Loading...
HomeMy WebLinkAboutC2021-008D - K2 ElectricB-1 Contract No. 2021-008D JOB ORDER MASTER AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND K2 ELECTRIC, LLC. THIS JOB ORDER MASTER AGREEMENT (this “Contract”) is entered into as of November 17, 2020, between the Town of Fountain Hills, an Arizona municipal corporation (the “Town”) and K2 Electric, LLC, a(n) Arizona Limited Liability Company (the “Contractor”). RECITALS A. The Town issued a Request for Qualifications, 2021-008, Electrical Services (the “RFQ”), a copy of which is on file in the Town Clerk’s Office and incorporated herein by reference, seeking statements of qualifications from vendors for professional consulting services. B. The Contractor submitted a Statement of Qualifications (the “SOQ”) in response to the RFQ, attached hereto as Exhibit A and incorporated herein by reference, and the Town desires to enter into an Agreement with the Contractor for Electrical Services (the “Services”). AGREEMENT NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which are incorporated herein by reference, the following mutual covenants and conditions, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Town and the Contractor hereby agree as follows: 1. Term of Contract. This Contract shall be effective as of the date first set forth above and shall remain in full force and effect for one year with up to four (one) year renewable options. 2. Job Order Master Contract Process. 2.1 This Contract establishes an indefinite delivery, indefinite quantity, Job Order Contract for such Electrical Services within the scope of this Contract as Town may request from time to time by issuance of an individual Job Order for each Project. A separate Job Order will be issued for each Project describing the specific Work to be performed by the Contractor for that Project. 2.2 Town shall have the right to perform work of the types included in this Contract itself or to have other Contractors perform such work. 2.3 This Contract does not obligate or require Town to offer any Job Order to Contractor and no Contract will exist for any specific Work until a Job Order for such Work has been fully executed by Town and Contractor. B-2 2.4 Scope of Work Under This Contract. The Contractor will provide all labor, tools, management, materials, parts and supplies, equipment, and transportation necessary to furnish a broad range of electrical services at various locations throughout the Town of Fountain Hills on an as-needed basis. Electrical services will include complete troubleshooting and repair of existing electrical systems, installation of new electrical components, general maintenance, and may include responses to emergency calls outside of normal Town operating hours. 2.5 Contract Price for Each Job Order. The amount to be paid by Town for the Project under each Job Order is the Contract Price for the Job Order. The Contract Price includes the Contract Price for the Work. The Contract Price for any Job Order may be a Fixed Price or a Guaranteed Maximum Price (GMP), subject to the following: A. The cumulative sum of the Job Orders performed by Contractor during any twelve (12) month period shall not exceed $125,000.00. B. There is no limit on the number of Job Orders that the Town may issue to Contractor during any twelve (12) month period of this Contract or during the entire period this Contract is in effect. C. Contractor may not refuse any Job Order under this Contract properly issued by Town, unless Contractor explains, in writing and to Town’s satisfaction, that the scope of work under a specific Job Order is poorly defined or hazardous to health or safety. 3. Performance of the Work. 3.1 Specifications. The Maricopa Association of Governments, Uniform Standard Specifications for Public Works Construction, current edition (“MAG Specifications”), Maricopa Association of Governments, Standard Details for Public Works Construction, current edition (“MAG Details”), have been adopted by Town and shall apply to the Work, to the extent applicable. In addition, to the extent Town has adopted its own Town Specifications, and/or Supplements and/or Modifications to the MAG Specifications or MAG Details (collectively the “Town Specifications”), those Town Specifications shall apply to the Work when and where appropriate and the Contractor shall fully comply therewith. Any questions or concerns about the applicability of any specific MAG or Town Specifications to the Work shall be directed in writing to the Project Engineer. The MAG Specifications, MAG Details and Town Specifications are incorporated into the Contract. 3.2 Coordination. Contractor shall also cooperate with Town in communicating with, obtaining necessary approvals or permits from, and responding to, any applicable government entity or regulatory agency, including participation in any hearings or meetings. 3.3 Extra Work/Changes in the Work/Approvals. Town reserves the right to make such changes in the plans and specifications for the Work, within the general scope B-3 thereof, as it may deem appropriate and any such change as set forth in a written Change Order or Extra Work Order shall be deemed a part of this Contract as if originally incorporated herein. A. Contractor shall not be entitled to payment for additional work unless a written Change Order or Extra Work Order, in form and content prescribed by Town, has been executed by Town prior to starting the additional work; on all such Change Orders and Extra Work Orders, Contractor shall specify the increased and/or decreased costs and whether it believes any extensions of time will be necessary to complete its Work as modified by the Change Order or Extra Work Order. In no event, however, will the Contractor be entitled to collect for overhead and profit for such changes more than the percentages of Contractor’s actual and direct cost incurred in such change as set forth in the corresponding Change Order. If additional work is performed on the basis of an Extra Work Order, a corresponding Change Order shall be prepared, approved and processed by Town before payment can be made to Contractor. B. Upon request by Town, Contractor shall submit for Town’s prior approval all samples, product data, shop drawings on all materials, systems and equipment to be incorporated into the Work. C. The Project Manager shall be designated by the Town. All communications concerning performance of the Work or the Project shall be provided to the designated Project Manager, who has the authority to act on behalf of Town, as delineated and limited by the Contract Documents and applicable law. The Project Manager has no authority to bind Town or Town Council in contravention of any Town Code, State or Federal statute or regulation, or this Contract. Project communications may be exchanged by e-mail upon the written agreement of the Project Manager and Contractor, but e-mail communications are not binding upon Town and cannot change the terms of the Contract or the scope of Work, or effectuate any change that requires a written change order. The use of e-mails is for information only, and e-mails will have no legal or binding effect. 3.4 Time/Float. Contractor shall strictly comply with the Project schedule approved in writing by Town (the “Contract Time”). The Contract Time shall start with the Notice to Proceed and end with final acceptance of the Work. Contractor shall commence performance of the Work and complete the Project through both substantial completion and final acceptance within the Contract Time, and failure to do so shall be a material breach of the Contract. A. Time is of the essence of the Contract, for each Project, for the Work, and for each phase and/or designated milestone thereof. B. No modification to the Contract Documents or the Contract Time shall be effective unless approved in writing, in advance, by Town. C. The total float time within the overall schedule is for the exclusive use of Town, but Town may approve Contractor’s use of float as needed to meet contract milestones and the Project completion date. B-4 4. Payments. Payments shall be made as follows: 4.1 Progress Payments. A. Progress billings will be processed monthly starting upon Project commencement. B. Contractor billings shall be submitted on Contractor’s typical invoice form. C. A list of all suppliers (including name, contact information and phone numbers) to be used by Contractor must be received and approved by Town, prior to release of Contractor’s monthly progress payment. Town’s approval of Cont ractor’s suppliers shall not release Contractor from any of its obligations under this Contract, including without limitation, Contractor’s indemnification, and insurance obligations. D. If required by Town, Contractor will be required to execute an Unconditional Waiver and Release on Progress Payment or Unconditional Waiver and Release on final payment contemporaneously with the receipt of partial or final payments, or other form of acknowledgment of payment and/or release of claims as required by Town, as well as unconditional lien waivers executed by subcontractors and/or suppliers who have provided labor, materials, or rental equipment to Contractor. Payments of any amounts covered by any conditional lien waivers may, at Town’s sole discretion, be made by joint check issued to the Contractor and the subcontractor or supplier. E. Contractor shall submit all other supporting documentation substantiating its Invoice as may be reasonably required by the Engineer, Project Manager, Town, and applicable laws. 4.2 Final Payment. Final payment including retainage shall be paid only after: (i) the Work has been fully completed (including completion of all incorrect or incomplete work items) and accepted by Town; (ii) necessary operating manuals, any excess materials and supplies necessary for matching materials and supplies incorporated into the Work, and complete “as-built” drawings, plans and specifications have been delivered to Town; (iii) if required by Town, full and unconditional lien waivers and releases by Contractor and any person performing labor or supplying material, machinery, fixtures, or tools for the Work have been delivered to Town; (iv) all conditions and requirements imposed by Town or any financing entity for the corresponding disbursement have been met; and (v) Contractor delivers to Town an Invoice requesting payment. The Contract number must be referenced on all invoices. 4.3 Town’s Right to Withhold Payment. Town may withhold payment to such extent as may be necessary in Town’s opinion to protect Town from loss for which the Contractor is responsible, including, without limitation: B-5 A. defective Work not remedied; B. third party claims filed or reasonable evidence indicating probable filing of such claims unless security acceptable to Town is provided by the Contractor; C. failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment; D. reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; E. damage to Town or another contractor; F. reasonable evidence that the Work will not be completed within the Contract Time (or otherwise by Town), and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; or G. persistent failure to carry out the Work in accordance with the Contract Documents. 4.4 Joint/Direct Checks. Payments to Contractor may be made by checks payable jointly to Contractor and its employees, agents, subcontractors and suppliers, or any of them, and when in the sole opinion of Town it is advisable, payments may be made directly to Contractor's subcontractors and any amount so paid shall be deducted from the amounts owed to Contractor under this Contract. 4.5 Payment Not A Waiver. No payment (nor use or occupancy of the Project by Town) shall be deemed acceptance or approval of the Work or as a waiver of any claims, rights, or remedies of Town. 4.6 Liens and Bond Claims. Contractor shall make all payments, in the time required, of all labor and materials furnished to Contractor in the course of the Work and shall promptly furnish evidence of such payments as Town may require. Contractor shall pay when due all claims arising out of performance of the Work covered by this Contract for which a lien may be filed either against the real estate or leasehold interest of Town, or against payments due from Town to Contractor, or for which a claim may be made against any payment or performance bond or both. To the fullest extent permitted by law, Contractor agrees that no liens or other claims in the nature of a lien against the real estate, leasehold, or other interest of Town, against payment due from Town to Contractor, or against any payment or performance bond, shall be filed or made in connection with the Work by any party who has supplied professional services, labor, materials, machinery, fixtures, tools, or equipment used in or in connection with the performance of this Contract, and Contractor agrees to remove or to cause to be removed any such liens or claims in the nature of a lien or bond claim within ten (10) days upon receiving notice or obtaining actual knowledge of the existence of such liens or claims. In addition, Contractor agrees to defend, indemnify, and hold harmless Town from and against any and all such liens and claims. This paragraph does not apply to claims and liens of Contractor due to non-payment for Work performed. B-6 5. Documents. All documents, including any intellectual property rights thereto, prepared and submitted to the Town pursuant to this Agreement shall be the property of the Town. 6. Contractor Personnel. Contractor shall provide adequate, experienced personnel, capable of and devoted to the successful performance of the Services under this Agreement. Contractor agrees to assign specific individuals to key positions. Contractor agrees that, upon commencement of the Services to be performed under this Agreement, key personnel shall not be removed or replaced without prior written notice to the Town. If key personnel are not available to perform the Services for a continuous period exceeding 30 calendar days, or are expected to devote substantially less effort to the Services than initially anticipated, Contractor shall immediately notify the Town of same and shall, subject to the concurrence of the Town, replace such personnel with personnel possessing substantially equal ability and qualifications. 7. Inspection; Acceptance. All work shall be subject to inspection and acceptance by the Town at reasonable times during Contractor’s performance. The Contractor shall provide and maintain a self-inspection system that is acceptable to the Town. 8. Licenses; Materials. Contractor shall maintain in current status all federal, state and local licenses and permits required for the operation of the business conducted by the Contractor, without limitation, all of Contractor’s applicable licenses issued by the Arizona Registrar of Contractors. The Town has no obligation to provide Contractor, its employees or subcontractors any business registrations or licenses required to perform the specific services set forth in this Agreement. The Town has no obligation to provide tools, equipment or material to Contractor. 9. Work Standards, Warranties and Correction of Work. All materials and any other items incorporated into the Work shall be new, and all Work shall be of good and workmanlike quality and completed in strict conformance with all applicable laws, rules and regulations and the plans, specifications, schedules, Contract Documents and all other terms and conditions of the Contract. 9.1 Express Warranties. Within fourteen (14) days of the completion of the Work (or at such earlier time as requested by Town), Contractor shall execute and deliver to Town all warranties regarding the Work required by the Project plans and specifications. These warranties shall be in form and content satisfactory to Town, and any other person reasonably requested by Town, or Town’s lender(s). 9.2 Standard Warranty. In the absence of any requirement for warranties in the Project specifications, Contractor hereby warrants that the Work shall be free of any defects in quality or workmanship for a period of two (2) years after the date of completion and acceptance of the Project by Town. 9.3 Correction of Work. The Contractor shall promptly correct Work rejected by the Project Engineer, Project Manager, or Town as failing to conform to the requirements of the Contract Documents. The Contractor shall bear the cost of correcting such rejected Work. In addition to the Contractor’s other obligations including warranties under the Contract, the B-7 Contractor shall, for a period of (two) 2 years after Substantial Completion, correct work not conforming to the requirements of the Contract Documents. If the Contractor fails to correct nonconforming Work within a reasonable time, Town may correct it and the Contractor shall reimburse Town for the cost of correction. 10. Indemnification. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Town and each council member, officer, employee or agent thereof (the Town and any such person being herein called an “Indemnified Party”), for, from and against any and all losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable attorneys’ fees, court costs and the costs of appellate proceedings) to which any such Indemnified Party may become subject, under any theory of liability whatsoever (“Claims”) to the extent that such Claims (or actions in respect thereof) are caused by the negligent acts, recklessness or intentional misconduct of the Contractor, its officers, employees, agents, or any tier of subcontractor in connection with Contractor’s work or services in the performance of this Agreement. The amount and type of insurance coverage requirements set forth below will in no way be construed as limiting the scope of the indemnity in this Section. 11. Insurance. 11.1 General. A. Insurer Qualifications. Without limiting any obligations or liabilities of Contractor, Contractor shall purchase and maintain, at its own expense, hereinafter stipulated minimum insurance with insurance companies authorized to do business in the State of Arizona pursuant to ARIZ. REV. STAT. § 20-206, as amended, with an AM Best, Inc. rating of A- or above with policies and forms satisfactory to the Town. Failure to maintain insurance as specified herein may result in termination of this Agreement at the Town’s option. B. No Representation of Coverage Adequacy. By requiring insurance herein, the Town does not represent that coverage and limits will be adequate to protect Contractor. The Town reserves the right to review any and all of the insurance policies and/or endorsements cited in this Agreement but has no obligation to do so. Failure to demand such evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Contractor from, nor be construed or deemed a waiver of, its obligation to maintain the required insurance at all times during the performance of this Agreement. C. Additional Insured. All insurance coverage, except Workers’ Compensation insurance and Professional Liability insurance, if applicable, shall name, to the fullest extent permitted by law for claims arising out of the performance of this Agreement, the Town, its agents, representatives, officers, directors, officials and employees as Additional Insured as specified under the respective coverage sections of this Agreement. D. Coverage Term. All insurance required herein shall be maintained in full force and effect until all work or services required to be performed under the terms B-8 of this Agreement are satisfactorily performed, completed and formally accepted by the Town, unless specified otherwise in this Agreement. E. Primary Insurance. Contractor’s insurance shall be primary insurance with respect to performance of this Agreement and in the protection of the Town as an Additional Insured. F. Claims Made. In the event any insurance policies required by this Agreement are written on a “claims made” basis, coverage shall extend, either by keeping coverage in force or purchasing an extended reporting option, for three years past completion and acceptance of the services. Such continuing coverage shall be evidenced by submission of annual Certificates of Insurance citing applicable coverage is in force and contains the provisions as required herein for the three-year period. G. Waiver. All policies, except for Professional Liability, including Workers’ Compensation insurance, shall contain a waiver of rights of recovery (subrogation) against the Town, its agents, representatives, officials, officers and employees for any claims arising out of the work or services of Contractor. Contractor shall arrange to have such subrogation waivers incorporated into each policy via formal written endorsement thereto. H. Policy Deductibles and/or Self-Insured Retentions. The policies set forth in these requirements may provide coverage that contains deductibles or self- insured retention amounts. Such deductibles or self-insured retention shall not be applicable with respect to the policy limits provided to the Town. Contractor shall be solely responsible for any such deductible or self-insured retention amount. I. Use of Subcontractors. If any work under this Agreement is subcontracted in any way, Contractor shall execute written agreements with its subcontractors containing the indemnification provisions set forth in this Section and insurance requirements set forth herein protecting the Town and Contractor. Contractor shall be responsible for executing any agreements with its subcontractors and obtaining certificates of insurance verifying the insurance requirements. J. Evidence of Insurance. Prior to commencing any work or services under this Agreement, Contractor will provide the Town with suitable evidence of insurance in the form of certificates of insurance and a copy of the declaration page(s) of the insurance policies as required by this Agreement, issued by Contractor’s insurance insurer(s) as evidence that policies are placed with acceptable insurers as specified herein and provide the required coverages, conditions and limits of coverage specified in this Agreement and that such coverage and provisions are in full force and effect. Confidential information such as the policy premium may be redacted from the declaration page(s) of each insurance policy, provided that such redactions do not alter any of the information required by this Agreement. The Town shall reasonably rely upon the certificates of insurance and declaration page(s) of the insurance policies as evidence of coverage but such acceptance and reliance shall not waive or alter in any way the B-9 insurance requirements or obligations of this Agreement. If any of the policies required by this Agreement expire during the life of this Agreement, it shall be Contractor’s responsibility to forward renewal certificates and declaration page(s) to the Town 30 days prior to the expiration date. All certificates of insurance and declarations required by this Agreement shall be identified by referencing the RFQ number and title or this Agreement. A $25.00 administrative fee shall be assessed for all certificates or declarations received without the appropriate RFQ number and title or a reference to this Agreement, as applicable. Additionally, certificates of insurance and declaration page(s) of the insurance policies submitted without referencing the appropriate RFQ number and title or a reference to this Agreement, as applicable, will be subject to rejection and may be returned or discarded. Certificates of insurance and declaration page(s) shall specifically include the following provisions: (1) The Town, its agents, representatives, officers, directors, officials and employees are Additional Insureds as follows: (a) Commercial General Liability – Under Insurance Services Office, Inc., (“ISO”) Form CG 20 10 03 97 or equivalent. (b) Auto Liability – Under ISO Form CA 20 48 or equivalent. (c) Excess Liability – Follow Form to underlying insurance. (2) Contractor’s insurance shall be primary insurance with respect to performance of this Agreement. (3) All policies, except for Professional Liability, including Workers’ Compensation, waive rights of recovery (subrogation) against Town, its agents, representatives, officers, officials and employees for any claims arising out of work or services performed by Contractor under this Agreement. (4) ACORD certificate of insurance form 25 (2014/01) is preferred. If ACORD certificate of insurance form 25 (2001/08) is used, the phrases in the cancellation provision “endeavor to” and “but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives” shall be deleted. Certificate forms other than ACORD form shall have similar restrictive language deleted. 11.2 Required Insurance Coverage. A. Commercial General Liability. Contractor shall maintain “occurrence” form Commercial General Liability insurance with an unimpaired limit of not less than $1,000,000 for each occurrence, $2,000,000 Products and Completed Operations Annual Aggregate and a $2,000,000 General Aggregate Limi t. The policy B-10 shall cover liability arising from premises, operations, independent contractors, products - completed operations, personal injury and advertising injury. Coverage under the policy will be at least as broad as ISO policy form CG 00 010 93 or equivalent thereof, including but not limited to, separation of insured’s clause. To the fullest extent allowed by law, for claims arising out of the performance of this Agreement, the Town, its agents, representatives, officers, officials and employees shall be cited as an Additional Insured under ISO, Commercial General Liability Additional Insured Endorsement form CG 20 10 03 97, or equivalent, which shall read “Who is an Insured (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of “your work” for that insured by or for you.” If any Excess insurance is utilized to fulfill the requirements of this subsection, such Excess insurance shall be “follow form” equal or broader in coverage scope than underlying insurance. B. Vehicle Liability. Contractor shall maintain Business Automobile Liability insurance with a limit of $1,000,000 each occurrence on Contractor’s owned, hired and non-owned vehicles assigned to or used in the performance of the Contractor’s work or services under this Agreement. Coverage will be at least as broad as ISO coverage code “1” “any auto” policy form CA 00 01 12 93 or equivalent thereof. To the fullest extent allowed by law, for claims arising out of the performance of this Agreement, the Town, its agents, representatives, officers, directors, officials and employees shall be cited as an Additional Insured under ISO Business Auto policy Designated Insured Endorsement form CA 20 48 or equivalent. If any Excess insurance is utilized to fulfill the requirements of this subsection, such Excess insurance shall be “follow form” equal or broader in coverage scope than underlying insurance. C. Professional Liability. If this Agreement is the subject of any professional services or work, or if the Contractor engages in any professional services or work in any way related to performing the work under this Agreement, the Contractor shall maintain Professional Liability insurance covering negligent errors and omissions arising out of the Services performed by the Contractor, or anyone employed by the Contractor, or anyone for whose negligent acts, mistakes, errors and omissions the Contractor is legally liable, with an unimpaired liability insurance limit of $2,000,000 each claim and $2,000,000 annual aggregate. D. Workers’ Compensation Insurance. Contractor shall maintain Workers’ Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Contractor’s employees engaged in the performance of work or services under this Agreement and shall also maintain Employers Liability Insurance of not less than $500,000 for each accident, $500,000 disease for each employee and $1,000,000 disease policy limit. 11.3 Cancellation and Expiration Notice. Insurance required herein shall not expire, be canceled, or be materially changed without 30 days’ prior written notice to the Town. 12. Termination; Cancellation. B-11 12.1 For Town’s Convenience. This Agreement is for the convenience of the Town and, as such, may be terminated without cause after receipt by Contractor of written notice by the Town. Upon termination for convenience, Contractor shall be paid for all undisputed services performed to the termination date. 12.2 For Cause. If either party fails to perform any obligation pursuant to this Agreement and such party fails to cure its nonperformance within 30 days after notice of nonperformance is given by the non-defaulting party, such party will be in default. In the event of such default, the non-defaulting party may terminate this Agreement immediately for cause and will have all remedies that are available to it at law or in equity including, without limitation, the remedy of specific performance. If the nature of the defaulting party’s nonperformance is such that it cannot reasonably be cured within 30 days, then the defaulting party will have such additional periods of time as may be reasonably necessary under the circumstances, provided the defaulting party immediately (A) provides written notice to the non-defaulting party and (B) commences to cure its nonperformance and thereafter diligently continues to completion the cure of its nonperformance. In no event shall any such cure period exceed 90 days. In the event of such termination for cause, payment shall be made by the Town to the Contractor for the undisputed portion of its fee due as of the termination date. 12.3 Due to Work Stoppage. This Agreement may be terminated by the Town upon 30 days’ written notice to Contractor in the event that the Services are permanently abandoned. In the event of such termination due to work stoppage, payment shall be made by the Town to the Contractor for the undisputed portion of its fee due as of the termination date. 12.4 Conflict of Interest. This Agreement is subject to the provisions of ARIZ. REV. STAT. § 38-511. The Town may cancel this Agreement without penalty or further obligations by the Town or any of its departments or agencies if any person significantly involved in initiating, negotiating, securing, drafting or creating this Agreement on behalf of the Town or any of its departments or agencies is, at any time while this Agreement or any extension of this Agreement is in effect, an employee of any other party to this Agreement in any capacity or a consultant to any other party of this Agreement with respect to the subject matter of this Agreement. 12.5 Gratuities. The Town may, by written notice to the Contractor, cancel this Agreement if it is found by the Town that gratuities, in the form of economic opportunity, future employment, entertainment, gifts or otherwise, were offered or given by the Contractor or any agent or representative of the Contractor to any officer, agent or employee of the Town for the purpose of securing this Agreement. In the event this Agreement is canceled by the Town pursuant to this provision, the Town shall be entitled, in addition to any other rights and remedies, to recover and withhold from the Contractor an amount equal to 150% of the gratuity. 12.6 Agreement Subject to Appropriation. This Agreement is subject to the provisions of ARIZ. CONST. ART. IX, § 5 and ARIZ. REV. STAT. § 42-17106. The provisions of this Agreement for payment of funds by the Town shall be effective when funds are appropriated for purposes of this Agreement and are actually available for payment. The Town shall be the sole judge and authority in determining the availability of funds under this Agreement and the Town shall keep the Contractor fully informed as to the availability of funds for this Agreement. B-12 The obligation of the Town to make any payment pursuant to this Agreement is a current expense of the Town, payable exclusively from such annual appropriations, and is not a general obligation or indebtedness of the Town. If the Town Council fails to appropriate money sufficient to pay the amounts as set forth in this Agreement during any immediately succeeding fiscal year, this Agreement shall terminate at the end of then-current fiscal year and the Town and the Contractor shall be relieved of any subsequent obligation under this Agreement. 12.7 Upon any termination of the Contract, no further payments shall be due from Town to Contractor unless and until Contractor has delivered to Town any and all documentation required to be maintained by Contractor or provided by Contractor to Town. 12.8 Under no circumstances shall Town have any liability for any costs, expenses, overhead, or profits in relation to any work not actually performed, or for any future or anticipated profits, recovery, damages, expenses, or loses. 13. Miscellaneous. 13.1 Independent Contractor. It is clearly understood that each party will act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other for any purpose whatsoever. The Contractor acknowledges and agrees that the Services provided under this Agreement are being provided as an independent contractor, not as an employee or agent of the Town. Contractor, its employees and subcontractors are not entitled to workers’ compensation benefits from the Town. The Town does not have the authority to supervise or control the actual work of Contractor, its employees or subcontractors. The Contractor, and not the Town, shall determine the time of its performance of the Services provided under this Agreement so long as Contractor meets the requirements of its agreed Scope of Work as set forth in Section 2 above. Contractor is neither prohibited from entering into other contracts nor prohibited from practicing its profession elsewhere. Town and Contractor do not intend to nor will they combine business operations under this Agreement. 13.2 Applicable Law; Venue. This Agreement shall be governed by the laws of the State of Arizona and suit pertaining to this Agreement may be brought only in courts in Maricopa County, Arizona. 13.3 Laws and Regulations. Contractor shall keep fully informed and shall at all times during the performance of its duties under this Agreement ensure that it and any person for whom the Contractor is responsible abides by, and remains in compliance with, all rules, regulations, ordinances, statutes or laws affecting the Services, including, but not limited to, the following: (A) existing and future Town and County ordinances and regulations; (B) existing and future State and Federal laws; and (C) existing and future Occupational Safety and Health Administration standards. 13.4 Amendments. This Agreement may be modified only by a written amendment signed by persons duly authorized to enter into contracts on behalf of the Town and the Contractor. B-13 13.5 Provisions Required by Law. Each and every provision of law and any clause required by law to be in this Agreement will be read and enforced as though it were included herein and, if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party, this Agreement will promptly be physically amended to make such insertion or correction. 13.6 Severability. The provisions of this Agreement are severable to the extent that any provision or application held to be invalid by a Court of competent jurisdiction shall not affect any other provision or application of this Agreement which may remain in effect without the invalid provision or application. 13.7 Entire Agreement; Interpretation; Parol Evidence. This Agreement represents the entire agreement of the parties with respect to its subject matter, and all previous agreements, whether oral or written, entered into prior to this Agreement are hereby revoked and superseded by this Agreement. No representations, warranties, inducements or oral agreements have been made by any of the parties except as expressly set forth herein, or in any other contemporaneous written agreement executed for the purposes of carrying out the provisions of this Agreement. This Agreement shall be construed and interpreted according to its plain meaning, and no presumption shall be deemed to apply in favor of, or against the party drafting this Agreement. The parties acknowledge and agree that each has had the opportunity to seek and utilize legal counsel in the drafting of, review of, and entry into this Agreement. 13.8 Assignment; Delegation. No right or interest in this Agreement shall be assigned or delegated by Contractor without prior, written permission of the Town, signed by the Town Manager. Any attempted assignment or delegation by Contractor in violation of this provision shall be a breach of this Agreement by Contractor. 13.9 Subcontracts. No subcontract shall be entered into by the Contractor with any other party to furnish any of the material or services specified herein without the prior written approval of the Town. The Contractor is responsible for performance under this Agreement whether or not subcontractors are used. Failure to pay subcontractors in a timely manner pursuant to any subcontract shall be a material breach of this Agreement by Contractor. 13.10 Rights and Remedies. No provision in this Agreement shall be construed, expressly or by implication, as waiver by the Town of any existing or future right and/or remedy available by law in the event of any claim of default or breach of this Agreement. The failure of the Town to insist upon the strict performance of any term or condition of this Agreement or to exercise or delay the exercise of any right or remedy provided in this Agreement, or by law, or the Town’s acceptance of and payment for services, shall not release the Contractor from any responsibilities or obligations imposed by this Agreement or by law, and shall not be deemed a waiver of any right of the Town to insist upon the strict performance of this Agreement. 13.11 Attorneys’ Fees. In the event either party brings any action for any relief, declaratory or otherwise, arising out of this Agreement or on account of any breach or default hereof, the prevailing party shall be entitled to receive from the other party reasonable attorneys’ fees and reasonable costs and expenses, determined by the court sitting without a jury, which B-14 shall be deemed to have accrued on the commencement of such action and shall be en forced whether or not such action is prosecuted through judgment. 13.12 Liens. All materials or services shall be free of all liens and, if the Town requests, a formal release of all liens shall be delivered to the Town. 13.13 Offset. A. Offset for Damages. In addition to all other remedies at law or equity, the Town may offset from any money due to the Contractor any amounts Contractor owes to the Town for damages resulting from breach or deficiencies in performance or breach of any obligation under this Agreement. B. Offset for Delinquent Fees or Taxes. The Town may offset from any money due to the Contractor any amounts Contractor owes to the Town for delinquent fees, transaction privilege taxes and property taxes, including any interest or penalties. 13.14 Notices and Requests. Any notice or other communication required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given if (A) delivered to the party at the address set forth below, (B) dep osited in the U.S. Mail, registered or certified, return receipt requested, to the address set forth below or (C) given to a recognized and reputable overnight delivery service, to the address set forth below: If to the Town: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Grady E. Miller, Town Manager With copy to: Town of Fountain Hills 4711 East Falcon Drive, Suite 111 Mesa, Arizona 85215 Attn: Aaron D. Arnson, Town Attorney If to Contractor: K2 Electric, LLC 4038 East Superior Avenue Phoenix, Arizona 85040 Attn: Matt Kuiper, Vice President or at such other address, and to the attention of such other person or officer, as any party may designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed received (A) when delivered to the party, (B) three business days after being placed in the U.S. Mail, properly addressed, with sufficient postage or (C) the following business day after being given to a recognized overnight delivery service, with the person giving the notice paying all required charges and instructing the delivery service to deliver on the following business day. If a copy of a notice is also given to a party’s counsel or other recipient, the provisions abo ve governing the date on which a notice is deemed to have been received by a party shall mean and B-15 refer to the date on which the party, and not its counsel or other recipient to which a copy of the notice may be sent, is deemed to have received the notice. 13.15 Confidentiality of Records. The Contractor shall establish and maintain procedures and controls that are acceptable to the Town for the purpose of ensuring that information contained in its records or obtained from the Town or from others in carrying out its obligations under this Agreement shall not be used or disclosed by it, its agents, officers, or employees, except as required to perform Contractor’s duties under this Agreement. Persons requesting such information should be referred to the Town. Contractor also agrees that any information pertaining to individual persons shall not be divulged other than to employees or officers of Contractor as needed for the performance of duties under this Agreement. 13.16 Records and Audit Rights. To ensure that the Contractor and its subcontractors are complying with the warranty under subsection 13.17 below, Contractor’s and its subcontractor’s books, records, correspondence, accounting procedures and practices, and any other supporting evidence relating to this Agreement, including the papers of any Contractor and its subcontractors’ employees who perform any work or services pursuant to this Agreement (all of the foregoing hereinafter referred to as “Records”), shall be open to inspection and subject t o audit and/or reproduction during normal working hours by the Town, to the extent necessary to adequately permit (A) evaluation and verification of any invoices, payments or claims based on Contractor’s and its subcontractors’ actual costs (including direct and indirect costs and overhead allocations) incurred, or units expended directly in the performance of work under this Agreement and (B) evaluation of the Contractor’s and its subcontractors’ compliance with the Arizona employer sanctions laws referenced in subsection 13.17 below. To the extent necessary for the Town to audit Records as set forth in this subsection, Contractor and its subcontractors hereby waive any rights to keep such Records confidential. For the purpose of evaluating or verifying such actual or claimed costs or units expended, the Town shall have access to said Records, even if located at its subcontractors’ facilities, from the effective date of this Agreement for the duration of the work and until three years after the date of final payment by the Town to Contractor pursuant to this Agreement. Contractor and its subcontractors shall provide the Town with adequate and appropriate workspace so that the Town can conduct audits in compliance with the provisions of this subsection. The Town shall give Contractor or its subcontractors reasonable advance notice of intended audits. Contractor shall require its subcontractors to comply with the provisions of this subsection by insertion of the requirements hereof in any subcontract pursuant to this Agreement. 13.17 E-verify Requirements. To the extent applicable under ARIZ. REV. STAT. § 41-4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws and regulations that relate to their employees and their compliance with the E-verify requirements under ARIZ. REV. STAT. § 23-214(A). Contractor’s or its subcontractor’s failure to comply with such warranty shall be deemed a material breach of this Agreement and may result in the termination of this Agreement by the Town. 13.18 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. B-16 13.19 Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement, the Scope of Work, the Fee Proposal, the RFQ and the Contractor’s SOQ, the documents shall govern in the order listed herein. 13.20 Non-Exclusive Contract. This Agreement is entered into with the understanding and agreement that it is for the sole convenience of the Town. The Town reserves the right to obtain like goods and services from another source when necessary. 13.21 Cooperative Purchasing. Specific eligible political subdivisions and nonprofit educational or public health institutions (“Eligible Procurement Unit(s)”) are permitted to utilize procurement agreements developed by the Town, at their discretion and with the agreement of the awarded Contractor. Contractor may, at its sole discretion, accept orders from Eligible Procurement Unit(s) for the purchase of the Materials and/or Services at the prices and under the terms and conditions of this Agreement, in such quantities and configurations as may be agreed upon between the parties. All cooperative procurements under this Agreement shall be transacted solely between the requesting Eligible Procurement Unit and Contractor. Payment for such purchases will be the sole responsibility of the Eligible Procurement Unit. The exercise of any rights, responsibilities or remedies by the Eligible Procurement Unit shall be the exclusive obligation of such unit. The Town assumes no responsibility for payment, performance or any liability or obligation associated with any cooperative procurement under this Agreement. The Town shall not be responsible for any disputes arising out of transactions made by others. 13.22 Special Provisions. The Contract created by this request and the resulting request for qualifications will automatically renew for up to four successive one-year terms, unless the Vendor notifies the Town in writing of its desire to terminate the Contract. If extended, the then-current prices shall be applicable during the subsequent renewal year unless the Vendor notifies the Town in writing of any rate increase and the Town approves the increase with an authorized signature, prior to the end of the then-current term. [SIGNATURES ON FOLLOWING PAGES] IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first set forth above. “Town” TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation Grady E. Miller, Town Manager ATTEST: Elizabeth A. Burke, Town Clerk APPROVED AS TO FORM: Aaron D. Arnson, Town Attorney [SIGNATURES CONTINUE ON FOLLOWING PAGES] Grady E. Miller (Nov 23, 2020 15:37 MST) Grady E. Miller Elizabeth A. Burke (Nov 24, 2020 07:37 MST) Elizabeth A. Burke “Contractor” ____________________________________, By: Name: Title: K2 ELECTRIC, LLC. Vice President Matt Kuiper EXHIBIT A TO JOB ORDER MASTER AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND K2 ELECTRIC, LLC. [Contractor’s SOQ] See following pages. TOWN OF FOUNTAIN HILLS GENERAL ELECTRICAL SERVICES SOLICITATION NO: 2021-008 SEPTEMBER 24, 2020 A STATEMENT OF QUALIFICATIONS FROM COPY Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 RE: (2021-008) General Electrical Services JOC Dear Selection Committee, On behalf of K2 Electric (K2), thank you for the opportunity to present our qualifications for the Town of Fountain Hills General Electrical Services. As an electrical contractor who self-performs 90% of our revenue, our team is multifaceted in all aspects of electrical construction with extensive experience in jobs and contracts similar to a JOC. Our team brings project diversity for large projects and small service-based work which best suits your JOC program. We have years of experience and knowledge managing multiple jobs ranging in size and scope. The K2 team, led by Matt Kuiper (Senior Project Manager) has over 16 years of experience leading teams and more than 40 successfully completed job order-type contract projects in his career. He will be the main point of contact for the Town of Fountain Hills from contract negotiation to the completion of each job order. Jared Kredit (Project Executive), Casey Kotzenmacher (Project Manager) and James Clark (Field Operations) will support Matt throughout the contract in each of their respective roles. Our team is the best fit for this project for the key reasons listed below: JOC Understanding/Experience: Our team has completed more than 100 alternative delivery method projects and understands the process and need for a job order contract delivery method. K2 excels in negotiated work, where we are selected based on our proven track record and have the ability to add to our 87% repeat client rate. Proven Track Record: This is what we do best – long standing contracts and relationships with entities. Completing more than $156 million in contract revenue of electrical construction since 2003, our team has the experience and ability to successfully complete this Job Order Contract. In addition, self-performing general commercial building electrical, landscape lighting, standby generator installation, PV solar installation, SES installs and upgrades, R.V. pedestals, and low volt allows our team to complete the majority of scopes that may arise during the term of the contract. Staffing and Resources: With more than 130 employees and twelve fully-equipped and stocked service vehicles, we have the crews available to start work on this contract immediately. The Town of Fountain Hills will benefit from our recent extensive work with very similar project requirements, all that have been done successfully by our proposed team. K2 Electric has read and understood all the elements laid out in the Electrical Engineering Services Contract. K2 Electric upcharges for after hours and weekend work. Please do not hesitate to contact us with any additional questions regarding our response or the firm. Thank you in advance for your consideration and we look forward to the next step in the selection process. Sincerely, Jared Kredit President 602.762.0255 | jkredit@k2elec.com K2 ELECTRIC | 4038 EAST SUPERIOR AVENUE, SUITE 102, PHOENIX ARIZONA | 602.454.7800 A. GENERAL INFORMATION 1 2K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 A. GENERAL INFORMATION ORGANIZATIONAL CHART Key team members were selected based on their background and experience and vast knowledge. Our resources and availability, coupled together with a 90% self-performance rate, makes K2 Electric the best choice for the Town of Fountain Hills General Electrical Services Job Order Contract. 8. Vendor Form The Vendor Information Form is included in the Appendix. 2. Vendor Identification Information LEGAL ORGANIZATION K2 Electric, LLC 4038 E Superior Avenue Suite 102 Phoenix, AZ 85040 83-345899 / 323967 K2 Electric is a limited liability company. 3. Location of Principal Office K2 Electric’s primary location is 4038 E. Superior Avenue, Suite 102, Phoenix AZ 85040. This is our local office that will be performing the work for this JOC contract. 4. General Description K2 Electric (K2) was started by Dean and Marna Kredit in 2003. K2 has since grown to have over 130 employees with a preconstruction, construction contracting division and full service department. K2’s top priority is safety, with an emphasis on client communication and responsiveness. K2 has proposed a dynamic team who understands the big picture goals of each job order and know that the small details of a project are what makes it successful. Having a team that is familiar with the JOC process, they bring great value to the Town of Fountain Hills. K2 prides itself on their responsiveness and accessibility to their leadership team which gives the ability to provide answers and solutions at any time. 5. Contract or Subcontract Termination K2 has never had any contract or subcontract terminated. 6. Claims, Litigation or Arbitration K2 has not had any claims arising from the contract owner resulting in litigations or arbitrations. 7. Debarment by Federal, State or Local Government K2 has never been debarred by any federal, state or local government entity within the last five years. Jared Kredit Project Executive Matt Kuiper Senior Project Manager Jeremy Keehn Field Technician James Gambescia Field Technician Brad Donnelly Field Technician Nicole Gambescia JOC Coordinator Casey Kotzenmacher Project Manager James Clark Field Operations 3K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 B. EXPERIENCE AND QUALIFICATIONS OF THE VENDOR 1. & 2. Similar Project Experience PROJECT #2. HUMANA ONGOING MAINTENANCE a. COMPANY/ORGANIZATION Humana b. CONTACT NAME Carlos Clayton c. CONTACT INFORMATION 4302 W. Buckeye Rd. Ste. 109 Phoenix, AZ 85043 775-870-2410, cclayton4@humana. com d. SERVICES PROVIDED K2 performed panel change outs, controls installation and E-stops for pharmaceutical conveyor systems as well as routine electrical maintenance. K2 assists Humana with cable tray installs and running communication and control wires while providing and installing new outlets and circuitry for work stations. e. DATES OF CONTRACT INITIATION AND EXPIRATION 2018 - Present PROJECT #1. SWD ONGOING MAINTENANCE a. COMPANY/ORGANIZATION SWD Urethane b. CONTACT NAME Kris Benson c. CONTACT INFORMATION 539 S. Drew St, Mesa, AZ 85210 480-828-4011, kris.benson@ swdurethane.com d. SERVICES PROVIDED This is an ongoing contract for K2 for an industrial facility. Scope includes anything from general maintenance to designing automated system controls. K2 performs automated control design which saves the Owner time from concept to delivery of the system for manufacturing use. This facility requires extra safety precautions due to the hazardous chemical environment. e. DATES OF CONTRACT INITIATION AND EXPIRATION 1/2018 - Present PROJECT SIMILARITIES: TROUBLESHOOTING & REPAIRING EXISTING ELECTRICAL SYSTEMS NEW INSTALLATION OF ELECTRICAL COMPONENTS GENERAL MAINTENANCE REPAIR OF EXITING WIRING REPLACEMENT OF ELECTRICAL EQUIPMENT EMERGENCY & AFTER HOURS WORK PROJECT SIMILARITIES: TROUBLESHOOTING & REPAIRING EXISTING ELECTRICAL SYSTEMS NEW INSTALLATION OF ELECTRICAL COMPONENTS GENERAL MAINTENANCE REPAIR OF EXITING WIRING EMERGENCY & AFTER HOURS WORK 4K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 B. EXPERIENCE AND QUALIFICATIONS OF THE VENDOR PROJECT #3. WESTWORLD a. COMPANY/ORGANIZATION City of Scottsdale b. CONTACT NAME Craig Taylor c. CONTACT INFORMATION 7477 E. Indian School Rd. Ste. 205 Scottsdale, AZ 85251 602-819-7738, ctaylor@scottsdaleaz. gov d. SERVICES PROVIDED K2 provided all necessary field evaluation of electrical equipment, Arc Flash and device coordination studies as requested by the City of Scottsdale at Westworld of Scottsdale on fifteen electrical services for the purpose of an Arc Flash study. Individual reports were provided for each electrical service along with Arc Flash labels placed on all equipment. E. DATES OF CONTRACT INITIATION AND EXPIRATION 6/3/2020 - 9/31/2020 PROJECT #4. CACTUS SOLAR LIGHT a. COMPANY/ORGANIZATION City of Scottsdale b. CONTACT NAME Justin Kinsler c. CONTACT INFORMATION 7477 E. Indian School Rd. Ste. 205 Scottsdale, AZ 85251 480-312-2619 jkinsler@scottsdaleaz. gov d. SERVICES PROVIDED K2 provided and installed three solar powered lights with motion sensors in underpass. Conduit and wire were installed from sensors to lights for control purposes. Installed one pole with solar panels as battery backup. Worked with city inspector to coordinate and schedule required inspections. e. DATES OF CONTRACT INITIATION AND EXPIRATION 3/20/2020 - 4/30/2020 PROJECT SIMILARITIES: TROUBLESHOOTING & REPAIRING EXISTING ELECTRICAL SYSTEMS EMERGENCY & AFTER HOURS WORK PROJECT SIMILARITIES: TROUBLESHOOTING & REPAIRING EXISTING ELECTRICAL SYSTEMS NEW INSTALLATION OF ELECTRICAL COMPONENTS REPLACEMENT OF ELECTRICAL EQUIPMENT EMERGENCY & AFTER HOURS WORK 5K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 B. EXPERIENCE AND QUALIFICATIONS OF THE VENDOR PROJECT #5. PENDERGAST SECURITY OFFICE REMODELS a. COMPANY/ORGANIZATION Chasse Building Team b. CONTACT NAME Matt Wedding c. CONTACT INFORMATION 230 S. Siesta Lane, Tempe, AZ 85281 602-499-2351, mwedding@chasse.us d. SERVICES PROVIDED This project consisted of six different schools enhancing the entry and front offices to eliminate safety concerns. The schedule needed to be completed in six weeks while school was on summer break. K2 worked diligently to complete this project on time while managing six different job sites. e. DATES OF CONTRACT INITIATION AND EXPIRATION 6/2019 - 8/2019 PROJECT #6. MARICOPA COUNTY CAVE CREEK PUMP STATION a. COMPANY/ORGANIZATION Caliente Construction b. CONTACT NAME Justin Miller c. CONTACT INFORMATION 485 W. Vaughn St. Tempe, AZ 85283 602-421-0577, jmiller@ calienteconstruction.com d. SERVICES PROVIDED Maricopa County was redesigning the Cave Creek Pump Station and needed to upgrade the existing power distribution system. K2 suggested to change the design, transitioning the shut down without affecting the connecting Nature Center. K2 prepped in advance to perform a 4-hour shutdown instead of the original contracted 2-week shutdown time. e. DATES OF CONTRACT INITIATION AND EXPIRATION 6/2019 - 7/2019 PROJECT SIMILARITIES: TROUBLESHOOTING & REPAIRING EXISTING ELECTRICAL SYSTEMS NEW INSTALLATION OF ELECTRICAL COMPONENTS REPLACEMENT OF ELECTRICAL EQUIPMENT EMERGENCY & AFTER HOURS WORK PROJECT SIMILARITIES: TROUBLESHOOTING & REPAIRING EXISTING ELECTRICAL SYSTEMS NEW INSTALLATION OF ELECTRICAL COMPONENTS REPLACEMENT OF ELECTRICAL EQUIPMENT EMERGENCY & AFTER HOURS WORK 6K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 B. EXPERIENCE AND QUALIFICATIONS OF THE VENDOR 3. Licenses K2 Electric’s CR-11 Electrical license is held by the firm, ROC 323967, issued 3/29/2019. 4. Ability to Perform Services K2 is readily available with a skilled project team to execute this JOC. We are knowledgeable about your processes, systems, and project requirements. With extensive electrical experience with multiple projects performed simultaneously and availability to serve the City, K2 is confident that each job order will be completed on time and budget. Below is a table of the most recently completed projects K2 has performed similar work within the Town. PROJECTS SIMILAR PROJECT ASPECTS Locations Troubleshooting & Repairing Existing Electrical SystemsNew Installation of Electrical ComponentsGeneral MaintenanceRepair of Existing WiringReplacement of Electrical Equipment Emergency & After Hours WorkFacilitiesParksVCHS Softball Field Lighting  APG Packing Water Processing & Batching System   Great Hearts Football Field Lighting  Banner Support Services HVAC Upgrades      Total Wine 1010 Maintenance      Flip Switch Yoga TI   City of Tempe Papago Park Restroom Renovation JOC  7K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 B. EXPERIENCE AND QUALIFICATIONS OF THE VENDOR Process and Techniques for Developing JOC Work With a diverse portfolio of completed project scopes, our team excels in the ability to quickly recognize and assess the entire cause and effect of a situation and performing a majority of the scope required. K2 has excelled with JOC-type projects and will execute a successful contract for the Town of Fountain Hills if selected. We pride ourselves on our level of responsiveness and ability to provide answers and solutions to whatever is encountered. Our approach as your JOC contractor is to provide the highest quality of work, while maintaining an unparalleled level of communication with the Town throughout each job order. All task orders, no matter the scope, will follow our Job Order Contract Process and Emergency Request Process that have been proven successful (see below). ALL STEPS DONE WITHIN 24 HOURS 2. FILL OUT A SERVICE REQUEST FORM 3. SCHEDULING COORDINATOR RECEIVES REQUEST 1. RECEIVE NOTICE OF JOB ORDER REQUEST 4. ASSIGNED PERSONNEL CALLS CLIENT TO SCHEDULE KICK-OFF MEETING JOC PROCESS EMERGENCY REQUESTS 30-MINUTE CALLBACK ON-CALL FIELD OPERATIONS RECEIVES REQUEST FROM DISPATCH SCOPE OF WORK TRANSMITTED & GOES OUT TO JOBSITE “K2 has been an integral part of our Trade Contractor Team since their inception. They have gained and kept my trust through the years and are a dependable company that makes their customer’s needs a priority.” - Noah Keegan Construction Manager Keegan Builders, Inc. 8K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 1. Key Personnel K2 Electric has selected the following key personnel based on their individual project success, collective work on similar scopes of work, and workload availability. Together, our team possesses 141 years of experience and are confident that the Town of Fountain Hill’s goals will be met. For full experience and resume information, please see the Appendix. JARED KREDIT Project Executive n Years with K2: 12 n Total Years Experience: 14 Jared excels at leading teams on projects of all size and scope. He brings 14 years of leadership experience and electrical knowledge to K2, and his greatest strength is his ability to communicate across all levels of the organization. Jared also makes it a priority to communicate with clients on every job to guarantee client satisfaction. When issues arise, he is proactive at providing resolutions to the Owner’s satisfaction to get the job done on time and within budget. Jared’s role on this JOC is to ensure K2 delivers on their commitment to the Town of Fountain Hills throughout the contract from relationship management, preconstruction and team assessments. He will work closely with Matt Kuiper, Senior Project Manager. Similar Projects: 1. SWD Ongoing Maintenance - Project Executive 2. Westworld - Project Executive 3. Cactus Solar Light - Project Executive 4. Pendergast Security Remodels - Project Executive C. KEY POSITIONS MATT KUIPER Senior Project Manager n Years with K2: 17 n Total Years Experience: 17 Matt will serve as the single point of contact for the Town of Fountain Hills throughout this JOC to ensure all project and client needs are met. He is an experienced Senior Project Manager with high attention to detail and the most creative problem solver on the K2 team. He brings a level of technical knowledge far superior than most electricians and works with clients to solve for any issue in real time. He will be the contact to initiate, negotiate and execute each JOC work order. Matt will work with Jared Kredit, Project Executive during preconstruction, project closeout and team assessments. During construction, Matt’s responsibilities will include oversight for the overall project, safety, budget, schedule as well as communicating project status to the Town of Fountain Hills. He will conduct project coordination meetings to discuss necessary adjustments to manpower, equipment and subcontractors required to meet the project goals and schedule. Similar Projects: 1. SWD Ongoing Maintenance - Senior Project Manager 2. Humana Ongoing Maintenance - Senior Project Manager 3. Westworld - Senior Project Manager 4. Cactus Solar Light - Senior Project Manager 5. Pendergast Security Remodels - Senior Project Manager 6. Maricopa County Cave Creek Pump Station - Senior Project Manager “I always appreciate the thorough and valuable input that K2 brings when construction managers bring them to the table for constructability reviews.” - Mark Davenport, Partner, SPS+ Architects 9K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 C. KEY POSITIONS CASEY KOTZENMACHER Project Manager n Years with K2: 7 n Total Years Experience: 24 Casey is an experienced project manager and is dedicated to delivering every project to the satisfaction of the Owner on time and within budget. His role on this JOC is to provide detailed information to the Town on all fronts, from estimating to RFIs and will be a primary point of contact to ensure communication is a top priority. Casey performs well in high stress environments and will bring a high level of knowledge and leadership to this JOC. Similar Projects: 1. Maricopa County Cave Creek Pump Station - Project Manager 2. Pendergast Security Remodels - Project Manager 6. Maricopa County Cave Creek Pump Station - Project Manager JAMES CLARK Field Operations n Years with K2: 8 n Total Years Experience: 19 As the Field Operations on this JOC, James will be responsible for managing team members and schedules to ensure adequate manpower to complete all contracts. With 19 years of experience working in all aspects of electrical and managing jobs, James is solution-oriented and great at solving problems on the jobsite. He is skilled at bringing jobs together quickly to get the work done to meet the client’s goals and schedule. Similar Projects: 1. SWD Ongoing Maintenance - Field Operations 2. Cactus Solar Light - Field Operations 3. Humana Ongoing Maintenance - Field Operations 4. Pendergast Security Remodels - Field Operations 6. Maricopa County Cave Creek Pump Station - Field Operations JEREMY KEEHN Field Technician n Years with K2: 2 n Total Years Experience: 12 Jeremy brings over 12 years of electrical experience to K2 and has expertise at understanding the client’s budget and goals on a project. He has a strong aptitude for successfully running multiple jobs at the same time in a very detailed manner. Jeremy will bring a task-oriented mindset to this JOC with a focus on meeting your goals. He is committed to providing a valued product and works hard until the job is done right. Similar Projects: 1. SWD Ongoing Maintenance - Field Technician 2. Humana Ongoing Maintenance - Field Technician 3. Westworld - Field Technician 4. Pendergast Security Remodels - Field Technician JAMES GAMBESCIA Field Technician n Years with K2: 3 n Total Years Experience: 27 As a key member of the K2 team, James brings 27 years of industry experience to this JOC with a primary focus on smaller service work up to larger jobs. James is a highly skilled electrician with strong attention to detail. He focuses on building relationships with clients to ensure their satisfaction throughout the project. James is also responsible for leading and mentoring team members coming into the service program. He thrives on developing team members and ensures each team member is doing their part to get the job done right. In his role as Field Technician, James will be responsible for adhering to deadlines to ensure smooth project completions that are on schedule and budget. 10K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 C. KEY POSITIONS Similar Projects: 1. SWD Ongoing Maintenance - Field Technician 2. Humana Ongoing Maintenance - Field Technician 3. Cactus Solar Light - Field Technician 4. Pendergast Security Remodels - Field Technician BRAD DONNELLY Field Technician n Years with K2: 3 n Total Years Experience: 35 Brad Donnelly brings 35 years of experience to the K2 team and is a true asset with his breadth of electrical knowledge. He has worked in all aspects of commercial electrical throughout his career and has spent the last eight year focused on service-based jobs, working on multiple jobs simultaneously. He is committed to getting the job done right no matter what it takes and will work until the job is complete, which is a benefit to K2’s clients. Brad will bring a high-level of detail and knowledge to this JOC and ensure the job is done right. Similar Projects: 1. SWD Ongoing Maintenance - Field Technician 2. Humana Ongoing Maintenance - Field Technician 3. Maricopa County Cave Creek Pump Station - Field Technician 4. Pendergast Security Remodels - Field Technician “I have worked with K2 Electric for over 15 years. Being a chief engineer of commercial hi-rise properties I have found that it is important to have contractors that you can depend upon and trust. K2 has always done quality work at an affordable price. The electricians that they have sent to my properties have always been knowledgeable and efficient. They have done a number of larger projects for me and have always completed them on time. I have no hesitation in recommending them for any electrical projects.” Steve Greenhalgh Chief Building Engineer Paragon Services, LLC APPENDIX: VENDOR INFORMATION TOWN OF FOUNTAIN HILLSCOMMUNITY SERVICES DEPARTMENT2020-008945164.3 ivIV.Vendor InformationBy submitting an SOQ, the submitting Vendor certifies that it has reviewed the entire RFQ, including Appendix A and Appendix B, if awarded the Agreement, agrees to be bound by all terms and conditions contained therein.VENDOR SUBMITTING SOQFEDERAL TAX ID NUMBERPRINTED NAME AND TITLEAUTHORIZED SIGNATUREADDRESSTELEPHONE FAX #CITY STATE ZIPDATEWEB SITE: E-MAIL ADDRESS: ROC License Numbers and Classifications: __________________________________________SMALL, MINORITY, DISADVANTAGED AND WOMEN-OWNED BUSINESS ENTERPRISES (check appropriate item(s):Small Business Enterprise (SBE)Minority Business Enterprise (MBE)Disadvantaged Business Enterprise (DBE)Women-Owned Business Enterprise (WBE)Has the Vendor been certified by any jurisdiction in Arizona as a minority or woman-owned business enterprise? If yes, please provide details and documentation of the certification.K2 Electric Matt Kuiper / Vice President 4038 E. Superior Ave. 480-206-6864Phoenix, AZ 850409/14/20www.K2elec.comMkuiper@k2elec.com 323967 CR-11 83-3435899 APPENDIX: RESUMES K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 RESUMES JARED KREDIT PROJECT EXECUTIVE YEARS WITH K2: 12 YEARS EXPERIENCE: 14 EDUCATION: BS, Business Economics, University of Arizona’s Eller College of Management CERTIFICATIONS/TRAINING: ▪OSHA 10-Hour ▪McCormick Estimating Software Standard Training Class Certificate ▪AZ Builders Alliance (ABA) Board Member and 2019 Young Builders Council Chairman ▪Microsoft Office Specialist: Excel Associate Certificate ▪ABA Leadership Development Forum Graduate (2017) ▪Certificate holder for 3 Leadership Management International Programs ▪Independent Electrical Contractors Association (IECA) Board Member (Former) ▪2015 IECA National 40 Under 40 Winner BIOGRAPHY: Jared excels at leading teams on projects of all size and scope. He brings 14 years of leadership experience and electrical knowledge to K2, and his greatest strength is his ability to communicate across all levels of the organization. Jared also makes it a priority to communicate with clients on every job to guarantee client satisfaction. When issues arise, he is proactive at providing resolutions to the Owner’s satisfaction to get the job done on time and within budget. Jared’s role on this JOC is to ensure K2 delivers on their commitment to the Town of Fountain Hills throughout the contract from relationship management, preconstruction and team assessments. He will work closely with Matt Kuiper, Senior Project Manager. KEY ATTRIBUTE Provides knowledge and leadership skills and excels at communicating across all levels of the organization. MATT KUIPER SENIOR PROJECT MANAGER YEARS WITH K2: 17 YEARS EXPERIENCE: 17 EDUCATION: ▪Graduated 4-year IEC Apprenticeship Program with Journeyman Card from the State of Arizona CERTIFICATIONS/TRAINING: ▪10-Hour OSHA Certified ▪Level 2 Thermographer ▪Proficient in McCormick Estimating Software ▪Aerial Work Platform Operator Training ▪ABA Leadership Development Forum Graduate (2018) ▪Received 2016 IEC National Emerging Leader Award BIOGRAPHY: Matt will serve as the single point of contact for the Town of Fountain Hills throughout this JOC to ensure all project and client needs are met. He is an experienced Senior Project Manager with high attention to detail and the most creative problem solver on the K2 team. He brings a level of technical knowledge far superior than most electricians and works with clients to solve for any issue in real time. He will be the contact to initiate, negotiate and execute each JOC work order. Matt will work with Jared Kredit, Project Executive during preconstruction, project closeout and team assessments. During construction, Matt’s responsibilities will include oversight for the overall project, safety, budget, schedule as well as communicating project status to the Town of Fountain Hills. He will conduct project coordination meetings to discuss necessary adjustments to manpower, equipment and subcontractors required to meet the project goals and schedule. KEY ATTRIBUTE Technically savvy problem solver who provides creative solutions for any challenge. K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 RESUMES CASEY KOTZENMACHER PROJECT MANAGER YEARS WITH K2: 7 YEARS EXPERIENCE: 24 EDUCATION: Associates Degree, Construction Electrician CERTIFICATIONS/TRAINING: ▪Project Manager Development Program (PMDP) Certification ▪Effective Leadership Development (ELD) Class ▪Effective Personal Productivity (EPP) Class BIOGRAPHY: Casey is an experienced project manager and is dedicated to delivering every project to the satisfaction of the Owner on time and within budget. His role on this JOC is to provide detailed information to the Town on all fronts, from estimating to RFIs and will be a primary point of contact to ensure communication is a top priority. Casey performs well in high stress environments and will bring a high level of knowledge and leadership to this JOC. JAMES CLARK FIELD OPERATIONS YEARS WITH K2: 8 YEARS EXPERIENCE: 19 EDUCATION: Penn Foster University, Electrical Program CERTIFICATIONS/TRAINING: ▪IEC Journeyman Program ▪ABA LDF Program, Graduation in December BIOGRAPHY: As the Field Operations on this JOC, James will be responsible for managing team members and schedules to ensure adequate manpower to complete all contracts. With 19 years of experience working in all aspects of electrical and managing jobs, James is solution-oriented and great at solving problems on the jobsite. He is skilled at bringing jobs together quickly to get the work done to meet the client’s goals and schedule. KEY ATTRIBUTE Detailed-oriented responsible for estimates, submittals and RFI paperwork with strict adherence to deadlines. KEY ATTRIBUTE Onsite management of daily operations, team members, and client relationships. K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 RESUMES JEREMY KEEHN FIELD TECHNICIAN YEARS WITH K2: 2 YEARS EXPERIENCE: 12 CERTIFICATIONS/TRAINING: ▪ABA Apprenticeship Program Graduate ▪OSHA 10-Hour BIOGRAPHY: Jeremy brings over 12 years of electrical experience to K2 and has expertise at understanding the client’s budget and goals on a project. He has a strong aptitude for successfully running multiple jobs at the same time in a very detailed manner. Jeremy will bring a task-oriented mindset to this JOC with a focus on meeting your goals. He is committed to providing a valued product and works hard until the job is done right. JAMES GAMBESCIA FIELD TECHNICIAN YEARS WITH K2: 3 YEARS EXPERIENCE: 27 CERTIFICATIONS/TRAINING: ▪K2 Safety Programs/ Certifications ▪OSHA 10-Hour ▪IECA Apprenticeship Program BIOGRAPHY: As a key member of the K2 team, James brings 27 years of industry experience to this JOC with a primary focus on smaller service work up to larger jobs. James is a highly skilled electrician with strong attention to detail. He focuses on building relationships with clients to ensure their satisfaction throughout the project. James is also responsible for leading and mentoring team members coming into the service program. He thrives on developing team members and ensures each team member is doing their part to get the job done right. In his role as Field Technician, James will be responsible for adhering to deadlines to ensure smooth project completions that are on schedule and budget. KEY ATTRIBUTE Excels at understanding the client’s budget and is extremely efficient and task-oriented. KEY ATTRIBUTE Relationship builder focused on maintaining connections with clients. K2 ELECTRIC | TOWN OF FOUNTAIN HILLS SOLICITATION NO. 2021-008 RESUMES BRAD DONNELLY FIELD TECHNICIAN YEARS WITH K2: 3 YEARS EXPERIENCE: 35 CERTIFICATIONS/TRAINING: ▪OSHA 10 ▪Arc Flash Training ▪Code Update Training Courses ▪Kurt Alter Foreman Seminar BIOGRAPHY: Brad Donnelly brings 35 years of experience to the K2 team and is a true asset with his breadth of electrical knowledge. He has worked in all aspects of commercial electrical throughout his career and has spent the last eight year focused on service- based jobs, working on multiple jobs simultaneously. He is committed to getting the job done right no matter what it takes and will work until the job is complete, which is a benefit to K2’s clients. Brad will bring a high-level of detail and knowledge to this JOC and ensure the job is done right. KEY ATTRIBUTE Thorough understanding of commercial electrical work and brings a high-level of skill and organization. 602.454.7800 4038 E. Superior Ave, Suite 102, Phoenix, AZ 85040 Town of Fountain Hills Contract 2021-008D Final Audit Report 2020-11-24 Created:2020-11-17 By:Jamie Salentine (jsalentine@fh.az.gov) Status:Signed Transaction ID:CBJCHBCAABAAdqiss7MeHTRJQj5XADqwdBgCMI7Pu9Iz "Town of Fountain Hills Contract 2021-008D" History Document created by Jamie Salentine (jsalentine@fh.az.gov) 2020-11-17 - 9:10:55 PM GMT- IP address: 184.178.192.162 Document emailed to Matt Kuiper (mkuiper@k2elec.com) for signature 2020-11-17 - 9:11:16 PM GMT Email viewed by Matt Kuiper (mkuiper@k2elec.com) 2020-11-17 - 9:16:20 PM GMT- IP address: 67.53.223.66 Document e-signed by Matt Kuiper (mkuiper@k2elec.com) Signature Date: 2020-11-23 - 5:14:46 PM GMT - Time Source: server- IP address: 70.166.193.145 Document emailed to David Pock (dpock@fh.az.gov) for approval 2020-11-23 - 5:14:49 PM GMT Email viewed by David Pock (dpock@fh.az.gov) 2020-11-23 - 5:41:42 PM GMT- IP address: 184.178.192.162 Document approved by David Pock (dpock@fh.az.gov) Approval Date: 2020-11-23 - 6:00:39 PM GMT - Time Source: server- IP address: 184.178.192.162 Document emailed to Aaron Arnson (aaron@piercecoleman.com) for signature 2020-11-23 - 6:00:42 PM GMT Email viewed by Aaron Arnson (aaron@piercecoleman.com) 2020-11-23 - 10:11:50 PM GMT- IP address: 69.53.213.227 Document e-signed by Aaron Arnson (aaron@piercecoleman.com) Signature Date: 2020-11-23 - 10:11:58 PM GMT - Time Source: server- IP address: 69.53.213.227 Document emailed to Grady E. Miller (gmiller@fh.az.gov) for signature 2020-11-23 - 10:12:01 PM GMT Email viewed by Grady E. Miller (gmiller@fh.az.gov) 2020-11-23 - 10:34:14 PM GMT- IP address: 184.178.192.162 Document e-signed by Grady E. Miller (gmiller@fh.az.gov) Signature Date: 2020-11-23 - 10:37:41 PM GMT - Time Source: server- IP address: 184.178.192.162 Document emailed to Elizabeth A. Burke (eburke@fh.az.gov) for signature 2020-11-23 - 10:37:44 PM GMT Email viewed by Elizabeth A. Burke (eburke@fh.az.gov) 2020-11-24 - 2:36:37 PM GMT- IP address: 184.178.192.162 Document e-signed by Elizabeth A. Burke (eburke@fh.az.gov) Signature Date: 2020-11-24 - 2:37:20 PM GMT - Time Source: server- IP address: 184.178.192.162 Agreement completed. 2020-11-24 - 2:37:20 PM GMT