Loading...
HomeMy WebLinkAboutC2022-027 - Franklin Striping, Inc.1 Contract No. 2020-027 COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND FRANKLIN STRIPING, INC. THIS COOPERATIVE PURCHASING AGREEMENT (this “Agreement”) is entered into as of September 10, 2022, between the Town of Fountain Hills, an Arizona municipal corporation (the “Town”), and Franklin Striping, Inc, a(n) Arizona corporation (the “Contractor”). RECITALS A. After a competitive procurement process, Maricopa County (“County”) entered into Contract No. 210109-S, dated February 1, 2021 (“County Contract”) for the Contractor to provide installation of paint stripes and markings. A copy of the County Contract is incorporated herein by reference, to the extent not inconsistent with this Agreement. B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make purchases under the County Contract, at its discretion and with the agreement of the awarded Contractor, and the County Contract permits its cooperative use by other public entities, including the Town. C. The Town and the Contractor desire to enter into this Agreement for the purpose of (i) acknowledging their cooperative contractual relationship under the County Contract and this Agreement, (ii) establishing the terms and conditions by which the Contractor may provide the Town with installation of paint stripes and markings for roadways (the “Materials and Services”), and (iii) setting the maximum aggregate amount to be expended pursuant to this Agreement related to the Materials and Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which are incorporated herein by reference, the following mutual covenants and conditions, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Town and the Contractor hereby agree as follows: 1. Term of Agreement. This Agreement shall be effective as of the date first set forth above and shall remain in full force and effect until September 9, 2022 (the “Initial Term”), unless terminated as otherwise provided in this Agreement or the County Contract. After the expiration of the Initial Term, this Agreement may be renewed for up to four successive one-year terms (the “Renewal Term”) if: (i) it is deemed in the best interests of the Town, subject to availability and appropriation of funds for renewal in each subsequent year, (ii) the term of the County Contract has not expired or has been extended, (iii) at least 30 days prior to the end of the then-current term of this Agreement, the Contractor requests, in writing, to extend this Agreement for an additional one-year term and (iv) the Town approves the additional one-year term in writing (including any 2 price adjustments approved as part of the County Contract), as evidenced by the Town Manager’s signature thereon, which approval may be withheld by the Town for any reason. The Contractor’s failure to seek a renewal of this Agreement shall cause this Agreement to terminate at the end of the then-current term of this Agreement; provided, however, that the Town may, at its discretion and with the agreement of the Contractor, elect to waive this requirement and renew this Agreement. The Initial Term and any Renewal Term(s) are collectively referred to herein as the “Term.” Upon renewal, the terms and conditions of this Agreement shall remain in full force and effect. 2. Scope of Work. This is an indefinite quantity and indefinite delivery Agreement for Materials and Services under the terms and conditions of the County Contract. The Town does not guarantee that any minimum or maximum number of purchases will be made pursuant to this Agreement. Purchases will only be made when the Town identifies a need and proper authorization and documentation have been approved. For purchase(s) determined by the Town to be appropriate for this Agreement, the Contractor shall provide the Materials and Services to the Town in such quantities and configurations agreed upon between the parties, in a written invoice, quote, work order or other form of written agreement describing the work to be completed (each, a “Work Order”). Each Work Order approved and accepted by the parties pursuant to this Agreement shall (i) contain a reference to this Agreement and the County Contract and (ii) be attached hereto as Exhibit A and incorporated herein by reference. Work Orders submitted without referencing this Agreement and the County Contract will be subject to rejection. 2.1 Inspection; Acceptance. All Materials and Services are subject to final inspection and acceptance by the Town. Materials failing to conform to the requirements of this Agreement and/or the County Contract will be held at Contractor’s risk and may be returned to the Contractor. If so returned, all costs are the responsibility of the Contractor. Upon discovery of a non-conforming Materials or Services, the Town may elect to do any or all of the following by written notice to the Contractor: (i) waive the non-conformance; (ii) stop the work immediately; or (iii) bring the Materials or Services into compliance and withhold the cost of same from any payments due to the Contractor. 2.2 Cancellation. The Town reserves the right to cancel Work Orders within a reasonable period of time after issuance. Should a Work Order be canceled, the Town agrees to reimburse the Contractor, but only for actual and documentable costs incurred by the Contractor due to and after issuance of the Work Order. The Town will not reimburse the Contractor for any costs incurred after receipt of Town notice of cancellation, or for lost profits, shipment of product prior to issuance of Work Order or for anything not expressly permitted pursuant to this Agreement. 3. Compensation. The Town shall pay Contractor for the Term an amount not to exceed $50,000.00 for the Materials and Services at the rates that shall be agreed upon by the parties. The aggregate amount per term shall not exceed $50,000 in any case unless the Agreement is affirmed and ratified via an executed amendment. All remaining terms and conditions of the Agreement shall remain in full force and effect. 4. Payments. The Town shall pay the Contractor monthly and the Contractor shall invoice monthly, based upon acceptance and delivery of Materials and/or Services performed and completed to date, and upon submission and approval of invoices. Each invoice shall (i) contain a 3 reference to this Agreement and the County Contract and (ii) document and itemize all work completed to date. The invoice statement shall include a record of materials delivered, time expended, and work performed in sufficient detail to justify payment. Additionally, invoices submitted without referencing this Agreement and the County Contract will be subject to rejection and may be returned. 5. Records and Audit Rights. To ensure that the Contractor and its subcontractors are complying with the warranty under Section 6 below, Contractor’s and its subcontractors’ books, records, correspondence, accounting procedures and practices, and any other supporting evidence relating to this Agreement, including the papers of any Contractor and its subcontractors’ employees who perform any work or services pursuant to this Agreement (all of the foregoing hereinafter referred to as “Records”), shall be open to inspection and subject to audit and/or reproduction during normal working hours by the Town, to the extent necessary to adequately permit evaluation of the Contractor’s and its subcontractors’ compliance with the Arizona employer sanctions laws referenced in Section 6 below. To the extent necessary for the Town to audit Records as set forth in this Section, Contractor and its subcontractors hereby waive any rights to keep such Records confidential. For the purpose of evaluating or verifying such actual or claimed costs or units expended, the Town shall have access to said Records, even if located at its subcontractors’ facilities, from the effective date of this Agreement for the duration of the work and until three years after the date of final payment by the Town to Contractor pursuant to this Agreement. Contractor and its subcontractors shall provide the Town with adequate and appropriate workspace so that the Town can conduct audits in compliance with the provisions of this Section. The Town shall give Contractor or its subcontractors reasonable advance notice of intended audits. Contractor shall require its subcontractors to comply with the provisions of this Section by insertion of the requirements hereof in any subcontract pursuant to this Agreement. 6. E-verify Requirements. To the extent applicable under ARIZ. REV. STAT. § 41- 4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws and regulations that relate to their employees and their compliance with the E-verify requirements under ARIZ. REV. STAT. § 23-214(A). Contractor’s or its subcontractors’ failure to comply with such warranty shall be deemed a material breach of this Agreement and may result in the termination of this Agreement by the Town. 7. Israel. Contractor certifies that it is not currently engaged in and agrees for the duration of this Agreement that it will not engage in a “boycott,” as that term is defined in ARIZ. REV. STAT. § 35-393, of Israel. 8. Conflict of Interest. This Agreement may be canceled by the Town pursuant to ARIZ. REV. STAT. § 38-511. 9. Applicable Law; Venue. This Agreement shall be governed by the laws of the State of Arizona and a suit pertaining to this Agreement may be brought only in courts in Maricopa County, Arizona. 10. Agreement Subject to Appropriation. The Town is obligated only to pay its obligations set forth in this Agreement as may lawfully be made from funds appropriated and budgeted for that purpose during the Town’s then current fiscal year. The Town’s obligations under this Agreement are current expenses subject to the “budget law” and the unfettered 4 legislative discretion of the Town concerning budgeted purposes and appropriation of funds. Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this Agreement shall be deemed terminated at the end of the then-current fiscal year term for which such funds were appropriated and budgeted for such purpose and the Town shall be relieved of any subsequent obligation under this Agreement. The parties agree that the Town has no obligation or duty of good faith to budget or appropriate the payment of the Town’s obligations set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which this Agreement is executed and delivered. The Town shall be the sole judge and authority in determining the availability of funds for its obligations under this Agreement. The Town shall keep Contractor informed as to the availability of funds for this Agreement. The obligation of the Town to make any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim against the Town from or relating in any way to the Town’s termination of this Agreement pursuant to this section. 11. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement, any Town-approved work orders, the County Contract, and invoices, the documents shall govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section 2 above, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms of this Agreement or the County Contract (collectively, the “Unauthorized Conditions”), other than the Town’s project-specific requirements, are expressly declared void and shall be of no force and effect. Acceptance by the Town of any work order or invoice containing any such Unauthorized Conditions or failure to demand full compliance with the terms and conditions set forth in this Agreement or under the County Contract shall not alter such terms and conditions or relieve Contractor from, nor be construed or deemed a waiver of, its requirements and obligations in the performance of this Agreement. 12. Rights and Privileges. To the extent provided under the County Contract, the Town shall be afforded all of the rights and privileges afforded to the County and shall be “County” (as defined in the County Contract) for the purposes of the portions of the County Contract that are incorporated herein by reference. 13. Indemnification; Insurance. In addition to and in no way limiting the provisions set forth in Section 12 above, the Town shall be afforded all of the insurance coverage and indemnifications afforded to County to the extent provided under the County Contract, and such insurance coverage and indemnifications shall inure and apply with equal effect to the Town under this Agreement including, but not limited to, the Contractor’s obligation to provide the indemnification and insurance. In any event, the Contractor shall indemnify, defend and hold harmless the Town and each council member, officer, employee or agent thereof (the Town and any such person being herein called an “Indemnified Party”), for, from and against any and all losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable attorneys’ fees, court costs and the costs of appellate proceedings) to which any such Indemnified Party may become subject, under any theory of liability whatsoever (“Claims”), insofar as such Claims (or actions in respect thereof) relate to, arise out of, or are caused by or based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in connection with the work or services of the Contractor, its officers, employees, agents, or any tier of subcontractor in the performance of this Agreement. 14. Notices and Requests. Any notice or other communication required or permitted to 5 be given under this Agreement shall be in writing and shall be deemed to have been duly given if (i) delivered to the party at the address set forth below, (ii) deposited in the U.S. Mail, registered or certified, return receipt requested, to the address set forth below or (iii) given to a recognized and reputable overnight delivery service, to the address set forth below: If to the Town: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Grady E. Miller, Town Manager With copy to: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Aaron D. Arnson, Town Attorney If to Contractor: Franklin Striping, Inc. 2832 S. 45th St. Phoenix, Arizona 85040 Attn: Randy Franklin or at such other address, and to the attention of such other person or officer, as any party may designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed received: (i) when delivered to the party, (ii) three business days after being placed in the U.S. Mail, properly addressed, with sufficient postage or (iii) the following business day after being given to a recognized overnight delivery service, with the person giving the notice paying all required charges and instructing the delivery service to deliver on the following business day. If a copy of a notice is also given to a party’s counsel or other recipient, the provisions above governing the date on which a notice is deemed to have been received by a party shall mean and refer to the date on which the party, and not its counsel or other recipient to which a copy of the notice may be sent, is deemed to have received the notice. [SIGNATURES APPEAR ON FOLLOWING PAGES] 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. Klein, Town Clerk APPROVED AS TO FORM: Aaron D. Arnson, Town Attorney [SIGNATURES CONTINUE ON FOLLOWING PAGES] Elizabeth Klein (Sep 7, 2021 11:49 PDT) “Contractor” ____________________________________, By: Name: Title: Franklin Striping, Inc. Randy Franklin (Sep 7, 2021 11:21 PDT) Randy Franklin President Randy Franklin EXHIBIT A TO COOPERATIVE SERVICES AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND FRANKLIN STRIPING, INC. [County Contract] See following pages. Chief Procurement Officer 160 South 4th Avenue Phoenix, AZ 85003 Phone: (602) 506-3967 Fax: (602) 506-6766 Maricopa County Office of Procurement Services www.maricopa.gov January 14, 2021 RE: INSTALLATION OF PAINT STRIPES AND MARKINGS We are pleased to notify you Maricopa County has awarded your firm a contract to supply services and/or commodities per the subject contract with an effective date of February 01, 2021. In accordance with the bid specifications, purchasing documents will be forwarded to you covering the specific items of this award. If you have any questions regarding the 210109-S contract, please contact Louis Nicolosi at 602-506-2761. Sincerely, _ Louis Nicolosi, Procurement Officer Office of Procurement Services LN/mm Attach. cc: Office of Procurement Services Re: Serial 210109-S SERIAL 210109-S INSTALLATION OF PAINT STRIPES AND MARKINGS DATE OF LAST REVISION: January 14, 2021 CONTRACT END DATE: January 31, 2023 CONTRACT PERIOD THROUGH JANUARY 31, 2023 TO: All Departments FROM: Office of Procurement Services SUBJECT: Contract for INSTALLATION OF PAINT STRIPES AND MARKINGS Attached to this letter is published an effective purchasing contract for products and/or services to be supplied to Maricopa County activities as awarded by Maricopa County on JANUARY 14, 2021 (Eff. 02/01/21) All purchases of products and/or services listed on the attached pages of this letter are to be obtained from the vendor holding the contract. Individuals are responsible to the vendor for purchases made outside of contracts. The contract period is indicated above. LN/mm Attach Copy to: Office of Procurement Services John Hatler, MCDOT Suzi Williams-MCDOT (Please remove Serial 14097-S from your contract notebooks) SERIAL 210109-S FRANKLIN STRIPING INC, 2832 S. 45TH ST., PHOENIX AZ 85040 COMPANY NAME: Franklin Striping Inc. DOING BUSINESS AS (dba): MAILING ADDRESS: 2832 S. 45th St. Phoenix, AZ 85040 REMIT TO ADDRESS: 2832 S. 45th St. Phoenix, AZ TELEPHONE NUMBER: 480-898-1180 FAX NUMBER: N/A WWW ADDRESS: franklinstriping.com REPRESENTATIVE NAME: Randy Franklin REPRESENTATIVE TELEPHONE NUMBER: 602-695-9748 REPRESENTATIVE EMAIL ADDRESS randy@franklinstriping.com YES NO REBATE WILL ALLOW OTHER GOVERNMENTAL ENTITIES TO PURCHASE FROM THIS CONTRACT: WILL ACCEPT PROCUREMENT CARD FOR PAYMENT: 2% 10 DAYS NET 30 DAYS 1st Call New Striping, Water Borne Paint (ADOT APL Formula 1 HB, Layout Required) Title Unit Price Qty UofM Roadway Striping w/beads (Long Line) - WHITE $0.14 1 linear foot Roadway Striping w/beads (Long Line) - YELLOW $0.14 1 linear foot Intersection Striping - Cross walk/Stop Bar (12 inches) (White or Yellow) $0.50 1 linear foot Intersection Striping - Islands (8 inches) $0.25 1 linear foot Intersection Striping - Arrows (LT. RT. & ST.) $25.00 1 each Railroad Pavement Marking - Stop Bar (24 inches) $0.90 1 linear foot Railroad Pavement Marking - (X)ing Pavement Marking (16 inches) $0.80 1 linear foot Railroad Pavement Marking - (R.R.) Pavement Marking $25.00 1 each Bike Lane Symbol $25.00 1 each Yield Symbol 18" (Sharks Teeth) $10.00 1 each Pavement Wording - All letters and/or Numbers $12.50 1 each Re-Striping, Water Borne Paint (ADOT APL Formula 1 HB, No Layout Required) Title Unit Price Qty UofM Roadway Striping w/beads (Long Line) - WHITE $0.13 1 linear foot Roadway Striping w/beads (Long Line) - YELLOW $0.13 1 linear foot Intersection Striping - Cross walk/Stop Bar (12 inches) (White or Yellow) $0.50 1 linear foot Intersection Striping - Islands (8 inches) $0.25 1 linear foot Intersection Striping - Arrows (LT. RT. & ST.) $25.00 1 each Railroad Pavement Marking - Stop Bar (24 inches) $0.80 1 linear foot SERIAL 210109-S FRANKLIN STRIPING INC Railroad Pavement Marking - (X)ing Pavement Marking $0.70 1 linear foot Railroad Pavement Marking - (R.R.) Pavement Marking $25.00 1 each Bike Lane Symbol $25.00 1 each Yield Symbol 18" (Sharks Teeth) $10.00 1 each Pavement Wording - All letters and/or Numbers $12.50 1 each New Striping, AZDOT New Spec Thermoplastic (Layout Required) Title Unit Price Qty UofM Roadway Striping (Long Line) - 60 mils thick $0.32 1 linear foot Roadway Striping (Long Line) - 90 mils thick $0.42 1 linear foot Roadway Striping (Long Line) - 120 mils thick $0.60 1 linear foot Intersection Striping (at 120 mils thick) - Cross walk & Stop Bar (12") $2.00 1 linear foot Intersection Striping (at 120 mils thick) - Islands (8") $1.15 1 linear foot Intersection Striping (at 120 mils thick) - Arrows (LT. RT. & ST.) $115.00 1 each Railroad Pavement Marking (120 mils thick) - Stop Bar (24") $3.50 1 linear foot Railroad Pavement Marking (120 mils thick) - "X" ing Pavement Marking $2.00 1 linear foot Railroad Pavement Marking (120 mils thick) -"R.R." Pavement Marking $100.00 1 each Bike Lane Symbol $175.00 1 each Yield Symbol 18" (Sharks Teeth) $20.00 1 each Pavement Wording (120 mils) - All letters and/or Numbers $65.00 1 each Re-Striping, AZDOT Spec Thermoplastic (No Layout Required) Title Unit Price Qty UofM Roadway Striping (Long Line) - 60 mils thick $0.32 1 linear foot Roadway Striping (Long Line) - 90 mils thick $0.42 1 linear foot Roadway Striping (Long Line) - 120 mils thick $0.60 1 linear foot Intersection Striping (at 120 mils thick) - Cross walk & Stop Bar (12") $2.00 1 linear foot Intersection Striping (at 120 mils thick) - Islands (8") $1.15 1 linear foot Intersection Striping (at 120 mils thick) - Arrows (LT. RT. & ST.) $115.00 1 each Railroad Pavement Marking (120 mils thick) - Stop Bar (24") $3.50 1 linear foot Railroad Pavement Marking (120 mils thick) - "X" ing Pavement Marking $2.00 1 linear foot Railroad Pavement Marking (120 mils thick) -"R.R." Pavement Marking $100.00 1 each Bike Lane Symbol $175.00 1 each Yield Symbol 18" (Sharks Teeth) $20.00 1 each Pavement Wording (120 mils) - All Letters and/or Numbers $65.00 1 each Installation of Raised Reflective Pavement Markers Title Unit Price Qty UofM 3M 290 - 2-way 1-color "Full size" Type H $2.75 1 each 3M 290 - 2-way 1-color "Full size" Type D $2.75 1 each 3M 290 - 1-way only "Full size" Type G $2.75 1 each 3M 290 - 2-way 1-color "Full size" Type BB $5.00 1 each SERIAL 210109-S FRANKLIN STRIPING INC 3M 290- 2-way 2-color "Full size" $2.75 1 each Guardrail/Barrier Delineator (Reflectorized) - YELLOW $2.75 1 each Guardrail/Barrier Delineator (Reflectorized) - WHITE $2.75 1 each Ceramic Button (3/4" x 4") (Non-Reflectorized) -YELLOW $2.75 1 each Ceramic Button (3/4" x 4") (Non-Reflectorized) - WHITE $2.75 1 each Ceramic Button (3/4" x 4") (Non-Reflectorized) - BLACK $2.75 1 each Raised Pavement Marker Recessing $10.00 1 each Removal of Existing Pavement Markings / Markers Title Unit Price Qty UofM Paint $0.50 1 linear foot Tape/Cold Plastic $0.50 1 linear foot Thermoplastic $0.50 1 linear foot Guardrail/Jersey Barrier Markers $1.50 1 each Arrows (LT. RT. & ST.) $35.00 1 each Railroad Pavement Marking (R.R.) Pavement Marking $35.00 1 each Bike Lane Symbol $35.00 1 each Pavement Wording - All letters and/or Numbers $20.00 1 each Raised Pavement Marker Removal $1.75 1 each Asphalt Slurry Type II - Obliterated Road Marking Sealant (MAG Section 460.2) $10.00 1 square yard Traffic Control Title Unit Price Qty UofM SIGNS - Large Sign 48" x 48" (2304 Sq. In.) or Larger $0.60 1 day SIGNS - Medium Sign 36" x 36" (1296-2303 Sq. In.) $0.50 1 day SIGNS - Small Sign 24" x 24" (576-1295 Sq. In.) $0.40 1 day WARNING LIGHTS (FLASHERS) - Type A Low Intensity Flashing warning light $0.20 1 day WARNING LIGHTS (FLASHERS) - Type B High Intensity Flashing warning light $1.00 1 day WARNING LIGHTS (FLASHERS) - Type C Low Intensity Steady Burn warning light $0.20 1 day WARNING LIGHTS (FLASHERS) - Type D 360 Degree Steady Burn warning light $0.30 1 day BARRICADES CONES MISCELLANEOUS - Type I Barricade - Vertical Panel $0.35 1 day BARRICADES CONES MISCELLANEOUS - Portable Sign Stand (spring stand) $1.50 1 day BARRICADES CONES MISCELLANEOUS - Traffic Cone Reflectorized 28 Inches $0.40 1 day BARRICADES CONES MISCELLANEOUS - Sand Bag $1.25 1 day BARRICADES CONES MISCELLANEOUS - Flag $1.30 1 day BARRICADES CONES MISCELLANEOUS - Arrow Boards $25.00 1 day BARRICADES CONES MISCELLANEOUS - Portable Variable Message Signs Three-Line $45.00 1 day PILOT CAR RENTAL WITH DRIVER $55.00 1 hour BARRICADE TRUCK RENTAL WITH DRIVER $55.00 1 hour SERIAL 210109-S FRANKLIN STRIPING INC BARRICADE TRUCK MOUNTED ATTENUATOR WITH DRIVER $75.00 1 hour Flagger $40.00 1 hour Traffic Control Technician $40.00 1 hour Traffic Supervisor $45.00 1 hour PURCHASE AND INSTALLATION/REMOVAL OF SUPPLIES - 2 Way $1.50 1 each PURCHASE AND INSTALLATION/REMOVAL OF SUPPLIES - 1 Way $1.50 1 each PURCHASE AND INSTALLATION/REMOVAL OF SUPPLIES - Chip Seal $1.50 1 each MOBILIZATION AND DEMOBILIZATION (TRAVEL TIME) - Zone 1 $125.00 1 day MOBILIZATION AND DEMOBILIZATION (TRAVEL TIME) - Zone 2 $170.00 1 day MOBILIZATION AND DEMOBILIZATION (TRAVEL TIME) - Zone 3 $220.00 1 day Uniformed Off-Duty Officers / Vehicle (Minimum 4 Hours) Title Regular Pay Overtime Pay Vehicle Hourly Rate Agency Name $75.00 $25.00 Rumble Strips Title Unit Price Qty UofM Total Price Rumble Strips-Layout Required $10.00 1 linear foot $10.00 Rumble Strips- No Layout Required $10.00 1 linear foot $10.00 PRICING SHEET: NIGP CODE 63066, 63166 & 91276 Terms: 2% 10 DAYS NET 30 DAYS Vendor Number: VC0000008203 Certificates of Insurance Required Contract Period: To cover the period ending January 31, 2023. January 14, 2021 SERIAL 210109-S INSTALLATION OF PAINT STRIPES AND MARKINGS 1.0 INTENT 1.1 The intent of this Invitation for Bids is to establish a contract with one or more contractors for the installation of paint stripes and markings and the items specifically listed herein for use by the Maricopa County Department of Transportation (MCDOT). 1.1 Other governmental entities under agreement with Maricopa County (County) may have access to services provided hereunder (see also Sections 3.15 and 3.16 below). 1.2 The County reserves the right to add additional contractors, at the County’s sole discretion, in cases where the currently listed contractors are of an insufficient number or skill-set to satisfy the County’s needs or to ensure adequate competition on any project or task order work. 1.3 County reserves the right to award this contract to multiple vendors. The County reserves the right to award in whole or in part, by item or group of items, by section or geographic area, or make multiple awards, where such action serves the County’s best interest. 2.0 SPECIFICATIONS 2.1 The County has adopted the MCDOT Supplement (January 2020 or most recent edition) to Maricopa Association of Governments (MAG) Uniform Standard Specifications. 2.2 Contractor shall provide materials and installation as indicated, and as referenced in Exhibit 6 - MCDOT 2020 Supplement to MAG Specifications and Details, for: 2.2.1 Paint Pavement Markings - Section 461 2.2.2 Thermoplastic Pavement Markings - Section 462 2.2.3 Raised Pavement Markers -Section 463 2.3 PAINT STRIPES AND MARKINGS 2.3.1 Contractor shall provide materials and installation for paint stripes and markings as required in MCDOT Supplement (January 2020 or most recent edition) to Maricopa Association of Governments (MAG ) Uniform Standard Specification for Paint Pavement Markings, Section 461, with the following exceptions: 2.3.1.1 The contractor shall apply types of paint that are water borne, to include 100 percent acrylic polymer emulsion (high build type) and crosslink polymer emulsion (plastic type) white and yellow (lead and lead-free). 2.3.1.2 Contractor shall provide pricing on the Attachment D – Pricing Sheet for each type of paint and shall indicate the manufacturer’s brand name and product code/series number. 2.4 THERMOPLASTIC STRIPES AND MARKINGS Contractor shall provide materials and installation of thermoplastic stripes and markings as required in MCDOT Supplement (January 2020 or most recent edition) to MAG Uniform Standard Specification for Thermoplastic Pavement Markings, Section 462. 2.5 RAISED PAVEMENT MARKERS 2.5.1 Contractor shall provide materials and installation of raised pavement markers as required in MCDOT Supplement (January 2020 or most recent edition) to MAG SERIAL 210109-S Uniform Standard Specification for Raised Pavement Markers, Section 463, with the following additions: 2.5.1.1 Contractor shall include the manufacturer’s name and model number for each type of marker quoted in Attachment D – Pricing Sheet. 2.5.2 Rumble Strips 2.5.2.1 Contractor shall cut groove transverse rumble strips such that they be ground to a depth of 3/8 inches every 12 inches, with 10-foot gap every 40 feet to allow bicyclists to cross the rumble pattern without dropping into the depressions (on roads that allow bicyclists). 2.5.2.2 Contractor shall use rumble strips (six-inch, eight-inch and twelve-inch widths) of the appropriate size for the roadway type and shoulder width (see Exhibit 8 – ADOT Rumble Strip Specifications). 2.5.3 Reflective Pavement Markers 2.5.3.1 Reflective pavement markers (Section 463.2.02) shall be 3M 290 or equivalent. 2.5.3.2 As per MCDOT requirements, contractor shall use reflective markers that are pressure sensitive adhesive or non-adhesive with an adhesive surface. The raised pavement marker shall be both wet and dry retro- reflective, impact resistant, abrasion resistant, water resistant, and have molded-in body colors, and may have application finger grips. Reflective pavement markers shall be of the following types: 2.5.3.2.1 Type D Yellow, two–way 2.5.3.2.2 Type G Clear, one-way 2.5.3.2.3 Type H Yellow, one-way 2.5.3.2.4 Type BB Blue, two-way 2.5.3.3 Contractor shall use reflective pavement markers such that: 2.5.3.3.1 Reflective pavement markers are prismatic reflective consisting of a polycarbonate body and a polycarbonate lens with built-in micro-cube corners. 2.5.3.3.2 The lens shall have a protective hard coat. 2.5.3.3.3 The exterior surface of the molded body shall be smooth and shall contain one or two prismatic reflector faces of the color specified. 2.5.3.3.4 When illuminated by an automobile headlight, the color of the reflectors shall be an approved clear, yellow, red, blue or green as designated. Reflectors not meeting the required color may be rejected and contractor shall replace reflectors with reflectors of the required color. 2.5.3.3.5 The retro reflected color of the markers shall lie within the respective retro reflected color gamut coordinates, plotted on the 1931 CIE Chromaticity (x, y) diagram (see TABLE 1) when tested in accordance with American Society for Testing and Materials (ASTM) E811, using CIE Illuminant Source A and viewing conditions of 0.2 degree observation SERIAL 210109-S angle, zero degree entrance angle. The source and receptor angular apertures are each six minutes of arc. TABLE 1 WH YL RED GR BL Point # x y x y x y x y x y 1 .310 .348 .545 .424 .650 .330 .009 .733 .039 .320 2 .453 .440 .599 .439 .668 .330 .288 .520 .160 .320 3 .500 .440 .609 .390 .734 .265 .209 .395 .160 .240 4 .500 .380 .597 .390 .721 .259 .012 .494 .183 .218 5 .440 .380 6 .310 .283 2.5.3.3.6 Permanent reflective pavement markers will be tested for compressive strength, abrasion resistance, and specific intensity. Permanent reflective pavement markers shall have a thin un-tempered glass or other abrasion material bonded to the prismatic reflector face to provide an extremely hard and durable, abrasive resistant reflector surface. 2.5.3.3.7 The area covered by the glass, or other abrasion resistant surface, shall not be less than three square inches. 2.5.3.3.8 The original specific intensity of each reflecting surface for both temporary and permanent reflective markers shall not be less than the following: 2.5.3.3.8.1 To be measured in accordance with ASTM E809. The photometric quantity to be measured is the coefficient of retro reflected luminous intensity, expressed as millicandelas per lux (mcd/lx). One candela per lux equals 10.76 candelas per foot-candle. 2.5.3.3.9 Permanent reflective pavement markers shall be subject to an abrasion resistance test as follows: 2.5.3.3.9.1 Subject the entire lens surface to the test described in ASTM D-4280-04, Section 9.5, using a sand drop apparatus. After the exposure described, the retroreflected values shall not be less than 0.5 times the values listed in the specific intensity table (see TABLE 2 below). 2.5.3.3.9.2 The raised pavement marker shall comply with the initial minimum brightness requirements in TABLE 2 (below) after conditioning for 12 hours at 145 degrees F +/- 5ºF (62.7ºC +/- 2.5ºC). 2.5.3.3.9.3 The body of the raised pavement marker displays no cracking or breakage when tested according to ASTM D2444 Tup A, using a 1000 gm weight from a height of one meter. The marker is positioned in such a way that the Tup strikes the top of the marker. The marker lens displays no cracking inside the impact area when tested according to ASTM D2444 Tup A, SERIAL 210109-S using a 1000 gm weight from a height of one meter. The marker is placed in a steel fixture designed to hold the marker lens horizontal and positioned such that the Tup strikes the center of the lens. TABLE 2 Specific Intensity Table Entrance Angle 0 degrees +/- 20 degrees – 0 degrees Observation Angle .2 degrees .2 degrees Minimum Coefficient Color mcd/lx cd/ftcd mcd/lx cd/ftcd White 279 3.00 112 1.20 Yellow/Amber 167 1.80 67 0.72 Red 70 0.75 28 0.30 Blue 26 0.28 10 0.11 Green 93 1.00 37 0.40 2.5.4 Construction Requirements 2.5.4.1 Contractor shall ensure that the portion of the highway to which the raised pavement markers are to be attached shall be free of dirt, curing compound, grease, oil, moisture, loose or unsound layers and any other material which could adversely affect the bond of the adhesive. In addition, the pavement must be clean and dry, therefore, contractor shall ensure that adhesive is not applied within 24 hours of rainfall prior to application. The method of cleaning the pavement surface and removal of detrimental material is subject to approval by the engineer and shall include sweeping and the use of high-pressure air spray. 2.5.4.2 Contractor may apply pressure sensitive adhesive raised pavement markers to new paved asphalt surfaces immediately following the final compaction of the asphalt surface by the finishing roller, however contractor shall use caution to prevent embedment of raised pavement markers into the fresh, soft asphalt that would limit the visibility of the lens face. Embedment into the fresh asphalt surface should be limited to the thickness of the pressure sensitive adhesive pad. 2.5.4.3 Contractor shall not place markers on asphalt that is showing signs of deterioration, cracking or failure. 2.5.4.4 Contractor shall have the curing compound removed prior to application of the pressure sensitive raised pavement marker on new concrete surfaces that have been open to traffic for less than 90 days. The curing compound may be removed by sandblasting, or other methods such as hydro-blasting or grinding as approved by the engineer. 2.5.4.5 Contractor shall ensure that chip seal surfaces are swept of excess aggregate and have been open to traffic for 30 days prior to installation of the markers. Markers should not be installed on chip seal surfaces with large, void spaces and/or loose aggregate with a weak bond to the underlying road surface. 2.5.4.6 Contractor shall ensure that slurry seal and fog seal surfaces are allowed to completely cool and cure. In general, 24 hours is sufficient time to allow SERIAL 210109-S placement of the markers. Excess sand applied to soak up surface emulsions must be swept clean prior to installation of the markers. 2.5.4.7 When installation involves a separate adhesive product, the contractor shall place the adhesive uniformly on the cleaned pavement surface in an amount sufficient to result in complete coverage of the area of contact of the markers, with no voids present and with slight excess after the markers have been placed. The markers shall be placed in position and pressure applied until firm contact is made with the pavement. The markers shall be protected against impact until the adhesive has set to the degree acceptable to the engineer. 2.5.4.8 Contractor shall immediately remove excess adhesive on the pavement and on the exposed surfaces of the markers. Contractor shall not use thinners or solvents which may be detrimental to either the markers or the bond provided by the adhesive in removing excess adhesive. 2.5.4.9 Contractors shall not install markers when the temperature of the pavement surface or the atmosphere is less than 60ºF, when the relative humidity is 80 percent or higher or when the pavement is not dry. Contractor shall not apply markers within 24 hours of rainfall prior to application. 2.5.4.10 Contractors shall install all markers to the line approved by the engineer and in such a manner that the reflective face of the markers is perpendicular to a line parallel to the roadway centerline. No raised pavement markers shall be installed over longitudinal or traverse joints or seams of the pavement surface. No raised pavement markers shall be installed over existing pavement markings such as paint, thermoplastic, or preformed tapes. 2.6 PAVEMENT MARKING REMOVAL Contractor shall remove all conflicting pavement markings, in conformance with hazardous waste disposal regulations, to include raised pavement markers, chip seal tabs, pavement tape, barrier/guardrail markers, and any other necessary traffic control devices deemed necessary by the engineer. All pavement markings shall be recovered from the roadway by vacuum method. Removed pavement markers and debris resulting from the removed markings shall be collected and disposed by the contractor. 2.6.1 Approved Methods for Water Borne Traffic Paint 2.6.1.1 Water blasting 2.6.1.2 Steel shot method (turbo-blaster) 2.6.1.3 Asphaltic overlay: The asphalt overlay thickness and dimensions shall meet the County specifications 2.6.2 Approved Methods for the Removal of Raised Pavement Markers 2.6.2.1 Hammer/chisel method 2.6.2.2 Blade use of heavy-duty equipment 2.6.3 Contractor shall repair, by methods acceptable to the engineer, any damage to the pavement caused by pavement marking removal. When contractor uses asphalt slurry to repair damage to the pavement caused by pavement marking removal or the obliteration of the marks remaining after the markings have been removed, SERIAL 210109-S contractor shall place the asphalt slurry parallel to the new direction of travel and shall not be less than two feet in width. 2.7 PAVEMENT PREPARATION 2.7.1 It shall be the contractor’s responsibility to determine what type of pavement markings currently exists on the project to be done and determine the appropriate method of removal. The final decision for the method of removal must be approved by the Engineer first. 2.7.2 Contractor shall repair, by methods acceptable to the engineer, any damage to the pavement caused by pavement marking removal. When contractor uses asphalt slurry seal to repair damage to the pavement caused by pavement marking removal or the obliteration of the marks remaining after the markings have been removed, contractor shall place the asphalt slurry parallel to the new direction of travel and shall not be less than two feet in width. 2.7.3 It will be the contractor’s responsibility to prepare the roadway surface for the installation of striping and raised pavement markers. Contractor shall cover up all raised pavement markers when slurry seal and fog seal is used. This may include sweeping/brooming, (manually or by machine), blading (removing mud or dirt), and any other cleaning of the road-way surface to ensure proper installation of striping and markers. (Example: removal of oil, grease.) 2.7.4 Contractors shall not use of self-adhesive markers. 2.7.5 Contractors will be given a Notice to Proceed for each project. At the time of notification, the contractor shall inform the MCDOT representative of an estimated project start date and proposed project end date along with a schedule as to when the work will be completed. 2.7.6 Contractor will be responsible for their portable traffic control and should comply with Manual on Uniform Traffic Control Devices and Federal Highway Administration regulations. 2.8 TEMPORARY TRAFFIC CONTROL 2.8.1 Contractor shall be solely responsible for providing personnel and equipment for temporary traffic control during scheduled MCDOT construction/maintenance projects, in accordance with the MCDOT MAG Supplement Section 401. 2.8.2 Scheduled Work Description: Contractor shall provide traffic control and barricade service while working on MCDOT rights-of-way. Contractor shall furnish equipment and labor on an as needed basis. Contractor shall furnish all labor, materials, services, insurance, and equipment necessary for the delivery, placement, maintenance, and removal of barricade equipment, as well as labor for flagging traffic-control purposes. 2.8.3 All traffic control plans shall be governed by the Manual on Uniform Traffic Control Devices or Uniform Standard Specifications and Details for Public Works Construction Section 401 Traffic Control. 2.8.4 Contractor shall be responsible for the preparation of specific traffic plans and typical traffic control plans which may be utilized as requested by MCDOT. Traffic control plans shall be submitted to MCDOT Traffic Operations for review and approval in advance of commencing work. 2.8.5 Traffic Control Technicians shall be American Traffic Safety Services Association (ATSSA) certified. SERIAL 210109-S 2.8.6 Contractor shall only utilize flaggers certified flaggers. 2.8.6.1 Flaggers can be certified by ATSSA, the International Municipal Signal Association (IMSA), or by the Local Technical Assistance Program (LTAP). 2.8.6.2 Flaggers/laborers must be able to converse in the English language and shall be authorized by the contractor to receive and carry out directives issued by MCDOT Field Supervisor. 2.8.7 Contractor shall have an off-duty officer present during any setup which will restrict traffic flow more than one hour while working within 300 feet of a signalized intersection. 2.8.8 Contractors shall not restrict access to fire stations, hospitals, sheriff/police stations, or any public schools. 2.9 FUEL COST PRICE ADJUSTMENT 2.9.1 This provision provides for limited increased or decreased costs of motor fuels (fuels) used to perform services under this contract. This provision does not apply to burner fuel (i.e. propane, natural gas, fuel oil, used motor oil). It applies to motor fuel only. Fuel cost adjustments may be either positive or negative. A positive fuel cost adjustment will result in an increase in payments to contractor while a negative fuel cost adjustment will result in a decrease in payments to contractor. 2.9.2 This provision is intended to minimize risk to both parties to this contract due to fuel cost fluctuations that may occur during the term of this contract. This provision is not designed to estimate actual quantities of fuel used in providing services under this contract, but to provide a reasonable basis for calculating a fuel cost adjustment based on average conditions. 2.9.3 Application of this provision will come into effect upon contractor submittal of a fuel cost adjustment request. A request may be submitted only when the increased cost of fuel, established as a percentage of total contract price (base fuel cost) upon award of this contract, exceeds 10 percent of the base fuel cost. The contractor may request a fuel surcharge no more than four times annually, during the month(s) of March, June, September and December. The request must be submitted no later than the 10th of the month. Any surcharge shall be effective the first of the following month after receipt and approval. The date of County approval of a fuel cost adjustment request shall become the base date for any future contractor adjustment requests. 2.9.4 Contractor shall include, as part of its price bid, the percentage of total contract price fuel represents (e.g., fuel cost equals 10 percent of contractor cost) (see also, Attachment A, Vendor Information). This percentage will represent and establish the base fuel cost for this contract. The base fuel cost shall be established as the due date for submission of proposals for this contract. All subsequent fuel cost adjustments shall be based upon the date the County approves a contractor’s request for fuel cost adjustment (e.g. if fuel cost adjustment is approved by County on January 1, 2006, January 1, 2006 becomes base date for any next contractor request for adjustment). 2.9.5 Fuel Cost Application Requirement. The contractor must provide documentation including type of motor fuel and fuel invoices with price of the fuel used in providing services under this contract, from the month bids were due and the month of the cost adjustment request, with any fuel cost adjustment application. The fuel cost SERIAL 210109-S adjustment application must be completed with all applicable data and signed by the contractor. 2.9.6 The fuel surcharge shall be based on the current quarterly index of the West Coast (PADD5) Diesel (On-Highway)-All Types or Reformulated Areas Gasoline compared to the previous quarterly index period as reported on the Energy Information Administration (EIA) website: http://www.eia.doe.gov/. 2.9.7 The computation of the fuel surcharge amount shall be determined as follows: 2.9.7.1 The fuel cost component from Attachment A (Vendor Information) of the contract with Maricopa County, multiplied by the percent of change indicated by the EIA report from the previous index period. 2.9.7.2 Upon agreement by the County to the surcharge, the County shall issue written approval of the change prior to any adjusted invoicing submitted for payment. 2.9.7.3 The surcharge shall be added as a separate line item to the invoice. 3.0 PURCHASING REQUIREMENTS 3.1 DELIVERY 3.1.1 Delivery is desired as soon as possible, and details shall be stipulated on the purchase order. Contractor shall notify the County representative listed on the order if the requested delivery date and/or the anticipated lead time cannot be met. Failure to communicate to County changes in the order status may result in default proceedings. 3.1.2 Supplies or equipment shall be delivered between the hours of 7:00 a.m. and 4:00 p.m. MST, Monday through Friday, except on County recognized holidays. 3.1.3 Delivery shall be F.O.B. Destination Freight Prepaid. 3.2 SHIPPING DOCUMENTS A packing list or other suitable shipping document shall accompany each shipment and shall include the following: 3.3.1 Contract serial number 3.3.2 Contractor’s name and address 3.3.3 Department name and address 3.3.4 Department purchase order number 3.3.5 A description of product(s) shipped, including item number(s), quantity(ies), number of containers and package number(s), as applicable 3.3 SHIPPING TERMS Bid price(s) and terms shall be F.O.B. Destination Freight Prepaid at the location(s) stipulated on the purchase order. All delivery locations are within Maricopa County. SERIAL 210109-S 3.4 SAMPLES Contractor may be requested to furnish samples of material(s) bid to allow for examination by the County. Any materials so requested shall be furnished within 10 working days from the date of request and furnished at no cost to the County and sent to the address designated in the requesting correspondence. Samples become the property of the County upon receipt. 3.5 TESTING Unless otherwise specified, services and related materials purchased will be inspected by the department to ensure they meet the quality and quantity requirements of the specifications. When applicable and deemed necessary by the County, samples of the materials may be taken at random from stock received for submission to a commercial laboratory or other appropriate agency for analysis and tests to determine whether the materials conform in all respects to the specifications. In cases where commercial laboratory reports determine that the materials do not meet the specifications, the expense of such analysis shall be borne by the contractor. 3.6 ACCEPTANCE Upon completion, services shall be deemed accepted and the warranty period shall begin. Successful service delivery shall be defined as a) material(s)/equipment is installed (as necessary) and fully operational; and b) the department has deemed all service/work completed, including but not limited to any inspection, repair, installation, design, development, deployment, operation, and initial training, (as applicable). Additionally, all documentation shall be completed prior to final acceptance. 3.7 WARRANTY 3.7.1 All services furnished under this contract shall conform to the requirements of this contract. 3.7.2 Service and/or Repair Warranty 3.7.2.1 The warranty shall cover all parts and labor for a period of one year from formal acceptance by the County. Any manufacturer warranty beyond one year shall be passed on to the County. 3.7.2.2 Contractor shall indicate on the price sheet the duration of the warranty and any applicable limitations or conditions which may apply. 3.7.2.3 Contractor agrees that it will, at its own expense, provide all labor and parts required to remove, repair or replace, and reinstall any such defective workmanship and/or materials which becomes or is found to be defective during the term of this warranty. Contractor shall guarantee the services to be supplied comply with all applicable regulations. 3.8 USAGE REPORT Contractor shall furnish the County a usage report upon request delineating the acquisition activity governed by the contract. The format of the report shall be approved by the County and shall disclose the quantity and dollar value of each contract item by individual unit. SERIAL 210109-S 3.9 BACKGROUND CHECK Bidders/proposers need to be aware that they may be required to pass multiple background checks (e.g. Sheriff’s Office, County Attorney's Office, Courts, as well as County general government) to determine if the respondent is acceptable to do business with the County. This applies to (but is not limited to) the company, subcontractors, and employees. 3.10 INVOICES AND PAYMENTS 3.10.1 Contractor shall submit one legible copy of their detailed invoice before payment(s) will be made. Incomplete invoices will not be processed. At a minimum, the invoice must provide the following information: • Company name, address, and contact information • County bill-to name and contact information • Contract serial number • County purchase order number • Invoice number and date • Payment terms • Date of service or delivery • Quantity (e.g., number of days or weeks) • Contract item number(s) • Arrival time and completion time (if applicable) • Description of purchase (product or services) • Pricing per unit of purchase • Extended price (by line item) • Total amount due 3.10.2 Commodities must be billed as a separate line item. 3.10.3 Problems regarding billing or invoicing shall be directed to the department as listed on the purchase order. 3.10.4 Payment shall only be made to the contractor by Accounts Payable through the Maricopa County Vendor Express Payment Program. This is an Electronic Funds Transfer (EFT) process. After contract award, the contractor shall complete the Vendor Registration Form accessible through the County Department of Finance Vendor Registration website at https://www.maricopa.gov/5169/Vendor- Information. 3.10.5 Discounts offered in the contract shall be calculated based on the date a properly completed invoice is received by the County. 3.10.6 EFT payments to the routing and account numbers designated by the contractor shall include the details on the specific invoices that the payment covers. Contractor is required to discuss remittance delivery capabilities with their designated financial institution for access to those details. 3.11 APPLICABLE TAXES 3.11.1 It is the responsibility of the contractor to determine any and all applicable taxes and include those taxes in their proposal. The legal liability to remit the tax is on the entity conducting business in Arizona. Tax is not a determining factor in contract award. 3.11.2 The County will look at the price or offer submitted and will not deduct, add, or alter pricing based on speculation or application of any taxes, nor will the County provide contractor any advice or guidance regarding taxes. If you have questions regarding your tax liability, seek advice from a tax professional prior to submitting SERIAL 210109-S your bid. You may also find information at https://www.azdor.gov/Business.aspx. Once your bid is submitted, the offer is valid for the time specified in this solicitation, regardless of mistake or omission of tax liability. If the County finds over payment of a project due to tax consideration that was not due, the contractor will be liable to the County for that amount, and by contracting with the County agrees to remit any overpayments back to the County for miscalculations on taxes included in a bid price. 3.11.3 Tax Indemnification: Contractor and all subcontractors shall pay all Federal, State, and local taxes applicable to their operation and any persons employed by the contractor. Contractor shall, and require all subcontractors to, hold the County harmless from any responsibility for taxes, damages, and interest, if applicable, contributions required under Federal and/or State and local laws and regulations, and any other costs including: transaction privilege taxes, unemployment compensation insurance, Social Security, and Workers’ Compensation. Contractor may be required to establish, to the satisfaction of County, that any and all fees and taxes due to the City or the State of Arizona for any license or transaction privilege taxes, use taxes, or similar excise taxes are currently paid (except for matters under legal protest). 3.12 PERFORMANCE It shall be the contractor’s responsibility to meet the proposed performance requirements. The County reserves the right to obtain services on the open market in the event the contractor fails to perform, and any price differential will be charged against the contractor. 3.13 POST AWARD MEETING Contractor may be required to attend a post-award meeting with the department to discuss the terms, conditions and compliance of this contract. This meeting will be coordinated by the procurement officer of the contract. 3.14 STRATEGIC ALLIANCE FOR VOLUME EXPENDITURES (SAVE) The County is a member of the SAVE cooperative purchasing group. SAVE includes the State of Arizona, many Phoenix metropolitan area municipalities, and many K-12 unified school districts. Under the SAVE Cooperative Purchasing Agreement, and with the concurrence of the successful respondent under this solicitation, a member of SAVE may access a contract resulting from a solicitation issued by the County. If contractor does not want to grant such access to a member of SAVE, state so in the bid. In the absence of a statement to the contrary, the County will assume that contractor does wish to grant access to any contract that may result from this bid. The County assumes no responsibility for any purchases by using entities. 3.15 INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENTS (ICPAs) County currently holds ICPAs with numerous governmental entities. These agreements allow those entities, with the approval of the contractor, to purchase their requirements under the terms and conditions of the County contract. It is the responsibility of the non- County government entity to perform its own due diligence on the acceptability of the contract under its applicable procurement rules, processes, and procedures. Certain governmental agencies may not require an ICPA and may utilize this contract if it meets their individual requirements. Other governmental agencies may enter into a separate Statement of Work with the contractor to meet their own requirements. The County is not a party to any uses of this contract by other governmental entities. SERIAL 210109-S 4.0 CONTRACTUAL TERMS & CONDITIONS 4.1 CONTRACT TERM This Invitation for Bids is for awarding a firm, fixed-price purchasing contract to cover a term of one year. 4.2 OPTION TO RENEW The County may, at its option and with the concurrence of the contractor, renew the term of this contract up to a maximum of five additional year(s), (or at the County’s sole discretion, extend the contract on a month-to-month basis for a maximum of six months after expiration). Contractor shall be notified in writing by the Office of Procurement Services of the County’s intention to renew the contract term at least 60 calendar days prior to the expiration of the original contract term. 4.3 CONTRACT COMPLETION In preparation for contract completion, the contractor shall make all reasonable efforts for an orderly transition of its duties and responsibilities to another provider and/or to the County. This may include, but is not limited to, preparation of a transition plan and cooperation with the County or other providers in the transition. The transition includes the transfer of all records and other data in the possession, custody, or control of the contractor that are required to be provided to the County either by the terms of this agreement or as a matter of law. The provisions of this clause shall survive the expiration or termination of this agreement. 4.4 PRICE ADJUSTMENTS 4.4.1 Any requests for reasonable price adjustments must be submitted 60 calendar days prior to the contract expiration. Requests for adjustment in cost of labor and/or materials must be supported by appropriate documentation. The reasonableness of the request will be determined by comparing the request with the Consumer Price Index or by performing a market survey. If County agrees to the adjusted price terms, County will issue written approval of the change and provide an updated version of the contract. The new change shall not be in effect until the date stipulated on the updated version of the contract. 4.5 INDEMNIFICATION 4.5.1 To the fullest extent permitted by law, and to the extent that claims, damages, losses, or expenses are not covered and paid by insurance purchased by the contractor, the contractor shall defend, indemnify, and hold harmless the County (as Owner), its agents, representatives, officers, directors, officials, and employees from and against all claims, damages, losses, and expenses (including, but not limited to attorneys' fees, court costs, expert witness fees, and the costs and attorneys' fees for appellate proceedings) arising out of, or alleged to have resulted from, the negligent acts, errors, omissions, or mistakes relating to the performance of this contract. 4.5.2 Contractor's duty to defend, indemnify, and hold harmless the County, its agents, representatives, officers, directors, officials, and employees shall arise in connection with any claim, damage, loss, or expense that is attributable to bodily injury, sickness, disease, death, or injury to, impairment of, or destruction of tangible property, including loss of use resulting therefrom, caused by negligent acts, errors, omissions, or mistakes in the performance of this contract, but only to the extent caused by the negligent acts or omissions of the contractor, a subcontractor, anyone directly or indirectly employed by them, or anyone for SERIAL 210109-S whose acts they may be liable, regardless of whether or not such claim, damage, loss, or expense is caused in part by a party indemnified hereunder. 4.5.3 The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this section. 4.5.4 The scope of this indemnification does not extend to the sole negligence of County. 4.6 INSURANCE 4.6.1 Contractor, at contractor’s own expense, shall purchase and maintain, at a minimum, the herein stipulated insurance from a company or companies duly licensed by the State of Arizona and possessing an AM Best, Inc. category rating of B++. In lieu of State of Arizona licensing, the stipulated insurance may be purchased from a company or companies, which are authorized to do business in the State of Arizona, provided that said insurance companies meet the approval of County. The form of any insurance policies and forms must be acceptable to County. 4.6.2 All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of the contract is satisfactorily completed and formally accepted. Failure to do so may, at the sole discretion of County, constitute a material breach of this contract. 4.6.3 In the event that the insurance required is written on a claims-made basis, contractor warrants that any retroactive date under the policy shall precede the effective date of this contract and either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two years beginning at the time work under this contract is completed. 4.6.4 Contractor’s insurance will be primary insurance as respects County, and any insurance or self-insurance maintained by County will not contribute to it. 4.6.5 Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy warranty shall not affect the County’s right to coverage afforded under the insurance policies. 4.6.6 The insurance policies may provide coverage that contains deductibles or self- insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to County under such policies. Contractor shall be solely responsible for the deductible and/or self-insured retention and County, at its option, may require contractor to secure payment of such deductibles or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. 4.6.7 The insurance policies required by this contract, except Workers’ Compensation and Errors and Omissions, shall name County, its agents, representatives, officers, directors, officials, and employees as additional insureds. 4.6.8 The policies required hereunder, except Workers’ Compensation and Errors and Omissions, shall contain a waiver of transfer of rights of recovery (subrogation) against County, its agents, representatives, officers, directors, officials, and employees for any claims arising out of contractor’s work or service. 4.6.9 If available, the insurance policies required by this contract may be combined with Commercial Umbrella Insurance policies to meet the minimum limit requirements. If a Commercial Umbrella insurance policy is utilized to meet insurance SERIAL 210109-S requirements, the Certificate of Insurance shall indicate which lines the Commercial Umbrella Insurance covers. 4.6.9.1 Commercial General Liability Commercial General Liability (CGL) insurance with a limit of not less than $2,000,000 for each occurrence, $4,000,000 Products/Completed Operations Aggregate, and $4,000,000 General Aggregate Limit. The policy shall include coverage for premises liability, bodily injury, broad form property damage, personal injury, products and completed operations and blanket contractual coverage, and shall not contain any provisions which would serve to limit third-party action over claims. There shall be no endorsement or modifications of the CGL limiting the scope of coverage for liability arising from explosion, collapse, or underground property damage. 4.6.9.2 Automobile Liability Commercial/Business Automobile Liability insurance with a combined single limit for bodily injury and property damage of not less than $2,000,000 each occurrence with respect to any of the contractor’s owned, hired, and non-owned vehicles assigned to or used in performance of the contractor’s work or services or use or maintenance of the premises under this contract. 4.6.9.3 Workers’ Compensation 4.6.9.3.1 Workers’ Compensation insurance to cover obligations imposed by Federal and State statutes having jurisdiction of contractor’s employees engaged in the performance of the work or services under this contract; and Employer’s Liability insurance of not less than $1,000,000 for each accident, $1,000,000 disease for each employee, and $1,000,000 disease policy limit. 4.6.9.3.2 Contractor, its subcontractors, and sub-subcontractors waive all rights against this contract and its agents, officers, directors, and employees for recovery of damages to the extent these damages are covered by the Workers’ Compensation and Employer’s Liability or Commercial Umbrella Liability insurance obtained by contractor, its subcontractors, and its sub- subcontractors pursuant to this contract. 4.6.9.4 Errors and Omissions/Professional Liability Insurance Errors and Omissions (Professional Liability) insurance which will insure and provide coverage for errors or omissions or professional liability of the contractor, with limits of no less than $2,000,000 for each claim. 4.6.9.5 Certificates of Insurance 4.6.9.5.1 Prior to contract award, contractor shall furnish the County with valid and complete certificates of insurance, or formal endorsements as required by the contract in the form provided by the County, issued by contractor’s insurer(s), as evidence that policies providing the required coverage, conditions, and limits required by this contract are in full force and effect. Such certificates shall identify this contract number and title. SERIAL 210109-S 4.6.9.5.2 In the event any insurance policy(ies) required by this contract is (are) written on a claims-made basis, coverage shall extend for two years past completion and acceptance of contractor’s work or services and as evidenced by annual Certificates of Insurance. 4.6.9.5.3 If a policy does expire during the life of the contract, a renewal certificate must be sent to County 15 calendar days prior to the expiration date. 4.6.9.6 Cancellation and Expiration Notice Applicable to all insurance policies required within the insurance requirements of this contract, contractor’s insurance shall not be permitted to expire, be suspended, be canceled, or be materially changed for any reason without 30 calendar days prior written notice to Maricopa County. Contractor must provide notice to Maricopa County, within two business days of receipt, if they receive notice of a policy that has been or will be suspended, canceled, materially changed for any reason, has expired, or will be expiring. Such notice shall be sent directly to Maricopa County Office of Procurement Services and shall be mailed or hand delivered to 160 South 4th Avenue, Phoenix, AZ 85003, or emailed to the procurement officer noted in the solicitation. 4.7 FORCE MAJEURE 4.7.1 Neither party shall be liable for failure of performance, nor incur any liability to the other party on account of any loss or damage resulting from any delay or failure to perform all or any part of this contract, if such delay or failure is caused by events, occurrences, or causes beyond the reasonable control and without negligence of the parties. Such events, occurrences, or causes will include acts of God/nature (including fire, flood, earthquake, storm, hurricane, or other natural disaster), war, invasion, act of foreign enemies, hostilities (whether war is declared or not), civil war, riots, rebellion, revolution, insurrection, military or usurped power or confiscation, terrorist activities, nationalization, government sanction, lockout, blockage, embargo, labor dispute, strike, and interruption or failure of electricity or telecommunication service. 4.7.2 Each as applicable, shall give the other party notice of its inability to perform and particulars in reasonable detail of the cause of the inability. Each party must use best efforts to remedy the situation and remove, as soon as practicable, the cause of its inability to perform or comply. 4.7.3 The party asserting Force Majeure as a cause for non-performance shall have the burden of proving that reasonable steps were taken to minimize delay or damages caused by foreseeable events, that all non-excused obligations were substantially fulfilled, and that the other party was timely notified of the likelihood or actual occurrence which would justify such an assertion, so that other prudent precautions could be contemplated. 4.8 ORDERING AUTHORITY Any request for purchase shall be accompanied by a valid purchase order issued by a County department or directed by a Certified Agency Procurement Aid (CAPA) with a purchase card for payment. SERIAL 210109-S 4.9 AVAILABILITY OF FUNDS 4.9.1 The provisions of this contract relating to payment shall become effective when funds assigned for the purpose of compensating the contractor as herein provided are actually available to County for disbursement. The County will be the sole judge and authority in determining the availability of funds under this contract. County will keep the contractor fully informed as to the availability of funds. 4.9.2 If any action is taken by any State agency, Federal department, or any other agency or instrumentality to suspend, decrease, or terminate its fiscal obligations under, or in connection with, this contract, County may amend, suspend, decrease, or terminate its obligations under, or in connection with, this contract. In the event of termination, County will be liable for payment only for services rendered prior to the effective date of the termination, provided that such services are performed in accordance with the provisions of this contract. County will give written notice of the effective date of any suspension, amendment, or termination under this section, at least 10 days in advance. 4.10 PROCUREMENT CARD ORDERING CAPABILITY County may opt to use a procurement card (VISA or Mastercard) to make payment for orders under this contract. 4.11 NO MINIMUM OR MAXIMUM PURCHASE OBLIGATION This contract does not guarantee any minimum or maximum purchases will be made. Orders will only be placed under this contract when the County identifies a need and proper authorization and documentation have been approved. 4.12 PURCHASE ORDERS 4.12.1 County reserves the right to cancel purchase orders within a reasonable period of time after issuance. Should a purchase order be canceled, the County agrees to reimburse the contractor for actual and documentable costs incurred by the contractor in response to the purchase order. The County will not reimburse the contractor for any costs incurred after receipt of County notice of cancellation, or for lost profits, or for shipment of product prior to issuance of purchase order. 4.12.2 Contractor agrees to accept verbal notification of cancellation of purchase orders from the County with written notification to follow. Contractor specifically acknowledges to be bound by this cancellation policy. 4.13 SUSPENSION OF WORK The procurement officer may order the contractor, in writing, to suspend, delay, or interrupt all or any part of the work of this contract for the period of time that the procurement officer determines appropriate for the convenience of the County. No adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the contractor. No request for adjustment under this clause shall be granted unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination of the suspension, delay, or interruption, but not later than the date of final payment under the contract. 4.14 STOP WORK ORDER 4.14.1 The procurement officer may, at any time, by written order to the contractor, require the contractor to stop all, or any part, of the work called for by this contract for a period of 90 calendar days after the order is delivered to the contractor, and for SERIAL 210109-S any further period to which the parties may agree. The order shall be specifically identified as a stop work order issued under this clause. Upon receipt of the order, the contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 calendar days after a stop work order is delivered to the contractor, or within any extension of that period to which the parties shall have agreed, the procurement officer shall either: 4.14.2 cancel the stop work order; or 4.14.3 terminate the work covered by the order as provided in the Termination for Default or the Termination for Convenience clause of this contract. 4.14.4 The procurement officer may make an equitable adjustment in the delivery schedule and/or contract price, and the contract shall be modified, in writing, accordingly, if the contractor demonstrates that the stop work order resulted in an increase in costs to the contractor. 4.15 TERMINATION FOR CONVENIENCE Maricopa County may terminate the resultant contract for convenience by providing 60 calendar days advance notice to the contractor. 4.16 TERMINATION FOR DEFAULT 4.16.1 The County may, by written Notice of Default to the contractor, terminate this contract in whole or in part if the contractor fails to: 4.16.1.1 deliver the supplies or to perform the services within the time specified in this contract or any extension; 4.16.1.2 make progress, so as to endanger performance of this contract; or 4.16.1.3 perform any of the other provisions of this contract. 4.16.2 The County’s right to terminate this contract under these subparagraphs may be exercised if the contractor does not cure such failure within 10 business days (or more if authorized in writing by the County) after receipt of a Notice to Cure from the procurement officer specifying the failure. 4.17 STATUTORY RIGHT OF CANCELLATION FOR CONFLICT OF INTEREST Notice is given that, pursuant to Arizona Revised Statute (A.R.S.) § 38-511, the County may cancel any contract without penalty or further obligation within three years after execution of the contract, if any person significantly involved in initiating, negotiating, securing, drafting, or creating the contract on behalf of the County is at any time, while the contract or any extension of the contract is in effect, an employee or agent of any other party to the contract in any capacity or consultant to any other party of the contract with respect to the subject matter of the contract. Additionally, pursuant to A.R.S. § 38-511, the County may recoup any fee or commission paid or due to any person significantly involved in initiating, negotiating, securing, drafting, or creating the contract on behalf of the County from any other party to the contract arising as the result of the contract. 4.18 OFFSET FOR DAMAGES In addition to all other remedies at Law or Equity, the County may offset from any money due to the contractor any amounts contractor owes to the County for damages resulting from breach or deficiencies in performance of the contract. SERIAL 210109-S 4.19 SUBCONTRACTING 4.19.1 Contractor may not assign to another contractor or subcontract to another party for performance of the terms and conditions hereof without the written consent of the County. All correspondence authorizing subcontracting must reference the bid serial number and identify the job or project. 4.19.2 The subcontractor’s rate for the job shall not exceed that of the prime contractor’s rate, as bid in the pricing section, unless the prime contractor is willing to absorb any higher rates. The subcontractor’s invoice shall be invoiced directly to the prime contractor, who in turn shall pass-through the costs to the County, without mark- up. A copy of the subcontractor’s invoice must accompany the prime contractor’s invoice. 4.20 AMENDMENTS All amendments to this contract shall be in writing and approved/signed by both parties. Maricopa County Office of Procurement Services shall be responsible for approving all amendments for Maricopa County. 4.21 ADDITIONS/DELETIONS OF SERVICES The County reserves the right to add and/or delete services to a contract. If additional services are required from a contract, prices for such additions will be negotiated between the contractor and the County. 4.22 RIGHTS IN DATA 4.22.1 The County shall have the use of data and reports resulting from a contract without additional cost or other restriction except as may be established by law or applicable regulation. Each party shall supply to the other party, upon request, any available information that is relevant to a contract and to the performance thereunder. 4.22.2 Data, records, reports, and all other information generated for the County by a third party as the result of a contract are the property of the County and shall be provided in a format designated by the County or shall be and remain accessible to the County into perpetuity. 4.23 ACCESS TO AND RETENTION OF RECORDS FOR THE PURPOSE OF AUDIT AND/OR OTHER REVIEW 4.23.1 In accordance with Section MC1-374 of the Maricopa County Procurement Code, the contractor agrees to retain (physical or digital copies of) all books, records, accounts, statements, reports, files, and other records and back-up documentation relevant to this contract for six years after final payment or until after the resolution of any audit questions which could be more than six years, whichever is latest. The County, Federal or State auditors and any other persons duly authorized by the department shall have full access to and the right to examine, copy, and make use of, any and all said materials. 4.23.2 If the contractor’s books, records, accounts, statements, reports, files, and other records and back-up documentation relevant to this contract are not sufficient to support and document that requested services were provided, the contractor shall reimburse Maricopa County for the services not so adequately supported and documented. SERIAL 210109-S 4.24 AUDIT DISALLOWANCES If at any time it is determined by the County that a cost for which payment has been made is a disallowed cost, the County shall notify the contractor in writing of the disallowance. The course of action to address the disallowance shall be at sole discretion of the County, and may include either an adjustment to future invoices, request for credit, request for a check, or a deduction from current invoices submitted by the contractor equal to the amount of the disallowance, or to require reimbursement forthwith of the disallowed amount by the contractor by issuing a check payable to Maricopa County. 4.25 STRICT COMPLIANCE Acceptance by County of a performance that is not in strict compliance with the terms of the contract shall not be deemed to be a waiver of strict compliance with respect to all other terms of the contract. 4.26 VALIDITY The invalidity, in whole or in part, of any provision of this contract shall not void or affect the validity of any other provision of the contract. 4.27 SEVERABILITY The removal, in whole or in part, of any provision of this contract shall not void or affect the validity of any other provision of this contract. 4.28 RELATIONSHIPS 4.28.1 In the performance of the services described herein, the contractor shall act solely as an independent contractor, and nothing herein or implied herein shall at any time be construed as to create the relationship of employer and employee, co- employee, partnership, principal and agent, or joint venture between the County and the contractor. 4.28.2 The County reserves the right of final approval on proposed staff. Also, upon request by the County, the contractor will be required to remove any employees working on County projects and substitute personnel based on the discretion of the County within two business days, unless previously approved by the County. 4.29 NON-DISCRIMINATION Contractor agrees to comply with all provisions and requirements of Arizona Executive Order 2009-09, including flow down of all provisions and requirements to any subcontractors. Executive Order 2009-09 supersedes Executive Order 99-4 and amends Executive Order 75-5 and is hereby incorporated into this contract as if set forth in full herein. During the performance of this contract, contractor shall not discriminate against any employee, client, or any other individual in any way because of that person’s age, race, creed, color, religion, sex, disability, or national origin. (Arizona Executive Order 2009-09 can be downloaded from the Arizona Memory Project at http://azmemory.azlibrary.gov/cdm/singleitem/collection/execorders/id/680/rec/1.) 4.30 WRITTEN CERTIFICATION PURSUANT to A.R.S. § 35-393.01 If vendor engages in for-profit activity and has 10 or more employees, and if this agreement has a value of $100,000 or more, vendor certifies it is not currently engaged in, and agrees for the duration of this agreement to not engage in, a boycott of goods or services from Israel. This certification does not apply to a boycott prohibited by 50 U.S.C. § 4842 or a regulation issued pursuant to 50 U.S.C. § 4842. SERIAL 210109-S 4.31 CERTIFICATION REGARDING DEBARMENT AND SUSPENSION 4.31.1 The undersigned (authorized official signing on behalf of the contractor) certifies to the best of his or her knowledge and belief that the contractor, its current officers, and directors: 4.31.1.1 are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from being awarded any contract or grant by any United States department or agency or any state, or local jurisdiction; 4.31.1.2 have not within a three-year period preceding this contract: 4.31.1.2.1 been convicted of fraud or any criminal offense in connection with obtaining, attempting to obtain, or as the result of performing a government entity (Federal, State or local) transaction or contract; 4.31.1.2.2 been convicted of violation of any Federal or State antitrust statutes or conviction for embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property regarding a government entity transaction or contract; 4.31.1.3 are not presently indicted or criminally charged by a government entity (Federal, State or local) with commission of any criminal offenses in connection with obtaining, attempting to obtain, or as the result of performing a government entity public (Federal, State or local) transaction or contract; 4.31.1.4 are not presently facing any civil charges from any governmental entity regarding obtaining, attempting to obtain, or from performing any governmental entity contract or other transaction; and 4.31.1.5 have not within a three-year period preceding this contract had any public transaction (Federal, State or local) terminated for cause or default. 4.31.2 If any of the above circumstances described in the paragraph are applicable to the entity submitting a bid for this requirement, include with your bid an explanation of the matter including any final resolution. 4.31.3 Contractor shall include, without modification, this clause in all lower tier covered transactions (i.e. transactions with subcontractors) and in all solicitations for lower tier covered transactions related to this contract. If this clause is applicable to a subcontractor, the contractor shall include the information required by this clause with their bid. 4.32 VERIFICATION REGARDING COMPLIANCE WITH A.R.S. § 41-4401 AND FEDERAL IMMIGRATION LAWS AND REGULATIONS 4.32.1 By entering into the contract, the contractor warrants compliance with the Immigration and Nationality Act (INA using E-Verify) and all other Federal immigration laws and regulations related to the immigration status of its employees and A.R.S. § 23-214(A). Contractor shall obtain statements from its subcontractors certifying compliance and shall furnish the statements to the procurement officer upon request. These warranties shall remain in effect through the term of the contract. Contractor and its subcontractors shall also maintain Employment Eligibility Verification forms (I-9) as required by the Immigration Reform and Control Act of SERIAL 210109-S 1986, as amended from time to time, for all employees performing work under the contract and verify employee compliance using the E-Verify system and shall keep a record of the verification for the duration of the employee’s employment or at least three years, whichever is longer. I-9 forms are available for download at www.uscis.gov. 4.32.2 The County retains the legal right to inspect documents of contractor and subcontractor employees performing work under this contract to verify compliance with paragraph 4.32.1 of this section. Contractor and subcontractor shall be given reasonable notice of the County’s intent to inspect and shall make the documents available at the time and date specified. Should the County suspect or find that the contractor or any of its subcontractors are not in compliance, the County will consider this a material breach of the contract and may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the contract for default, and suspension and/or debarment of the contractor. All costs necessary to verify compliance are the responsibility of the contractor 4.33 CONTRACTOR LICENSE REQUIREMENT 4.33.1 Contractor shall procure all permits, insurance, and licenses, and pay the charges and fees necessary and incidental to the lawful conduct of his/her business, and as necessary complete any requirements, by any and all governmental or non- governmental entities as mandated to maintain compliance with and remain in good standing. Contractor shall keep fully informed of existing and future trade or industry requirements, and Federal, State, and local laws, ordinances, and regulations which in any manner affect the fulfillment of a contract and shall comply with the same. Contractor shall immediately notify both Office of Procurement Services and the department of any and all changes concerning permits, insurance, or licenses. 4.33.2 Contractor furnishing finished products, materials, or articles of merchandise that will require installation or attachment as part of the contract shall possess any licenses required. Contractor is not relieved of its obligation to obtain and possess the required licenses by subcontracting of the labor portion of the contract. Contractors are advised to contact the Arizona Registrar of Contractors, Chief of Licensing, to ascertain licensing requirements for a particular contract. Contractor shall identify which license(s), if any, the Registrar of Contractors requires for performance of the contract. 4.34 INFLUENCE 4.34.1 As prescribed in MC1-1203 of the Maricopa County Procurement Code, any effort to influence an employee or agent to breach the Maricopa County Ethical Code of Conduct or any ethical conduct, may be grounds for disbarment or suspension under MC1-902. 4.34.2 An attempt to influence includes, but is not limited to: 4.34.2.1 A person offering or providing a gratuity, gift, tip, present, donation, money, entertainment or educational passes or tickets, or any type of valuable contribution or subsidy that is offered or given with the intent to influence a decision, obtain a contract, garner favorable treatment, or gain favorable consideration of any kind. 4.34.3 If a person attempts to influence any employee or agent of Maricopa County, the chief procurement officer, or his designee, reserves the right to seek any remedy provided by the Maricopa County Procurement Code, any remedy in equity or in the law, or any remedy provided by this contract. SERIAL 210109-S 4.34.4 ABSOLUTELY NO CONTACT BETWEEN THE RESPONDENT AND ANY COUNTY PERSONNEL, OTHER THAN THE OFFICE OF PROCUREMENT SERVICES, IS ALLOWED DURING THE SOLICITATION PROCESS UNLESS THE COMMUNICATION IS IN REGARD TO PRE-EXISTING BUSINESS WITH THE COUNTY. ANY COMMUNICATIONS REGARDING THE SOLICITATION, ITS PARTICIPANTS, OR ANY DOCUMENTATION PRIOR TO THE CONTRACT AWARD MAY BE GROUNDS FOR DISMISSAL OF THE RESPONDENT FROM THE EVALUATION PROCESS. 4.35 CONFIDENTIALITY In the course of the solicitation process, the County may disclose information that is proprietary or confidential. By submitting a bid to the solicitation, the offeror agrees that, except as necessary to prepare a response to this solicitation, neither it nor its agents or employees will communicate, divulge, or disseminate to any third-party persons or entities, any information that is disclosed to it by the County during the course of these discussions without the express written authorization of the County. If the offeror does disclose County proprietary or confidential information to a third-party in preparing a response to this solicitation, it shall require the third-party to acknowledge and comply with this provision. 4.36 CONFIDENTIAL INFORMATION 4.36.1 Any information obtained in the course of performing this contract may include information that is proprietary or confidential to the County. This provision establishes the contractor’s obligation regarding such information. 4.36.2 Contractor shall establish and maintain procedures and controls that are adequate to assure that no information contained in its records and/or obtained from the County or from others in carrying out its functions (services) under the contract shall be used by or disclosed by it, its agents, officers, or employees, except as required to efficiently perform duties under the contract. Contractor’s procedures and controls, at a minimum, must be the same procedures and controls it uses to protect its own proprietary or confidential information. If, at any time during the duration of the contract, the County determines that the procedures and controls in place are not adequate, the contractor shall institute any new and/or additional measures requested by the County within 15 business days of the written request to do so. 4.36.3 Any requests to the contractor for County proprietary or confidential information shall be referred to the County for review and approval, prior to any dissemination. 4.37 PUBLIC RECORDS Under Arizona law, all offers submitted and opened are public records and must be retained by the records manager at the Maricopa County Office of Procurement Services. Offers shall be open to public inspection and copying after contract award and execution, except for such offers or sections thereof determined to contain proprietary or confidential information by the Office of Procurement Services. If an offeror believes that information in its offer or any resulting contract should not be released in response to a public record request, under Arizona law, the offeror shall indicate the specific information deemed confidential or proprietary and submit a statement with its offer detailing the reasons that the information should not be disclosed. Such reasons shall include the specific harm or prejudice which may arise from disclosure. The records manager of the Office of Procurement Services shall determine whether the identified information is confidential pursuant to the Maricopa County Procurement Code. SERIAL 210109-S 4.38 INTEGRATION This contract represents the entire and integrated agreement between the parties and supersedes all prior negotiations, proposals, communications, understandings, representations, or agreements, whether oral or written, expressed, or implied. 4.39 UNIFORM ADMINISTRATIVE REQUIREMENTS By entering into this contract, the contractor agrees to comply with all applicable provisions of Title 2, Subtitle A, Chapter II, Part 200—UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS contained in Title 2 C.F.R. § 200 et seq. 4.40 GOVERNING LAW This contract shall be governed by the laws of the State of Arizona. Venue for any actions or lawsuits involving this contract will be in Maricopa County Superior Court, Phoenix, Arizona.