggrieved person. Identify the contracting activity and the number of the solicitation. Contain a statement of all the grounds for the protest that the protestor then knows or should know based upon the exercise of reasonable diligence. Include supporting exhibits, evidence or documents to substantiate any claims unless not available within the filing time in which case the expected availability date shall be indicated. Material submitted by a protester shall not be withheld from an interested party except to the extent that the withholding of information is permitted or required by law or as determined pursuant to code provisions for confidential material. If the protester believes the protest contains material that should be withheld, a statement advising the Director of this fact shall accompany the protest submission. The written protest must be filed with the Purchasing Director at the following address: City of Scottsdale Purchasing Services Department 9191 E San Salvador Dr. Scottsdale, AZ 85258 Attn: James Flanagan, Purchasing Director The Director may dismiss a protest, upon a written determination, before scheduling a hearing if: The protest does not state a valid basis for protest; or 13 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS FA ' ‘vilA. Z" CONCRETE REPAIR SERVICES Ste; re ''''''9 .'* IFB #18PB006 31. PROTESTS— CONT'D The protest is untimely pursuant to Procurement Code Section 2-213. If the Director determines that a hearing is appropriate under the circumstances, the Director shall notify the protestor of the time and place set for a hearing on the protest. The Director may also give notice of the hearing to any other persons involved in the solicitation whose interests may be affected by the ruling requested from the Director. Any person whose interest is affected shall be permitted to intervene and participate in such hearing. Nothing contained herein shall require that the protest hearing be held prior to the award, if evidence from the solicitation, its evaluation or its award cannot be released to the public until after the award in order to protect the competitive process or in the best interests of the City. 32. CONTRACT AWARD NOTIFICATION Intent to Award notices for Contracts conducted as formal solicitations will be posted on Purchasing's website on the Intent to Award listing. Informal solicitations will be posted to the Award listing upon award. Intent to Award and award information can be found at the link provided below: https://eservices.scottsdaleaz.gov/eServices/Solicitations/Awards.aspx?CID=0 The City Council must approve the award of Contracts for construction and professional services exceeding the formal procurement limit. Any Contract award going to City Council for approval is i not binding on the City until after approval by the City Council, even if previously signed by the Contractor and a City representative. All other Contracts exceeding the formal procurement limit may be administratively awarded by the Purchasing Director. It is the submitter's responsibility to access this information from the City of Scottsdale Purchasing website link provided above. This is the only notification you will receive regarding the posting of Notices of Intent to Award and Award. 33.AWARD OF CONTRACT By signing the Offer portion of the Offer/Acceptance Form as a part of the Response to the solicitation, the Contractor is making a non-contingent offer to Contract with the City strictly based upon the terms, conditions, and specifications contained in the City's solicitation. The City is under no obligation to accept any identified exceptions. These bid or proposal offers do not become Contracts until after the Purchasing Director has signed the acceptance portion of the Offer/Acceptance Form. The Contract is then considered awarded to the successful Contractor, eliminating the signing of a separate Contract. For that reason, all of the terms, conditions and specifications of the procurement Contract are contained in the solicitation, unless any of the terms, conditions or specifications are modified by an addendum to the solicitation, a Contract amendment, or by mutually agreed written terms and conditions in the Contract documents. 14 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template INSTRUCTIONS TO BIDDERS Aliffl mi.,,ifi8 * l''t ', -fr; CONCRETE REPAIR SERVICES Ati,1;1414, IFB#18PB006 33.AWARD OF CONTRACT— CONT'D The effective date of this Contract shall be the date the Purchasing Director signs the Offer and Acceptance Form, unless another date is specifically stated as the effective date. The Contractor is cautioned not to begin any billable work or provide any materials or services under this Contract until the Contractor receives a Purchase Order document or separate Notice to Proceed. Once the City has awarded the Contract by signing the acceptance portion of the Offer/Acceptance Form, Notice of Contract Award and presenting it to the Contractor, the Contractor is required to provide all additional Bonds and/or Insurance Certificates, and other documentation required to issue the Purchase Order or Notice to Proceed; within ten (10) calendar days after the date of this Acceptance of Offer or Notice of Contract Award. If the Contractor fails to furnish the required documents within the stated ten (10) calendar days, they may be considered in default and may risk forfeiture of any applicable required Bid Bond. All required documents shall be sent to the Purchasing Representative listed in the solicitation. 34. BID BOND (Not Applicable) i 15 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS • Y CONCRETE REPAIR SERVICES , IFB #18PB006 ky 1. ADDITIONAL SERVICE REQUESTED Any service requested which is not specifically authorized by the Contract or written adjustments thereto, requires the issuance of a separate purchase order by the City for authorization to perform, and separate billing by the Contractor for payment. 2. ADVERTISING No advertising or publicity concerning the City using the Contractor's services shall be undertaken without prior written approval of such advertising or publicity by the City of Scottsdale Contract Administrator and by the City Attorney. 3. ARIZONA LAW The Contract and all Contract documents are considered to be made under, and will be construed in accordance with and governed by the laws of the State of Arizona without regard to the conflicts or choice of law provisions. Any action to enforce any provision of this Contract or to obtain any remedy under this Contract shall be brought in the Superior Court, Maricopa County, Arizona, and for this purpose, each party expressly and irrevocably consents to the jurisdiction and venue of this Court. 4. ASSIGNMENT Services covered by this Contract may not be assigned or sublet in whole or in part without first obtaining the written consent of the Purchasing Director and Contract Administrator. 5. ATTORNEY'S FEES In the event either party brings any action for any relief, declaratory or otherwise, arising out of this Contract, or on account of any breach or default hereof, the prevailing party shall be entitled to receive from the other party an award of reasonable attorneys' fees and reasonable costs and expenses, which shall be deemed to have accrued on the commencement of such action. 6. AUTHORITY Each party hereby warrants and represents that it has full power and authority to enter into and perform this Contract, and that the person signing on behalf of each has been properly authorized and empowered to enter this Contract. Each party further acknowledges that it has read this Contract, understands it, and agrees to be bound by it. 16 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES 't** IFB#18PB006 7. CANCELLATION OF CITY CONTRACTS— CONFLICT OF INTEREST The City may cancel any Contract or Agreement, without penalty or obligation, if any person significantly involved in initiating, negotiating, securing, drafting or creating the Contract on behalf of the City's departments or agencies is, at any time while the contract or any extension of the Contract is in effect, an employee of any other party of the Contract in any capacity or a consultant to any other party of the Contract with respect to the subject matter of the Contract. The cancellation shall be effective when written notice from the City is received by all other parties to the Contract, unless the notice specifies a later time (A.R.S. 38-511). 8. CAPTIONS/HEADINGS The headings used in the Contract documents are for ease of reference only and will not in any way be construed to limit or alter the meaning of any provision. The captions used in this Contract are solely for the convenience of the parties, do not constitute a part of this Contract, and are not to be used to construe or interpret this Contract. 9. CERTIFICATE OF INSURANCE The successful vendor(s) will be required to furnish the City of Scottsdale a Certificate of Insurance on a standard insurance industry ACORDTM form or its equivalent when separate insurance requirements are listed under clause #28-Insurance Requirements. The ACORDTM form must be issued by an insurance company authorized to transact business in the State of Arizona. A sample of a standard insurance industry ACORDTM form with the required additional insured language can be found on the Purchasing web site under forms at: http://www.scottsdaleaz.gov/Purchasing. Failure to provide a Certificate of Insurance with the appropriate verbiage will result in rejection of your certificate and/or may be cause for Contract default. Additionally, Certificates of Insurance submitted without referencing the solicitation number may be subject to rejection and discarded. 10. CHANGES IN THE WORK The City may at any time order changes within the scope of the work without invalidating the Contract. If such changes increase or decrease the amount due under the Contract documents, or in the time required for performance of the work, an equitable adjustment shall be authorized by written Change Order. The City shall execute a formal Change Order based on detailed written quotations from the Contractor for work related changes and/or a time of completion variance. All Change Orders are subject to approval by the City. Contract Change Orders are subject to the Rules and Procedures within the City's Procurement Code. Change Orders to Contracts may be executed, according to established rules, when provided for in the original Contract. 17 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template 4 GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES . , IFB#18PB006 10. CHANGES IN THE WORK— CONT'D The Contractor will not perform any additional services without a written Change Order approved by the City. If the Contractor performs additional services without a Change Order, the Contractor will not receive any additional compensation. 11. CHEMICALS Contractors shall provide Material Safety Data Sheets ( MSDS ) for all substances that are delivered to the City of Scottsdale, that come under the Federal requirements of 29CFR 1910 Subpart Z - Toxic and Hazardous Substances, which includes 29CFR 1910.1200 - Hazard Communication All Contractors using chemicals on City of Scottsdale property shall use only the safest chemicals, with the least harmful ingredients. These chemicals shall be approved for use by a City of Scottsdale representative prior to bringing them on City property. Contractors shall make every attempt to apply approved chemicals with highly volatile organic compounds, outside of working hours. Adequate ventilation shall be used at all times during the application of these approved chemicals. In conjunction with the Occupational Safety and Health Standards, Subpart-Z Toxic and Hazardous Substances, and Section 1910.1200 Hazard Communication, Contractors are hereby informed of the presence (or possible presence) of chemicals in the area where the work requested will be performed. All selected Contractors shall contact the City of Scottsdale for specific information relative to the type of chemicals present and location of appropriate material safety data sheets. 12. COMPLIANCE WITH FEDERAL AND ARIZONA STATE IMMIGRATION LAWS Under the provisions of A.R.S. §41-4401, the Bidder warrants to the City that the Bidder and all its Subcontractors will comply with all Federal Immigration Laws and Regulations that relate to their employees and that the Bidder and all its Subcontractors now comply with the E-Verify Program under A.R.S. §23-214(A). A breach of this warranty by the Bidder or any of its Subcontractors will be considered a material breach of this Contract and may subject the Bidder or Subcontractor to penalties up to and including termination of this Contract or any subcontract. The City retains the legal right to inspect the papers of any employee of the Bidder or any Subcontractor who works on this Contract to ensure that the Bidder or any Subcontractor is complying with the warranty given above. The City may conduct random verification of the employment records of the Bidder and any of its Subcontractors to ensure compliance with this warranty. The Bidder agrees to indemnify, defend and hold the City harmless for, from and against all losses and liabilities arising from any and all violations of these statutes. 18 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES IFB #18PB006 12. COMPLIANCE WITH FEDERAL AND ARIZONA STATE IMMIGRATION LAWS— CONT'D The City will not consider the Bidder or any of its Subcontractors in material breach of this Contract if the Bidder and its Subcontractors establish that they have complied with the employment verification provisions prescribed by 8 USCA §1324(a) and (b) of the Federal Immigration and Nationality Act and the E-Verify requirements prescribed by A.R.S. §23-214(A). The "E-Verify Program" means the employment verification pilot program as jointly administered by the United States Department of Homeland Security and the Social Security Administration or any of its successor programs. The provisions of this Article must be included in any Contract the Bidder enters into with any and all of its Subcontractors who provide services under this Contract or any Subcontract. "Services" are defined as furnishing labor, time or effort in the State of Arizona by a Contractor or Subcontractor. Services include construction or maintenance of any structure, building or transportation facility or improvement to real property. The Contractor will take appropriate steps to assure that all subcontractors comply with the requirements of the E-Verify Program. The Contractor's failure to assure compliance by all its' Subcontractors with the E-Verify Program may be considered a material breach of this Contract by the City. 13. COMPLIANCE WITH FEDERAL AND STATE LAWS The City has entered into this Contract with the Bidder relying on his knowledge and expertise to provide the services contracted for. As a part of that reliance, the Bidder represents that it knows and understands the relevant and applicable federal and state laws that apply to the services provided through this Contract, and agrees to comply with these relevant and applicable federal and state laws. The Bidder understands and acknowledges the applicability to it of the American with Disabilities Act, the Immigration Reform and Control Act of 1986, the Drug Free Workplace Act of 1989, and for construction Contracts: A.R.S. § 34-301, "Employment of Aliens on Public Works Prohibited", and A.R.S. § 34-302, as amended, "Residence Requirements for Employees". 14. CONTRACT ADMINISTRATOR DUTIES The Contract Administrator shall be responsible to audit the billings, approve payments, establish delivery schedules, approve addenda, and assure Certificates of Insurance are in City's possession and are current and conform to the Contract requirements. 15. CONTRACTOR ON SITE SAFETY REPORTING REQUIREMENTS For any non-construction City supplier whose service Contract(s) (either singular or in aggregate) results in the Contractor working 500 or more hours on site at a City of Scottsdale location(s) in any one calendar quarter, the following documentation must be provided by the Contractor to the Contract Administrator(CA): • the Contractor's most recent OSHA 300A (if applicable); • all accident reports for injuries that occurred in the City under the Contract during the most recent review period; • the Contractor's current worker's compensation experience modifier; • the above information is to be provided to the CA initially and every February thereafter as long as the Contract is in force; • the CA will provide this information to Risk Management when requested. 19 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES • IFB#18PB006 16. CO-OP USE OF CONTRACT In addition to the City of Scottsdale, this Agreement may be extended for use by other municipalities, government agencies and governing bodies, including the Arizona Board of Regents, and political subdivisions of the State. Any such usage by other entities must be in accord with the ordinances, charter and/or rules and regulations of the respective entity and the approval of the Contractor. 17. COUNTERPARTS This Contract may be executed in one or more counterparts, and each originally executed duplicate counterpart of this Contract shall be deemed to possess the full force and effect of the original. 18. ENDANGERED HARDWOODS The project shall not utilize any endangered wood species prohibited by A.R.S. § 34-201(J). 19. ENTIRE AGREEMENT This Contract constitutes the entire understanding of the parties and supersedes all previous representations, written or oral, with respect to the services specified herein. 20. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Contract, the Bidder will follow the Federal government's guidelines to ensure that employees or applicants applying for employment will not be discriminated against because of race, color, religion, sex or national origin. The City of Scottsdale Diversity Office can be reached at 480-312-2727. 21. ESTIMATED QUANTITIES All quantities referenced in this solicitation document are subject to adjustment dictated by City requirements. Quantities at variance with stated bid quantities may be purchased as required. 22. EXECUTION OF CONTRACT The Contractor shall provide all the required documentation, including, but not limited to, applicable bonds, insurance certificates, IRS W-9 Form and other documentation required to issue the Purchase Order or Notice to Proceed within ten (10) calendar days after the date of the Acceptance of Offer or Notice of Contract Award by the City. If a separate City Contract is required, the Contractor must execute it within ten (10) calendar days and return it to the City. Failure to complete these requirements within ten (10) calendar days may place the Contractor in default. Upon request, the Contractor shall provide the required I.R.S. W-9 Form which is available from the IRS website at www.IRS.gov under their forms section. 20 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES IFB #18PB006 23. FORCE MAJEURE The City shall not be held responsible for acceptance of all or any part of the materials tendered for delivery under this Agreement due to federal, state or municipal action, statute, ordinance or regulation, strike or other labor trouble, fire, windstorm or other incidents outside of the City's control which shall make such acceptance impossible or impractical. Neither party shall be responsible for delays or failures in performance resulting from acts beyond their control. Such acts shall include, but not be limited to, acts of God, riots, acts of war, epidemics, governmental regulations imposed after the fact, fire, communication line failures, or power failures. 24. FUNDS APPROPRIATION If the City Council does not appropriate funds to continue this Contract and pay for required charges, the City may terminate this Contract at the end of the current fiscal period. The City agrees to give written notice to the Contractor at least 30 days before the end of its current fiscal period and will pay the Contractor for all approved charges incurred through the end of this period. 25. INDEMNIFICATION To the fullest extent permitted by law, Contractor, its successors, assigns and guarantors, must defend, indemnify and hold harmless City of Scottsdale, its agents, representatives, officers, directors, officials and employees from and against all allegations, demands, proceedings, suits, actions, claims, damages, losses, expenses, including but not limited to, attorney fees, court costs, and the cost of appellate proceedings, and all claim adjusting and handling expense, related to, arising from or out of, or resulting from any act or omission, negligence, recklessness, or intentional wrongful conduct by Contractor in the performance of this Contract, including but not limited to, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable and any injury or damages claimed by any of Contractor's and Subcontractor's employees. Insurance provisions in this Contract are separate and independent from the indemnity provisions of this section and shall not be construed in any way to limit the scope and magnitude of the indemnity provisions. The indemnity provisions of this section shall not be construed in any way to limit the scope and magnitude and applicability of the insurance provisions. 26. INDEPENDENT CONTRACTOR The services Contractor provides under the terms of this Contract to the City are that of an Independent Contractor, not an employee, or agent of the City. The City may report the value paid for these services each year to the Internal Revenue Service (I.R.S.) using Form 1099. City shall not withhold income tax as a deduction from contractual payments unless required under federal or state law. As a result of this, Contractor may be subject to I.R.S. provisions for payment of estimated income tax. Contractor is responsible for consulting the local I.R.S. office for current information on estimated tax requirements. 21 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS t 4 CONCRETE REPAIR SERVICES a x y IFB#18PB006 27. INSURANCE REQUIREMENTS Insurance Representations and Requirements General Contractor agrees to comply with all applicable City ordinances and state and federal laws and regulations. Without limiting any obligations or liabilities of Contractor, must purchase and maintain, at its own expense, this Contract's stipulated minimum insurance with insurance companies properly licensed by the State of Arizona (admitted insurer) with an AM Best, Inc. rating of B ++ 6 or above or an equivalent qualified unlicensed insurer by the State of Arizona (non-admitted insurer) with policies and forms satisfactory to City of Scottsdale. Failure to maintain insurance as specified may result in termination of this Contract at City of Scottsdale's option. No Representation of Coverage Adequacy By requiring the insurance stated in this Contract, the City of Scottsdale does not represent that coverage and limits will be adequate to protect Contractor. City of Scottsdale reserves the right to review any and all of the insurance policies and/or endorsements required by this Contract, but have no obligation to do so. Failure to demand any evidence of full compliance with the insurance requirements stated in this Contract or failure to identify any insurance deficiency does not relieve Contractor from, nor may it be construed or considered a waiver of Contractor's obligation to maintain the required insurance at all times during the performance of this Contract. Coverage Term All insurance required by this Contract must be maintained in full force and effect until all work or services required to be performed under the terms of this Contract are satisfactorily performed, completed and formally accepted by The City of Scottsdale, unless specified otherwise in this Contract. Claims Made In the event any insurance policies required by this Contract are written on a "claims made" basis, coverage shall continue uninterrupted throughout the term of this Contract by keeping coverage in force using the effective date of this Contract as the retroactive date on all "claims made" policies. The retroactive date for exclusion of claims must be on or before the effective date of this Contract, and can never be after the effective date of this Contract. Upon completion or termination of this Contract, the "claims made" coverage shall be extended for an additional three (3) years using the original retroactive date, either through purchasing an extended reporting option; or by continued renewal of the original insurance policies. Submission of annual Certificates of Insurance, citing the applicable coverages and provisions specified herein, shall continue for three (3) years past the completion or termination of this Contract. 22 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS ;n ra CONCRETE REPAIR SERVICES K£ 014 IFB #18PB006 ate 27. INSURANCE REQUIREMENTS— CONT'D Insurance Representations and Requirements—Cont'd Policy Deductibles and or Self-Insured Retentions The policy requirements may provide coverage which contains deductibles or self-insured retention amounts. Any deductibles or self-insured retention are not applicable to the policy limits provided to City of Scottsdale. Contractor is solely responsible for any deductible or self-insured retention amount. City of Scottsdale, at its option, may require Contractor to secure payment of any deductible or self-insured retention by a surety bond or irrevocable and unconditional Letter of Credit. Use of Subcontractors If any work under this Contract is subcontracted in any way, Contractor must execute a written agreement with Subcontractor containing the same Indemnification Clause and Insurance Requirements as stated in this Contract protecting City of Scottsdale and Contractor. Contractor will be responsible for executing the agreement with Subcontractor and obtaining Certificates of Insurance verifying the insurance requirements. Evidence of Insurance and Required Endorsements Before starting any work or services under this Contract, Contractor must furnish City of Scottsdale with Certificate(s) of Insurance, or formal endorsements as required by this Contract, issued by Contractor's insurer(s) as evidence that policies are placed with acceptable insurers as specified in this Contract and provide the required coverage, conditions, and limits of coverage and that this coverage and the provisions are in full force and effect. If a Certificate of Insurance is submitted as verification of coverage, City of Scottsdale will reasonably rely upon the Certificate of Insurance as evidence of coverage but this acceptance and reliance will not waive or alter in any way the insurance requirements or obligations of this agreement. If any of the above cited policies expire during the life of this Contract, it is Contractor's responsibility to forward renewal Certificates within ten (10) days after the renewal date containing all the aforementioned insurance provisions. Certificates must specifically cite the following provisions endorsed to the Contractor's policy: 1. City of Scottsdale, its agents, representatives, officers, directors, officials and employees must be named an Additional Insured under the following policies: a) Commercial General Liability b) Auto Liability c) Excess Liability - Follow Form to underlying insurance as required. 2. Contractor's insurance must be primary insurance as respects performance of subject contract. 3. All policies, except Professional Liability insurance, if applicable, waive rights of recovery (subrogation) against City of Scottsdale, its agents, representatives, officers, directors, officials and employees for any claims arising out of work or services performed by Contractor under this Contract. 4. If the Contractor receives notice that any of the required policies of insurance are materially reduced or cancelled, it will be Contractor's responsibility to provide prompt notice of same to the City, unless such coverage is immediately replaced with similar policies. 23 Revised 07/13/2017-Doc#8232885-v50 4 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES . IFB#18PB006 27. INSURANCE REQUIREMENTS— CONT'D Required Coverage Commercial General Liability Contractor must maintain "occurrence" form Commercial General Liability insurance with a limit of not less than $1,000,000 for each occurrence, $2,000,000 Products and Completed Operations Annual Aggregate, and a $2,000,000 General Aggregate Limit. The policy must cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury. If any Excess insurance is utilized to fulfill the requirements of this section, the Excess insurance must be "follow form" equal or broader in coverage scope than underlying. Vehicle Liability If any vehicle is used in the performance of the Scope of Work that is the subject of this Contract, the Contractor must maintain Business Automobile Liability insurance with a limit of $1,000,000 each occurrence on Contractor's owned, hired, and non-owned vehicles assigned to or used in the performance of the Contractor's work or services under this Contract. If any hazardous material, as defined by any local, state or federal authority, is the subject, or transported, in the performance of this contract, an MCS 90 endorsement is required providing $5,000,000 per occurrence limits of liability for bodily injury and property damage. If any Excess insurance is utilized to fulfill the requirements of this section, the Excess insurance must be "follow form" equal or broader in coverage scope than underlying. Workers Compensation Insurance Contractor must maintain Workers Compensation insurance to cover obligations imposed by federal and state statutes applicable to Contractor's employees engaged in the performance of work or services under this Contract and must also maintain Employers' Liability Insurance of not less than $100,000 for each accident, $100,000 disease for each employee and $500,000 disease policy limit. If the Contractor's is a sole proprietor, has no employees, and has elected not to purchase workers compensation insurance; a completed and signed Workers Compensation Waiver form will substitute for the insurance requirement. The Workers Compensation Waiver form cannot be used by corporations, LLC's, partnerships or sole proprietors with employees. 28. ISRAEL BOYCOTT PROHIBITION By submitting a quote/proposal/bid and/or entering into a contract with the City, the vendor/company certifies that they are not currently engaged in and agrees for the duration of the contract to not engage in a boycott of Israel as defined in A.R.S. § 35-393. 24 Revised 07/13/2017-Doc#8232885-v50 4 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES IFB#18PB006 29. LITIGATION The Bidder will disclose any issue or potential issue that may have a material bearing on the financial condition, solvency or credit worthiness of the organization. Disclosure includes any material contingent liabilities or uninsured potential losses, involuntary Contract terminations in other jurisdictions and any voluntary or involuntary bankruptcy filings over the past 7 years. The Bidder will also disclose any litigation in which the Bidder has been involved in, either as a plaintiff or defendant, within the past 3 years, and the Bidder shall agree to notify the City within 7 days of any litigation or significant potential for litigation of which the Bidder becomes aware during the course of any contract with the City. Further, the Bidder shall disclose in writing to the City all litigation involving the Bidder, the Bidder's related organization, owners and key personnel. 30. LOCAL CONDITIONS, RULES AND REGULATIONS The Bidder shall familiarize itself with the nature and extent of the Contract documents, work to be performed, all local conditions, and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the work. 31. MODIFICATIONS Any adjustments, alterations, additions, deletions, or modifications in the terms and/or conditions of this Contract must be made by written Change Authorization approved by the Contract Administrator, Purchasing Director and the Contractor. If Contractor performs any modification without such written Change Authorization, the City shall not be obligated to accept said modification. 32. NO PREFERENTIAL TREATMENT OR DISCRIMINATION In accordance with the provisions of Article II, Section 36 of the Arizona Constitution, the City will not grant preferential treatment to or discriminate against any individual or group on the basis of race, sex, color, ethnicity or national origin. The City of Scottsdale Diversity Office can be reached at 480-312-2727. 33. NO WAIVER The failure of either party to enforce any of the provisions of the Contract documents or to require performance of the other party of any of the provisions of this Contract will not be construed to be a waiver of those provisions, nor will it affect the validity of the Contract documents, or the right of either party to enforce each and every provision. No delay or failure of either party in exercising any right hereunder, and no partial or single exercise thereof, shall be deemed to constitute a waiver of such right or any other rights hereunder. All waivers must be in writing and signed by the party to be charged. Any waiver by either party of any requirement hereunder shall be deemed to be a specific limited waiver, and shall not be deemed to be a continuing waiver nor a waiver of any other requirement hereof. I 25 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES xe, IFB#18PB006 34. ORDER OF PRECEDENCE In the event of a conflict in the provisions of this solicitation or resulting Contract, as accepted by the City and as they may be amended, the following shall prevail in the order set forth below: 1. Signed and fully executed separate Contract or Offer and Acceptance Sheet 2. Special Terms & Conditions of the Solicitation 3. General Terms & Conditions of the Solicitation 4. Statement or Scope of Work ( SOW) 5. Specifications 6. Attachments 7. Exhibits 8. Instructions to Bidders 9. Other documents referenced or included in the Solicitation or Contract 35. PATENTS/INTELLECTUAL PROPERTY The Contractor agrees upon receipt of notification to promptly assume full responsibility for the defense of any suit or proceeding which is, has been, or may be brought against the City of Scottsdale and its agents or bidders for alleged patent and/or copyright infringement, as well as for the alleged unfair competition resulting from similarity in design, trademark or appearance of goods by reason of the use or sale of any goods furnished under this Contract and the Contractor further agrees to indemnify the City against any and all expenses, losses, royalties, profits and damages including court costs and attorney's fees resulting from the bringing of such suit or proceedings including any settlement or decree of judgment entered therein. The City may be represented by and actively participate through its own counsel in any such suit or proceedings if it so desires. 36. PAYMENT TERMS The City of Scottsdale's payment terms are payment within thirty (30) days except in Title 34 circumstances where payment is required within fourteen (14) days. Payment may be sooner where cash discounts are offered for early payment; however, cash discounts offered will not be considered in determining lowest Bidder. In no event will payment be made prior to receipt of an original invoice containing invoice and Purchase Order numbers and receipt of purchased items. The City is not liable for delays in payment caused by failure of the Contractor to send an invoice to the address specified below: CITY OF SCOTTSDALE ACCOUNTS PAYABLE 7447 E. INDIAN SCHOOL ROAD, #210 SCOTTSDALE, ARIZONA 85251-4468 26 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS C CONCRETE REPAIR SERVICES 4.7 : IFB#18PB006 37. PRICE REDUCTION If Contractor's, manufacturer, or supplier at any time during the course of this Contract, makes a general price decrease, to the Contractor, the Contractor shall promptly notify the City in writing and extend such decrease to the City effective on the date of such general price decrease. 38. RECORDS AND AUDIT RIGHTS Contractor's and Subcontractor's books, records, correspondence, accounting procedures and practices, and any other supporting evidence relating to this Contract (all 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 City of Scottsdale, or its authorized representative, to the extent necessary to adequately permit evaluation and verification of any invoices, payments or claims based on Contractor's or Subcontractor's actual costs (including direct and indirect costs and overhead allocations) incurred, or units expended directly in the performance of work under this Contract. For the purpose of evaluating or verifying such actual or claimed costs or units expended, the City of Scottsdale or its authorized representative shall have access to said Records from the effective date of this Contract for the duration of the work and until three (3) years after the date of final payment by the City of Scottsdale to Contractor pursuant to this Contract. The City of Scottsdale or its authorized representative shall have access, during normal working hours, to all necessary Contractor and Subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this Article. The City of Scottsdale shall give Contractor or Subcontractor reasonable advance notice of intended audits. Contractor shall require Subcontractors to comply with the provisions of this Article by insertion of the requirements hereof in any Subcontract pursuant to this Contract. If an audit in accordance with this article, discloses overcharges, of any nature, by the Contractor to the City in excess of one percent (1%) of the total Contract billings, the actual cost of the City's audit shall be reimbursed to the City by the Contractor. Any adjustments and/or payments which must be made as a result of any such audit or inspection of the Contractor's invoices and/or records shall be made within a reasonable amount of time (not to exceed 90 days) from presentation of City's findings to Contractor. 39. REGISTERED/LICENSES To be considered responsive, Contractors must be registered/licensed in the State of Arizona, if such registration/license is normally a requirement for the nature of the work contemplated by this Contract. N 40. REQUEST FOR TAXPAYER I.D. NUMBER& CERTIFICATION IRS W-9 FORM Upon request, the Contractor shall provide the required I.R.S. W-9 FORM which is available from the IRS website at www.IRS.gov under their forms section. 27 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS At4 s tp,!,1 1:te:` CONCRETE REPAIR SERVICES IFB#18PB006 41. RISK OF LOSS Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered as a result of this Contract which occur prior to delivery to the City; and such loss, injury, or destruction shall not release Contractor from any obligation hereunder. 42. SCOTTSDALE CITY SEAL AND CITY SYMBOL The Scottsdale City seal (as defined in S.R.C. § 2-1) and the City symbol are registered marks and are reserved solely for the City's use. Any other use or reproduction of the City's registered marks in any print, digital, or other media without the City's express, written consent is prohibited. As a breach of this prohibition may impair the City's reputation, dilute its mark(s), or otherwise cause the City irreparable harm, the City shall be entitled to an immediate injunction enjoining such use in addition to any other legal or equitable remedies. 43. SEVERABILITY If any provision of the Contract documents or the application of them to any person or circumstance is invalid, illegal or unenforceable to any extent, the remainder of the Contract documents and their application will not be affected and are enforceable to the fullest extent permitted by law. 44. SUCCESSORS AND ASSIGNS No right or interest covered by this Contract shall be assigned in whole or in part without the prior written consent of the City. Any assignment made in contravention of this section shall be considered void. The Contractor and the City agree that the provisions of the Contract documents are binding upon the parties, their employees, agents, heirs and assigns. This Contract extends to and is binding upon the Contractor, its successors and assigns, including any individual, company, partnership or other entity with or into which the Contractor merges, consolidates or is liquidated, or any person, corporation, partnership or other entity to which the Contractor sells its assets. 45. TERMINATION Termination for Convenience: City reserves the right to terminate this Contract or any part hereof for its sole convenience with thirty (30) days written notice. In the event of such termination, Contractor shall immediately stop all work hereunder, and shall immediately cause any of its suppliers and Subcontractors to cease such work. Contractor shall be paid a reasonable termination charge consisting of a percentage of the order price reflecting the percentage of the work performed prior to the notice of termination, plus actual direct costs resulting from termination. Contractor shall not be paid for any work done after receipt of the notice of termination, or for any costs incurred by Contractor's suppliers or Subcontractors which Contractor could reasonably have avoided. Contractor shall not unreasonably anticipate the requirements of this Contract. 28 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES IFB #18PB006 45. TERMINATION— CONT'D Cancellation for Cause: City may also terminate this Contract or any part hereof with seven (7) days' notice for cause in the event of default if the Contractor fails to comply with any of the terms and conditions of this Contract. Late deliveries, deliveries of products which are defective or do not conform to this Contract, unsatisfactory performance as judged by the Contract Administrator, or failure to provide City, upon request, with adequate assurances of future performance shall all be causes allowing City to terminate this Contract for cause. In the event of termination for cause, City shall not be liable to Contractor for any amount, and Contractor shall be liable to City for any and all damages sustained by reason of the default which gave rise to the termination. If it should be determined that City has improperly terminated this Contract for default, such termination shall be deemed a termination for convenience. In the event Contractor is in violation of any Federal, State, County or City law, regulation or ordinance, the City may terminate this Contract immediately upon giving notice to the Contractor. 46. TESTING OF MATERIALS When required in the course of any service or Contract, the procedures and methods used to sample and test material, will be determined by the City. Unless otherwise specified, samples and tests will be made in compliance with the following: The City of Scottsdale Minimum Sampling Frequency Guide, The City of Scottsdale Material Testing Manual and/or the standard methods of AASHTO or ASTM, DSPM and MAG supplements. The City will provide a pre-qualified City or Independent Testing Laboratory and will pay directly for initial City Acceptance Testing. If the first and subsequent tests indicate noncompliance with the specifications, the cost associated with that noncompliance shall be paid for by the Contractor. When the first and subsequent tests indicate noncompliance with the specifications, all retesting will be performed by the same testing agency. Rejected materials shall be immediately removed and shall not be used in any form for any other part of the work. 47. TIME IS OF THE ESSENCE Time is of the essence with respect to the dates and times contained in the Contract documents. 29 4 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template GENERAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES sir IFB #18PB006 404.0 48. WARRANTY Contractor expressly warrants that all goods or services furnished under this agreement shall conform to all specifications and appropriate standards, will be new, and will be free from defects in material or workmanship. Contractor warrants that all such goods or services will conform to any statements made on the containers or labels or advertisements for such goods, or services, and that any goods will be adequately contained, packaged, marked and labeled. Contractor warrants that all goods or services furnished hereunder will be merchantable, and will be safe and appropriate for the purpose for which goods or services of that kind are normally used. If Contractor knows or has reason to know, the particular purpose for which City intends to use the goods or services, Contractor warrants that such goods or services will be fit for such particular purpose. Contractor warrants that goods or services furnished will conform in all respect to samples. Inspection, test, acceptance of use of the goods or services furnished hereunder shall not affect the Contractor's obligation under this warranty, and such warranties shall survive inspection, test, acceptance and use. Contractor's warranty shall run to City, its successors, and assigns. Contractor agrees to replace or correct defects of any goods or services not conforming to the foregoing warranty promptly, without expense to City, when notified of such nonconformity by City, provided City elects to provide Contractor with the opportunity to do so. In the event of failure of Contractor to correct defects in or replace nonconforming goods or services promptly, City, after reasonable notice to Contractor, may make such corrections or replace such goods and services and charge Contractor for the cost incurred by City in doing so. Contractor recognizes that City's requirements may require immediate repairs or reworking of defective goods, without notice to the Contractor. In such event, Contractor shall reimburse City for the costs, delays, or other damages which City has incurred. 30 Revised 07/13/2017-Doc#8232885-v50 COS Front End Template 4 SPECIAL TERMS AND CONDITIONS 4:::,f ', ` °� r CONCRETE REPAIR SERVICES % , ' IFB#18PB006 1. ACCEPTANCE/AGREEMENT If for any reason Contractor should fail to accept the Agreement in writing, any conduct by Contractor which recognizes the existence of an Agreement pertaining to the subject matter hereof shall constitute acceptance by Contractor of the Agreement and all of its terms and conditions. Any terms proposed by Contractor which add to, vary from or conflict with the terms herein are hereby rejected by the City. Any such proposed terms shall be void and the terms herein shall constitute the complete and exclusive statement of the terms and conditions of the Agreement between the parties. If any Agreement has been issued by the City in response to a bid and if any of the terms therein are additional to or different from any terms of such bid, then the issuance of the Agreement by the City shall constitute an acceptance of such bid subject to the express conditions that the Contractor assent to such additional and different terms herein and acknowledge that the Agreement constitutes the entire agreement between the City and the Contractor with respect to the subject matter and acknowledged unless Contractor notifies the City to the contrary in writing within ten (10) days of receipt of the Agreement. 2. CITY OBSERVED HOLIDAYS City holiday time frame to be 6:00 P.M. the eve of the holiday until 6:00 A.M. on the day after the holiday. City Holidays Include: New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day (plus Day after Thanksgiving), Christmas Day. a. New Year's Day January 1st (or Friday before or Monday after) b. Martin Luther King Day 3rd Monday in January c. President's Day 3rd Monday in February d. Memorial Day Last Monday in May e. Independence Day July 4th (or Friday before or Monday after) f. Labor Day 1st Monday in September g. Thanksgiving Day 4th Thursday in November h. Day after Thanksgiving 4th Friday in November i. Christmas Day December 25th (or Friday before or Monday after) 3. COMPLETENESS AND ACCURACY The Consultant will be responsible for the completeness and accuracy of work prepared by the Consultant and will correct, at its expense, all errors or omissions which may be disclosed. The cost to correct those errors will be chargeable to the Consultant. Additional construction added to the project will not be the responsibility of the Consultant unless the need for additional construction was created by any error, omission, or negligent act of the Consultant. The City's acceptance of the Consultant's work will not relieve the Consultant of any of its responsibilities. The professional standard to which the Consultant is held will be that of a similar Consultant as practiced in the State of Arizona. 31 Revised—06/21/17—Doc#8232959-v28 COS Special T&C Template i SPECIAL TERMS AND CONDITIONS a K `# o -0y CONCRETE REPAIR SERVICES IFB #18PB006 4. CONTRACTOR'S EMPLOYEES'IDENTIFICATION AND WORK APPAREL All Contractor employees performing work under the scope of this Contract shall wear conservative style uniform shirts that will have sewn on or embossed identification labels of the Contractor's company name, and/or, logo, and will appear on the front area of the shirt near chest height of the shirt. Shirts may also have company name or logo appear on the backside of the shirt. Contract Administrator will approve proper identification on uniforms during the life of the Contract. Contractor shall provide employees with identification nametags to include name and picture of the employee and Contractor's company name and applicable logo. Employee will wear the nametag in plain view on his person at all times while performing the work under the scope of the Contract. All employees shall have the supervisor's business cards available. In addition the 'lead person' of each crew shall wear a badge clearly identifying the position of crew leader. Contractor's employees shall wear uniform style slacks, "Levi" type slacks, or Bermuda type shorts. If shorts are worn they shall be of Bermuda style length (cut just above the knee). Cut- offs and short-shorts are not acceptable wearing apparel. Outlandish styles, patterns, hats, colors of wearing apparel, verbiage imprinted on apparel, etc., worn by a Contractor Employee that may promote negativity in the work place, or advertise any product other than the Contractor's company name and/or logo will not be allowed. Sandals, flip-flops, open-toed shoes are not acceptable footwear. The Contract Administrator shall be the sole determinant of the appropriateness of all work apparel. Contractor shall insure that all employees performing any work at any location under the scope of this Contract are furnished and use the proper Personal Protective Equipment (PPE) based on the type of work the employee is doing and the type of hazard the employee may encounter or be exposed to. Walkman type radios or any apparatus, which may impede hearing or sight, will not be allowed. Earplugs and/or safety glasses are exempt. The Contractor may instruct all employees, in advance, as to procedures in the event of a medical emergency. If an injury to an employee is of sufficient nature to warrant immediate professional medical attention, the employee shall seek out proper medical attention immediately. The employee shall notify the on-duty lead person (or supervisor) of any personal injury, including minor cuts, scrapes or burns. The on-duty lead person shall immediately notify the Contract Administrator of such injuries. 32 Revised—06/21/17—Doc#8232959-v28 COS Special T&C Template SPECIAL TERMS AND CONDITIONS 4, CONCRETE REPAIR SERVICES IFB#18PB006 5. CONTRACTOR SUPERVISORS AND CREWS The Contractor's Supervisor(s) shall have full authority to act on behalf of the Contractor in any situation. The Contractor's Supervisor(s) and crews shall be monitored by the Contract Administrator for their effectiveness interacting with City personnel, citizens, and ability to maintain a written schedule. The knowledge and effectiveness of the Contractor's Supervisor(s) and crews shall have a direct impact on any possible and applicable Contract extensions. Actual crew size shall be the responsibility of the Contractor to establish. A fully staffed crew shall be defined as a MINIMUM of the following: • One (1) Supervisor (Crew Leader) who is conversant in the `English language' • One (1) vehicle capable of performing the required work as indicated by the Contract Administrator at the time of the service request. • Additional crew members as required to complete the required work as indicated by the Contract Administrator at the time of the service request. 6. FUEL SURCHARGES Fuel surcharges shall NOT be allowable during the term of this Contract. 7. INVOICING All invoices submitted for work done under the scope of this Contract MUST BE ITEMIZED. Itemized invoices shall contain a MINIMUM of the following information: • Vendor Name • Remit to Address • Purchase Order Number • Invoice Date • Invoice Number • Date service/work was completed • Complete description of work completed • Location where service/work was performed • Itemized list of all charges (quantity, description, unit pricing per the contract) • Tax Amount (if applicable) • Total Invoice Amount The Contractor shall submit invoices with all supporting documentation within thirty (30) days after the service/work is completed and approved by the Contract Administrator. 33 Revised—06/21/17—Doc#8232959-v28 COS Special T&C Template SPECIAL TERMS AND CONDITIONS " CONCRETE REPAIR SERVICES IFB #18PB006 i *4e, 8. KEY PERSONNEL The Contractor shall provide an adequate staff of experienced personnel capable of and devoted to the successful accomplishment of Contract work. The Contractor shall assign the specific individuals identified in its proposal to key positions. The Contract is predicated, in part and among other considerations, on the utilization of the specific individual(s) and/or personnel qualification(s) identified and/or described in the Contractor's offer. Therefore, no substitution of such specified individuals and/or personnel shall be made without prior written approval of the CA. Any substitution of personnel under this Contract shall be equal or better than those identified in the Contract. The City's approval of a personnel substitution shall not be construed as an acceptance of the substitution's performance potential. No approval shall be unreasonably withheld of a proposed substitution of personnel. The Contractor shall bear all transitional expenses incurred for any costs associated with removing or replacing Key Personnel who are performing work under the Contract. 9. MULTIPLE AWARDS If deemed to be in the City of Scottsdale's best interests, the City reserves the right to award multiple Contracts as a result of the solicitation process. While multiple awards are possible, the preferred procedure is to issue up to three (3) awards for each commodity (Lot 1 and 2). 10. PRICE ESCALATION Price increases may only be requested by the Contractor, thirty (30) days prior to the anniversary date of the Agreement. Failure to do so may result in the denial of any increase requested. A requested price increase will become effective only after approval by the Contract Administrator and the Purchasing Director. Once approved the price increase will be adjusted into a new base price for the remainder of the contract period. Any future requested price increases to the base price will only be reviewed at annual renewal time and require the approval of the Contract Administrator and Purchasing Director. Approved price increases will be applied to the unit pricing in the Agreement as a percentage increase. The proposed increased rate shall be based upon presentation by the Contractor and review by the Contract Administrator; however, the Contract Administrator shall evaluate the Contractor's performance, services and records documentation to determine the appropriateness of the increase requested. The percentage increase in the unit pricing may not exceed the percent in the U.S. City Average "Consumer Price Index" (C.P.I.) All Items, 1982-84=100 for All Urban Consumers for the Percentage Change from the previous twelve (12) months, as published by the U. S. Department of Labor Bureau of Labor Statistics. 34 Revised—06/21/17—Doc#8232959-v28 COS Special T&C Template SPECIAL TERMS AND CONDITIONS CONCRETE REPAIR SERVICES 144( kx IFB#18PB006 11. PRICING Pricing shall be listed on the Bid Form page. Prices bid by the Bidders shall be applicable during the entire initial term of the Contract. For reasons of clarity all submissions of pricing shall be priced in the same unit (size, volume, quantity, weight, etc.) as requested on the Bid Form herein. Bidders failing to comply with this requirement may be declared non-responsive. All charges associated with this Contract MUST be shown on the Bid Form returned by the Bidder or other supporting documentation. Any charges not listed on the Bid Form or supporting documentation submitted with the Bidder's response shall not be allowed during the Contract period and any applicable extensions. Unit prices quoted herein shall be all inclusive and include all pertinent additional fees normally associated with this type of service. This shall include, but not be limited to, environmental fees, shop supplies, clean-up, transportation, etc. No additional charges beyond the quoted unit price (except applicable sales tax) shall be allowed, unless authorized by the Contract Administrator before final invoicing. Unit prices quoted shall be applicable for any quantity ordered by the City of Scottsdale, or differentiated on the Bid Form or other supporting documentation. 12. PRODUCT TESTING AND QUALITY CONTROL The City of Scottsdale reserves the right to perform periodic, random, unannounced, testing of any goods delivered under the scope of this Contract. The goods shall be tested for conformance to the specifications contained herein. The Contractor shall have twenty-four (24) hours to replace any goods failing the tests conducted by an independent laboratory, at no additional charge to the City of Scottsdale. Furthermore, all costs associated with the failed testing shall be borne by the Contractor. Three (3) failed test reports within a twelve (12) month period may result in the Contract being terminated. The Contract Administrator or designee will monitor warranty issues by the Contractor. Warranty issues shall average less than five percent (5%) monthly. Warranty issues that exceed five percent (5%) for two (2) consecutive months may result in the Contract being terminated. 13. PURCHASING PROCEDURE All orders require a City of Scottsdale purchase order that will be communicated by phone, fax or e-mail. No parts or commodities or work shall be rendered/are to be delivered without the issuance of a City of Scottsdale purchase order. Any invoices received from the Contractor without a City of Scottsdale purchase order number, referenced on the invoice, may remain unpaid. 35 Revised—06/21/17—Doc#8232959-v28 COS Special T&C Template SPECIAL TERMS AND CONDITIONS r 4Pc CONCRETE REPAIR SERVICES % ,, :if IFB #18PB006 4'1.40/X 14. QUANTITY It is estimated that the work load schedule will require a minimum of 120-135 ADA ramp upgrades to be completed each month. The estimated quantities that will be required during the initial term of this Contract are indicated on the Bid Form contained herein. The actual service requests, and service requests for future years may be more or less, and any quantities listed herein should be used for information purposes only. 15. REVIEW OF CONTRACTOR'S WORK Work performed by the Contractor shall be subject to periodic reviews and partial acceptance at various stages. The Department may make such reviews and pass upon the acceptability of Contractor's work. Partial acceptance shall not relieve the Contractor of its obligation to correct, without charge, any errors in the work on this project. The City reserves the right to perform background checks on the Contractor and their employees who will be conducting onsite activities and have direct contact with the City's client 16. TERM OF AGREEMENT The term of this Contract shall be for a one (1) year period from the effective date of acknowledgment of the Acceptance of Offer/Notice of Award. The City and Contractor may mutually agree to extend this Contract for four (4) additional one (1) year periods, upon the recommendation of the Contract Administrator, concurrence of the Purchasing Director and/or City Council, depending on the Contract. 17. THIRD PARTY BENEFICIARY Nothing under the Contract Documents will be construed to give any rights or benefits in the Contract Documents to anyone other than the City and the Consultant, and all duties and responsibilities undertaken in accordance with the Contract Documents will be for the sole and exclusive benefit of the City and the Consultant and not for the benefit of any other party. 18. UNPREDICTABLE MARKET CHANGE In the event of an unpredictable change in the market, which affects the then current Contract price, Contractor may submit justification for a price adjustment. Contract Administrator and Purchasing Director shall review justification and determine applicable price adjustment. Upon return to normal market conditions, the price will be adjusted to the price established by the original Contract terms. The Purchasing Director shall be the final authority on any price adjustment due to unpredictable market change. 36 Revised—06/21/17—Doc#8232959-v28 4 COS Special T&C Template SPECIAL TERMS AND CONDITIONS ;; CONCRETE REPAIR SERVICES otst IFB#18PB006 19. VEHICLE REQUIREMENTS AND IDENTIFICATION The Contractor shall only use trucks and vehicles licensed for use on public streets and licensed in the State of Arizona. All equipment used in the performance of work under the scope of this Contract shall be equipped with an amber/yellow light bar OR amber/yellow light which can be clearly seen from a MINIMUM distance of five hundred feet (500') in all directions. The Contract Administrator shall be the sole determinant as to whether equipment warning lights are sufficient. All Contractor vehicles shall contain signage which includes a MINIMUM of the Contractor Company name; and/or logo. Vehicle signage shall be sufficient, in the opinion of the Contract Administrator, to make it apparent to others, as to the nature of the business and the occupants of the vehicle. Vehicle signage shall appear on a MINIMUM of the right and left sides of the vehicle. All vehicles that are used in the performance of work under the scope of this Contract shall display the proper vehicle signage. Contract Administrator will approve proper identification of vehicles during the life of the Contract. 20. WARRANTY REQUIREMENTS All workmanship and materials provided under the scope of this solicitation shall be warranted for a MINIMUM of twelve (12) months. All repairs or replacements shall be conducted within ten (10) business days at no charge to the City of Scottsdale. ALL WARRANTIES SHALL START FROM THE CITY OF SCOTTSDALE IN SERVICE DATE. All warranty items/issues/concerns shall be resolved at no charge to the City of Scottsdale. This shall include, but not be limited to, parts, labor, freight, travel, etc. All warranty items/issues/concerns shall be resolved within a time frame determined by the Contract Administrator. The Contractor shall warranty all parts and services provided by a subcontractor just as if supplied directly by the Contractor. 37 Revised—06/21/17—Doc#8232959-v28 COS Special T&C Template SPECIFICATIONS CONCRETE REPAIR SERVICES IFB#18PB006 1.0 PURPOSE 1.10 The City of Scottsdale invites sealed submittals to establish service contracts for as- needed concrete repairs in all City of Scottsdale right of ways, for the City's Street Operations Department. 1.20 The Bidder shall familiarize themselves with the nature and extent of the solicitation and contract documents, work to be performed, all local conditions, and federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the work. 1.30 The Bidder is encouraged to read the Solicitation documents very carefully, as the City shall not be responsible for errors and omissions on the part of the Bidder. 2.0 CONTRACT ADMINISTRATION 2.10 The Contract Administrator shall be the Street Operation Maintenance Supervisor, or designee. 2.20 The Contract Administrator shall audit the billings, approve payments, establish delivery schedules, approve addenda to the contract, and generally be responsible for overseeing the execution of the contract. 3.0 MINIMUM CONTRATOR QUALIFICATIONS 3.10 The Contractor shall be in compliance with all applicable Federal, State, Local, ANSI and OSHA laws, rules and regulations and all other applicable regulations for the term of this contract. 3.20 The Contractor, without additional expense to the City, shall be responsible for obtaining and maintaining any necessary licenses, certifications and COS permits required in connection with the completion of the required services herein. 3.30 Bidder shall have been conducting business within the Phoenix/Scottsdale Metropolitan area for a MINIMUM of two (2) consecutive years. 3.40 Bidder's place of business MUST be physically located in the Phoenix/Scottsdale, Arizona metropolitan area. 3.50 The Contractor MUST have and maintain full time Company representation located in the Scottsdale/Phoenix, Arizona metropolitan area, with the ability and authority to address all Contract issues that may develop. 3.60 The Contractor may not subcontract any segment or services covered herein, without prior approval of the Contract Administrator. All subcontractors used under the scope of this contract shall meet all requirements, terms and conditions set forth herein. All subcontracted services shall be warranted by and be the responsibility of the Contractor. 38 SPECIFICATIONS —CONT'D d CONCRETE REPAIR SERVICES si , ty IFB#18PB006 4.0 CONTRACT AWARD 4.10 If deemed to be in the City of Scottsdale's best interests, the City reserves the right to award a single contract as a result of the solicitation process. While a single award is possible, the preferred procedure is to have multiple awards. The City intends to enter into a contract with up to three (3) contracts with the highest ranked, responsive, responsible Bidders, for each Lot (1 and 2). 4.20 The Bidder with the lowest price will be designated as the Primary Contractor, and the Bidder with the second lowest price will be designated as the Secondary Contractor, and so forth. 4.30 If in the course of the Contract term, the Primary Ranked Contractor repeatedly provides the City with poor workmanship, broken completion date promises, or fails to timely respond to the City's requests, the City reserves the right to elevate the Secondary Contractor as the Primary Contractor. 5.0 CONTRACTOR RESPONSIBILITIES 5.10 The Contractor shall have sufficient personnel and equipment to complete all work requests, as defined in this Solicitation, and in then time frame required by the Contract Administrator. 5.20 The Contractor shall be responsible for traffic control and shall supply all necessary traffic barricades, lights, signs, and cones to safely regulate traffic as specified herein. 5.30 All products and equipment utilized by the Contractor for performance of work under the scope of this contract shall be maintained in a safe operating condition and meet all applicable Federal, State, Local, ANSI, and OSHA laws, rules, and regulations. 5.40 Working hours for this contract shall not be limited to any particular time, unless otherwise requested in writing by the Contract Administrator, or as indicated in the Work Schedule section. 5.50 The Contractor shall provide a roster of his employees which will be performing work under the scope of this contract, for the life of the contract. Contractor shall be required to update roster monthly to notify the Contract Administrator of all changes made in personnel. 5.60 The Contractor shall provide to the Contract Administrator, Project Manager or primary point of contact's name, the contact information, including cellular phone, and off-duty hours phone numbers. 5.70 The Contractor agrees to assume full responsibility for performing the work in compliance with Ithe terms and conditions of all applicable sections of the Maricopa Association of Governments (MAG) Uniform Standard for Public Works Construction, the City of Scottsdale (COS) Supplemental Standard Details and Specifications, the City of Phoenix Traffic Barricade Manual, the City of Phoenix Supplemental Specification 361, and all latest revisions of those Idocuments. 5.80 The Contractor shall report immediately to the Contract Administrator or designee any variance Ifrom the performance required by the terms and conditions of the Contract. 39 SPECIFICATIONS—CONT'D $4,114 ) CONCRETE REPAIR SERVICES IFB#18PB006 6.0 TRAFFIC CONTROL 6.10 Residential and Local Streets The Contractor shall provide traffic control for residential and local streets. This type of traffic control costs are considered incidental to the project and are not considered as a separate pay item. 6.20 Arterials and Collectors 6.21 Traffic Control that requires a traffic control plan will be invoiced to the City at the actual cost incurred by the Contractor. 6.22 When a project requires a full road closure, or is scheduled on a major road, the contractor shall submit a traffic control plan to the Traffic Engineering department for approval, three (3) working days prior to start of that task phase. Complete street closures will not be allowed, except upon written approval of the Contract Administrator. 6.23 The Contract Administrator may require the stationing of additional uniformed police officers to facilitate traffic movement and promote work zone safety. Additional officers beyond the requirements of the Phoenix Traffic Barricade Manual, latest revision, will be invoiced to the City at the actual cost incurred by the Contractor. 6.24 The contractor will not restrict any arterial class lane between the hours of 7 and 9 am or between the hours of 4 and 6 pm except upon written approval of the Contract Administrator. 6.25 Contractor will provide a lighted arrow board for each active lane closure on any major road project. 6.26 Approved traffic cones may be used on residential streets to channel the traffic to protect the fresh surface treatment. Traffic cones shall be removed from the street by 4:00 PM. daily unless otherwise directed by the Contract Administrator. Residential streets and alleys intersecting with collector streets shall be properly signed at that intersection to safely channel traffic to, through and from that intersection. 6.27 Alley projects shall be scheduled and notified in such a way as to not conflict with critical deliveries or full use of the parallel roadway. 6.28 The existing drainage flow-line of the alley shall be preserved or improved to facilitate positive drainage. 4 6.29 Except under special circumstance determined by the contract administrator, the contractor will be allowed to completely close segments of alleys to facilitate work. Closure of any alley 4 will be limited to a six (6) hour duration for installation and curing of the surface application. 40 SPECIFICATIONS—CONT'D j 14, u CONCRETE REPAIR SERVICES 1 to *� IFB #18PB006 6.0 TRAFFIC CONTROL— CONT'D 6.30 The Contractor shall provide on the project site at all times, a responsible party who is fluent in the English language and authorized to make appropriate and responsible adjustments as required to comply with the terms of this contract (i.e., opening lanes by 4:00 p.m.). 6.31 The Contractor shall be responsible for securing and maintaining a marshaling yard as specified in MAG Standard Specification Sections, 104.1.3, 104.1.4 and 107.6.1. 7.0 PUBLIC NOTIFICATION 7.10 Unless otherwise directed by the Contract Administrator, the Contractor shall notify all residents, businesses, and schools located along the frontage of a specific project by handbill or door- hanger, no later than forty-eight (48) hours and no earlier than two (2) weeks prior to commencement of the work phase. The handbill shall include the statement that on pavement parking will not be permitted during the affected times, the Contractor's phone number, and alternate work day schedule in case of delay due to weather. The Contractor shall re-notify all areas where work was not performed as scheduled. Door- hangers shall be bright yellow with red lettering and shall be 3 to 5 inches wide by 10 to 12 inches long. Door-hangers shall be pre- cut to be readily secured to doorknobs and pulls, so that they cannot be inadvertently detached or blown off. Any costs associated with notification or re-notification shall be considered incidental to the project. 7.20 The Contractor shall provide black-on-orange pre-construction advisory signs to be placed on commuter streets to be serviced, one full calendar week prior to start of the project. The signs shall state that a resurfacing project is to take place, the planned dates of start and finish, and shall state that an alternate route of travel is suggested. Sign dimensions may vary according to application and will be determined by the Contract Administrator. This provision is for use on streets where handbill notification is not practical. This requirement is not a separate pay item. 7.30 The Contractor Administrator may require the stationing of lighted variable message signs prior to and during the work phase for pre-notice and to facilitate traffic movement and promote work zone safety. Lighted variable message boards used during the project phase are to be invoiced to the City at the actual cost incurred by the contractor, if approved by the Contract Administrator in advance. 8.0 WORK SCHEDULE 8.10 Work Hours: The work week will be a minimum of forty (40) hours, excluding holidays. Monday through Friday if working eight (8) hour days, or four (4) days (scheduled Monday through Friday) if working ten (10) hour days. This would not include Night /Weekend work (Premium Compensation). 8.20 Excluding an emergency assignment, the City will notify the Contractor of the desired starting time and location of the work phase at least 15 days prior to start of work. The Contractor shall complete each work phase within 20 calendar days of the starting date, not including delays caused by weather. 41 SPECIFICATIONS —CONT'D ft* ,y: o CONCRETE REPAIR SERVICES IFB#18PB006 F ' 8.0 WORK SCHEDULE— CONT'D 8.30 The Contractor shall present a schedule of times, dates and streets for each work phase to the Solid Waste Department at (480) 312-5600, 48 hours prior to start of that work phase. 8.40 Emergency street repairs, when requested by the City's Contract Administrator or designee, shall be undertaken immediately and carried through to completion without pause. When night work is required between the hours of 10PM and 6AM, the Contractor shall provide a 'spotter' or signalman equipped with a whistle, siren, or horn that can be heard over the equipment noise. The 'spotter' shall wear a fluorescent vest and will be responsible for keeping the areas clear for moving equipment. 8.50 Certain job locations such as arterial class roads may require night scheduling of work. Night work is defined as that taking place between the hours of 10:00 p.m. and 6:00 a.m. and shall not include unscheduled emergency assignments. 8.60 Premium compensation for night work shall be bid as a multiplier factor to be applied to individual unit costs on each bid item used. Premium compensation shall include all costs associated with night and weekend work. Premium compensation will not be paid when the contractor chooses to work nights or weekends to facilitate progress. 8.70 At the request of the City, there may be a need to add an additional crew(s) to keep up with the paving schedule. Additional crew shall be available one week after City notification. 9.0 MATERIALS 9.10 All materials and procedures under this Contract shall meet the MAG specifications, as amended by COS supplemental specifications or by City of Phoenix supplemental specifications for the specific applications required. 9.20 Relating to the execution of this Contract including, but not limited to the application of product and the storage, reclamation, treatment, recycling, and/or disposal of materials, the Contractor shall comply with all applicable laws, regulations and ordinances. The Contractor shall also comply with the requirements of all governmental authorities with respect to any permits, licenses, and approval required for performance of this Contract. Furthermore, the Contractor agrees to incorporate and adhere to the use of best management practices in any actions affecting his performance under the law, regulations, and requirements in effect during the term of this Contract. Upon request by the Contract Administrator, the Contractor shall promptly certify such compliance to the City in such form and at such times as may be required. 9.30 When the contractor requires a supply of water, the contractor shall make arrangements with the COS Water Resources department at 480-312-5650. 42 SPECIFICATIONS— CONT'D ' ► x CONCRETE REPAIR SERVICES IFB#18PB006 10.0 DUST PREVENTION 10.10 The Contractor shall take whatever steps, procedures or means required to prevent abnormal dust conditions due to these construction operations in connection with this contract. The dust control measures shall be maintained at all times during construction of the project, to the satisfaction of the Contract Administrator, in accordance with the requirements of the Maricopa County Health Department Air Pollution Control Regulations. This is not a pay item. Contractor is responsible for any costs associated with compliance. 11.0 PREPARATION AND CLEAN UP 11.10 Contractor has three (3) working days after concrete is poured and/or asphalt patch back is completed to remove all loose debris and other materials not incorporated in the work from the site for proper disposal. All cleanup, restoration, repair or replacement of public and private property will be the responsibility of the prime contractor. Restoration and repair includes, but is not limited to, damaged concrete, walls, repair of underground and above ground utilities, sprinkler systems, lighting systems, etc. Restoration/repairs of damaged property shall be complete and accepted by the Contract Administrator or his designee to constitute task phase completion. 11.20 Marshaling Yard shall comply with all procedures and requirements of MAG Standard Spec. 104.1.3 and 104.1.4. 12.0 GENERAL SPECIFICATIONS 12.10 Repair locations include but are not limited to streets, parking lots and alleys. 12.20 The annual quantities listed herein are approximate only and are given for the sole purpose of the preparation of bids. Actual quantities may vary according to field conditions. Services will be provided on an as-needed basis. The City does not guarantee a minimum or maximum amount of services. 12.30 Subgrade preparation saw cut and disposal of excess material is an incidental to all line items and not a separate pay item. 12.40 Asphalt patching services shall be completed within three (3) days after concrete placement. Asphalt services under this contract can only be used as a direct result of concrete work. No individual asphalt patching services will be allowed under this contract. 12.50 A daily tabulation of square footage treated will be agreed upon between the Contractor and • the City Inspector. 12.60 When subgrade removal is required, the contractor must first call Arizona 811 at 602-263- 1100 for locating of utilities. The contractor shall determine the depth of all underground utilities within the work area before excavation is started. I 43 SPECIFICATIONS —CONT'D \ 1" k1 vt CONCRETE REPAIR SERVICES lip .,Arr ', IFB#18PB006 12.0 GENERAL SPECIFICATIONS— CONT'D 12.70 The contractor, in the case of drainage corrections, shall determine existing elevations and required elevations needed to facilitate positive drainage. Survey to establish elevations shall be considered incidental to the work and is not a separate pay item. 12.80 Drainage corrections and repairs shall be accomplished under, but not limited to the specifications outlined in MAG sections 301 and 306, unless otherwise modified by the Contract Administrator. 12.90 Each drainage correction project upon acceptance will be subject to a warranty walk through within the first 12 months. Any standing water or failure of newly installed pavement will be removed and replaced to the satisfaction of the city at no additional cost to the city. 12.100 Survey monuments that are disturbed in the course of the work will be reset by the contractor according to MAG Detail 120-1, latest revision. Re-installation of disturbed monuments is a bid item. 12.110 Utility boxes and or valve boxes that are distributed in the course of work will be reset by the contractor (Re-installation of disturbed utility and or valve box is a bid item). Utility and valve boxes will be supplied by the City. 12.120 Pricing A) Unit prices shall include full compensation for furnishing all materials, labor, tools, equipment, transportation and any incidentals required for the Contractor to provide the requested services as outlined in the specifications section of this solicitation (unless otherwise stated). B) Quantities of materials for this work will be paid for under the appropriate schedule at the applicable contract price per unit of measurement designated (SF, LF, CY, HR, EA, LS), with no allowance for waste. As applicable, adjustments will be reimbursed at the unit price indicated for each service. 4 C) Payment will be made after completion and acceptance of each task phase and upon receipt of approved invoices. D) Quantities are listed as estimates only and are not guaranteed. E) Contractor shall use the most current City of Scottsdale and/or M.A.G standard details and specifications. I 44 I SUBMITTAL CHECKLIST , , . is, , CONCRETE REPAIR SERVICES A z fi . ,` IFB # 18PB006 NOTICE: Bidders are not required to return a copy of the solicitation and/or any addenda issued by the City of Scottsdale, with your submittal. Please review the submittal requirements below for the list of information to be included with your submittal. To constitute a valid responsive bid by the Bidder to this solicitation, the Bidder's submittal MUST include a MINIMUM of the following items: ❑ Original Bid / Bid Copies — Identify and submit one (1) unbound original and one (1) copy of the Bidder's response (Bid copy may be bound if the Bidder so desires). ❑ Offer/Acceptance Document (COS Form) — Complete Offer portion of the document, signed in ink. - Bid Form(s) (COS Form) — Fully completed Solicitation Bid Form(s) including Summary Bid Form Sheet if applicable. ❑ Reference List (COS Form)—Fully completed Reference List. • Subcontractor's List(COS Form)— Fully completed Subcontractor's List. — Bidder General Disclosure Form (COS Form) — Fully completed General Disclosure Form, — signed in ink. ❑ Bidder Litigation Disclosure Form (COS Form) - Fully completed Litigation Disclosure Form, signed in ink. ❑ Bidder Questionnaire Form (COS Form)— Fully completed Bidder Questionnaire Form. NOTE: "Please do not return a copy of the solicitation/addenda(s) with your proposal/submittal. Return only the required documents as referenced on the Submittal Checklist." All submittals are to be completed on the City of Scottsdale (COS) forms without any alterations; failure to do so may result in your submittal being rejected. I i 4 45 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs 11 4,;,‘, ,,,,,,,:,,,,,,,,,,i1 ,,,,_,...„,,,,„,„,„ OFFER AND ACCEPTANCE ,,,,. City of Scottsdale Purchasing Division 9191 E. San Salvador Dr. \-Ifj.),,,29 Scottsdale,AZ 85258 Phone: 480-312-5700—Fax: 480-312-5701 SOLICITATION# 18PB006 SOLICITATION TITLE: Concrete Repair Services OFFER TO THE CITY OF SCOTTSDALE: The undersigned hereby offers and agrees, in accordance with the undersigned's written offer submitted in response to this solicitation, to furnish the material and/or service(s) in compliance with all terms, conditions, specifications, scope of work, and addendums in the solicitation listed above, including written exceptions that are subject to the approval of the City prior to acceptance. The undersigned agrees that the entire solicitation listed above is hereby incorporated by reference as if fully set forth herein. The Offeror's signature on this OFFER form certifies that he has read, understands and will comply with all terms, conditions and specifications stated in all documents constituting the solicitation. The bidder also certifies it is in compliance with the Non Collusion and all Federal and Arizona State Immigration Laws. OFFER MADE -COMPANY INFORMATION FOR CLARIFICATION OF THIS OFFER, CONTACT: Company Name Printed Name Address Title City State Zip Phone Signature for Offeror Date Fax E Mail Printed Name and Title of Authorized Signatory Address ( if different from Company info) Federal Employer Tax ID#or SSN as per W9 Statement City, State, Zip ( if different from Company info) ACCEPTANCE OF OFFER, NOTICE OF CONTRACT AWARD (for City of Scottsdale Use Only) The contractor's offer is hereby accepted by the City of Scottsdale. The Contractor is now bound to sell the materials and/or service(s) and perform based upon the above solicitation , including all terms, conditions, specifications, scope of work, and addendums contained in the Solicitation, as well as any written exceptions that have been separately accepted by the City. This contract shall henceforth be referred to as Contract# 18PB006 The contract consists of the following documents: 1) Solicitation# 18PB006 and all addendums (if applicable) as issued by the City; 2)The Contractor's Response to the City's solicitation; 3)This signed offer and acceptance and any other applicable contractual agreements, 4)All written exceptions and/or modifications to the solicitation requirements as agreed to by the City and the Contractor as per attachment , dated . The Contractor is hereby cautioned not to commence any billable work or provide any material or service under this contract until the Contractor receives a purchase order document from the City. The Contractor must provide the following checked items within ten (10) calendar days from the date of this Acceptance of Offer, i Notice of Contract Award in order for the City to issue the required Purchase Order : ❑ Payment Bond ❑ Performance Bond, ❑ Insurance Certificate(s), ❑ I.R.S. Form W-9/Taxpayer ID No. &Certification, ❑ other documentation as identified. If the Contractor fails to furnish the required documents within the stated ten (10) calendar days they may be considered in default and may be at risk of forfeiture of any applicable Bid Bond posted. All required documents are to be sent to the Bid & Contract Specialist listed in the solicitation. This document has been approved as to form on the 22nd day of July, 2012 City of Scottsdale, a municipal corporation by the City Attorney and is on file with the City Clerk. It need not be Offer Accepted and Awarded this day submitted to the City Attorney for approval unless the form document is of , 201_ altered. Risk Management issues reviewed and approved as to form ,201_ by City of Scottsdale Risk Management Director JRecommended award approved ,201 O_ E. Flanagan rby City of Scottsdale Contract Administrator Ass City ADeyiity nee of Scottsdale Purchasing Director 46 Revised 08/19/13—Doc#10019096 v-2 BID FORM CONCRETE REPAIR SERVICES . * IFB# 18PB006 cfip of The Unit Prices listed on the Bid form shall be inclusive and include all pertinent additional fees normally associated with this type of service. This shall include, but not be limited to: labor, materials, equipment, transportation, environmental fees, etc. No additional charges beyond the quoted unit price (except applicable sales tax) shall be allowed, unless authorized by the Contract Administrator before final invoicing. In order to be considered responsive for Lot 1 or Lot 2, Bidders shall provide pricing for "ALL" Line items within each lot to be considered for award—NO EXCEPTIONS. NOTICE: Offeror's are strongly encouraged to read and understand the Consumer Price Index (CPI) Section. Renewals with allowable price increases will strictly be based on the CPI percentage(%) rate for each applicable renewal. ITEM ANNUAL UNIT EXTENDED NO. DESCRIPTION ESTIMATED PRICE PRICE QUANTITY LOT#1 CONCRETE REPAIR AND PLACEMENT 1 Saw cut, Remove and Replace Curb and Gutter 7,000 LF $ LF $ 2 Saw cut, Remove and Replace 20,000 SF $ SF $ Sidewalk 3 Saw cut, Remove misc. curb and or 600 LF $ LF $ gutter 4 Remove and Replace Driveway 5,000 SF $ SF $ @8 thick 5 Install COS Detail 2240 Valley 2,000 SF $ SF $ Gutter 6 Install COS Detail Apron 1,000 SF $ SF $ 7 Vertical Curb 6"x6" 100 LF $ LF $ 8 Remove and reset Sidewalk 100 SF $ SF $ Pavers 9 Remove and reset Crosswalk 100 SF $ SF $ Pavers 10 Extra surface charge for Exposed 480 SF $ SF $ Aggregate 11 Extra surface charge for Stamped 480 SF $ SF $ Concrete 12 Vertical Curb 6"x12" 100 LF $ LF $ COMPANY NAME: 4 I47 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs BID FORM —CONT'D cl CONCRETE REPAIR SERVICES r :;*) #� IFB # 18PB006 ITEM ANNUAL UNIT EXTENDED NO. DESCRIPTION ESTIMATED PRICE PRICE QUANTITY LOT#1 CONCRETE REPAIR AND PLACEMENT— CONT'D 13 Remove and Replace ADA Ramp 10,000 SF $ SF $ COS Standard @ 8 thick 14 Remove and Replace ADA Ramp 2,000 SF $ SF $ @MAG Standard 4 thick 15 Truncated Domes Red, Brown or 1,200 SF $ SF $ Yellow 16 Concrete Pump (line pump per 1 LS $ LS $ day) 17 Concrete Pump (boom pump per 1 LS $ LS $ day) 18 Shotcrete (cubic yard) 10 YD $ YD $ 19 Relocate Sign, Base and post (sign 1 EA $ EA $ supplied by COS) 20 Horizontal Curb Cut 600 LF $ EA $ Grade and Erosion / Backfill Repair 21 (to repair along the edge of MUP; 1200 CY $ CY $ sidewalk and shoulders) PAVEMENT REMOVAL Saw cut and Remove AC 21 Pavement 5,000 SF $ SF $ up to 200 Square Feet(SF) Saw cut and Remove AC 22 Pavement greater than 200 Square Feet 5,000 SF $ SF $ (SF) PAVEMENT PLACEMENT EVAC 12.5mm as specified by C.A. 23 @ up to 3-inch depth (up to 200 5,000 SF $ SF $ Square Feet(SF)) EVAC 12.5mm as specified by C.A. 24 @ up to 3-inch depth (greater than 5,000 SF $ SF $ 200 Square Ft(SF)) 25 EVAC 19mm AC @ 3— depth 5,000 SF $ SF $ COMPANY NAME: 48 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs BID FORM —CONT'D ifa'r s CONCRETE REPAIR SERVICES �,'' IFB# 18PB006 ,.. ITEM ANNUAL UNIT EXTENDED NO. DESCRIPTION ESTIMATED PRICE PRICE QUANTITY LOT#1 CONCRETE REPAIR AND PLACEMENT — CONT'D ADJUSTMENTS 26 Adjust to grade - manholes 3 EA $ EA $ 27 Adjust to grade—valve boxes 3 EA $ EA $ 28 Replace box and lid set, new—valve 3 EA $ EA $ boxes 29 Re-install monument marker per $ EA $ MAG 120-1 3 EA EQUIPMENT RENTAL WITH OPERATOR 30 Backhoe (1/4 yd.) 40 Hours $ HR $ 31 Loader(2-1/2 —3 yd.) 40 Hours $ HR $ 32 Excavator 10 Hours $ HR $ 33 Grade All 40 Hours $ HR $ 34 Tractor with loader and grade Box 40 Hours $ HR $ 35 Dump Truck 10or 12 wheel 40 Hours $ HR $ 36 12' Grader 40 Hours $ HR $ 37 Water Truck 40 Hours $ HR $ 38 Vibrating Roller (9-11 ton) 40 Hours $ HR $ 39 Skid Steer with Breaker 40 Hours $ HR $ 40 Air Compressor with Breaker 40 Hours $ HR $ COMPANY NAME: 49 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs BID FORM —CONT'D wa 4 CONCRETE REPAIR SERVICES 0 IFB# 18PB006 ITEM ANNUAL UNIT EXTENDED NO. DESCRIPTION ESTIMATED PRICE PRICE QUANTITY LOT#2 MISCELLANEOUS CONCRETE REPAIR AND PLACEMENT— CITY WIDE These items are at various locations throughout the City and may take less than three (3) yards of concrete to repair or replace. This work will be directed by COS inspection staff. These items are required to be completed within sixty (60) days of notification. These items are in support of Water Department repairs made to water/ utilities. 1 Install COS Detail 2228 cut off wall 120 LF $ LF $ Saw Cut, Remove and Replace M.U.P. 2 COS Standard Detail 1,000 SF $ SF $ Saw cut, Remove misc. slab concrete 3 up to 5"thick 600 SF $ SF $ Saw Cut, Remove misc. slab concrete 4 5"to 10"thick 600 SF $ SF $ 5 Add Color- San Diego Buff(up to 2 lb.) 100 CY $ CY $ 6 Install Catch Basin MAG Detail 537 1 EA $ EA $ 7 Add Color- Brick Red (up to 4 lb.) 100 CY $ CY $ 8 Remove and Replace Scupper Top 480 SF $ SF $ (Structural) MAG 206-1 9 Remove and Replace Catch Basin Top 480 SF $ SF $ (Structural) MAG 533-1 Remove and Replace Valley Gutter up 10 600 SF $ SF $ to 5" thick Remove and Replace Valley 5" to 10" 11 thick 600 SF $ SF $ 12 Remove and Replace MAG Detail 550 480 SF $ SF $ Spillway inlet and outlet COMPANY NAME: 50 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs BID FORM —CONT'D ter CONCRETE REPAIR SERVICES IFB# 18PB006 PREMIUM COMPENSATION - Night / Weekend Work: It is anticipated that most work will be performed during daytime hours from 6:00 AM to 5:00 PM. Premium compensation for night and weekend work shall be bid as a multiplier factor to be applied to individual unit costs on each bid item used. Premium compensation will not be paid when the contractor chooses to work nights or weekends to facilitate progress. No additional compensation will be permitted for weekend work. EXTENDED LOT DESCRIPTION AMOUNT APPLIES Premium Compensation Rates for work shall be bid as a multiplier factor TO LOTS to be applied to individual unit cost for each bid item. ° 1 and �0 The contract must provide this multiplier factor to be stated as a (ONLY) percentage %. **TAXES 1. Do not include any use, or federal excise tax in your bid. The City is exempt from the payment of federal excise tax and will add use tax as applicable. ADDENDA The Bidder hereby acknowledges that his bid/proposal pricing is based on all of the addenda that were issued by the City prior to opening of this bid/proposal. NO BID: If no bid please state reason: If Applicable, Contractor's License Number and Classification: COMPANY NAME: 51 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs REFERENCES /34'-----C1),4 /. ' z ' 4,\ CONCRETE REPAIR SERVICES t* IFB# 18PB006 List minimum of three (3) Arizona customers, excluding the City of Scottsdale, for whom your company has provided service(s) of a similar scope as this Invitation for Bid, during the past three years. Include the length of any contracts listed. Bidders may make multiple copies of this document as needed. The following questions are asked to enable the evaluation team to assess the qualifications of Bidders under consideration for final award. This information may or may not be a determining factor in award of this solicitation. Company Name: Company Address: City/State/Zip: Contact Person: Telephone#: Email: Date of Service: Type of Service Provided: Company Name: Company Address: City/State/Zip: a Contact Person: Telephone#: Email: Date of Service: Type of Service Provided: Company Name: Company Address: City/State/Zip: Contact Person: Telephone#: Email: Date of Service: Type of Service Provided: YOUR COMPANY NAME: 52 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs SUBCONTRACTOR'S LIST I CONCRETE REPAIR SERVICES , IFB# 18PB006 A COMPANY NAME: If any Bidder intends to subcontract any portion of this contract, the Bidder must submit the name, address, license number (if applicable) of each subcontractor including the extent of such subcontracting and include with bid submittal documents. (Bidder may supply additional pages as needed to identify all subcontractors). NAME: LICENSE: ADDRESS: CONTACT PERSON/TELEPHONE#: EMAIL ADDRESS: EXTENT OF WORK: NAME: LICENSE: ADDRESS: CONTACT PERSON/TELEPHONE#: EMAIL ADDRESS: EXTENT OF WORK: NAME: LICENSE: ADDRESS: CONTACT PERSON/TELEPHONE#: EMAIL ADDRESS: EXTENT OF WORK: NAME: LICENSE: 4 ADDRESS: CONTACT PERSON/TELEPHONE#: EMAIL ADDRESS: EXTENT OF WORK: 53 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs BIDDER GENERAL DISCLOSURE FORM (7,‘i i l CONCRETE REPAIR SERVICES fz-i,!' „Ay C-*,-,:4 i;*�'. ;"� IFB # 18PB006 \Q:Xc10.,. Bidder shall respond to each of the questions below by checking the appropriate box and provide supplemental information as needed. Failure to fully and truthfully disclose the information required by this disclosure form may result in the disqualification of your submittal from consideration or termination of the contract, once awarded. Debarment/Suspension Information — Has the Respondent or any of its principals been debarred or suspended from contracting with any public entity? YES NO If"YES", in an attachment to this form identify the public entity and the name and current phone number of a representative of the public entity familiar with the debarment or suspension, and state the reason for or circumstances surrounding the debarment or suspension, including but not limited to the period of time for such debarment or suspension. .:k >¢ 5 0_a � ,.>., ava:ro.o a'"'a (.... �� ,, sz.... �.. �z.gz....a�n ,a as .,:'�.. �'ox:: .sea''.a,,. a;9`'�axs'.,?xo kS,�$A`"sa ,: 6 wo 'K" ,5"'W:.�ri y,g, al ' roa` ,,:,.. :,r ,,,yy;,:,r :Z. "w s�'".o. w .irOitF a�' v '�a aez,.,..,,Sot " ,,;k�s: ',;,<`,w,,.k�x"�'"`.L�i C `f `�.y... ,•:�;.: ia.`��i,e'R w2'w"`a sa%ma.,< �o' 'a m,c�� "v F..>�W '.e��`.aS}< o<a.z <'kw a'C; ,�,i A;eaL` a���>o�:,� .'ar.x s� ,¢ i ,�ax,:aafs "�^.ar o.�u. ,ox, .L:�'L�s`_ .zMsy°..,e �.:o `?c.,..., ...\o .i >a„.3.. Y:* �u o<: w:,k.;.u.,.",.,ai,. a �+ oS. ^:`�asv:ioo <,.sa" , i •':J�e. . e$�.�u..,x:, :�J..�g.� �.':�. o.,?iwaCke?. ".:� ��S?' �<°'�', a.:v w....<;"„. s�z'*°S`o. c.......... ..:...� � ,.,.:. :"i<�:`"';. .a a .... yg�... o.;.:e�. .vk;s...�6`a�`.��a.. ?°ja.3.`o:.o°.,,.',a.s^o @a:. �"!a.�:: .::... :. ... ..�.:..o"..k..o.:'3e..�,xa°.. ....w�..�.�v`.,a..�'...,.,..,..,.ee�F a,.o.a� .. .. .�: ..;od:, �,a.:bo.,ff;...) ..4 ,xc,::,4.,:...,..,,o�\.a,..,,,,..........................:..�„`'..fa,.a.�o� .�`°d"w a ... ..................................... ... ..z..n.. .4 R. .fi :.:: :.8:.::°.:wo.;.. , :a 0 ,..:, ,,, ,, ,, ,, ,,,..:,,: � ,:,.,,. :.�...,,,,�,,,,�,:,�,:... ,,,._.:,.: ,,.,,..,:�..,.....,.......,,. ,,... ..._..._._ _...._...:. .............>�'' ,.,�,.�,� � ,<,.�; _... ....... _......:..ma`s c�``:.a.. Surety Information — Has the Respondent or any of its principals ever had a bond or surety cancelled or forfeited? YES NO If"YES", in an attachment to this form identify the name of the bonding company, date, amount of bond and reason for such cancellation or forfeiture. Bankruptcy Information — Has the Respondent or any of its principals ever been declared bankrupt or filed for protection from creditors under State or Federal proceeding in the last seven (7) years? YES NO If"YES", in an attachment to this form identify the date, court, jurisdiction, case number, amount of liabilities and amount of assets. Signature Title I Printed Name Date COMPANY NAME: 54 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs 1 BIDDER LITIGATION DISCLOSURE FORM ilft-1,1, ii,,,,,,, CONCRETE REPAIR SERVICES '" IFB# 18PB006 Bidder shall respond to each of the questions below by checking the appropriate box and provide supplemental information as needed. Failure to fully and truthfully disclose the information required by this disclosure form may result in the disqualification of your submittal from consideration or termination of the contract, once awarded. Have you or any member of your Firm or Team to be assigned to this contract ever been indicted or convicted of a felony or a misdemeanor involving theft or moral turpitude in the last five (5) years? YES NO Have you or any member of your Firm or Team to be assigned to this contract ever been terminated (for cause or otherwise) from any work being performed for the City of Scottsdale or any other Federal, State or Local Government? YES NO Have you or any member of your Firm or Team to be assigned to this contract ever been involved in any claim or litigation with the City of Scottsdale or any other Federal, State or Local Government during the last ten (10) years? YES NO If you answered "YES", to any of the above questions, in an attachment to this form, please indicate the name(s) of the person(s), the nature, and status and/or outcome of the information, indictment, conviction, termination, claim or litigation, as applicable. Signature Title Printed Name Date COMPANY NAME: 55 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs BIDDER QUESTIONNAIRE —COMPANY INFORMATION CONCRETE REPAIR SERVICES IFB # 18PB006 COMPANY INFORMATION Company Local Office Physical Address Office Daytime Phone Number Office Fax Number Telephone Ordering Phone Number(s) Company Email Address Company Operating Hours (Monday— Friday) Company Hours (Saturday) NAME OF MAIN CONTACT (assigned to this contract) Office Phone Number of Main Contract Cellular Phone Number of Main Contact Email of Main Contact NAME OF COMPANY MANAGER Office Phone Number of Company Manager Email of Company Manager After Hour/Emergency Phone Number(s) Signature Printed Name: Title Company 56 Last Updated 05/15/17 Doc-#8232842-v43 COS Submittal Docs RECEIVED SEP 2 7 /018 Purchasing VINCON LLC 4. 4. v ,4 k\ 9191 E. San Salvador Dr. Scottsdale,AZ 85258 September 26,2018 Troy Colby Vincon Engineering Construction, LLC 1831 N Rochester Mesa,AZ 85205 Re: Contract: Contract#18PB006 Concrete Repair Services Dear Mr.Colby: Pursuant to your letter dated September 13,2018 and the contract terms and conditions,the City of Scottsdale hereby extends Contract#18PB006 for Concrete Repair Services for a period of one(1)year. All terms and conditions shall remain the same. Updated pricing is attached. Contract terms and conditions require current certificates of insurance for Commercial General Liability, Vehicle Liability, and Workers Compensation/Employer's Liability be on file with the City of Scottsdale. The certificate(s) provided shall list the City of Scottsdale, its agents, representatives, officers, directors, officials and employees as an additional insured and certificate holder, and include a waiver of subrogation against the City of Scottsdale. Per contract terms and conditions the following MINIMUM amounts of coverage are required: Commercial General Liability: $1,000,000 each occurrence $2,000,000 Products-Completed Operations Aggregate $2,000,000 General Aggregate Current certificate on file valid through 12/31/2018 Vehicle Liability Insurance: $1,000,000 each accident Current certificate on file valid through 12/31/2018 Workers Compensation and $100,000 each accident Employer's Liability Insurance: $100,000 Disease each employee $500.000 Disease policy limit Current certificate on file valid through 1/1/2019 Please email, fax or mail to my attention a current ACORD Certificate of Liability Insurance that covers all of the insurance requirements that are indicated above as being EXPIRED OR MISSING. Please make sure that the certificate(s) supplied lists the City of Scottsdale, its agents, representatives, officers, directors, officials and employees as an additional insured and certificate holder, include a waiver of subrogation against the City of Scottsdale, and a reference to the Contract Number 18PB006, Copies of the insurance certificates should also be sent to the Contract Administrator. 1 PRICING FOR CONTRACT EXTENSIOI #1 (11t1OI2O18-11l9l2O19) LOT#1 CONCRETE REPAIR AND PLACEMENT ITEM DESCRIPTION NO. UNIT PRICE 1 Saw cut, Remove and Replace Curb and Gutter $26.27 LF 2 Saw cut, Remove and Replace Sidewalk $5.41 SF 3 Saw cut, Remove misc. curb and or gutter $7.21 LF 4 Remove and Replace Driveway @8"thick $9.17 SF 5 Install COS Detail 2240 Valley Gutter $6.49 SF 6 Install COS Detail Apron $9.01 SF 7 Vertical Curb 6"x6" $9.27 LF 8 Remove and reset Sidewalk Pavers $7.21SF 9 Remove and reset Crosswalk Pavers $7.21SF 10 Extra surface charge for Exposed Aggregate $2.06 SF 11 Extra surface charge for Stamped Concrete $1.03 SF 12 Vertical Curb 6"x12" $10.30 LF 13 Remove and Replace ADA Ramp COS Standard @ 8" thick $11.33 SF Remove and Replace ADA Ramp @MAG Standard 4" 14 $10.04 SF thick 15 Truncated Domes Red, Brown or Yellow $25,75 SF 16 Concrete Pump(line pump per day) $772.50 LS 17 Concrete Pump(boom pump per day) $1,545.00 LS 18 Shotcrete (cubic yard) $257.50 YD 19 Relocate Sign, Base and post(sign supplied by COS) $1,030.00 EA 20 Horizontal Curb Cut $16.48 EA Grade and Erosion /Backfill Repair(to repair along the 21 edge of MUP; sidewalk and shoulders) $2t}•60 CY 3 PRICING FOR CONTRACT EXTENSION #1 (11/10/2018-11/9/2019) LOT#2 MISCELLANEOUS CONCRETE REPAIR AND PLACEMENT—CITY WIDE 1 Install COS Detail 2228 cut off wall $36.05 LF Saw Cut, Remove and Replace M.U.P. COS Standard 2 Detail $10.30 SF Saw cut, Remove misc. slab concrete 3 up to 5"thick $3.61 SF Saw Cut, Remove misc. slab concrete 4 . 5"to 10"thick $6.18 SF 5 Add. Color San Diego Buff(up to 2 lb.) $61.80 CY 6 Install Catch Basin MAG Detail 537 $3,605.00 EA 7 Add Color-Brick Red (up to 4 lb.) $82.40 CY 8 Remove and Replace Scupper Top(Structural) MAG 206-1 $36,05 SF Remove and Replace Catch Basin Top(Structural) MAG 9 533-1 $36,05 SF 10 Remove and Replace Valley Gutter up to 5" thick $7.21 SF 11 Remove and Replace Valley 5"to 10"thick $12.36 SF Remove and Replace MAG Detail 550 Spillway inlet and $8.24 SF 12 outlet PREMIUM COMPENSATION - Night/ Weekend Work: It is anticipated that most work will be performed during daytime hours from 6:00 AM to 5:00 PM. Premium compensation for night and weekend work shall be bid as a multiplier factor to be applied to individual unit costs on each bid item used. Premium compensation will not be paid when the contractor chooses to work nights or weekends to facilitate progress. No additional compensation will be permitted for weekend work. EXTENDED LOT DESCRIPTION AMOUNT APPLIES Premium Compensation Rates for work shall be bid as a multiplier TO LOTS 1 factor to be applied to individual unit cost for each bid item. 30% and 2 The contract must provide this multiplier factor to be stated (ONLY) as a percentage %. 5