Loading...
HomeMy WebLinkAboutC2020-065.1 - M.R. Tanner Development and Construction, Inc Contract No. 2020-065.1 FIRST AMENDMENT TO COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND M.R. TANNER DEVELOPMENT AND CONSTRUCTION,INC. THIS FIRST AMENDMENT TO COOPERATIVE PURCHASING AGREEMENT (this "First Amendment")is entered into as of September 2,2020,between the Town of Fountain Hills, an Arizona municipal corporation(the"Town") and M.R.Tanner Development and Construction, Inc., an Arizona corporation(the"Contractor"). RECITALS A. After a competitive procurement process, the City of Chandler, Arizona entered into Contract No. PWO-745-4123, dated January 15, 2020 (the "City Contract"), with the Contractor for the Contractor to provide street maintenance and repair services. The City Contract is attached hereto as Exhibit A and is incorporated herein by reference, to the extent not inconsistent with this Agreement. B. The Town and the Contractor entered into a Cooperative Purchasing Agreement dated February 18, 2020 (the "Initial Agreement"), and based upon the City Contract, for the Contractor to provide the Town with street maintenance and repair services (the "Materials and Services"). C. The Initial Agreement is referred to herein as the "Agreement." All capitalized terms not otherwise defined in this First Amendment have the same meanings as contained in the Agreement. D. The Town has determined that it is necessary for the Contractor to perform additional street maintenance and repair services (the "Additional Materials and Services") and that it is necessary to provide additional compensation for the provision of the Additional 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 1. Scope of Work. Contractor shall provide the Additional Materials and Services(i) under the terms and conditions of the City Contract and(iii)pursuant to instructions from the Town and as may be agreed upon by the Parties. 2. Compensation. The Town shall increase the compensation to Contractor by not more than$2,650,000.00 for the Additional Materials and Services at the rates set forth in the City Contract and more particularly in the Proposal, resulting in an increase of the aggregate not-to- exceed compensation from$3,400,000.00 to $6,050,000.00. 3. Effect of Amendment. In all other respects,the Agreement is affirmed and ratified and, except as expressly modified herein, all terms and conditions of the Agreement shall remain in full force and effect. 4. Non-Default. By executing this First Amendment, the Contractor affirmatively asserts that (i) the Town is not currently in default, nor has it been in default at any time prior to this First Amendment,under any of the terms or conditions of the Agreement and (ii) any and all claims, known and unknown, relating to the Agreement and existing on or before the date of this First Amendment are forever waived. 5. 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. 6. Conflict of Interest. This First Amendment and the Agreement may be cancelled by the Town pursuant to Ariz. Rev. Stat. § 38-511. [SIGNATURES ON FOLLOWING PAGES] 2 "Contractor" M.R.TANNER DEVELOPMENT AND CONSTRUCTION, INC. a(n)Arizona corporation () e---, Name:JOSH SKINNER Title:VICE PRESIDENT OF PUBLIC WORKS (ACKNOWLEDGMENT) STATE OF ARIZONA ) ) ss. COUNTY OF MARICOPA ) On iom,jam,- /7 , 2020, before me personally appeared Josh 'We'n n. r ', the V OP ?v 'M I rwf of M.R. TANNER DEVELOPMENT AND CONSTRUCTION, INC., a(n)Arizona corporation, whose identity was proven to me on the basis of satisfactory evidence to be the person who he/she claims to be, and acknowledged that he/she signed the above document on behalf of the corporation. 'N`5r+:\ JUDYL.BRODIE ���� ,; °\ NOTARY PUBLIC �j�1,g3Z"�'[.t� � MARICOPA COUNTY,Arizona ` It,`,+yam; /t COMMISSION#:548556 N Pub c to,z° My Comm.Expires June 29,2022 (Affix notary seal here) 4 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first set forth above. "Town" TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation )A.A.A.:„.\., aya 141111......r. alv Grady E. Miller, 'own 1 anager ATTEST: 1 • izabeth . rke, Town Cle APP ED AS TO FORM: aron . son, Town Attorney (ACKNOWLEDGMENT) STATE OF ARIZONA ) ) ss. COUNTY OF MARICOPA ) On 9— (5-- , 2020, before me personally appeared Grady E. Miller, the Town Manager of the TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation, whose identity was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and acknowledged that he signed the above document,on behalf of the Town of Fountain Hills. EL y Public 1 H A.BUFtKE /� iC - ' w ��'% Nifty PubNc-State of Arizona (,/�i i(,/1-e,1_ til, _ db4RICOPA COUNTY )17 COrrvn CCA f 663647 otary blic lOr,�' Ex resAup i* 16,2022 (Affix notary seal here) [SIGNATURES CONTINUE ON FOLLOWING PAGE] 3 EXHIBIT A TO COOPERATIVE PURCHASE AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND M.R. TANNER DEVELOPMENT AND CONSTRUCTION, INC. [City Contract] See following pages. Town of Fountain Hills DOWNTOWN FY 19-20 v�� v"��\ `t C9 a v� �� �� R 2 a �P Q Uh D q�, -97l (O 0° 6'' v DE `-PN Q- DR O� SN�RO� BRITT o P4 P ��y 0� o zo a y `I 1 q S DR S �� �PNE �" •.F9N Tq V OF �' DR Q Q o \Qr�•..•••.. N� V hi 114 P��� m = PESO o ia Q 0 LA VONTANA ' \ � L H MDR � g Z` QI � gN `�.� - CNIQ(1/TqD AOlEa L.. eQ co R ;;; = a ' FST.< s. qQoo ROSETTA a Fi. 9� DR Q ,,c H F� ,**,/ A9i�laq o '-. '• � o O coop CRYSTAL PGIN = , e TD Q '! �D,p CRYSTAL R A, NORD/N F�' DR RIDGE DR EL 'rt. 0 is `/ICO Q NO sq a , y g� WOOD ��2 /3 0ST DR P� -37 0-A a a ARROYO CDR y� o LAMPLP�TER 00° y0 7- r NO `}'i' „ W r 6. '/i LEGEND Completed in 19-20AU N W E Scheduler for FY 20-21 n► S MAP DATE: 3-2-20 , Town of Fountain Hills PAVEMENT MAP FY20-21 O-"PRAIRIE DOG.I�AIL"Ne�Gp` YP$$ DR �` P44 DRxCARGGELAN �ryO :CN D �v2c CA DRYADCERRo (TDDR :p IE.Q'/lQ YiQ.LOWSTO '•, ,.�• ,; -PG ATE PL �' �y�q, • �Gt TEPEE DOI', ,2,_ CT '�4/,, i ,\ ti 0.- VD, RICHW000 K/P( y �q T4 § \yVS S G3� qfl ° r L,� ' 5'o C6R q°°, �N i 3 '''- O R° Syp p*PL cf L00 c,ti, R, 9q L •.GW,-^-s,�`-' A 5 <�<p, KW-\�P\SC 4',4-(q,,,% •MN CA SstV W W 66 r�NT.Y ------- DR'A,•; `'JPR. 6`ri BEN lJr EAGLE NEW QP J� MOUNTA `-= ,\ _ , DRl ''� r ° P� �. Cr ,� McDOWELL c ° EA . MOUNTAIN RD EAGLE ail TOL A % ROADRUNNER G 4f 7 l° R SIERRA ' 4G DR 0` Sq-� w o� CASCADE DRBACA T (q CA E DR coc y c ,,,440RE PRINCESS lrcAJ << •_ .41194- -r-'-a ,' n PUEBLO Kw . �`� �0 V $ < a z r DR COURT , = c3 OOK=s '' is �. „ ORO a GRANDE DR SANTIAGO PL 0..p • z 9 �q N 9R > /,p. a 4 • W y DOVE T _ ° <= a r': .Q ` C p ! °y DR 4 7 el; �^' q4, WREN CT •-•�, ' •` • :A ',( < rD DXF Y.OS' a' "4kk ?o a 4` 4t `\ CTf4lgN CHAPARRAL D n2 :A Op ,<�� DRD „ ql S . --,` �Q'°C 410 LOS WAY R ys `CLENPGN7 ,,. BRIARWO�im Q-SKIN z T DR �• `� ,i. �' K4q �J•`'• DELGADO„. SAN BLAS MOCHOS CT CENTURY DR CLENEA 4 l DR 9Af•, 0p`y :CSAN MARCUS Nly ?�°O PALO BREA BUCKTHORN CT GLE �. �� /l, <'�C PANCHO CT A G POR;D• o o 4 1 P� os CT �' 1:,,,,:' VILLA PL lN(DL, PEAR CT Q '1 3 C° E, '�y�"V L ALLOROSC ,�� N q y •` J 4-, '� • SUNDO CT T 9 a f �/a1117��BA/RR/, a c,• lq.O �" Y ALAYERAS DRI SUNRIDCE`�\s00N:KAtwc DRIVEC 1��,>* O�to Z NNEW�.�'" �TRD 1, ' `J� LA PASADA �<;g !T``..._ 'RIVE q( t� 701.<," „it: EDGE , -`�- BRITTLEBUSH i ST 'z"A`' �. 'EPPER P s �y �; °V. '41'Cg4, + 5 WOOD CALIG '. >5�'Lt+,.�(\1` y sue` Y7}/OR r MIDLAND DR T ST 4. VP'" `rs ,n O c. ''A (�`y aP 'WAY N WAAGE S GOZ'G‘,, -o IBSEN ALOE' ��iOET DANYCIyP`. 6F. ' JOJOBA LN D m qly��5,°q 4' '• •F,.�O Yy,� 6;. , 4P Z 1N .a •0 ... DS ." J� NMBL WEED DR 'qP �' S? .y�. F° 0p•IGTE-L ? OR D ,CpN i. r AA a` �` & , LNM/N� lk 8 gRRD� oy k oP G GRANDEE. eLw P P,.D EROSA P per. y sPIC o a �3, ?1 MORNING a 3,1%a d,\DR A� 4Nrtia Wg oRGLORY "�,� WAY O ,�Q- ocx Q G�J"K Fl J Q' PRIMROSE LAMON ANA I !�. �, •; � 6� SUNFLOWER A-f/� \ 9,4 i *;‘,cMANgy \ °fr C `` �� O�NZAN s � • G RN DR �� JADR �, /. ,,,iioe 1i" `b',,,,\RHOADS 1(AJ o� Cf,71,y,• Q' .\p LOMA CT— �� LANNA ROSETTA °� `. • ®, A i E$ LPGO ERICyO "' a DR 44 44 N. (o _,gyp - �SAj EL BRA DR Y,J �_QJ 9?4 1 R• ^\'4, o il----tf* OR EA DR 64 ;a- (I q� O :Nsciat'Sc� -0 `q� HTSgfYDR ECHO HlL(DqI i� CRYSiA AL �0'NTDR .�� ' 4. aA�K `S4.A"� Irg gER(E LOIUS (yiICOR - DR RID D+ f( �� WY E( AGAR R' g, NOR ,% ChgLA DR TN/s2 DR 5 NOG 'sp�:,. Q gLw .o `^q• < Wi 8 D sESAT . cu a or c$ s�< d.- r 4y S'.74, YC'oIO O :� RocwooD `' ° �T DR �y �0\ D L a V. DR N s "�igSf �Q� ``�� AC GRF r� 3GY �, �G ARROYO LAM WAYlER OQLO,N'I= n�c.�cF R wAY Dpy DR I'`s7.OH m g[A DR O CH A RSTA ,A` `V�` , ( 4k/ST ` DR c. �~r [GRAPH OR m .LLN AN °9 � ��� VAX. ANc x DR ikCF�r '33W�1 CA •. DUNNo� 5y6"� e"'\ 'QSTAN g e f . v'l-�j' ``1� PALOMINO B( a,On(10 DR q/p,„, �q� n'3v�'apC3� R- , 7` 1 3 BAIRRO OR• WAY �v Sq $g G� IRO,CO - �' AI-� S. +L `�� B�� PHEASANT TROJAN ��%•�✓f` RESDB D 6}i,,A' �7 �i �AP RAC �. ' NDVIA , n ARIAS ° 'ERR ti .-___1" Rryf l0 J ., ?' x 2 DR 4q. �' c o o Cy,' PpNc cT ALErZ9E i _ s f r `- 4 5. l-P 9 4) �P BLw (j �'^'--- '-- Is 4,liiiii` `S bSTq Q4t `—-- I•E > ✓qC( OR C(}>C•T Hi e$ � 4 `��`~�lsJ P >< \N BAN �DTq k DR �p V'orL(% 'qq `,L.,, �r ,.," q��"-.", q(qn '4 g LN p�cATS Ta�� °R ly NfS � $ ,• * Pb YER I KLAUS \ %or°'P "1c t $( \% PALAiIAE"\ ..---- �P'l �ENNO „, PAN R WAY 1 I .{ CIR LN WAY ,. 4 3` VALLEV.YI.---' \ --- , BLVD .IwKA \ Ines „, LEGEND: N W ; I1% E Ni l, ",':'-: '''''''' ''' LOCAL (2" AC ON 6" AB) S BUSINESS/INDUSTRIAL COMMERCIAL (4" AC ON 6" AB) MAP DATE: 9-1-2020 City Clerk Document No. City Council Meeting Date: 12/12t19 CITY OF CHANDLER SERVICES AGREEMENT STREET MAINTENANCE AND REPAIR SERVICES CITY OF CHANDLER AGREEMENT NO.PW0-745-4123 THIS AGREEMENT(Agreement)Is made and entered into by and between the City of Chandler, an Arizona municipal corporation (City), and M.R. Tanner Development & Construction, Inc., an Arizona Corporation (Contractor), (City and Contractor may Individually be referred to as Party and collectively referred to as Parties)and made . eta rA i ,20 7 (Effective Date). RECITALS A.City proposes to contract for street maintenance and repair services as more fully described In Exhibit A, which is attached to and made a part of this Agreement by this reference. B.Contractor is ready,willing,and able to provide the services described In Exhibit A for the compensation and fees set forth and as described in Exhibit B,which is attached to and made a part of this Agreement by this reference. C.City desires to contract with the Contractor to provide these services under the terms and conditions set forth In this Agreement. AGREEMENT NOW,THEREFORE,in consideration of the premises and the mutual promises contained in this Agreement, City and Contractor agree as follows: SECTION I:DEFINITIONS For purposes of this Agreement,the following definitions apply: Agreement means the legal agreement executed between the City and the Contractor City means the City of Chandler,Arizona Contractor means the individual,partnership,orcorporation named in the Agreement Days means calendar days May,Should means something that is not mandatory but permissible Shall,Will,Must means a mandatory requirement SECTION ii:CONTRACTOR'S SERVICES Contractor must perform the services described in Exhibit A to the City's satisfaction within the terms and conditions of this Agreement and within the care and skill that a person who provides similar services In Chandler,Arizona exercises under similar conditions.All work or services furnished by Contractor under this Agreement must be performed in a skilled and workmanlike manner. Unless authorized by the City In writing, all fixtures, furnishings, and equipment furnished by Contractor as part of the work or services under this Agreement must be new,or the latest model,and of the most suitable grade and quality for the intended purpose of the work or service. Page 1 of 36 SECTION III:PERIOD OF SERVICE Contractor must perform the services described in Exhibit A for the term of this Agreement. The term of the Agreement is ONE year, and begins on January 1,2020 and ends on December 31, 2020 unless sooner terminated in accordance with the provisions of this Agreement.The City and the Contractor may mutually agree to extend the Agreement for up to FOUR additional terms of ONE year each, or portions thereof.The City reserves the right,at its sole discretion,to extend the Agreement for up to 60 days beyond the expiration of any extension term. SECTION IV:PAYMENT OF COMPENSATION AND FEES Unless amended in writing by the Parties, Contractor's compensation and fees as more fully described in Exhibit B for performance of the services approved and accepted by the City under this Agreement must not exceed$575,000.Contractor must submit requests for payment for services approved and accepted during the previous billing period and must include, as applicable, detailed invoices and receipts, a narrative description of the tasks accomplished during the billing period,a list of any deliverables submitted,and any subcontractor's or supplier's actual requests for payment plus similar narrative and listing of their work. Payment for those services negotiated as a lump sum will be made in accordance with the percentage of the work completed during the preceding billing period.Services negotiated as a not-to-exceed fee will be paid in accordance with the work completed on the service during the preceding month. All requests for payment must be submitted to the City for review and approval.The City will make payment for approved and accepted services within 30 days of the Citys receipt of the request for payment. Contractor bears all responsibility and liability for any and all tax obligations that result from Contractor's performance under this Agreement. SECTION V:GENERAL CONDITIONS 5.1 Records/Audit. Records of the Contractor's direct personnel payroll, reimbursable expenses pertaining to this Agreement and records of accounts between the City and Contractor must be kept on the basis of generally accepted accounting principles and must be made available to the City and Its auditors for up to three years following the City's final acceptance of the services under this Agreement. The City, its authorized representative, or any federal agency, reserves the right to audit Contractor's records to verify the accuracy and appropriateness of all cost and pricing data, including data used to negotiate this Agreement and any amendments.The City reserves the right to decrease the total amount of Agreement price or payments made under this Agreement or request reimbursement from the Contractor following final contract payment on this Agreement if, upon audit of the Contractor's records,the audit discloses the Contractor has provided false,misleading,or inaccurate cost and pricing data.The Contractor will include a similar provision in all of its contracts with subcontractors providing services under the Agreement Documents to ensure that the City, its authorized representative, or the appropriate federal agency, has access to the subcontractors'records to verify the accuracy of all cost and pricing data.The City reserves the right to decrease Contract price or payments made on this Agreement or request reimbursement from the Contractor following final payment on this Agreement if the above provision is not included in subcontractor agreements, and one or more subcontractors refuse to allow the City to audit their records to verify the accuracy and appropriateness of all cost and pricing data.if,following an audit of this Agreement,the audit discloses the Contractor has provided false, misleading, or inaccurate cost and pricing data, and the cost discrepancies exceed 1%of the total Agreement billings,the Contractor will be liable for reimbursement of the reasonable,actual cost of the audit. 5.2 Alteration in Character of Work.Whenever an alteration in the character of work results in a substantial change in this Agreement, thereby materially increasing or decreasing the scope of services, cost of performance,or Project schedule, the work will be performed as directed by the City. However,before any modified work is started, a written amendment must be approved and executed by the City and the Page 2 of 36 Contractor.Such amendment must not be effective until approved by the City.Additions to,modifications, herein may deletions from this Agreement as provided be made,and the compensation to be paid to the Contractor may accordingly be adjusted by mutual agreement of the Parties.it is distinctly understood and agreed that no claim for extra work done or materials furnished by the Contractor will be allowed by the City except as provided herein, nor must the Contractor do any work or furnish any materials not covered by this Agreement unless such work is first authorized in writing.Any such work or materials furnished by the Contractor without prior written authorization will be at Contractor's own risk,cost, and expense, and Contractor hereby agrees that without written authorization Contractor will make no claim for compensation for such work or materials furnished. 5.3 Termination for Convenience.The City and the Contractor hereby agree to the full performance of the covenants contained herein, except that the City reserves the right, at its discretion and without cause,to terminate or abandon any service provided for in this Agreement,or abandon any portion of the Project for which services have been performed by the Contractor. In the event the City abandons or suspends the services,or any part of the services as provided in this Agreement,the City will notify the Contractor in writing and immediately after receiving such notice,the Contractor must discontinue advancing the work specified under this Agreement. Upon such termination, abandonment, or suspension, the Contractor must deliver to the City all drawings, plans, specifications, special provisions,estimates and other work entirely or partially completed,together with all unused materials supplied by the City. The Contractor must appraise the work Contractor has completed and submit Contractor's appraisal to the City for evaluation.The City may inspect the Contractor's work to appraise the work completed. The Contractor will receive compensation in full for services performed to the date of such termination.The fee shall be paid In accordance with Section IV of this Agreement,and as mutually agreed upon by the Contractor and the City.If there Is no mutual agreement on payment,the final determination will be made in accordance with the Disputes provision in this Agreement. However, in no event may the payment exceed the payment set forth in this Agreement nor as amended in accordance with Alteration In Character of Work. The City will make the final payment within 60 days after the Contractor has delivered the last of the partially completed Items and the Parties agree on the final payment if the City is found to have improperly terminated the Agreement for cause or default the termination will be converted to a termination for convenience in accordance with the provisions of this Agreement. 5.4 Termination for Cause.The City may terminate this Agreement for Cause upon the occurrence of any one or more of the following events: in the event that(a)the Contractor falls to perform pursuant to the terms of this Agreement,(b)the Contractor is adjudged a bankrupt or insolvent,(c)the Contractor makes a general assignment for the benefit of creditors,(d)a trustee or receiver is appointed for Contractor or for any of Contractor's property(e)the Contractor flies a petition to take advantage of any debtor's act,or to reorganize under the bankruptcy or similar laws, (f) the Contractor disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction,or(g)the Contractor fails to cure default within the time requested.Where Agreement has been so terminated by City, the termination will not affect any rights of City against Contractor then existing or which may thereafter accrue. 5.51ndemnification.The Contractor(Indemnitor) must indemnify,defend, save and hold harmless the City and its officers, officials, agents and employees (Indemnitee) from any and all claims, actions, liabilities, damages, losses or expenses (Including court costs, attorneys' fees and costs of claim processing, investigation and litigation)(Claims)caused or alleged to be caused, in whole or in part,by the wrongful, negligent or willful acts, or errors or omissions of the Contractor or any of its owners, officers, directors, agents, employees, or subcontractors in connection with this Agreement. This indemnity Includes any claim or amount arising out of or recovered under workers'compensation law or on account of the failure of the Contractor to conform to any federal, state or local law, statute, ordinance, rule, regulation or court decree. The Contractor must indemnify indemnitee from and against any and all Claims, except those arising solely from Indemnitee's own negligent or willful acts or omissions.The Contractor is responsible for primary loss Investigation,defense and judgment costs where this indemnification applies. In consideration of the award of this Agreement, the Contractor Page 3 of 36 agrees to waive all rights of subrogation against Indemnitee for losses arising from or related to this Agreement. The obligations of the Contractor under this provision survive the termination or expiration of this Agreement. 5.6 Insurance Requirements.Contractor must procure Insurance under the terms and conditions and for the amounts of coverage set forth in Exhibit C against claims that may arise from or relate to performance of the work under this Agreement by Contractor and Its agents, representatives, employees,and subcontractors.Contractor and any subcontractors must maintain this insurance until all of their obligations have been discharged, Including any warranty periods under this Agreement. These insurance requirements are minimum requirements for this Agreement and In no way limit the Indemnity covenants contained In this Agreement.The City in no way warrants that the minimum limits stated in Exhibit C are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Agreement by the Contractor, the Contractor's agents, representatives, employees, or subcontractors. Contractor Is free to purchase such additional insurance as may be determined necessary. 5.7 Cooperation and Further Documenta_tirm.The Contractor agrees to provide the City such other duly executed documents as may be reasonably requested by the City to implement the intent of this Agreement. 5.8 Notices. Unless otherwise provided, notice under this Agreement must be in writing and will be deemed to have been duly given and received either(a)on the date of service If personally served on the party to whom notice is to be given, or(b)on the date notice is sent if by electronic mail, or(c)on the third day after the date of the postmark of deposit by first class United States mall, registered or certified,postage prepaid and properly addressed as follows: For the City. For the Contractor Name: Allan Zimmerman Name: Alan_Evans Title: Streets Project Manager Title: President Address:_975 E,Armstrong Way Address. 1327 W.San Pedro St. ndder.AZ 85225 Gilbert.AZ 85233 Phone: 480-782-3505 Phone: 480-633-8500 Email: alian.zimmerman@chandleraz.gov Email: aevans@mrtanner.t<on1 5.9 Successors and Assigns. City and Contractor each bind itself, Its partners,successors, assigns, and legal representatives to the other party to this Agreement and to the partners,successors,assigns,and legal representatives of such other party In respect to all covenants of this Agreement. Neither the City nor the Contractor may assign, sublet, or transfer Its interest In this Agreement without the written consent of the other party. In no event may any contractual relation be created between any third party and the City. 5.10 Disputes,in any dispute arising out of an interpretation of this Agreement or the duties required not disposed of by agreement between the Contractor and the City, the final determination at the administrative level will be made by the City Purchasing and Materials Manager. 5.11 Completeness and Accuracy of Contractor's Work, The Contractor must be responsible for the completeness and accuracy of Contractor's services,data,and other work prepared or compiled under Contractor's obligation under this Agreement and must correct, at Contractor's expense, all willful or negligent errors, omissions, or acts that may be discovered. The fact that the City has accepted or approved the Contractor's work will In no way relieve the Contractor of any of Contractor's responsibilities. Page 4 of 36 5.12 Withholding Payment. The City reserves the right to withhold funds from the Contractor's payments up to the amount equal to the claims the City may have against the Contractor until such time that a settlement on those claims has been reached. 5.13 city's Right of Cancellation.The Parties acknowledge that this Agreement is subject to cancellation by the City under the provisions of Section 38-511,Arizona Revised Statutes(A.R.S.). 5.14 independent Contr_act0.1. For this Agreement the Contractor constitutes an independent contractor. Any provisions in this Agreement that may appear to give the City the right to direct the Contractor as to the details of accomplishing the work or to exercise a measure of control over the work means that the Contractor must follow the wishes of the City as to the results of the work only. These results must comply with all applicable laws and ordinances. 5.15 Project Staffing. Prior to the start of any work under this Agreement,the Contractor must assign to the City the key personnel that will be Involved in performing services prescribed In the Agreement. The City may acknowledge its acceptance of such personnel to perform services under this Agreement. At any time hereafter that the Contractor desires to change key personnel while performing under the Agreement, the Contractor must submit the qualifications of the new personnel to the City for prior approval.The Contractor will maintain an adequate and competent staff of qualified persons,as may be determined by the City, throughout the performance of this Agreement to ensure acceptable and timely completion of the Scope of Services. If the City objects, with reasonable cause, to any of the Contractor's staff, the Contractor must take prompt corrective action acceptable to the City and, If required, remove such personnel from the Project and replace with new personnel agreed to by the City. 5.16 Subcontractors.Prior to beginning the work,the Contractor must furnish the City for approval the names of subcontractors to be used under this Agreement.Any subsequent changes are subject to the City's written prior approval. 5.17 Force Majeure. If either party is delayed or prevented from the performance of any act required under this Agreement by reason of acts of God or other cause beyond the control and without fault of the Party(financial inability excepted),performance of that act may be excused, but only for the period of the delay,if the Party provides written notice to the other Party within ten days of such act.The time for performance of the act may be extended for a period equivalent to the period of delay from the date written notice is received by the other Party. 5.18 Compliance with Federal Laws.Contractor understands and acknowledges the applicability of the Americans with Disabilities Act, the Immigration Reform and Control Act of 1986 and the Drug Free Workplace Act of 1989 to It. The Contractor agrees to comply with these laws in performing this Agreement and to permit the City to verify such compliance. 5.19 No Israel Boycotts By entering into this Agreement, Contractor certifies that Contractor Is not currently engaged In,and agrees for the duration of the Agreement,not to engage in a boycott of Israel as defined by state statute. 5.20 Legal Worker Requltements.A.R.S. §41-4401 prohibits the City from awarding a contract to any contractor who fails, or whose subcontractors fail, to comply with A.R.S. § 23-214(A). Therefore, Contractor agrees Contractor and each subcontractor it uses warrants their compliance with all federal immigration laws and regulations that relate to their employees and their compliance withS 23-214, subsection A.A breach of this warranty will be deemed a material breach of the Agreement and may be subject to penalties up to and Including termination of the Agreement.City retains the legal right to inspect the papers of any Contractor's or subcontractor's employee who provides services under this Page 6 of 36 Agreement to ensure that the Contractor and subcontractors comply with the warranty under this provision. 5.21 Lawful Presence Requirement.A.RS.§§ 1-501 and 1-502 prohibit the City from awarding a contract to any natural person who cannot establish that such person Is lawfully present in the United States. To establish lawful presence,a person must produce qualifying identification and sign a City-provided affidavit affirming that the identification provided Is genuine.This requirement will be imposed at the time of contract award, This requirement does not apply to business organizations such as corporations,partnerships,or limited liability companies. 5.22 Covenant Against Contingent Fees. Contractor warrants that no person has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage,brokerage,or contingent fee,and that no member of the Chandler City Council,or any City employee has any interest,financially,or otherwise,in Contractor's firm. For breach or violation of this warrant, the City may annul this Agreement without liability or, at its discretion, to deduct from the Agreement price or consideration, the full amount of such commission, percentage, brokerage, or contingent fee. 5.23 Non-Waiver Provision. The failure of either Party to enforce any of the provisions of this Agreement or to require performance of the other Party of any of the provisions hereof must not be construed to be a waiver of such provisions, nor must It affect the validity of this Agreement or any part thereof,or the right of either Party to thereafter enforce each and every provision. 5.24 Disclosure of Information Adverse to the City's interests,To evaluate and avoid potential conflicts of interest, the Contractor must provide written notice to the City, as set forth in this Section, of any work or services performed by the Contractor for third parties that may Involve or be associated with any real property or personal property owned or leased by the City.Such notice must be given seven business days prior to commencement of the services by the Contractor for a third party, or seven business days prior to an adverse action as defined below.Written notice and disclosure must be sent to the City's Purchasing and Materials Manager.An adverse action under this Agreement includes,but is not limited to: (a) using data as defined in the Agreement acquired In connection with this Agreement to assist a third party In pursuing administrative or judicial action against the City; or(b) testifying or providing evidence on behalf of any person in connection with an administrative or judicial action against the City; or (c) using data to produce Income for the Contractor or its employees Independently of performing the services under this Agreement, without the prior written consent of the City. Contractor represents that except for those persons, entitles, and projects identified to the City, the services performed by the Contractor under this Agreement are not expected to create an interest with any person,entity,or third party project that is or may be adverse to the City's Interests. Contractor's failure to provide a written notice and disclosure of the information as set forth in this Section constitute a material breach of this Agreement. 5.25 Data Confidentiality and Data Security. As used In the Agreement, data means all information, whether written or verbal, including plans, photographs, studies, investigations, audits, analyses, samples, reports, calculations, Internal memos, meeting minutes, data field notes, work product, proposals,correspondence and any other similar documents or information prepared by,obtained by, or transmitted to the Contractor or its subcontractors in the performance of this Agreement. The Parties agree that all data,regardless of form,including originals,Images,and reproductions,prepared by, obtained by, or transmitted to the Contractor or its subcontractors In connection with the Contractor's or its subcontractor's performance of this Agreement is confidential and proprietary information belonging to the City. Except as specifically provided in this Agreement, Contractor or Its subcontractors must not divulge data to any third party without the City's prior written consent. Contractor or its subcontractors must not use the data for any purposes except to perform the services required under this Agreement. These prohibitions do not apply to the following data Page 6 of 36 provided to the Contractor or its subcontractors have first given the required notice to the City:(a)data which was known to the Contractor or Its subcontractors prior to its performance under this Agreement unless such data was acquired in connection with work performed for the City;or(b)data which was acquired by the Contractor or its subcontractors In its performance under this Agreement and which was disclosed to the Contractor or Its subcontractors by a third party,who to the best of the Contractor's or its subcontractors knowledge and belief, had the legal right to make such disclosure and the Contractor or Its subcontractors are not otherwise required to hold such data in confidence;or (c) data which Is required to be disclosed by virtue of law, regulation, or court order, to which the Contractor or its subcontractors are subject. In the event the Contractor or its subcontractors are required or requested to disclose data to a third party, or any other Information to which the Contractor or Its subcontractors became privy as a result of any other contract with the City, the Contractor must first notify the City as set forth in this Section of the request or demand for the data. The Contractor or its subcontractors must give the City sufficient facts so that the City can be given an opportunity to first give Its consent or take such action that the City may deem appropriate to protect such data or other information from disclosure. Unless prohibited by law, within ten calendar days after completion of services for a third party on real or personal property owned or leased by the City, the Contractor or Its subcontractors must promptly deliver, as set forth in this Section, a copy of all data to the City. All data must continue to be subject to the confidentiality agreements of this Agreement. Contractor or its subcontractors assume all liability to maintain the confidentiality of the data in its possession and agrees to compensate the City if any of the provisions of this Section are violated by the Contractor,Its employees,agents or subcontractors.Solely for the purposes of seeking injunctive relief, it Is agreed that a breach of this Section must be deemed to cause irreparable harm that justifies injunctive relief in court.Contractor agrees that the requirements of this Section must be incorporated Into all subcontracts entered into by Contractor.A violation of this Section may result in Immediate termination of this Agreement without notice. 5.26 personal identifying Information-Data Security. Personal Identifying information,financial account Information, or restricted City Information, whether electronic format or hard copy, must be secured and protected at all times by Contractor and any of its subcontractors.At a minimum,Contractor must encrypt or password-protect electronic files. This includes data saved to laptop computers, computerized devices, or removable storage devices.When personal identifying information,financial account information,or restricted City information,regardless of its format,is no longer necessary,the Information must be redacted or destroyed through appropriate and secure methods that ensure the information cannot be viewed,accessed,or reconstructed.In the event that data collected or obtained by Contractor or its subcontractors in connection with this Agreement Is believed to have been compromised, Contractor or its subcontractors must immediately notify the City contact. Contractor agrees to reimburse the City for any costs Incurred by the City to investigate potential breaches of this data and, where applicable, the cost of notifying individuals who may be impacted by the breach. Contractor agrees that the requirements of this Section must be Incorporated into all subcontracts entered into by Contractor.it is further agreed that a violation of this Section must be deemed to cause irreparable harm that justifies injunctive relief in court. A violation of this Section may result in immediate termination of this Agreement without notice. The obligations of Contractor or its subcontractors under this Section must survive the termination of this Agreement. 5.27 jurisdiction and Venue.This Agreement is made under,and must 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 thereof.Any action to enforce any provision of this Agreement or to obtain any remedy with respect hereto must be brought in the courts located In Maricopa County, Arizona, and for this purpose, each Party hereby expressly and irrevocably consents to the jurisdiction and venue of such court. 5.28 Survival.All warranties, representations,and Indemnifications by the Contractor must survive the completion or termination of this Agreement. Page 7 of 36 5.29 Modification.Except as expressly provided herein to the contrary, no supplement, modification,or amendment of any term of this Agreement will be deemed binding or effective unless in writing and signed by the Parties. 5.30 Severabillty. If any provision of this Agreement or the application to any person or circumstance may be invalid, illegal or unenforceable to any extent, the remainder of this Agreement and the application will not be affected and will be enforceable to the fullest extent permitted by law. 5.31 integration, This Agreement contains the full agreement of the Parties. Any prior or contemporaneous written or oral agreement between the Parties regarding the subject matter is merged and superseded. 5.32 Time is of the Essence.Time of each of the terms,covenants,and conditions of this Agreement is hereby expressly made of the essence. 5.33 Date of Performance. If the date of performance of any obligation or the last day of any time period provided for should fall on a Saturday,Sunday,or holiday for the City,the obligation will be due and owing, and the time period will expire, on the first day after which Is not a Saturday, Sunday or legal City holiday. Except as may otherwise be set forth in this Agreement, any performance provided for herein will be timely made If completed no later than 5:00 p.m. (Chandler time) on the day of performance. 5.34 Delivery. All prices are F.O.B. Destination and include all delivery and unloading at the specified destinations. The Contractor will retain title and control of all goods until they are delivered and accepted by the City. All risk of transportation and all related charges will be the responsibility of the Contractor. All claims for visible or concealed damage will be filed by the Contractor, The City will notify the Contractor promptly of any damaged goods and will assist the Contractor in arranging for inspection. 5.35 Third Party Bgtleficiary. Nothing under this Agreement will be construed to give any rights or benefits in the Agreement to anyone other than the City and the Contractor, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of City and the Contractor and not for the benefit of any other party. 5.36 Conflict in Language. All work performed must conform to all applicable City of Chandler codes, ordinances, and requirements as outlined in this Agreement. If there Is a conflict In interpretation between provisions in this Agreement and those In the Exhibits, the provisions in this Agreement prevail. 5.37 Document/Information Release. Documents and materials released to the Contractor, which are identified by the City as sensitive and confidential,are the City's property.The document/matertal must be issued by and returned to the City upon completion of the services under this Agreement. Contractor's secondary distribution, disclosure, copying, or duplication In any manner is prohibited without the Citys prior written approval.The document/material must be kept secure at all times.This directive applies to all City documents,whether in photographic,printed,or electronic data format. 5.38 EXhibits, The following exhibits are made a part of this Agreement and are incorporated by reference: Exhibit A-Project Description/Scope of Services Exhibit F-Equipment List Exhibit B-Compensation and Fees Exhibit G-Subcontractor List Exhibit C-Insurance Requirements Exhibit H1-3-Bonds Exhibit D-Spedal Conditions Exhibit 11-2-Construction Sign Detail Exhibit E-Approved Product List Page 8 of 36 5.39 Special Conditions. As part of the services Contractor provides under this Agreement, Contractor agrees to comply with and fully perform the special terms and conditions set forth in Exhibit D,which Is attached to and made a part of this Agreement. 5.40 Cooperative Use of Agreement. In addition to the City of Chandler and with approval of the Contractor, this Agreement may be extended for use by other municipalities, school districts and government agencies of the State. Any such usage by other entities must be in accordance with the ordinance,charter and/or procurement rules and regulations of the respective political entity. if required to provide services on a school district property at least five times during a month, the Contractor will submit a full set of fingerprints to the school of each person or employee who may provide such service. The District will conduct a fingerprint check in accordance with A.R.S. 41-1750 and Public Law 92-544 of all Contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the District Additionally, the Contractor will comply with the governing body fingerprinting policies of each individual school district/public entity. The Contractor, sub- contractors,vendors and their employees will not provide services on school district properties until authorized by the District. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City will not be responsible for any disputes arising out of transactions made by other agencies who utilize this Agreement. 5.41 NQp DI crlminatlon and Anti-Harassment Laws. Contractor must comply with all applicable City, state,and federal non-discrimination and anti-harassment laws,rules,and regulations. 5.42 licenses and Permits. Beginning with the Effective Date and for the full term of this Agreement, Contractor must maintain all applicable City, state, and federal licenses and permits required to fully perform Contractor's services under this Agreement. 5.43 Warranties. Contractor must furnish a one-year warranty on all work and services performed under this Agreement. Contractor must furnish, or cause to be furnished, a two-year warranty on all fixtures,furnishings, and equipment furnished by Contractor, subcontractors, or suppliers under this Agreement.Any defects in design,workmanship, or materials that do not comply with this Agreement must be corrected by Contractor(including,but not limited to,all parts and labor)at Contractor's sole cost and expense.All written warranties and redlines for as-built conditions must be delivered to the City on or before the City's final acceptance of Contractor's services under this Agreement. 5.44 Emergency Purchases. City reserves the rights to purchase from other sources those items,which are required on an emergency basis and cannot be supplied Immediately by the Contractor. 5.45 Non-Exctusive_Agr_eement•This agreement Is for the sole convenience of the City of Chandler.The City reserves the right to obtain like goods or services from another source when necessary. 1 Page 9 of 36 5.46 Budget AppLoval Into Next Fiscal Year. This Agreement will commence on the Effective Date and continue in full force and effect until it Is terminated or expires In accordance with the provisions of this Agreement. The Parties recognize that the continuation of this Agreement after the close of the City's fiscal year,which ends on June 30 of each year,Is subject to the City Council's approval of a budget that Includes an appropriation for this item as expenditure. The City does not represent that this budget item will be actually adopted. This determination Is solely made by the City Council at the time Council adopts the budget. This Agreement shall be in full force and effect only when It has been approved and executed by the duly authorized City officials. FOR THE CI T FO E CONT CTOR By: By: _ its:_Mayor_ Its: PRESIOEtSff APPR D A F CI Attorney o` •.. 7 .17 ▪ • ATTEST: ���• perBy 'f -Cf•ALA---) • A „ L : R City Clerk • "Y 43/4mmmnnmaoo° Page 10 of 36 CITY OF CHANDLER NOTICE OF REQUEST FOR PROPOSAL PWO-745-4123 EXHIBIT A TO AGREEMENT SCOPE OF SERVICES GENERAL INFORMATION Contractor shall provide Street Maintenance and Repair Services as specified herein.The Estimated total value of the contract is estimated at $500,000 year one (1), with options to renew for up to four (4) additional one-year periods. GENERAL VENDOR QUALIFICATIONS 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. The Contractor,without additional expense to the City,shall be responsible for obtaining and maintaining any necessary licenses and permits required in connection with the completion of the required services herein. Contractor must hold a valid license issued by the State of Arizona Registrar of Contractors prior to submission of a proposal/bid and must maintain same throughout the duration of the contract term and any subsequent contract extensions. Failure to maintain said license may be grounds for default of the contract and subsequent termination. 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. All products supplied by the Contractor shall meet all applicable Federal,State,Local,ANSI,and OSHA laws, rules,and regulations pertaining to the products covered under the scope of this contract. 1.GENERAL REQUIREMENTS. 1. MUTCD. CONTRACTOR shall remove and replace asphalt materials, as well as dispose of old asphalt and all debris at CONTRACTOR'S expense. CONTRACTOR shall be responsible for traffic control as required by the CITY Barricade Manual and the Manual on Uniform Traffic Control Devices (MUTCD). CONTRACTOR shall be responsible for traffic control on all incidental work required to complete the task. CONTRACTOR shall include all labor, material, equipment needed to perform the work to the highest industry standards. Page 11 of 36 2. ,MAG, CONTRACTOR shall use the most current version of CITY/agency and/or Maricopa Association of Governments(M.A.G.)standard details and specifications for Inspection and quality assurance for all work being done under this Agreement. CONTRACTOR shall be responsible for ensuring that workmanship, materials, equipment, and site preparation meet or exceed the required specifications. The Contract Administrator/designee will inspect all phases of work and any unsatisfactory work or preparation shall be redone at no additional cost to the CITY. The CITY reserves the right to adjust the amount of work required and number of locations Involved. 3. Permits. CONTRACTOR shall be responsible for obtaining all permits for the Streets Division, Any other CITY departments utilizing this Agreement shall be responsible for overseeing their own projects and providing their own permits, if required. 4. Blue Stake. CONTRACTOR shall be responsible for identifying and locating(Blue Stake)all existing utilities affected by the work. CONTRACTOR shall be responsible for the repair of all damaged utilities resulting from this work and will coordinate with utility companies and affected residents and businesses for required outages. 5. Traffic Control I Construction Signage, CONTRACTOR shall adhere to all CITY,State and Federal Traffic and Safety guidance, City of Chandler Traffic Barricades Design Manual#7,City of Chandler Municipal code 46-2.7.E construction sign requirements and the Manual on Uniform Traffic Control Devices (MUTCD). CONTRACTOR shall submit all traffic control plans for approval to the City of Chandler Transportation and Development Department before any work may progress. CONTRACTOR shall use the appropriate type and number of barricades to protect the public from harm and the work site from damage. CONTRACTOR shall place appropriate warning signs, such as "Sidewalk Close" signs and other signs as required by the MUTCD or the Contract Administrator/Designee. Traffic control shall include uniformed Chandler Police Officer and squad car as required. CONTRACTOR shall be paid the actual cost of hiring the uniformed Chandler Police Officer(see Exhibit C). CONTRACTOR shall be responsible for ordering and coordination of barricading and traffic control requirements. Set up shall be per the CITY/agency Traffic Barricade manual and MUTCD. Barricading restrictions on arterial streets cannot be in place earlier than 8:30 a.m. or after 4:00 p.m. Scheduling of asphalt placement shall be coordinated to ensure that material has cooled enough to avoid tracking or damage.Any areas that cannot be completed and open to traffic by 4:00 PM must be steel plated, plates countersunk, in accordance with attached standard MAG Detail 211, before open to traffic and shall be at no additional cost to CITY. Traffic control shall be paid at the unit price listed,for each individual street segment, and for the length of time needed to complete all the work in accordance with the Agreement. 6. Project Signs. Whenever any work is being done In CITY streets, easements or right of way for which approval by CITY of a traffic control plan is required,the person or persons performing such work shall maintain at the site of such work at all times during which any such work is being done, signage meeting the requirements set forth below and providing information to the public as follows(see Exhibit G): Page 12 of 36 a. Be Installed on temporary supports at an approved location; b. Be placed in such positions that they can be read by traffic from each direction; c. Be colored"construction orange"with black letters; d. Have block letters at least 6"In height; e. Contain the following Information: the name of CONTRACTOR for whom the work is being performed; the name of the CONTRACTOR actually performing the work; a general description of the work to be done; the time frame within which the work will be performed, i.e.the date work will commence and the date all work will be completed; a 24 hour contact phone number where persons may speak with a representative of the CONTRACTOR for whom the work is being performed or may leave a request to speak with such a representative and for which all calls will be returned by such a representative of the CONTRACTOR within 24-hours. 7. Dust Control. CONTRACTOR shall keep suitable equipment on hand at the Job site for maintaining dust control and shall employ appropriate equipment for that purpose in accordance with the requirements of the "Maricopa County Health Department Air Pollution Control Regulations"CONTRACTOR shall be responsible for obtaining an Air Quality Permit from Maricopa County prior to starting the require work, especially if earth-moving operations are involved. CONTRACTOR shall pay all permit fees. 8. Demo and Removal. CONTRACTOR shall remove excavated and demolished materials Immediately from work site at their cost. Steel plates shall be used(per MAG Standard Detail 211) where excavated area cannot be backfilled or where concrete placement for valley gutters across roadway surface or drive entrances are done in phases. Steel plates shall be gradually ramped from plate edges with EPA approved material and the street or drive entrance opened immediately to traffic. CONTRACTOR shall use barricades and"sidewalk closed"signs as required 9. Air Quality, CONTRACTOR shall be responsible for obtaining an Air Quality Permit from Maricopa County prior to starting the required work, especially if earth-moving operations are Involved. CONTRACTOR shall pay all permit fees. 10.Water for Repair and Maintenance Purpose. Should CONTRACTOR desire to use water from CITY mains, CONTRACTOR shall make application to the City Water Quality Department for a fire hydrant meter and pay all the required deposits and costs. CONTRACTOR shall not take water from CITY mains until a meter is Installed. 11.Site Cleaning. All public and private property and grounds occupied by CONTRACTOR In connection with the work shall be cleaned of all debris and excess materials(to include mud and concrete residue in all affected gutter flow lines) after each workday; additionally, temporary structures and equipment shall be removed at the end of the project. CONTRACTOR shall utilize a PM-10 certified mechanical broom sweeper throughout the workday for cleanup. All parts of the work shall be left In an acceptable condition before final acceptance. Page 13 of 36 12.Notification of Public. CONTRACTOR shall notify all affected citizens and businesses by door flyer 48 hours prior to start of work. Door flyer shall include, as a minimum, all pertinent Information such as description of work,date,time, schedules and CONTRACTOR name,and a 24- hour contact phone number(s). The flyer information shall be submitted to the Contract Administrator/Designee for approval prior to distribution, 13.Protection of adjacent property. CONTRACTOR shall take all necessary steps to protect adjacent public or private properties during work. CONTRACTOR shall restore any damage to adjacent property at CONTRACTOR expense and to the satisfaction of the Contract Administrator/designee. 14. Work quantities and locations, The listed under this Agreement are subject to change and may be done solely at the discretion of the CITY, The CITY will provide CONTRACTOR with a list of the locations and approximate square yards of each location when required. 15,Work Schedule. CONTRACTOR shall submit to Contract Administrator/designee a written proposed schedule of work for approval prior to commencing any work under this Agreement 16.Stop Work, The CITY reserves the right to stop work under this Agreement at any time if,in their opinion: a) weather conditions become adverse for doing patchwork; b) quality of work is deemed unacceptable; c) conflicts in CONTRACTOR equipment or personnel cause delays in getting work completed; d) work schedules/locations conflict with other CITY activities; e) material is deemed unacceptable by Contract Administrator/designee. 17.Estimated Quantities. There is no guarantee as to minimum quantities required by CITY. The CITY reserves the right to increase or decrease the actual quantities used to complete the project. Payment shall be based on actual quantities. 18.Payment Applications and Invoices. CONTRACTOR shall submit Invoices for payment to Contract Administrator/designee for approval upon completion of work. All work by CONTRACTOR will be Inspected and approved by Contract Administrator/designee prior to processing of any payments. Payment schedule is 30(thirty)calendar days or less upon approval. 19.CONTRACTOR shall provide asphalt patchwork, or where required, concrete repair and maintenance to CITY. Patches will vary in sizes ranging from 6'x6'to as large as, but not limited to, 20'x200'at various locations throughout the CITY and shall be replaced"in kind"or as directed by Contract Administrator/designee. All patches larger than 7'Wx40'L shall require the use of a paving machine to insure the smoothest surface possible. The patchwork shall be of the highest industry standard and must meet the grades or edges of the existing asphalt surface. CONTRACTOR will not be required to perform the work unless the CITY has a total of Page 14 of 36 approximately 50 square yards to be repaired. Ideally, CONTRACTOR should make every attempt to complete, on the same day, any and all asphalt removal and replacement. Sub-grade preparation after asphalt removal shall be in accordance with M.A.G.standards for this task. 20.CONTRACTOR shall supply asphalt material for this contract. The CITY shall approve the asphalt supplier prior to CONTRACTOR commencing work. The asphalt mix design shall meet the East Valley Asphalt Committee (EVAC) mix design criteria. On arterial streets, rubberized asphalt mix shall be used or as directed by Contract Administrator/designee. 21.Placement and compaction of patch material shall be accomplished in two(2)equal lifts to ensure proper density. The finished surface of the patch shall be flush with the adjoining pavement on all edges. Any newly Installed patch that is not acceptable to the Contract Administrator/designee shall be removed and replaced to meet acceptable standards.Any additional cost incurred for re- work will be the responsibility of the Contractor. Compaction shall be accomplished using a self- propelled double drum vibratory asphalt roller, with a minimum operating weight of three (3) tons. Use of any other compaction equipment will not be allowed unless approved by the Contract Administrator/designee. 22.Asphalt milling depths will be determined by Contract Administrator/designee per Exhibit C. Areas milled must have vertical edges on all sides of the patch. 23.Asphalt patching done on arterial roads shall be a minimum of 5" thick or equal to the existing thickness of asphalt whichever is greater. On collector streets,the patches must be a minimum of 3"or equal to the existing thickness of the asphalt surface,whichever is greater. 24.The CITY shall mark all locations for patching or milling. Prior to commencing work, the Contract Administrator/designee and CONTRACTOR shall measure the areas and agree upon the square yards required. 25.If working at signals, CONTRACTOR shall notify the CITY Traffic Division and Contract Administrator/designee 48-hours prior to commencing work to ensure that the loops can be re- installed by CONTRACTOR. 26.At all signalized Intersections where patching Is required,an off-duty uniformed police officer shall be utilized. Traffic control plans shall be submitted to the Contract Administrator/designee for approval prior to commencing work. 27.Pavement repairs shall be water tested at the discretion of Contract Administrator or Designee before final acceptance, Any area not draining properly shall be corrected at CONTRACTOR'S expense. Page 15 of 36 28.The CITY reserves the right to conduct in-place density testing on newly placed asphalt patches. CONTRACTOR shall be required to re-compact any patch that does not meet a minimum of 95% maximum density compaction for Marshall mix and 93% maximum density compaction for RICE mix design being used. If required compaction is no longer attainable due to material cooling below a workable temperature, CONTRACTOR shall remove and replace the material. The CITY shall be responsible only for the cost of the initial testing. CONTRACTOR shall be responsible for any cost associated with re-testing areas requiring re-work. CONTRACTOR shall not be allowed to re-heat asphalt patches with an open flame heater.Any asphalt patch reheated with open flames shall be removed and replaced by the CONTRACTOR at no additional cost to CITY. 29.CONTRACTOR shall seal all pavement cut joints with Crafco Polyflex Type Ill crack sealant (or approved equal) two (2) days after patchwork completion or as directed by Contract Administrator/designee. 30.Survey Monuments shall be adjusted according to MAG Standard Detail 120-1 and 120-2 as applicable. Survey monuments will be re-established by reference by a Registered Land Surveyor (RLS). The RLS shall reset the survey monuments. 31.Ali manholes shall be protected from debris falling into them. If any material enters the manhole from this work, It shall be the responsibility of the CONTRACTOR to clean out the manhole to the satisfaction of the utility company. CONTRACTOR shall be required to use (Manhole Debris Shields) in the process of working in manholes. Debris Shields shall be fabricated of plastic or wood and made of two half circles hinged in the middle to form one unit. The hinge shall allow the unit to fold in half to fit thru an open manhole. The unit is then unfolded and placed on the bottom of the manhole about the invert preventing debris from falling into the Invert and sewer line. The actual diameter of the unit shall depend on the width of the manhole shaft. 32.The City of Chandler is mandated to provide accessibility improvements to curb ramps and driveways whenever a pavement resurfacing is done. To accomplish this requirement, CONTRACTOR shall repair and/or retrofit existing curb ramps and driveways to the best extent possible to meet current Americans with Disabilities Act (ADA) standards or as directed by Contract Administrator/Designee. Each retrofit is a unique"field fit"and as such,the CONTRACTOR shall coordinate with the Contract Administrator/Designee in determining work limits and scope for each area. In most Instances, directional dual curb ramps shall be installed at each corner of intersections and shall be constructed as a combination of two(2)MAG standard detail ramps. 33.CONTRACTOR shall ensure that concrete conforms to the applicable requirements of MAG specification section 725 and applicable Maricopa Association of Governments (MAG) or City of Chandler (COC) standard detail. Concrete repair and maintenance shall comply with MAG specification section 340 as applicable. CONTRACTOR shall conduct a flow test on aprons, valley gutters and curb & gutters by supplying water from a tank truck or other source. Any ponding greater than Yz inch one hour after the water is shut off shall be corrected at CONTRACTOR'S Page 16 of 36 • ! II expense. Asphalt cut-and-patch for concrete forms shall be replaced flushed with existing pavement edges. Asphalt concrete shall be placed in accordance with the requirements in MAG standard specifications section 321 and 336. 34.Detectable warning shall consist of truncated domes as determined in MAG specification section 340. All truncated dome tiles shall be approved by the Contract Administrator/Designee prior to installation. (See attached Exhibit D - Approved Products List). Note: composite tiles are not a suitable substitute for the"hard"tiles listed in Exhibit D and will not be used on this contract. 35.The CONTRACTOR shall upon request obliterate all striping such as crosswalks, stop bars, lane lines, edge lines and center lines which do not line up or match retrofitted curb ramps. The CONTRACTOR shall re-stripe these obliterated areas as directed by Contract Administrator/Designee. No striping shall begin until approved by Contract Administrator/Designee. 36.The CONTRACTOR shall seal coat obliterated striping as directed by Contract Administrator/Designee with a Brewer Coat and silica sand mixture of one(1)gallon Brewer Coat to two(2)pound silica sand(or approved equal). Q.FFINITIONS: 1. Asphalt removal and replacement:per inch of depth/per sq.yd.total. Ali price items to include disposal of surplus materials by CONTRACTOR. All price items to include new materials placed, graded and compacted to standard MAG specifications. 2. Sub-base and sub-grade removal and replacement:per cu.yd. Any surplus materials to be disposed of by CONTRACTOR. All materials to be placed, compacted and graded to finish grade as per standard MAG specifications.All price items to include replacement of approved materials. 3. New asphalt(A/C)only:per 1"of depth/per sq.yd. New material to be placed and compacted to standard MAG specifications. 4. New aggregate base course(ABC):per ton New material to be placed,graded and compacted to standard MAG specifications. 5. Earth work and sub-grade preparation only:per cu.yd. All surplus material to be disposed of by CONTRACTOR. Sub-grade to be placed,compacted and graded to finished grade. Page 17 of 36 Adjust Existing manhole frame and covers per MAG 21 Detail 420-1 or 420-2 or 422 1 EA $510.00 22 Pre-lower valves,survey monuments,and sanitary EA sewer cleanouts 1 $290.00 Adjust frame and covers for valves,survey 23 monuments,and sanitary sewer cleanouts per EA MAG Detail 270 1 $430.00 Concrete and ADA Concrete Saw cut,Remove and Dispose of all 24 concrete and asphalt from curb ramps,driveways, SF alley entrances,sidewalks,and valley gutters or concrete aprons. 1 $36.00 25 Concrete Saw cut, Remove and Dispose of concrete curb and gutter or median curb 1 LF $38.00 26 Sidewalk per MAG Detail 230 1 SF $40.00 27 Curb&Gutter, Median Curb per MAG Detail 220-1 LF or 220-2 or221 or 222 or 223 1 $43.00 28 Asphalt Patch Back,2 feet wide minimum 1 SF $30.00 29 ADA Truncated Domes per MAG Detail 234 1 SF $53.00 30 Curb Ramp per MAG Details(236-1 or 236-2 or 236- 3 or 236-4)Single 1 EA $1,260.00 31 Curb Ramp per MAG Details(236-1 or 236-2 or 236- 3 or 236-4)Dual 1 EA $1,470.00 32 Curb Ramp per MAG Details(237-1 or 237-2 or 236- 3)Single 1 EA $1,270.00 33 Curb Ramp per MAG Details(237-1 or 237-2 or 236- 3)Dual 1 EA $1,480.00 Curb Ramp per MAG Detail 236-5(modified single) 34 (blended transition) 1 EA $1,100.00 35 Curb Ramp per MAG Details(238-1 or 238-2 or EA 238-3) 1 $1,300.00 36 Valley Gutters per MAG Detail 240 1 SF $38.00 37 Concrete Apron per MAG Detail 240 1 SF $38.00 38 Driveway or Alley Entrance per MAG Detail 260 1 SF $36.00 39 Commercial Driveway per MAG Detail 250-1,6" Thick 1 SF $40.00 Striping and Markings and Loops 40 Standard COC signal Loop,6'x50' 1 EA $1,000.00 41 Obliterate Striping,4"equivalent 1 LF $4.00 42 Seal Obliterated Striping,4"equivalent 1 LF $4.00 Page 19 of 36 EXHIBIT B TO AGREEMENT COMPENSATION AND FEES The City makes no guarantee of quantities.For bid bond purposes, estimated value of the contract is$500,000.Prices shall be tax inclusive. 0,ri xfc Y($R2 i 1 sn�f c�+r ? �( *'�ri i1' •� i,a 'h�.i:;..: "� t xt1 r`�Sr +�a Asphalt patcfi' emoiils�aid Replace' s„�4, ,, . , .k '': 1 Asphalt Saw cut and match existing,up to 2"Deep 1 LF $4.00 2 Asphalt Saw cut and match existing,2"to 3" Deep 1 LF $4.00 3 Asphalt Saw cut and match existing,3"to 4" Deep 1 LF $4.00 Asphalt Saw cut and match existing,4"and above 4 Deep 1 LF $4.00 Remove and Replace EVAC Asphalt,2"-4"Deep,(1 5 -50 SY) 1 SY $60.00 Remove and Replace EVAC Asphalt, 2"-4" Deep, 6 (50-100 SY) 1 SY $60.00 Remove and Replace EVAC Asphalt, 2"-4" Deep, 7 (100+SY) 1 SY , $60.00 Remove and Replace EVAC Asphalt, 4"-8" Deep,(1 8 -SO SY) 1 SY $65.00 Remove and Replace EVAC Asphalt, 4"-8" Deep, 9 (50-100 SY) , 1 SY $65.00 Remove and Replace EVAC Asphalt, 4"-8" Deep, 10 (100+SY) 1 SY $65.00 Remove and Replace Rubberized Asphalt, up to 4" 11 Deep(1-100 SY) 1 SY $50.00 Remove and Replace Rubberized Asphalt,4"and 12 above Deep(1-100 SY) 1 SY $50.00 13 Crack Seal 1 LF $4.00 14 2"Asphalt Cap 1 SY $30.00 15 Asphalt Milling Up to 1.5"to 2"Deep 1 SY $15.00 16 Asphalt Pave 2"(12.5MM EVAC AC Mix) 1 SY $30.00 17 Speed Humps 1 EA $1,000.00 Sub-base and/or subgrade removal and CY 18 replacement 1 $15.00 Aggregate Base Course(ABC)placed and 19 compacted 1 TON $3.0.00 Utility Monument Adjdstments 20 Pre-lower manhole frame and covers FLEA $290.00 Page 18 of 36 43 4"Yellow Paint Striping 1 LF $3.00 44 4"White Paint Striping 1 LF $3.00 45 6"White Paint Striping 1 LF $3.00 _ 46 8"White Paint Temporary Turn Lane 1 LF $3.00 _ 47 8"White Paint Thermoplastic Turn Lane 1 _ LF $3.00 48 12"White Paint Temporary Crosswalks 1 LF $3.00 49 12"White Paint Thermoplastic Crosswalks 1 LF $3.00 50 18"White Paint Temporary Stop Bars _ 1 LF $3.00 51 18"White Paint Thermoplastic Stop Bars 1 LF $3.00 52 24"White Paint Thermoplastic Rail Road Stop Bars 1 LF $3.00 53 Rail Road Symbols Per MUTCD Standard(Actual Count) 1 SET $160.00 School Crosswalk,24"x10'Yellow High Visibility 1 SET Crosswalk Rectangles $160.00 1 55 School Roll Out Yellow Dots,24"Diameter 1 EA $35.00 56 Temporary Turn Arrows, Paint 1 EA $52,00 57 Turn Arrows,Thermoplastic 1 EA $110.00 58 Bike Lane Symbols 1 EA $63.00 59 White Raised Pavement Markers, RPMS 1 EA $4.00 60 Yellow Raised Pavement Markers,RPMS 1 EA $4.00 61 Blue Fire Hydrant Reflectors 1 EA $11.00 62 Temporary Chip Seal Pavement Markers,Yellow 1 EA $3.00 63 Temporary Chip Seal Pavement Markers,White 1 EA $3.00 Miscellaneous. ; . , •. . ' . . . 64 General Survey 1 HR $150.00 r.:,., . Traffic Control Traffic Control Arterial Roadway Sections 65 (Contractor to be paid as invoiced per one 1 Day 24 hour day) $87,500.00 Traffic Control Residential and Collector 66 Roadway Sections(Contractor to be paid 1 Day as invoiced per one 24 hour day) $30,000.00 City of Chandler Uniformed Police Officer. 67 (Contractor to be paid as invoiced the 1 AL actual cost of hiring police officer per day) $75,000.00 Page 20 of 36 EXHIBIT C INSURANCE General, A. At the same time as execution of this Agreement, the Contractor shall furnish the City a certificate of insurance on a standard insurance industry ACORD form. The ACORD form must be issued by an insurance company authorized to transact business In the State of Arizona possessing a current A.M. Best,Inc. rating of A-7,or better and legally authorized to do business in the State of Arizona with policies and forms satisfactory to City. Provided, however, the A.M. Best rating requirement shall not be deemed to apply to required Workers'Compensation coverage. B. The Contractor and any of its subcontractors shall procure and maintain, until all of their obligations have been discharged, including any warranty periods under this Agreement are satisfied,the insurances set forth below. C. The insurance requirements set forth below are minimum requirements for this Agreement and in no way limit the indemnity covenants contained in this Agreement. D. The City in no way warrants that the minimum insurance limits contained in this Agreement are sufficient to protect Contractor from liabilities that might arise out of the performance of the Agreement services under this Agreement by Contractor, its agents, representatives, employees, subcontractors, and the Contractor is free to purchase any additional insurance as may be determined necessary. E. Failure to demand evidence of full compliance with the insurance requirements in this Agreement or failure to identify any insurance deficiency will not relieve the Contractor from, nor will it be considered a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement. F. Use of Subcontractors: If any work is subcontracted in any way, the Contractor shall execute a written contract with Subcontractor containing the same Indemnification Clause and Insurance Requirements as the City requires of the Contractor in this Agreement.The Contractor is responsible for executing the Agreement with the Subcontractor and obtaining Certificates of Insurance and verifying the insurance requirements. Minimum Scope and Limits of Insurance. The Contractor shall provide coverage with limits of liability not less than those stated below. A. Commercial General Liability-Occurrence Form. Contractor must maintain"occurrence"form Page 21 of 36 Commercial General Liability insurance with a limit of not less than $2,000,000 for each occurrence, $4,000,000 aggregate. Said insurance must also include coverage for products and completed operations, independent contractors,personal Injury and advertising injury. If any Excess insurance is utilized to fulfill the requirements of this paragraph, the Excess insurance must be "follow form" equal or broader In coverage scope than underlying insurance. B. Automobile Liability-Any Auto or Owned, Hired and Non-Owned Vehicles Vehicle Liability: Contractor must maintain Business/Automobile Liability insurance with a limit of $1,000,000 each accident on Contractor owned, hired, and non-owned vehicles assigned to or used in the performance of the Contractor's work or services under this Agreement. If any Excess or Umbrella insurance is utilized to fulfill the requirements of this paragraph, the Excess or Umbrella insurance must be "follow form" equal or broader in coverage scope than underlying insurance. C. Workers Compensation and Employers Liability Insurance: Contractor must maintain Workers Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of Contractor employees engaged in the performance of work or services under this Agreement and must also maintain Employers' Liability insurance of not less than$1,000,000 for each accident and$1,000,000 disease for each employee. D. Builders'Risk/Installation Floater Insurance. The Contractor bears all responsibility for loss to all equipment or Work under construction. Unless waived in writing by the City the Contractor will purchase and maintain in force Builders' Risk/Installation Floater insurance on the entire Work until completed and accepted by the City. This insurance will be Special Causes of Loss policy form, (minimally including perils of fire, flood, lightning, explosion, windstorm and hail,smoke,aircraft and vehicles,riot and civil commotion,theft,vandalism, malicious mischief, and collapse), completed value, replacement cost policy form equal to the contract price and all subsequent modifications. The Contractor's Builders' Risk/Installation Floater insurance must be primary and not contributory. 1. Builders' Risk/Installation Floater insurance must cover the entire Work including reasonable compensation for architects and Contractors' services and expenses and other"soft costs" made necessary by an insured loss. Builders'Risk/Installation Floater insurance must provide coverage from the time any covered property comes under the Contractor's control and or responsibility, and continue without interruption during course of construction, renovation and or installation, including any time during which any project property or equipment is in transit,off site,or while on site for future use or installation. Insured property must include, but not be limited to, scaffolding, false work, and temporary buildings at the site. This insurance must also cover the cost of removing debris, including demolition as may be legally required by operation of any law,ordinance, regulation or code. 2. The Contractor must also purchase and maintain Boiler and Machinery insurance with Page 22 of 36 the same requirements as Builders'Risk/Installation Floater insurance cited above if the Work to be performed involves any exposures or Insurable property normally covered under a Boiler and Machinery insurance policy or made necessary as required by law or testing requirements in the performance of this Contract/Agreement. The Contractor will be responsible for any and all deductibles under these policies and the Contractor waives all rights of recovery and subrogation against the City under the Contractor's Builders'Risk/Installation Floater insurance described herein. 3. Builders' Risk/Installation Floater Insurance must be maintained until whichever of the following first occurs: (i)final payment has been made; or,(ii) until no person or entity, other than the City,has an insurable interest in the property required to be covered. a, The Builders' Risk/Installation Floater insurance must be endorsed so that the insurance will not be canceled or lapse because of any partial use or occupancy by the City. b. The Builders Risk/Installation Floater insurance must include as named insureds,the City, the Contractor, and all tiers of subcontractors and others with an insurable interest In the Work who will be named as additional insureds unless they are able to provide the same level of coverage with the City and Contractor named as additional Insureds. Certificates must contain a provision that the insurance will not be canceled or materially altered without at least 30 days advance notice to the City. The City must also be named as a Loss Payee under the Builders' Risk/Installation Floater coverage. c. The Builders Risk/Installation Floater insurance must be written using the Special Causes of Loss policy form,replacement cost basis. d. All rights of subrogation under the Builders Risk/Installation Floater insurance are, by this Contract/Agreement,waived against the City, its officers, officials,agents and employees. e. The Contractor is responsible for payment of all deductibles under the Builders' Risk/Installation Floater insurance policy. Additional Policy Provisions Re Tired. A. Self Insured Retentions or Deductibles. Any self-insured retentions and deductibles must be declared and approved by the City. If not approved, the City may require that the insurer reduce or eliminate any deductible or self-insured retentions with respect to the City, its officers,officials,agents,employees,and volunteers. 1. The Contractor's insurance must contain broad form contractual liability coverage. 2. The Contractor's insurance coverage must be primary insurance with respect to the City, its officers, officials, agents, and employees. Any insurance or self-insurance maintained by the City,its officers, officials,agents,and employees shall be in excess of the coverage provided by the Contractor and must not contribute to it. Page 23 of 36 3. The Contractor's insurance must apply separately to each insured against whom claim is made or suit is brought,except with respect to the limits of the insurer's liability. 4. Coverage provided by the Contractor must not be limited to the liability assumed under the indemnification provisions of this Agreement. 5. The policies must contain a severability of interest clause and waiver of subrogation against the City, its officers, officials, agents, and employees, for losses arising from Work performed by the Contractor for the City. 6. The Contractor, Its successors and or assigns, are required to maintain Commercial General Liability Insurance as specified in this Agreement for a minimum period of three years following completion and acceptance of the Work. The Contractor must submit a Certificate of Insurance evidencing Commercial General Liability insurance during this three year period containing all the Agreement insurance requirements, including naming the City of Chandler, its agents, representatives, officers, directors, officials and employees as Additional Insured as required. 7. If a Certificate of Insurance Is submitted as verification of coverage, the City 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. B. Insurance Cancellation During Term of Contract/Agreement. 1. If any of the required policies expire during the life of this Contract/Agreement, the Contractor must forward renewal or replacement Certificates to the City within ten days after the renewal date containing all the required insurance provisions. 2. Each insurance policy required by the insurance provisions of this Contract/Agreement shall provide the required coverage and shall not be suspended, voided or canceled except after 30 days prior written notice has been given to the City, except when cancellation Is for non-payment of premium, then ten days prior notice may be given. Such notice shall be sent directly to Chandler Law-Risk Management Department, Post Office Box 4008, Mailstop 628, Chandler, Arizona 85225, If any insurance company refuses to provide the required notice, the Contractor or its insurance broker shall notify the City of any cancellation, suspension, non-renewal of any insurance within seven days of receipt of insurers'notification to that effect. C. City as Additional Insured. The policies are to contain, or be endorsed to contain, the following provisions: Page 24 of 36 . 1 1. The Commercial General Liability and Automobile Liability policies are to contain, or be endorsed to contain,the following provisions: The City, its officers,officials,agents,and employees are additional insureds with respect to liability arising out of activities performed by,or on behalf of,the Contractor Including the City's general supervision of the Contractor; Products and Completed operations of the Contractor; and automobiles owned, leased, hired,or borrowed by the Contractor. 2. The City, its officers, officials,agents, and employees must be additional insureds to the full limits of liability purchased by the Contractor even If those limits of liability are in excess of those required by this Agreement. Page 25 of 36 EXHIBIT D TO AGREEMENT SPECIAL CONDITIONS WORK IN CITY RIGHT-OF-WAY Work within the City's Right-of-Way. All work performed within the City's Right-of-Way by the Contractor and his/her subcontractors must comply with the City of Chandler requirements Bid Bond. Each bid shall be accompanied by a certified check, cashier's check, or draft, for ten percent (10%) of the total bid price,such check to be certified or issued by either a solvent State or National Bank payable to the City as a guarantee that CONTRACTOR will enter into a contract with CITY in accordance with the terms of the Specifications in case such bidder be awarded the contract. In lieu of a certified check as a guarantee,a bond of ten percent(10%)of total bid price may be furnished by the CONTRACTOR;such bond to be issued by a surety authorized to do business in Arizona. Such bond shall be payable to CITY as guarantee that such CONTRACTOR will enter into a contract with CITY in accordance with the terms of the specifications in case such bidder be awarded the contract. The successful CONTRACTOR's security shall be retained until a contract has been signed and the required performance bond has been signed and delivered to CITY. CITY reserves the right to retain the security of the next most responsive bidder until a contract has been executed or until one hundred twenty(120) days after opening,whichever is first. All other securities will be returned as soon as Is practicable. Performance and Payment Bonds. At the time City Issues Notice of Contract Award, Contractor must provide a Performance Bond and a Payment Bond,each In an amount equal to the full amount of the Contract Price. Each such bond must be executed by a surety company or companies holding a Certificate of Authority to transact surety business in the State of Arizona, issued by the Director of the Arizona Department of Insurance and must be named in the current list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. A copy of the Certificate of Authority must accompany the bonds. The Certificate must have been issued or updated within two (2)years prior to the execution of this Agreement. The bonds must be written or countersigned by an authorized representative of the surety who is either a resident of the state of Arizona or whose principal office is maintained in this state,as by law required. The bonds must be made payable and be acceptable to City. The bond forms for the performance and payment bonds must be in the forms required under A.R.S. § 34-221, et Seq., as in Appendices 4 and 5 of these General Conditions. Upon the request of any person or entity appearing to be a potential beneficiary of bonds covering payment of obligations arising under the Contract Documents, Contractor must promptly furnish a copy of the bonds or must permit a copy to be made. All bonds submitted for this Project must be provided by a company which has been rated AM Best rating of A- or better for the prior four quarters by the latest edition of the'Results Best's Key Rating Guide (Property/Casualty)" published by the P.M.Best Company. Page 26 of 36 EfE . I Personal or individual bonds are not acceptable. If the surety on any Bond furnished by Contractor Is declared a bankrupt or becomes Insolvent,or Contractor's right to do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements of this Section 11.4, Contractor must within 5 Days thereafter substitute another Bond and surety, both of which must be acceptable to City. • • Page 27of36 EXHBIT E ADA TRUNCATED DOMES(TILES) • APPROVED PRODUCTS LIST 1. NWC Erie St and Cheri Lynn Dr Cast in Tact Wet Set By N-Direct Installation Date:02/2007 Contact Info TF Valdez Construction Supply Co., Inc 5660 South 32nd Street,Suite#105 Phoenix,AZ 85040 (602)305-8575 2. SEC Erle St and Evergreen St TekWay Dome Tiles w/Anchor By StrongGo Inc Installation Date:07/2007 Contact Info StrongGo LLC 3296 E. Hemisphere Loop Tucson,Arizona 85706 Tel:(520)547-3510 3. SWC Erie St and Vine St ADA Arcis Tactile By Arcis Corp Installation Date:03/2009 Contact Info Atlas Construction Supply, Inc 1611 S.27th Ave. Phoenix,Arizona 85009 Tel:(602)256-0600 Note: composite tiles are not a suitable substitute for the"hard"tiles listed on this Exhibit and will not be used on this contract. Page 28 of 36 CITY OF CHANDLER NOTICE OF REQUEST FOR PROPOSAL PWO-745-4123 EXHIBIT F Contractor's Equipment List SEE ATTACHED SPREADSHEET NO. YEAR DESCRIPTION 1 2019 PETERBUILT DISTRIBUTOR TRUCK 2 2018 CAT 140K MOTOR GRADER 3 2018 CAT 140K MOTOR GRADER 4 2018 _CAT 980M WHEEL LOADER 5 2018 CAT 988K WHEEL LOADER 6 2018 DITCH WITCH FX20 VAC SYSTEM(ON 11146) 7 2018 DITCH WITCH FX20 VAC SYSTEM(ON ITN08) 8 2018 0 GERSOLL RAND PAVER PF3200-REBUILT 9 2018 SANDVIK U1310 MOBILE IMPACT CRUSHER 10 2018 TOPCON 4000VW SYSTEM CAT'LATE'140H(ON MG07) 11 2018 TOPCON 4100VW SYSTEM(ON MG06) 12 2017 BLAW KNOX PF3200 PAVER-REBUILT 13 2017 GRACO PAINT SYSTEM-RIDE ON 14 2016 CAT C8548 STEEL COMPACTOR 15 2016 CAT C854B STEEL COMPACTOR 16 2016 HAMM 180$-15 ROLLER 17 2016 HAMM 1801-15 ROLLER 18 2016 TOPCON MODEL 1001587 SYSTEM(ON PAV04) 19 2015 CARLSON CP-100 PAVER 20 2015 CAT 242D SKIDSTEER 21 2015 CAT 960M WHEEL LOADER 22 2015 CAT CB348 STEEL ROLLER 23 2015 CAT CW14 ROLLER 24 2015 SANDVIK 0A440 DOUBLE SCREEN 25 2014 CAT 374FL HYDRAULIC EXCAVATOR 26 2014 CAT 980M WHEEL LOADER 27 2014 CAT CB24 STEEL ROLLER 28 2014 CAT CW14 ROLLER 29 2014 1ALTKX)IP 100KW GENERATOR 30 2013 12000 GAL WATER TOWER ' 31 2013 12000 GAL WATER TOWER 32 2013 CAT P5000•LE FORKLFT 33 2012 BROOM 9SKIDSTEER•ATTACHMENT) 34 2012 CAT 336EL EXCAVATOR-MEDIUM 35 2012 CAT 980K WHEEL LOADER 36 2012 CAT 980K WHEEL LOADER • 37 2012 CAT PSI50C COMPACTOR 38 2012 CAT PS150C COMPACTOR 39 2012 DYNAPAC CC424HF COMPACTOR 40 2012 DYNAPAC FIOOW PAVER 41 2012 NNI.TIOUIP 38KWGENERATOR 42 2012 TOPCON 4000V SYSTEM CAT'LATE 140H(ON MG04) 43 2012 TOPCON 4000V SYSTEM CAT 140 H SERIES 44 2011 CAT 299C SKOSTEER 45 2011 CAT XO500KW GENERATOR 46 2011 GEH.SKIDSTEER 4640 47 2011 JO TR'LE DECK WP SCREEN SUPPORT STRUCTURE 48 2011 PLANER(SKDSTEER-ATTACHMENT) 49 2010 CAT 725KW GENERATOR 50 2010 CAT C15 365KW DIESEL GENERATOR 51 2008 CAT613C SCRAPER 52 2008 RANCO 04DL TANDEM AXLE DOLLY 53 2008 RANCO 04DL TANDEM AXLE DOLLY 54 2008 RAACO OFF-ROAD LW21-32 BOTTOM DUMP TRAILER 55 2008 RANCO OFF-ROAD LW21-32 BOTTOM DUMP TRAILER 56 2008 RANCO OFF-ROAD LW21-32 BOTTOM DUMP TRAILER 57 2008 RANCO OFF-ROAD LW21-32 BOTTOM DUMP TRAILER 58 2007 CAT 140H MOTOR GRADER 59 2007 CAT PS360C COMPACTOR 60 2007 JOHN DEERE 210LE GRADE TRACTOR 61 2007 JOHN DEERE 210LE GRADE TRACTOR 82 2007 JOHN DEERE 210LE GRADE TRACTOR 63 2007 JOHN DEERE 210LE GRADE TRACTOR 64 2007 JOHN DEERE 2101E GRADE TRACTOR 65 2007 _PETERBIT 357 5500 GAL WATER TRUCK 66 2007 RANCO OFF-ROAD LW21-40 BOTTOM DUMP TRAILER 67 2007 RANCO OFF-ROAD LV121-40 BOTTOM DUMP TRAILER 68 2007 SA-UV1501 DIESEL TRASH PUMP 69 2006 CAT I40H MOTOR GRADER 70 2006 CAT 140H MOTOR GRADER 71 2008 CAT 140H MOTOR GRADER 72 2006 CAT 140H MOTOR GRADER 73 2006 CAT613C SCRAPER 74 2006 CAT 613C SCRAPER 75 2006 CAT 613CH SCRAPER 76 2006 CAT 813CIISCRAPER 77 2006 CAT 623G SCRAPER 78 2006 CAT 627G SCRAPER 79 2006 CAT 7690 OFF-HIGHWAY HAUL TRUCK 80 2006 CAT 7690 0FF-HIGHWAY HAUL TRUCK 81 2006 CAT 08T TRACK TYPE TRACTOR 82 2006 JOHN DEERE 2101.E GRADE TRACTOR 83 2006 JOHN DEERE 210LE GRADE TRACTOR 84 2006 KPI 42 X 20 VIBRATING GRIZZLY FEEDER 85 2006 SENSOR-TRACER BOX CAT 140H SERIES(ON MG01) 86 2005 CAT 140G MOTOR GRADER 87 2005 CAT 643CII SCRAPER 88 2005 CAT 613CIISCRAPER 89 2005 CAT 950GII LOADER 90 2005 CAT PSI50C COMPACTOR 91 2005 GEHLTELEHANDLER1000OLB 92 2004 12000 GAL WATER TOWER 93 2004 12000 GAL WATER TOWER 94 2004 CAT627G SCRAPER 95 2004 CAT TELESCOPIC HANDLER TH460B 96 2003 CAT 242 SKIDSTEER BOBCAT LOADER 97 2003 CAT 613CII SCRAPER 98 2003 CAT PS150B COMPACTOR 99 2003 HURRICANE KLEIN PUMP 103 2002 GAT 613C SCRAPER 101 2001 12000 GAL WATER TOWER 102 2001 INGERSOLL RAND D070 ROLLER 103 2000 JOHN DEERE 210LE GRADE TRACTOR CITY OF CHANDLER • NOTICE OF REQUEST FOR PROPOSAL PWO-745-4123 EXHIBIT G SUBCONTRACTOR'S LIST Each bidder MUST complete information regarding each Sub-Contractor which may be used In conjunction with 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 subs). NAME:ME1120112,4FP1C CONTRoL LICENSE I9knbil ADDRESS: 22040 N• 21 SrAVE, PHcaENi x. /rZ B5OZ7 CONTACT PERSON/TELEPHONE: spprinei GrALi- MQRE (b23)Z13-Gw4 EMAIL ADDRESS: 6RArtriE4e.tien2O7;z4f3'Ic.CON=L.Met' • EXTENT OF WORK: "RAMC CAMTIZOL NAME: SPitik-T'( COMPAN SGROUP LICENSE I932.721 ADDRESS: 2Z223 N jb Sr, RIOENIX,14L $SO24 CONTACT PERSON/TELEPHONE: RI HIZicat (b23)58L-23BS .is EMAIL ADDRESS: SPECt'AL.?Y gC>iFA2.•COM EXTENT OF WORK: LJTILU t'1 AQ.A.&STNAEt(TS NAME: INSP, INC• LICENSE 0723'1 ADDRESS: ` rri N. 1071 AUE,6(ENO4LE,AZ 85303 CONTACT PERSON/TELEPHONE:$RIANIGALLIMoer. (27, q&q-SOSO EMAIL ADDRESS: 660111.0-40 C IN6PIN4•NET EXTENT OF WORK: MILL.NCT• CITY OF CHANDLER NOTICE OF REQUEST FOR PROPOSAL PWO-745.4123 EXHIBIT G SUBCONTRACTOR'S LIST Each bidder MUST complete information regarding each Sub-Contractor which may be used in conjunction with 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 subs). NAME: B ko ASPHALruiu-ii4o. INC LICENSE 2001 ADDRESS: 1959 S. RWER.RD-*KG-2►S.MESA. AL 8S2P6 CONTACT PERSON/TELEPHONE: teEK KENNEC71• (II80'227-Sa70 EMAIL ADDRESS: PEREKe,Ri fcOHtt.UNG.CAM EXTENT OF WORK: MILJIdNG NAME: ALL SINE SPECIAUgr, LLC• LICENSE 285%b0 ADDRESS: Lt (33X `183S, R oesio( AZ, BSo& CONTACT PERSON/TELEPHONE: DAN ROGEDS SQ. (480)SRD—OS8M EMAIL ADDRESS: DAN•tn.e ALL1;ThT;`SAEDtAUST"CoM EXTENT OF WORK: CONCRETE NAME: ViNcoM ENG-CON(4112 cN,LL.C• LICENSE 377528 ADDRESS: 1831 N. RACNEST€Q., MESA, AZ BSta5 CONTACT PERSON/TELEPHONE: TQO`1 CoLELf (1480)LP -3931 EMAIL ADDRESS: TCOU f€VINC:01/4) L•(M EXTENT OF WORK: CONC>E + LOOP DErr:CR: CITY OF CHANDLER NOTICE OF REQUEST FOR PROPOSAL PW0-745-4123 EXHIBIT G SUBCONTRACTOR'S LIST Each bidder MUST complete information regarding each Sub-Contractor which may be used In conjunction with 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 subs). NAME: FRANKUN 5712-IPING-, INC. LICENSE 11S7o3 ADDRESS: 283L S. 4QT±Sr, pHoEN iv,A'L 8So40 CONTACT PERSON/TELEPHONE: RANbK f 4tJ .UN 2. A -97'48 EMAIL ADDRESS: QANaYCFRA AMU►.aSi'WRNS•Cool EXTENT OF WORK: STRl RNG NAME: LICENSE ADDRESS: CONTACT PERSON/TELEPHONE: EMAIL ADDRESS: EXTENT OF WORK: NAME: LICENSE ADDRESS: CONTACT PERSON/TELEPHONE: EMAIL ADDRESS: EXTENT OF WORK: CITY OF CHANDLER NOTICE OF REQUEST FOR PROPOSAL PW0-745-4123 EXHIBIT H1 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, M.R.Tanner Development and Construction Inc.dba M.R.Tanner Construction , as Principal, (hereinafter called the Principal),and the Liberty Mutual Insurance Company a corporation duly organized under the laws of the State of Massachusetts , as Surety,(hereinafter called the Surety)are held and firmly bound unto the City of Chandler as Obligee, in the sum of 10 percent (10%) of the total bid, submitted by him to the City of Chandler for the work described below,for the payment of which sum,well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, and administrators, successors and assigns, jointly and severely,firmly by these presents, and in conformance with Arizona Revised Statutes. WHEREAS, the said Principal is herewith submitting its bid for. Street Maintenance and Repair Services,REP No. FWO-745-4123 NOW, THEREFORE, if the City of Chandler shall accept the proposal of the Principal and the principal shall enter into a Contract with the City of Chandler in accordance with the terms of such proposal and give such Bonds and Certificates of Insurance as specified in the Contract Documents with good and sufficient Surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter into such Contract and give such Bonds and Certificates of Insurance, if the Principal shall pay to the City of Chandler the sum of money set forth above as liquidated damages for failure of the Principal to enter into the Contract, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 16th day of October ,A.D.,2019 . M.R.Tanner Development and Construction,Inc. dba M.R.Tanner Construction Liberty Mutual Insurance Company Principal SEAL SURETY By: t/ By: Attomey-in-F ct SEAL Kristin D.Thurber Attorney-In-Fact Its: SE{RFTP_lld9 •(2., Willis of Arizona,Inc. AGENCY OF RECORD 16220 N.Scottsdale Road,Suite 600 Scottsdale,AZ 85254 AGENCY ADDRESS • or This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. " .0.Vf Liberty ♦�t Liberty Mutual Insurance Company 1l Mutual.. The Ohio Casualty Insurance Company Certificate No.8200754-024127 SURETY West American Insurance Company POWER OF ATTORNEY • KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duty organized under the laws of the State of Indiana(herein collectively called the'Companies°},pursuant to and by authority herein set forth,does hereby name,constitute and appoint, James A. Bracy,Terry Orel!,David G.Jensen,Hillary D.Shepard,Kristin D.Thurber all of the city of Scottsdale state of Arizona each individually if there be more than one named,its true and lawful attorney-in-fad to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognirances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21st day of March , 2019 . Liberty Mutual Insurance Company %.tNSUp, tiZV 1Nso lNSU J J'' w �{s, P� o 4Z West Ohio American Insurance Insurance Company J 4PPpeO'4.b t nun "35P orb . a "+rib m Insurance Company Ys1912 o a 1919 0 i 1991 c s epdpf/17/.,,,4ai ev2 * tiY• '41 * t` �4M * I, By: cc — David M.Carey,Assistant Secretary .i »=cti State of PENNSYLVANiA County of MONTGOMERY 6.re. On this 2 i st day of March , 2019 before me personalty appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual insurance 1 o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing Instrument for the purposes—F > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. -6 LLi m IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at long of Prussia,Pennsylvania,on the day and year first above written. li � cc•coef' °Air O Q.F. 0owwe . COMMONWEALTH OF PENNSYLVANIA y Notarial Seel L. N ���o OF P' Teresa Pastee&Notary Pvello t�As�O l)ppet Me cntkp.,Montxmery County By: E 4 My Comds+ eton a vtrea March 28.2021 erase Pastels,Notary Public N Mombec Pe naysvenie Aesootabon or Notaries pa)m,_ -(I This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,liberty Mutual insurance o.c Company,and West American insurance Company which resolutions are now in full force and effect reading as follows: o ARTICLE IV-OFFICERS:Section 12.Power of Attorney. 44-2 ro Any officer or other official of the Corporation authorized for that purpose In writing by the Chairman or the President,and subject to such limitation as the Chairman or the President ft . c may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all >q To undertakings,bonds,recognizances and other surety obligations.Such atome s in-fact,subject to the limitations set forth in their respectivepowers of attorney, Ly > Y b! pe shall have full power to bind the Corporation by their signature and execution of any such Instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall Z c, be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this c� article may be revoked at any Erne by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE X18-Execution of Contracts:Section 5.Surety Bonds and Undertakings. r9 Any officer of the Company authorized for that purpose In writing by the chairman or the president,and subject to such irritations as the chairman or the president may prescribe,h'- shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fad subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Colttpany's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually aflbted, I,Renee C.Llewellyn,the undersigned.Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,i have hereunto set my hand and affixed the seals of said Companies this 16th day of October , 2019 . J4'oa°O U�y J�0auw 8rj P�eso Uq' J 3a �,fo c+sn fb,3°0 'ta-11, cl al P �Ab fenrA Y ` 1912 0 4 1919 c ` 1991 4 s ,..0 �CCC... rdA,�*u9 a x°y`N4w•. b'b rr�tte f'N,abbT By Renee C.Llewellyn,Assistant Secretary 1 * M * F LMS-12873 LMfC OCIC WAX'Alum Cc 0e201B of`D , . I Bond Number.609202859 • EXHIBIT H2 PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO TITLE 34,CHAPTER 2,ARTICLE 2, OF THE ARIZONA REVISED STATUTES (Penalty of this bond must be 10(1%of the Bond amount) KNOW ALL MEN BY THESE PRESENTS: That, M.R. Tamer noerconst rctw"nd�S"v`"��Inc (hereinafter called the Principal), as Principal,and Liberty Mutual Insurance Company a corporation organized and existing under the law of the State of M..."Vn with Its prindpal office in the City of Boston ,(hereinafter called the Surety),as Surety,are held and firmly bound unto the City of Chandler, County of Maricopa, State of Arizona, In the amount of Five Hundred Seventy-Five Thousand and 00/100 Dollars($ $575,000.00 ),for the payment whereof,the said Principal and Surety bind themselves, and their heirs, administrators,executors,successors and assigns,jointly and severely,firmly by these presents. WHEREAS,the Principal has entered into a certain written Contract with the City of Chandler,Dated the 30th day of December, 2019,for Street Maintenance and Repair Services,RFP No. FWO 745-4123,which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copies at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the said Principal shall faithfully perform and fulfill all the undertakings, covenants terms, amnions, and agreements of said contract during the original term of said Contract and any extensions thereof,with or without notice to the Surety,and during the life of any warranty required under the contract,and shall also perform and fulfill all the undertakings,covenants,terms,condi- tions,and agreements of any and all duly authorized modifications of conditions of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; then the above obligations shall be void, otherwise to remain in full force and effect. PROVIDED,HOWEVER that this bond is executed pursuant to the provisions of Title 34,Chapter 2,Article 2 of the Arizona Revised Statutes,and all liabilities on this bond shall be determined in accordance with the provisions of said Title,Chapter and Article,to the extent as if it were copied at length herein. The prevailing party In a suit on this bond shall be entitled to such reaso•iai a attorney's fe s may be fixed by a Judge of the Court. M.R.Tanner I: •lopme and nstruction,Inc. Witness our hands this 2nd day of January ,20 Q_. dba M.R.T n 11 Con uction PRIN taXISPIPP- Kristin Thurber Liberty Mutual Insurance Company AGENT OF RECORD Wills Towers Watson Insurance Services West.Inc. BY 16220 N.Scottsdale Road,Suite 5600 Scottsdale.AZ 85254 Josh rd.Attorney-In-Fact AGENT'S ADDRESS SURETY SEAL Page 32 of 36 Bond Number 609202859 • EXHIBIT H3 • PAYMENT BOND ARIZONA STATUTORY PAYMENT BOND PURSUANT TO TITLES 28,34,AND 41,OF THE ARIZONA REVISED STATUTES (Penalty of this Bond must be 100%of the Contract amount) KNOW ALL MEN BY THESE PRESENTS: M R.Tanner Cevelopment and Construction.Inc THAT: dba M R Tanner Construction (hereinafter"Principal"),as Principal,and Liberty Mutual Insurance Company (hereinafter"Surety"),a corporation organized and existing under the laws of the State of_ Massachusetts with its principal office in the City of Boston , holding a certificate of authority to transact surety business in Arizona issued by the Director of the Department of insurance pursuant to Title 20,Chapter 2,Article 1,as Surety,are held and firmly bound unto the City of Chandler,(hereinafter 'Obligee")County of Maricopa,State of Arizona,in the amount of Five Hundred Seventy-Five Thousand and 00/100 Dollars ($ $575,000.00 ), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has entered into a certain written Contract with the City of Chandler, dated the 30th day of December —,2019, for Street Maintenance and Repair Services,RFP No. FW0-745-4123 ,which Contract Is hereby referred to and made a part hereof as fully and to the same extent as If copies at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLICATION IS SUCH, that if the Principal promptly pays all moneys due to all persons supplying labor or materials to the Principal or the Principal's subcontractors in the prosecution of the work provided for in said contract, this obligation is void. Otherwise it remains in full force and effect. PROVIDED, HOWEVER that this bond is executed pursuant to the provisions of Title 34,Chapter 2, Article 2 Arizona Revised Statutes, and all liabilities on this bond shall be determined in accordance with the provisions,conditions and limitations of Title 34,Chapter 2,Article 2,Arizona Revised Statutes,to the same extent as if it were copied at length in this agreement. The prevailing party in a suit on this bond shall recover as part of the judgment reasonable attorney fees that may be fixed by a Judge of the court. Witness our hands this 2nd ,day of January ,2020. N R.Tannc,Cc.Ncan Ws. los dba M.R.Tonnes Construction PRIN SEAL Kristin Thurber AGENT OF RECORD BY os u a rd,Attorney-In-Fact Wllis Towers Watson Insurance Services West,Inc. Libe Mutual Insurance Company 16220 N.Scottsdale Road,Suite e600 Scottsdale,AZ 85254 SURETY SEAL AGENT ADDRESS Page 33 of 36 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. ,,�% if Liberty Liberty Mutual Insurance Company • A ' 1VMutual The Ohio Casualty Insurance Company Certificate No:8202409-985949 West American insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company a a corporation duty organized under the laws of the Slate of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation dtdy organized under the laws of the State of Indana(herein collectively caned the'Corneanies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Akza Anderson,Samuel E.Begun,Bryan M.Caneschi,Saykham Chanthasone,Lorina Monique Garcia,Danielle D.Johnson,Michelle Anne McMahon,Tanya Nguyen, Aimee R.Perondine,Mercedes Phothirath,Jenny Rose Helen Phothirath,Noah William Pierce,Kristopher Pisano,Donna M.Planets,Joshua Sanford,Bethany Stevenson,Rebecca M.Stevenson,Eric Strba,Jynell Marie Whitehead el of the city of Hartford slate of Connecticut each individually if there be mom than one named,its true and lawful fey-irt•fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and al undertakings,bonds,recognizances and other surety obigatiens,in pursuance of these presents and shorn be as timing upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seats of the Companies have been affixed thereto this 23rd day of October , 2019 . Liberty Mutual Insurance Company WSU ts. ty Ina 1Ns0 U to Ry The Ohio Casualty Insurance Company �1�p P t' West American Insurance Company , 2 1912 Q ei 1919 n II 1991 Q r +e wi d,, °.chw*o s -,-..,�"As. ra, %roux. ,a� 44/17/ ..i c a1 ei) a tt� '�hl r 0 N . FI% BY: c David M.Carey,Assistant Secretary .3 ki a State of PENNSYLVANIA so 3 z alCounty of MONTGOMERY c O m On this 23rd day of October , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual insurance 0 O m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes 1— d> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. CD= IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on tire day and year first above written. -2) l'R' OO N Poews N QF.g r,C COrdONVYEALTH OP PENNSYLVAN IA /I ti �s p Notarial Seel ,�Id.f- `� 0^O OF Tame PaYxa,Notary Public /!i' � �, O O Upq,T rkrimTwp..Montgomery C.Curxy By: e ,T My Commission expires March 2S.2fl2 .mesa Pastetla,Notary Public 8 N '4Hy l & Member.Pxenixr 4a aesxiaeon m r.menes N co E This Nutt of Attorney is made and executed pursuant to and by authority of the!clewing By-laws and Authortzattcns of The Ohio Casualty Insurance Company,Liberty Mutual Insurance'�Di o e Company,and West American Insurance Company which resolutions am now in tel force and effect reading as follows: O a; ARTICLE N-OFFICERS:Section 12.Power of Attorney. Z E Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President 32 may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all i C undertakings,bonds,recognizances and other surety obfgations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,chat have full.g power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall fry Zv be as binding as if signed try the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this L`1 article may be revoked at any trite by the Board,the Chairman,the President or by the officer Of officers granting such power or authority. 'OV ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. p Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,h-• shad appoint such attorneys-in-fact,as may be necessary to act kn behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertaidngs, _`_ bends,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneysin- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimle or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in cennectien with surety bonds,shall be said and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.L evreltyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing a a ful,true and correct copy of the Power of Attorney executed by said Companies,is in tel force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 2nd day of January , 2020 . 4 outwit_ tY ors, s$suo... a rom3r % P tSf °bA / $ 1912 o 0 1919 0l 1991 0 5,✓FJ o o s BY: rd�y" �aa sod`"mo Via! ra,,e`"t*,Ir. ,Aar Renee C.Liawelyn,Assistant Secretary "--- h t } 'f'N1 a * M r h LVS-12em3 LAIC IX:1C WA:C MhsS Co_C62018 Vt Liberty f• Mutual. SURETY ARIZONA ENDORSEMENT IN ACCORDANCE WITH Please read caref ully,this endorsement adds additional information. Re:Bond Number(s):609202859 Your agent/agency for this policy is:Willis Towers Watson Insurance Services West, Inc. Agency/Agent Name: Kristin Thurber Address:16220 N. Scottsdale Road, Suite#600, Scottsdale,AZ 85254 Phone: (602)787-6052 All other terms and conditions of the policy remain unchanged. Instruction for Inquiries and Notices Regarding the Bond Attached to this Endorsement: To verify the authenticity of the bond,please call 888-844-2663 or email at bonds( Iibertymutual.com Any written notices,inquiries,claims or demands to the surety on the bond to which this endorsement is attached should be directed to: Liberty Mutual Insurance Company 1001 4th Avenue Suite#1700 Seattle, WA 98154 Or Email: bondsRa libertymutual.com Please include with all notices the bond number and the name of the principal on the bond.Where a claim is being asserted,please set forth generally the basis of the claim.In the case of a payment or performance bond,please identify the project to which the bond pertains. LMS-20767 07(16 PERFORMANCE BOND REQUEST Date: 12/30/19 Contract Date:12/30/19 To: Willis of Arizona,Inc. From: M.R.Tanner Construction 16220 N.Scottsdale Rd. #600 1327 W.San Pedro St. Scottsdale,AZ 85254 Gilbert,AZ 85233-2403 Email:Kristin.Thurber@WillisTowersWatson.com Email: mail@mrtanner.com Attn: Kristin Thurber Contact: Erika Gapp Phone:(602)787-6052 Phone:480-633-8500 (800)933-6385 Fax: (602)787-8040 Date bond needed by: ASAP Obligee: (who is requiring the bond?) CITY OF CHANDLER—PURCHASING DIVISION Address: 175 S ARIZONA AVE CHANDLER,ARIZONA 85225 Project Name: 2020 CITY OF CHANDLER STREET MAINTENANCE&REPAIR SERVICES AGREEMENT NO.PWO-745-4123 Address: VARIOUS LOCATIONS Project Number: AGREEMENT NO.PWO-745-4123 Description: 2020 CITY OF CHANDLER STREET MAINTENANCE&REPAIR SERVICES MRTC JOB 505-01 Contract Amount:$575000.00 Bid Results: N/A Completion Time: 12 Months Liquidated Damages: N/A Backlog: N/A Special Bond Form: NO Anticipated Start Date:01/01/2020 If yes,please submit form. W 111IS WillisTowersWatson I.I'I'I.I Telephone: (602)787-6052 Websile: www,willistcwrerswatson.com E-mall: kristin.therhert@welistowerswatson.com January 2, 2020 M.R.Tanner Development and Construction, Inc.dba M.R.Tanner Construction Attn: Erika Gapp 1327 W.San Pedro St. Gilbert,AZ 85233 RE: Bond Number:609202859 Obligee:City of Chandler Description:2020 City of Chandler Street Maintenance 8 Repair Services MRTC Job 505-01 Attached is the completed document per your request. This was issued based upon the information you provided to our office and we urge you to check all of the information for accuracy(i.e. Power of Attorney, signatures,dates,amounts,description, etc.). Please verify that the form attached is the form required and complete the execution with the proper signature(s)and seal. If a premium is charged,our invoice will follow under a separate cover. Please note the premium payment for this bond is due upon receipt. Thank you for the opportunity to service your surety needs. Should you have any questions, please do not hesitate to contact any member of your Willis Towers Watson Surety Team. Sincerely, Kristin Thurber Willis Towers Watson Insurance Servwes West,Inc. 16220 N.Scottsdale Road.Suite#600 I Scottsdale,AZ 85254 EXHIBIT 11 CONSTRUCTION SIGN DETAIL If the work will take less than one(1)week to perform,such signage shall: a. Be installed on temporary supports at an approved location; b. Be placed in such positions that they can be read by traffic from each direction; c. Be colored"construction orange"with black letters; d. Have block letters at least 6"in height; e. Contain the following information: the name of CONTRACTOR for whom the work is being performed; f. a 24-hour contact phone number where persons may speak with a representative of the CONTRACTOR for whom the work is being performed or may leave a request to speak with such a representative and for which all calls will be returned by such a representative of the CONTRACTOR within 24-hours. 1 1 ; 1 i 9 s J i i i 1 1 1 1 1 1 1 a Page 34 of 36 I EXHIBIT 12 CONSTRUCTION SIGN DETAIL DEVELOPER CONTRACTOR ASPHALT PATCHWORK 9-1 - 19 TO 9-30-19 (480) 782-X)(XX • CITY OF CHANDLER NOTICE OF REQUEST FOR PROPOSAL PWO-745-4123 EXHIBIT 13 CONSTRUCTION SIGN DETAIL CONTRACTOR (480 ) 782 XXXX 36