Active SLED Opportunity · ARIZONA · CITY OF PHOENIX

    PUMPS, NEW, REPAIR, PARTS, ACCESSORIES- Supplemental Aurora, Jacuzzi, Stranco

    Issued by City of Phoenix
    cityRFPCity of PhoenixSol. 248521
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 6, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    333914
    AI-classified industry

    AI Summary

    The City of Phoenix seeks bids for a five-year contract to supply, repair, and maintain Aurora, Jacuzzi, and Stranco pumps, including parts and accessories, for multiple city departments. Services include installation, diagnostics, emergency repairs, and compliance with industry standards.

    Opportunity details

    Solicitation No.
    248521
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 16, 2026
    Due Date
    May 6, 2026
    NAICS Code
    333914AI guide
    Jurisdiction
    City of Phoenix
    State
    Arizona
    Agency
    City of Phoenix

    Description

    The City of Phoenix invites sealed offers for pumps, new, repair, parts, and accessories for a five-year contract commencing on or about July 1, 2026, in accordance with the specifications and provisions contained herein or the “Effective Date” which is upon award by City Council, conditioned upon signature and recording by the City Clerk’s department, as required by the Phoenix City Code, whichever is later.

    This solicitation is available through the City’s Procurement Portal. For technical support issues related to the City's Procurement Portal, Offeror may use the support bubble on the bottom right, or email procurement-support@opengov.com for any assistance.  For other issues related to this solicitation please contact the procurement officer listed under Contact Information.

    Notwithstanding the foregoing, this Agreement will terminate upon the earliest occurrence: by reaching the end of the term including any extensions exercised, or termination pursuant to the provisions of this Agreement.  

    Project Details

    • Reference ID: IFB-26-0287
    • Department: Water Services
    • Department Head: Brandy Kelso (Water Services Director)

    Important Dates

    • Questions Due: 2026-04-29T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-22T17:00:00.000Z — https://cityofphoenix.webex.com/cityofphoenix/j.php?MTID=m2cec15a41a460568e4bdfecf426f9f9c

    Evaluation Criteria

    • Description – Statement of Need

      The City of Phoenix invites sealed offers for Aurora, Jacuzzi, and Stranco pumps including new, repair, parts, and accessories for a five-year contract commencing on or about August 1, 2026, in accordance with the specifications and provisions contained herein or the “Effective Date” which is upon award by City Council, conditioned upon signature and recording by the City Clerk’s department, as required by the Phoenix City Code, whichever is later.

      This solicitation is available through the City’s Procurement Portal. For technical support issues related to the City's Procurement Portal, Offeror may use the support bubble on the bottom right, or email procurement-support@opengov.com for any assistance.  For other issues related to this solicitation please contact the procurement officer listed under Contact Information.

      Notwithstanding the foregoing, this Agreement will terminate upon the earliest occurrence: by reaching the end of the term including any extensions exercised, or termination pursuant to the provisions of this Agreement.  

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Insurance Requirements

      Permittee/Licensee and subcontractors must procure insurance against claims that may arise from or relate to the activities related to the Use Agreement hereunder by Permittee/Licensee and its agents, representatives, employees and subconsultants, and subcontractors must maintain that insurance for the duration of the Use Agreement.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Permitee/Licensee from liabilities that might arise out of the activities related to this Use Agreement by the Permittee/Licensee, its agents, representatives, employees or subcontractors and Permittee/Licensee may purchase additional insurance as they determined necessary.

    • Vendor's Insurance

      Vendor must procure insurance against claims that may arise from or relate to performance of the work hereunder by Vendor and its agents, representatives, employees and subcontractors. Vendor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Vendor from liabilities that might arise out of the performance of the work under this Contract by the Vendor, its agents, representatives, employees or subcontractors and Vendor may purchase additional insurance as they determine necessary.

    • Contractor Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, his agents, representatives, employees or subcontractors and Contractor is free to purchase additional insurance as may be determined necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors and Contractor may purchase additional insurance as they determined necessary.

    • Minimum Liability
      1. Minimum liability limits at Phoenix Sky Harbor Airport
        1. General Liability limits: $5,000,000 per occurrence / $5,000,000 aggregate
        2. Auto Liability limits: $5,000,000 CSL
      2. Minimum liability limits at General Aviation (GA) Airports (Deer Valley Airport & Goodyear Airport)
        1. General Liability limits: $3,000,000 per occurrence / $3,000,000 aggregate
        2. Auto Liability Limits: $3,000,000 CSL
    • Definition of Key Words Used in the Solicitation

      Shall, Will, Must: Indicates a mandatory requirement. Failure to meet these mandatory requirements may result in the rejection of Offer as non-responsive.

      Should: Indicates something that is recommended but not mandatory. If the Offeror fails to provide recommended information, the City may, at its sole option, ask the Offeror to provide the information or evaluate the Offer without the information.

      May: Indicates something that is not mandatory but permissible.

      For purposes of this solicitation, the following definitions will apply:

      “A.R.S.” Arizona Revised Statute

      “Buyer” or “Procurement Officer” City of Phoenix staff person responsible for the solicitation. The City employee or employees who have specifically been designated to act as a contact person or persons to the Contractor, and responsible for monitoring and overseeing the Contractor's performance under this contract.

      "City" The City of Phoenix

      "Contractor" The individual, partnership, or corporation who, as a result of the competitive process, is awarded a contract by the City of Phoenix.

      "Contract” or “Agreement" The legal agreement executed between the City of Phoenix, AZ and the Contractor.

      “Days” Means calendar days unless otherwise specified.

      “Chief Procurement Officer” The contracting authority for the City of Phoenix, AZ, authorized to sign contracts and amendments thereto on behalf of the City of Phoenix, AZ.

      “Employer” Any individual or type of organization that transacts business in this state, that has a license issued by an agency in this state and employs one or more employees in this state. Employer includes this state, any political subdivision of this state and self-employed persons. In the case of an independent contractor, employer means the independent contractor and does not mean the person or organization that uses contract labor. (A.R.S. 23-211).

      “Offer” Means a response from a Supplier, Contractor, or Service Provider to a solicitation request that, if awarded, binds the Supplier, Contractor, or Service Provider to perform in accordance with the contract. Same as bid, proposal, quotation or tender.

      “Offeror” Any Vendor, Seller or Supplier submitting a competitive offer in response to a solicitation from the City. Same as Bidder or Proposer.

      “Solicitation” Means an Invitation for Bid (IFB), Request for Proposal (RFP), Request for Quotations (RFQ), Request for Qualifications (RFQu) and request for sealed Offers, or any other type of formal procurement which the City makes public through advertising, mailings, or some other method of communication. It is the process by which the City seeks information, proposals, Offers, or quotes from suppliers.

      “Suppliers” Firms, entities or individuals furnishing goods or services to the City.

      “Vendor or Seller” A seller of goods or services.

    • Submission of Offer

      Please do not lock the files with password protection so that the City may digitally incorporate the successful offer into the awarded contract.

      Please submit offers electronically through the City's Procurement Portal. This Offer will remain in effect for a period of 180 calendar days from the opening date, and is irrevocable unless it is in the City’s best interest to release offer(s).

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • PURPOSE

      This contract is for the purchase of new pumps and pump parts for Aurora, Jacuzzi, and Stranco manufacturers. This contract is also for repair and maintenance of the pumps which includes installation, repair, diagnostics and assessment, tear down and inspection (TDI), troubleshooting, required maintenance, retrofits, warranty work, and emergency repairs.

    • Insurance Requirements

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Term of Contract

      The term of this Contract will commence on or about August 1, 2026 and will continue for a period of five (5) years thereafter.

    • No Federal Government Obligation to Third Parties

      AGENCY and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation of this Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to AGENCY, Contractor or any other party (whether or not a party to that Contract) pertaining to any matter resulting from the Contract. Contractor shall include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

    • Contactor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Insurance Requirements

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, his agents, representatives, employees or subcontractors and Contractor may purchase such additional insurance as they determine necessary.

    • Insurance Requirements

      Sponsor/promoter and subcontractors must procure insurance against claims that may arise from or relate to the activities related to the Event hereunder by Sponsor/promotor and its agents, representatives, employees and subconsultants. Sponsor and subcontractors must maintain that insurance for the duration of the Event.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Sponsor/Promoter from liabilities that might arise out of the activities encompassed by this agreement by the Sponsor/Promoter, its agents, representatives, employees or subcontractors and Sponsor may purchase additional insurance as they determined necessary.

    • Insurance Requirements

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, his agents, representatives, employees or subcontractors and Contractor may purchase such additional insurance as they determine necessary.

    • Lessee's Insurance

      Lessee and sublessees must procure insurance against claims that may arise from or relate to the occupancy of the Leased Premises by Lessee and its agents, representatives, employees and sublessees. Lessee and sublessees must maintain that insurance until all their obligations have been discharged under this Lease.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Lessee from liabilities that might arise out of this Lease. Lessee may purchase additional insurance as they determine necessary.

    • Contracting with Small and Minority Businesses, Women's Business Enterprises, and Disadvantaged Business Enterprises

      Pursuant to national and City policy to award a fair share of contracts to small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises, Contractor shall take affirmative steps to assure that small and minority businesses, women’s business enterprises, and Disadvantaged Business Enterprises are utilized when possible as sources of supplies, equipment, construction, and services. Such affirmative steps shall include the following:

      1. Include qualified small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises on solicitation lists.
      2. Assure that small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises are solicited whenever they are potential sources.
      3. When economically feasible, divide total requirements into small tasks or quantities so as to permit maximum participation from small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises.
      4. Where the requirement permits, establish delivery schedules which encourage participation by small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises.
      5. Use the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce and the Community Services Administration as required.
      6. Comply with the applicable requirements of the Small and Disadvantaged Business Enterprise Policy Plan for the City of Phoenix.
      7. Include affirmative steps, one through six in any subcontract.
    • Vendor's Insurance

      Vendor must procure insurance against claims that may arise from or relate to performance of the work hereunder by Vendor and its agents, representatives, employees and sub-Vendors. Vendor must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Vendor from liabilities that might arise out of the performance of the work under this Contract by the Vendor, its agents, representatives, employees or subcontractors and Vendor may purchase additional insurance as they determine necessary.

    • Contractor's Insurance

      Permittee must procure and maintain, for the duration of this Permit, insurance against claims for injuries to persons or damages to property which may arise from or in connection with this Permit by the Permittee, its agents, representatives, employees or contractors.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Permittee from liabilities that might arise out of this Permit by the Permittee, its agents, representatives, employees or contractors and Permittee may purchase additional insurance as they determine necessary.

    • Consultant's Insurance

      Consultant and subconsultants must procure insurance against claims that may arise from or relate to performance of the work hereunder by Consultant and its agents, representatives, employees and subconsultants. Consultant and subconsultants must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Consultant from liabilities that might arise out of the performance of the work under this Contract by the Consultant, its agents, representatives, employees, or subconsultants and Consultant may purchase additional insurance as they determined necessary.

    • Standard General Defense and Indemnification

      Contractor (“Indemnitor”) must defend, indemnify, and hold harmless the City of Phoenix and its officers, officials (elected or appointed), agents, and employees (“Indemnitee”) from and against any and all claims, actions, liabilities, damages, losses or expenses (including but not limited to court costs, attorney fees, expert fees, and costs of claim processing, investigation and litigation) of any nature or kind whatsoever (“Losses”) caused, or alleged to be caused, in whole or in part, by the wrongful, negligent or willful acts, or errors or omissions of Indemnitor or any of its owners, officers, directors, members, managers, agents, employees or subcontractors (“Indemnitor’s Agents”) arising out of or in connection with this Contract. This defense and indemnity obligation includes holding Indemnitee harmless for any Losses arising out of or recovered under any state’s Workers’ Compensation Law or arising out of the failure of Indemnitor or Indemnitor’s Agents to conform to any federal, state or local law, statute, ordinance, rule, regulation or court decree. Indemnitor’s duty to defend Indemnitee accrues immediately at the time a claim is threatened or a claim is made against Indemnitee, whichever is first. Indemnitor’s duty to defend exists regardless of whether Indemnitor is ultimately found liable. Indemnitor must indemnify Indemnitee from and against any and all Losses, except where it is proven that those Losses are solely a result of Indemnitee’s own negligent or willful acts or omissions. Indemnitor will be responsible for primary loss investigation, defense and judgment costs where this indemnification applies. In consideration of the award of this Contract, Indemnitor waives all rights of subrogation against Indemnitee for losses arising from the work performed by Indemnitor or Indemnitor’s Agents for the City of Phoenix. The obligations of Indemnitor under this provision survive the termination or expiration of this Contract.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Consultant's Insurance

      Consultant and subconsultants must procure insurance against claims that may arise from or relate to performance of the work hereunder by Consultant and its agents, representatives, employees and subconsultants. Consultant and subconsultants must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Consultant from liabilities that might arise out of the performance of the work under this Contract by the Consultant, its agents, representatives, employees, or subconsultants and Consultant may purchase additional insurance as they determined necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subconsultants. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determined necessary.

    • Non-Assignability

      This Agreement is in the nature of a personal services agreement and Contractor shall have no power to assign its rights and obligations under this Agreement without the prior written consent of the City. Any attempt to assign without such prior written consent shall be void.

    • Financial Consultant's Insurance

      Financial Consultant must procure insurance against claims that may arise from or relate to performance of the work hereunder by Financial Consultant and its agents, representatives, and employees. Financial Consultant must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Financial Consultant from liabilities that might arise out of the performance of the work under this Contract by the Financial Consultant, its agents, representatives, or employees and Financial Consultant may purchase additional insurance as they determine necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Consultant's Insurance

      Consultant and subconsultants must procure insurance against claims that may arise from or relate to performance of the work hereunder by Consultant and its agents, representatives, employees and subconsultants. Consultant and subconsultants must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Consultant from liabilities that might arise out of the performance of the work under this Contract by the Consultant, its agents, representatives, employees, or subconsultants and Consultant may purchase such additional insurance as they determined necessary.

    • Contractor's Insurance

      Contractor and subcontractors must procure insurance against claims that may arise from or relate to performance of the work hereunder by Contractor and its agents, representatives, employees and subcontractors. Contractor and subcontractors must maintain that insurance until all their obligations have been discharged, including any warranty periods under this Contract.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees or subcontractors and Contractor may purchase additional insurance as they determine necessary.

    • Lessee's Insurance

      Lessee and sublessees must procure insurance against claims that may arise from or relate to the occupancy of the Leased Premises by Lessee and its agents, representatives, employees and sublessees. Lessee and sublessees must maintain that insurance until all their obligations have been discharged under this Lease.

      The City in no way warrants that the limits stated in this section are sufficient to protect the Lessee from liabilities that might arise out of this Lease. Lessee may purchase additional insurance as they determine necessary.

    • Scope and Limits of Insurance

      Lessee must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Preparation of Offer

      All forms provided must be completed and submitted with the Offer. The signed and completed Conflict of Interest and Transparency form must be included or your Offer may be deemed non-responsive.

      It is permissible to copy Submittal forms if necessary. Erasures, interlineations, or other modifications of the Offer must be initialed in original ink by the authorized person signing the Offer. No offer will be altered, amended or withdrawn after the specified offer due date and time. The City is not responsible for Offeror’s errors or omissions.

      All time periods stated as a number of days will be calendar days.

      It is the responsibility of all Offerors to examine the entire solicitation and seek clarification of any requirement that may not be clear and to check all responses for accuracy before submitting an offer. Negligence in preparing an offer confers no right of withdrawal after due date and time. Offerors are strongly encouraged to:

      1. Consider applicable laws and/or economic conditions that may affect cost, progress, performance, or furnishing of the products or services.
      2. Study and carefully correlate Offeror’s knowledge and observations with the solicitation and other related data.
      3. Promptly notify the City of all conflicts, errors, ambiguities, or discrepancies that Offeror has discovered in or between the solicitation and other related documents.
      4. The City does not reimburse the cost of developing, presenting or providing any response to this solicitation. Offers submitted for consideration should be prepared simply and economically, providing adequate information in a straightforward and concise manner. The Offeror is responsible for all costs incurred in responding to this solicitation. All materials and documents submitted in response to this solicitation become the property of the City and will not be returned.
      5. Offerors are reminded that the specifications stated in the solicitation are the minimum level required and that offers submitted must be for products or services that meet or exceed the minimum level of all features specifically listed in this solicitation. Offers offering less than any minimum specifications or criteria specified are not responsive and should not be submitted.
      6. Offer responses submitted for products considered by the seller to be acceptable alternates to the brand names or manufacturer’s catalog references specified herein must be submitted with technical literature and/or detailed product brochures for the City’s use to evaluate the products offered. Offers submitted without this product information may be considered as non-responsive and rejected. The City will be the sole judge as to the acceptability of alternate products offered.
      7. Prices will be submitted on a per unit basis by line item, when applicable. In the event of a disparity between the unit price and extended price, the unit price will prevail unless obviously in error.
    • Scope and Limits of Insurance

      Consultant must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Consultant must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Debarment and Suspension (Executive Orders 12549 and 12689)

      in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension,” Contractor agrees that neither it, nor its principals is presently debarred, suspended proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction evidenced by this Contract by any federal department, and agrees to comply with the requirements of 2 CFR 180 and 24 CFR 2424.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Consultant must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Vendor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that (1) the coverage is written on a “following form” basis, and (2) all requirements under each line of coverage are met.

    • Commercial Lease/Rental Agreements - City as Tenant (Sample)

      SAMPLE

      “The City may satisfy some or all of these requirements through a program of self-insurance.”

      Additional Insured requests are standard in lease agreements. Generally, the landlord or property owner will require the tenant/occupant to name them as an additional insured under the tenant’s liability insurance. This means that the tenant’s liability insurance will protect the landlord/property owner as well. However, Chapter 42 of the City Code will not allow the City to indemnify others and therefore the City cannot provide coverage under our self-insured program to outside parties who want to be additional insureds.

      NOTE: The additional insured requirement should be stricken from the agreement.

      Workers’ Compensation insurance may be required in the agreement. The City is self-insured for workers’ compensation and does not buy commercial workers’ compensation insurance.

      Property Insurance may be required in certain leases. Property insurance provides coverage for physical damage to the leased premises. If the City is the sole occupant of a leased building, the landlord may want the City to insure the building. If the City has made improvements to the leased property, the landlord may want the City to insure those tenant improvements. The City purchases commercial property insurance for City-owned or leased properties. If the lease agreement requires property insurance, the City can comply with this request. However, if the lease contains a disclaimer by the landlord or a provision for the City’s liability and/or property insurance to cover losses due to the landlord’s negligence (i.e. sprinkler or pipe leaks, fire, etc.) such a disclaimer or provision should be removed. These clauses have an effect similar to a waiver of subrogation, but often are not titled that way.

      NOTE: In order for the City to insure leased property, the leased location must be reported to the Risk Management Division and added to the Risk Management property schedule.

      Waiver of Subrogation language may be included in the insurance requirements asking the City to waive our rights of recovery. If we agree to this condition, we give up the right to pursue reimbursement from the landlord if a loss was caused by the negligence of the landlord. We also give up the right of our property insurance company. This language should be stricken from the agreement or a mutual waiver of subrogation may be used with the approval of the Law Department.

      Liability and Workers’ Compensation: Proof of self-insurance is issued by the Risk Management Division in the form of a letter. A copy of the lease agreement insurance requirements should be provided to the Risk Management Division for review.

      Property: Certificates of insurance are issued by the City’s insurance broker. Requests should be directed to the Risk Management Division for processing.

      If insurance coverages other than those stated above are required in the agreement, please contact the Risk Management Division for assistance.

      NOTE: Law Department review and sign off on all agreements or contract documents that originate from a source other than the City is required.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Lessee must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Permittee/Licensees must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Vendor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Contact Information

      Megan Walker

      Water Services

      Email: megan.walker@phoenix.gov

      Phone: (602) 534-2986

    • Definition of Key Words Used in the Solicitation

      Will, Must, Shall: Indicates a mandatory requirement. Failure to meet these mandatory requirements may result in the rejection of Offer as non-responsive.

      Should: Indicates something that is recommended but not mandatory. If the Offeror fails to provide recommended information, the City may, at its sole option, ask the Offeror to provide the information or evaluate the Offer without the information.

      May: Indicates something that is not mandatory but permissible.

      For purposes of this solicitation, the following definitions will apply:

      “A.R.S.” Arizona Revised Statute

      “Buyer” or “Procurement Officer” City of Phoenix staff person responsible for the solicitation. The City employee or employees who have specifically been designated to act as a contact person or persons to the Contractor, and responsible for monitoring and overseeing the Contractor's performance under this contract.

      "City" The City of Phoenix

      "Contract Administrator" Shall refer to the contract administrator as designated by the Director.

      "Contract Manager" Shall refer to a staff member designated by the Director.

      "Contractor" The individual, partnership, or corporation who, as a result of the competitive process, is awarded a contract by the City of Phoenix.

      "Contract” or “Agreement" The legal agreement executed between the City of Phoenix, AZ and the Contractor.

      “Days” Means calendar days unless otherwise specified.

      “Chief Procurement Officer” The contracting authority for the City of Phoenix, AZ, authorized to sign contracts and amendments thereto on behalf of the City of Phoenix, AZ.

      “Employer” Any individual or type of organization that transacts business in this state, that has a license issued by an agency in this state and employs one or more employees in this state. Employer includes this state, any political subdivision of this state and self-employed persons. In the case of an independent contractor, employer means the independent contractor and does not mean the person or organization that uses contract labor. (A.R.S. 23-211).

      “Offer” Means a response from a Supplier, Contractor, or Service Provider to a solicitation request that, if awarded, binds the Supplier, Contractor, or Service Provider to perform in accordance with the contract. Same as bid, proposal, quotation or tender.

      “Offeror” Any Vendor, Seller or Supplier submitting a competitive offer in response to a solicitation from the City. Same as Bidder or Proposer.

      "PCCD" Phoenix Convention Center Department

      “Solicitation” Means an Invitation for Bid (IFB), Request for Proposal (RFP), Request for Quotations (RFQ), Request for Qualifications (RFQu) and request for sealed Offers, or any other type of formal procurement which the City makes public through advertising, mailings, or some other method of communication. It is the process by which the City seeks information, proposals, Offers, or quotes from suppliers.

      “Suppliers” Firms, entities or individuals furnishing goods or services to the City.

      “Vendor or Seller” A seller of goods or services.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Consultant must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Cost Proposal

      Required components

      The Proposer must complete and submit the pricing via Cost Proposal question in Vendor Questionnaire electronically.

    • Scope and Limits of Coverage

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Permittee must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Notification to FTA

      These requirements apply to all contracts and subcontracts in excess of $25,000.]

      If a current or prospective legal matter that may affect the Federal Government emerges, Contractor must promptly notify AGENCY (ptdcompliance@phoenix.gov), who must then promptly notify the FTA Chief Counsel and FTA Regional Counsel for Region 9. Contractor must include an equivalent provision in its subagreements at every tier for any agreement that is a “covered transaction” according to 2 C.F.R. §§ 180.220 and 1200.220.

      1. Types of Legal Matters Requiring Notification. The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or instances where the Federal Government was named as a party to litigation or a legal disagreement in any forum for any reason.
      2. Matters Affecting the Federal Government. Matters that may affect the Federal Government include, but are not limited to, the Federal Government’s interests in the Award, the Contract, and any Amendments thereto, or the Federal Government’s administration or enforcement of federal laws, regulations, and requirements.
      3. Additional Notice to U.S. DOT Inspector General. If Contractor has knowledge of potential fraud, waste, or abuse occurring on a Project receiving assistance from FTA,  then Contractor must promptly notify AGENCY (ptdcompliance@phoenix.gov), who must then promptly notify the U.S. DOT Inspector General, in addition to the FTA Chief Counsel or Regional Counsel for Region 9. The notification provision applies if a principal, officer, employee, agent, third-party participant (including subcontractors at any tier), or any other person has or may have submitted a false claim under the False Claims Act, 31 U.S.C. § 3729, et seq., or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bid rigging, misappropriation or embezzlement, bribery, gratuity, or similar misconduct involving federal assistance. This responsibility occurs whether the Project is subject to this Contract or another agreement between AGENCY and FTA, or an agreement involving a principal, officer, employee, agent, or Third-Party Participant of AGENCY. It also applies to subcontractors at any tier. Knowledge, as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal, state, or local law enforcement or other investigative agency, a criminal indictment or civil complaint, or probable cause that could support a criminal indictment, or any other credible information in the possession of Contractor. In this paragraph, “promptly” means to refer information without delay and without change. This notification provision also applies to all divisions of AGENCY, including divisions tasked with law enforcement or investigatory functions.
    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • FOB Special Delivery
    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • BACKGROUND

      The City uses a variety of pumps across several departments and throughout various divisions. Currently the Water Services, Aviation, Public Works, Parks and Recreation, and Convention Center Departments require pumps, pump parts and various services.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Mandatory Disclosures

      The Contractor must disclose, in a timely manner, in writing to City all violations of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Early Childhood Education Expansion award. If Contractor receives Federal funds in excess of $10,000,000 for any period during the performance of this Agreement it is required to report certain civil, criminal, or administrative proceedings to the System for Award Management (SAM). (See Appendix XII to 45 CFR Part 75). Failure to make required disclosures can result in any of the remedies described in 45 CFR § 75.371, including suspension or debarment. (See also 2 CFR parts 180 and 376, and 31 U.S.C. 3321).

    • Scope and Limits of Insurance

      Sponsor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Scope and Limits of Insurance

      Contractor must provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the liability limits provided that (1) the coverage is written on a “following form” basis, and (2) all terms under each line of coverage below are met.

    • Architectural / Engineering & Design Contracts

      To the maximum extent allowed by law, including Title 34 A.R.S., Consultant (“Indemnitor”) must defend, indemnify, and hold harmless the City and its officers, officials (elected or appointed), agents and employees (“Indemnitee”) from any and all claims, actions, liabilities, damages, losses or expenses (including but not limited to court costs, attorney fees, expert fees, and costs of claim processing, investigation and litigation) of any nature or kind whatsoever (“Losses”) caused or alleged to be caused, in whole or in part, by the wrongful, negligent or willful acts, or errors or omissions of Indemnitor or any of its owners, officers, directors, members, managers, agents, employees, or subconsultants (“Indemnitor’s Agents”) arising out of or in connection with this Contract. This defense and indemnity obligation includes holding Indemnitee harmless for any Losses or other amount arising out of or recovered under any state’s workers’ compensation law or arising out of the failure of Indemnitor or Indemnitor’s Agents to conform to any federal, state or local law, statute, ordinance, rule, regulation or court decree. Indemnitor’s duty to defend Indemnitee accrues immediately at the time a claim is threatened or a claim is made against Indemnitee, whichever is first. Indemnitor’s duty to defend exists regardless of whether Indemnitor is ultimately found liable. Indemnitor must indemnify Indemnitee from and against any and all Losses, except where it is proven that those Losses are solely as a result of Indemnitee’s own negligent or willful acts or omissions. Indemnitor is responsible for primary loss investigation, defense and judgment costs where this indemnification applies. In consideration of the award of this contract, Indemnitor agrees to waive all rights of subrogation against Indemnitee for losses arising from or related to any work performed by Indemnitor or Indemnitor’s Agents for the City of Phoenix under this Contract. The obligations of Indemnitor under this provision survive the termination or expiration of this Contract.

    • Program Fraud & False/Fraudulent Statements or Related Acts
      1. Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR part 31, apply to its actions pertaining to this Project. Upon execution of the Contract, Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the Contract or the FTA-assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate.
      2. Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(l) on Contractor, to the extent the Federal Government deems appropriate.
      3. Contractor shall include the above two paragraphs in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Financial Consultant related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Financial Consultant.
      • The Financial Consultant’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • City’s Vendor Self-Registration and Notification

      Vendors must be registered in the City’s Procurement Portal at https://procurement.opengov.com/portal/phoenix to respond to solicitations and access procurement information.

      Vendors are required to register in the City’s procurePHX Self-Registration System (https://eprocurement.phoenix.gov/irj/portal) prior to contract execution. Registration is not required at the time of offer submission. However, the City will not execute a contract with any awarded vendor until registration is complete.

    • Schedule of Events

      The City reserves the right to change dates, times, and locations, as necessary. The City does not always hold a Pre-Offer Conference or Site Visit. All times in the Schedule of Events are Local Phoenix, AZ Time.

      To request a reasonable accommodation or alternative format for any public meeting, please contact the Procurement Officer (Megan Walker) at (602) 534-2986/Voice or 711/TTY, or megan.walker@phoenix.gov, no later than five (5) business days prior to the meeting.

      Solicitation Issue Date:April 16, 2026
      Pre-Offer Conference (Non-Mandatory):April 22, 2026, 10:00am

      https://cityofphoenix.webex.com/cityofphoenix/j.php?MTID=m2cec15a41a460568e4bdfecf426f9f9c

      Written Inquiries Due Date:April 29, 2026, 2:00pm
      Offer Due Date:May 6, 2026, 2:00pm
    • Price Fixed Firm with Pass-Through Adjustment
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Construction Contracts

      To the maximum extent allowed by law, including Title 34 A.R.S., Contractor (“Indemnitor”) agrees to defend, indemnify, and hold harmless the City of Phoenix and its officers, officials (elected or appointed), agents and employees (and any jurisdiction or agency issuing permits for any work included in the project, and its officers, agents and employees) (“Indemnitee”) from any and all claims, actions, liabilities, damages, losses or expenses, (including but not limited to court costs, attorney fees, expert fees, and costs of claim processing, investigation and litigation) of any nature or kind whatsoever (“Losses”) caused or alleged to be caused, in whole or in part, by the wrongful, negligent or willful acts, or errors or omissions of Indemnitor or any of its owners, officers, directors, members, managers, agents, employees, or subcontractors (Indemnitor’s Agents”) arising out of or in connection with this Contract. This defense and indemnity obligation includes holding Indemnitee harmless for any Losses or other amount arising out of or recovered under any state’s workers’ compensation law or arising out of the failure of Indemnitor or Indemnitor’s Agents to conform to any federal, state or local law, statute, ordinance, rule, regulation, or court decree. Indemnitor’s duty to defend Indemnitee accrues immediately at the time a claim is threatened or a claim is made against Indemnitee, whichever is first. Indemnitor’s duty to defend exists regardless of whether Indemnitor is ultimately found liable. Indemnitor must indemnify Indemnitee from and against any and all Losses, except where it is proven that those Losses are solely as a result of Indemnitee’s own negligent or willful acts or omissions. Indemnitor is responsible for primary loss investigation, defense and judgment costs where this indemnification applies. In consideration of the City’s award of this Contract, Indemnitor agrees to waive all rights of subrogation against Indemnitee for losses arising from or related to any work performed by Indemnitor or Indemnitor’s Agents for the City of Phoenix under this Contract. The obligations of Indemnitor under this provision survive the termination or expiration of this Contract.

    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      The Vendor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.

    • Commercial General Liability: Occurrence Form (or Garage Liability)

      General Aggregate $2,000,000
      Premises and Operations $1,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
      • Coverage must be endorsed to include Garagekeepers liability for vehicles being repaired, stored or transported by contractor, written on a Direct Primary basis with $1,000,000 per Occurrence and $100,000 for each Auto.
      • Policy must include coverage for losses occurring on the garage premises or due to operations necessary and incidental to the garage business, or automobile service and repair operations.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Permittee related to this Permit.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Permittee.
      • The Permittee’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $5,000,000
      Products – Completed Operations Aggregate $5,000,000
      Personal and Advertising Injury $5,000,000
      Each Occurrence $5,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • The policy must not contain any exclusions for operations on or near airport premises.
      • There shall be no endorsement or modification which limits the scope of coverage or policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $5,000,000
      Products – Completed Operations Aggregate $5,000,000
      Personal and Advertising Injury $5,000,000
      Each Occurrence $5,000,000

      • The policy must be endorsed to include errors and omissions coverage or a separate professional policy must be purchased.
      • The policy must be endorsed to include coverage for “care, custody and control” of the property of others.
      • The policy must be endorsed to include coverage for the operation of mobile equipment (if required as part of the Scope of Services)
      • Coverage for reasonable use of force must not be excluded.
      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Preparation of Offer

      All forms provided must be completed and submitted with the Offer. The signed and completed Conflict of Interest and Transparency form must be included or your Offer may be deemed non-responsive.

      It is permissible to copy Submittal forms if necessary. Erasures, interlineations, or other modifications of the Offer must be initialed in original ink by the authorized person signing the Offer. No offer will be altered, amended or withdrawn after the specified offer due date and time. Key Personnel proposed in the offer may not be replaced before contract award or else the Offeror shall be determined non-responsible. The City is not responsible for Offeror’s errors or omissions.

      All time periods stated as a number of days will be calendar days.

      It is the responsibility of all Offerors to examine the entire solicitation and seek clarification of any requirement that may not be clear and to check all responses for accuracy before submitting an offer. Negligence in preparing an offer confers no right of withdrawal after due date and time. Offerors are strongly encouraged to:

      1. Consider applicable laws and/or economic conditions that may affect cost, progress, performance, or furnishing of the products or services.
      2. Study and carefully correlate Offeror’s knowledge and observations with the RFP document and other related data.
      3. Promptly notify the City of all conflicts, errors, ambiguities, or discrepancies which an Offeror has discovered in or between the RFP document and such other related documents.
      4. The City does not reimburse the cost of developing, presenting or providing any response to this solicitation. Offers submitted for consideration should be prepared simply and economically, providing adequate information in a straightforward and concise manner. The Offeror is responsible for all costs incurred in responding to this solicitation. All materials and documents submitted in response to this solicitation become the property of the City and will not be returned.
      5. Offerors are reminded that the specifications stated in the solicitation are the minimum level required and that offers submitted must be for products or services that meet or exceed the minimum level of all features specifically listed in this solicitation. Offers offering less than any minimum specifications or criteria specified are not responsive and should not be submitted.
      6. Offer responses submitted for products considered by the seller to be acceptable alternates to the brand names or manufacturer’s catalog references specified herein must be submitted with technical literature and/or detailed product brochures for the City’s use to evaluate the products offered. Offers submitted without this product information may be considered as non-responsive and rejected. The City will be the sole judge as to the acceptability of alternate products offered.
      7. Prices will be submitted on a per unit basis by line item, when applicable. In the event of a disparity between the unit price and extended price, the unit price will prevail unless obviously in error.

      Unless the solicitation specifically allows, alterations of electronic spreadsheet price proposals will be sufficient grounds for the City to consider your offer to be non-responsive.

    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000
      Fire Legal Liability (Damage to Rented Premises) $100,000

      • The policy must name City of Phoenix as an additional insured with respect to liability for bodily injury, property damage, fire legal liability and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under and insured contract arising out of the use and/or occupancy of the premises subject to this Lease.
      • Policy must not contain any restrictions of coverage for operations on or near airport premises.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of the liability purchased by the Lessee.
      • The Lessee’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor relating to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage of the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $5,000,000
      Products – Completed Operations Aggregate $5,000,000
      Personal and Advertising Injury $5,000,000
      Each Occurrence $5,000,000

      • The policy must name City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor, relating to this contract.
      • Policy must not contain any restrictions of coverage with regard to operations on or near airport premises.
      • Coverage must include XCU coverage
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
      • Contractor’s policies must be endorsed to provide an extension of the completed operations coverage for a period of nine (9) years.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000
      Fire Damage (Damage to Rented Premises) $50,000
      (Liquor Liability (if alcohol is being sold) $1,000,000

      • The policy must name City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, independent contractors, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Permittee/Licensee related to this agreement.
      • The policy must be endorsed to include Liquor Liability coverage if alcohol is being sold at the event.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Permittee/Licensee even if those limits of liability are in excess of those required by this contract.
      • The Permittee/Licensee’s insurance coverage must be primary and non-contributory with respect to all other available sources.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor's insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations, and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Consultant related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Consultant.
      • The Consultant’s insurance coverage must be primary insurance and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Debarment and Suspension (Executive Orders 12549 and 12689)

      In accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension,” Contractor agrees that neither it, nor its principals is presently debarred, suspended proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction evidenced by this Agreement by any federal department, and agrees to comply with the requirements of 2 CFR Part 180 and 2 CFR Part 376.

    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Consultant related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Consultant.
      • The Consultant’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Consultant related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Consultant.
      • The Consultant’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000
      Fire Damage (Damage to Rented Premises) $100,000

      • The policy must name City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the use and/or occupancy of the property subject to this Lease.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Lessee.
      • The Lessee’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • STANDARDS

      The Contractor shall comply with all applicable standards, including but not limited to, the American National Standards Institute (ANSI), International Standards (ISO), state, local and manufacturer operating procedures and general Industrial Standards for Industrial Pumps as they apply to the specific pump.

    • Access to Records

      The CITY, FEDERAL AGENCY, the Comptroller General of the United States, the Government Accounting Office or any of their duly authorized representatives shall have access to any books, documents, papers and records of the Contractor which are pertinent to any activity performed under this Contract as required under 2 CFR 200.333 et seq. and 24 CFR 570.502(7)(ii) for the purpose of making audit, examination, excerpts and transcriptions. The Contractor shall keep and maintain such books, documents, papers and records in accordance with 2 CFR 200.333 et seq. and for a period of at least three (3) years after the expiration or termination of this Agreement or three (3) years after the submission of the annual performance and evaluation report as prescribed in 24 CFR 91.520. The Contractor shall permit independent auditors access to its records and financial statements as necessary to comply with federal audit requirements.

    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000
      *Fire Damage (Damage to Rented Premises) $50,000
      (Liquor Liability (if alcohol is being sold) $1,000,000

      • The policy must name City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, independent contractors, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Sponsor/Promoter related to this agreement.
      • The policy must be endorsed to include Liquor Liability coverage if alcohol is being sold at the event.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Sponsor/Promoter even if those limits of liability are in excess of those required by this contract.
      • The Sponsor/Promoter’s insurance coverage must be primary and non-contributory with respect to all other available sources.
    • Additional Quantities

      The City anticipates considerable activity under the resultant contract(s). However, no guarantee can be made as to actual pumps, new, repair, parts, and accessories, that will be purchased under this contract. The City reserves the right to add, change or delete quantities or items as circumstances may require.

      Note: Offers taking exception to this option for additional quantities clause shall indicate in their offer.

    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor, relating to this contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $10,000,000
      Products – Completed Operations Aggregate $10,000,000
      Personal and Advertising Injury $10,000,000
      Each Occurrence $10,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
      • Policy must contain a Waiver of Transfer of Right of Recovery Against Others.
    • Commercial General Liability – Occurrence Form

      General Aggregate $1,000,000
      Products – Completed Operations Aggregate $2,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor related to this Contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • Policy must be endorsed to include coverage for “care, custody & control”.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor, relating to this contract.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Commercial General Liability – Occurrence Form

      General Aggregate $2,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The policy must name the City of Phoenix as an additional insured with respect to liability for bodily injury, property damage and personal and advertising injury with respect to premises, ongoing operations, products and completed operations, and liability assumed under an insured contract arising out of the activities performed by, or on behalf of the Contractor, related to this Contract.
      • Coverage must include XCU coverage.
      • There shall be no endorsement or modification which limits the scope of coverage or the policy limits available to the City of Phoenix as an additional insured.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
      • Contractor’s policies must be endorsed to provide an extension of the completed operations coverage for a period of nine (9) years.
    • Commercial General Liability – Occurrence Form

      General Aggregate $5,000,000
      Products – Completed Operations Aggregate $1,000,000
      Personal and Advertising Injury $1,000,000
      Each Occurrence $1,000,000

      • The Vendor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • Policy must contain a Waiver of Transfer of Right of Recovery Against Others.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • NEW PUMPS AND NEW PUMP PARTS REQUIREMENTS
        1. The Contractor shall provide new pumps and new pump parts in accordance with the purchase order. Parts include but are not limited to motors, impellers, seals, bearings, fasteners, gears, shafts, gaskets, seals, filters, brackets, nuts, strainers, and tubes.

       

        1. New pumps and new pump parts shall be warrantied and conform to National Electrical Manufacturers Association (NEMA) standards, American National Standards Institute (ANSI), International Standards (ISO), and general Industrial Standards for industrial pumps as they apply to the specific pump.

       

        1. The Contractor shall be responsible for implementing all final settings and adjustments in accordance with pump manufacturer’s specifications.

       

        1. The Contractor will deliver and pick-up equipment from any City location identified on the purchase order. Delivery includes unloading the equipment at the designated location.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • FOB Unloaded

      Prices quoted shall be FOB N/A and unloaded.

    • Automobile Liability

      Bodily injury and property damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include The City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, related to this contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles incidental to the garage business used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, relating to this Contract.
      • The policy must be endorsed to include coverage for towing (if towing services are included in the Scope of Services in the Contract or part of the normal operations of the Contractor.)
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Termination for Cause and for Convenience
      1. The CITY may terminate this contract in whole, or from time to time in part, for the CITY’s convenience or the failure of the Contractor to fulfill the contract obligations (cause/default). The CITY shall terminate by delivering to the Contractor a written Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall: (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the CITY all information, reports, papers, and other materials accumulated or generated in performing the contract, whether completed or in process.
      2. If the termination is for the convenience of the CITY, the CITY shall be liable only for payment for services rendered before the effective date of the termination.
      3. If the termination is due to the failure of the Contractor to fulfill its obligations under the contract (cause/default), the CITY may (1) require the Contractor to deliver to it, in the manner and to the extent directed by the CITY, any work described in the Notice of Termination; (2) take over the work and prosecute the same to completion by contract of otherwise, and the Contractor shall be liable for any additional cost incurred by the CITY; and (3) withhold any payments to the Contractor, for the purpose of set-off or partial payment, as the case may be, of amounts owned by the CITY by the Contractor. In the event of termination for cause/default, the CITY shall be liable to the Contractor for reasonable costs incurred by the Contractor before the effective date of the termination. Any dispute shall be decided by the Contracting Officer.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Property Insurance
      • Lessee who is the sole occupant must purchase property insurance for the building. Coverage must be written on a Special Causes of Loss property insurance form with replacement cost value, including coverage for flood and earth movement.
      • Lessee tenant improvements must be insured. Coverage must be written on a Special Causes of Loss property insurance form with replacement cost value.
      • City of Phoenix must be named as a loss payee if Lessee is a sole occupant and/or if Lessee is making tenant improvements.
      • Policy must contain a waiver of subrogation against the City of Phoenix.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles driven on the airside of the airport.

      Combined Single Limit (CSL) $5,000,000

      • Policy must not contain any restrictions of coverage for operations on or near airport premises.
      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to use or operation of Lessee’s vehicles on Airport Premises.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Lessee.
      • Lessee’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Automobile Liability

      Bodily injury and property damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $5,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, related to this contract.
      • Policy must not contain any restrictions of coverage with regard to operations on or near airport premises.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability (Required if vehicles are involved in the Event or set up for the Event, such as a valet parking, stage or platform assembly, food trucks)

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the use of vehicles by, or on behalf of the Sponsor/Promoter, relating to the Event.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Sponsor/Promoter’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily injury and property damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Consultant, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Consultant.
      • The Consultant’s insurance coverage must be primary insurance and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor relating to this Contract
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this contract.
      • The Contractor’s insurance coverage must be primary insurance and non-contributory with respect to all other available sources.
    • Professional Services

      Consultant (“Indemnitor”) must defend, indemnify, and hold harmless the City of Phoenix and its officers, officials (elected or appointed), agents, and employees (“Indemnitee”) from and against any and all claims, actions, liabilities, damages, losses, or expenses (including but not limited to court costs, attorney fees, expert fees, and costs of claim processing, investigation and litigation) of any nature or kind whatsoever (“Losses”) caused, or alleged to be caused, in whole or in part, by the wrongful, negligent or willful acts, or errors or omissions of Indemnitor or any of its owners, officers, directors, members, managers, agents, employees or subcontractors (“Indemnitor’s Agents”) arising out of or in connection with this Contract. This defense and indemnity obligation includes holding Indemnitee harmless for any Losses or other amount arising out of or recovered under any state’s Workers’ Compensation Law or arising out of the failure of Indemnitor or Indemnitor’s Agents to conform to any federal, state or local law, statute, ordinance, rule, regulation or court decree. Indemnitor’s duty to defend Indemnitee accrues immediately at the time a claim is threatened or a claim is made against Indemnitee, whichever is first. Indemnitor’s duty to defend exists regardless of whether Indemnitor is ultimately found liable. Indemnitor must indemnify Indemnitee from and against any and all Losses, except where it is proven that those Losses are solely as a result of Indemnitee’s own negligent or willful acts or omissions. Indemnitor will be responsible for primary loss investigation, defense and judgment costs where this indemnification applies. In consideration of the award of this Contract, Indemnitor agrees to waive all rights of subrogation against Indemnitee for losses arising from or related to any work performed by Indemnitor or Indemnitor’s Agents for the City of Phoenix. The obligations of Indemnitor under this provision survive the termination or expiration of this Contract.

    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and/or non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor relating to this Contract.,
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily injury and property damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, related to this contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Business in Arizona

      The City will not enter contracts with Offerors (or any company(ies)) not granted authority to transact business, or not in good standing, in the state of Arizona by the Arizona Corporation Commission, unless the Offeror asserts a statutory exception prior to entering a contract with the City.

    • Fixed Offer Price Period

      All offers shall be firm and fixed for a period of 180 calendar days from the solicitation opening date.

    • Byrd Anti Lobbying Certification (31 U.S.C. 1351)

      In all agreements in excess of $100,000 the Contractor hereby certifies, to the best of his or her knowledge and belief, that:

      1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of and Federal contract, grant, loan, or cooperative agreement.
      2. Each Contractor tier must certify to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization or influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352.
      3. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Contractor shall complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. Such disclosures are forwarded from tier to tier up to the non-Federal award.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $5,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of, the Contractor relating to this Contract.
      • The policy must not contain any exclusions for operations on or near airport premises.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor's insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Catalogs and Price Lists

      Contractor must provide with its submittal the date of the current manufacturer’s price list, and must identify the catalog that will be in effect at the commencement of the contract and from which the discounts offered will be evaluated. City’s Finance Procurement Division must be informed 60 days in advance of any new price list or catalogs and the respective date(s). Any terms and conditions contained in the parts price list(s) or product catalog(s) submitted shall not take precedence over the City’s terms and conditions specified herein. All invoices must include the manufacturer’s part number, list price and discount percentage, net price extended and totaled. The City reserves the right to request a hard copy of the manufacturer’s documented price listing for any item(s) invoiced.

    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a Financial Consultant is exempt under A.R.S. §23-902(E), AND when such Financial Consultant executes the appropriate sole proprietor waiver form.
    • Access to Records, Reports, & Sites
      1. Record Retention. Contractor shall both maintain and retain, and will require its subcontractors of all tiers to maintain and retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub-agreements, leases, subcontracts, arrangements, other third-party agreements of any type, and supporting materials related to those records.
      2. Retention Period. Contractor shall comply with the record retention requirements in accordance with 2 CFR § 200.333. Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of not less than three years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto.
      3. Access to Records. Contractor shall provide sufficient access to the U.S. Secretary of Transportation, the Comptroller General of the United States, FTA, AGENCY (ptdcompliance@phoenix.gov), and their duly authorized representatives to inspect and audit records and information, including such records and information AGENCY or Contractor may regard as confidential or proprietary, related to performance of this contract as reasonably may be required.
      4. Access to the Sites of Performance. Contractor shall permit the FTA, AGENCY (ptdcompliance@phoenix.gov), and their duly authorized representatives access to the sites of performance under this Contract as reasonably may be required. Contractor shall permit the U.S. Secretary of Transportation, Comptroller General of the United States, FTA, AGENCY (ptdcompliance@phoenix.gov), and their duly authorized representatives to inspect all work and material related to the award and to audit information related to the award if such information is under the control of the Contractor, including in the Contractor’s books, records, accounts, or other locations.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a consultant or subconsultant is exempt under A.R.S. §23-902(E), AND when such consultant or subconsultant executes the appropriate sole proprietor waiver form.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Automobile Liability

      Bodily injury and property damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include The City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, related to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability (required when vehicles are used by Permittee/Licensee or its Subcontractors/Vendors as part of the event or if the loading dock is used during the move-in or move-out process)

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the use of vehicles by, or on behalf of the Permittee/Licensee, relating to this Use Agreement.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Permittee/Licensee’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

    • Schedule of Events

      The City reserves the right to change dates, times, and locations, as necessary. The City does not always hold a Pre-Offer Conference or Site Visit. All times in the Schedule of Events are Local Phoenix, AZ Time.

      To request a reasonable accommodation or alternative format for any public meeting, please contact the Procurement Officer (Megan Walker) at (602) 534-2986/Voice or 711/TTY, or megan.walker@phoenix.gov, no later than two (2) weeks prior to the meeting.

      Solicitation Issue Date:April 16, 2026
      Pre-Offer Conference (Non-Mandatory):April 22, 2026, 10:00am

      https://cityofphoenix.webex.com/cityofphoenix/j.php?MTID=m2cec15a41a460568e4bdfecf426f9f9c

      Written Inquiries Due Date:April 29, 2026, 2:00pm
      Offer Due Date:May 6, 2026, 2:00pm

       

      Please note:  registration or RSVP to participate in the Pre-Offer Conference is required in order to obtain the Pre-Offer Conference meeting information.  An Offeror who wishes to join the Pre-Offer Conference for this solicitation is required to register using the weblink or access code provided prior to the meeting.  Upon completion of registration, the Pre-Offer Conference meeting information will be forwarded to the registered email address.

    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Consultant, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Consultant.
      • The Consultant’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Automobile Liability

      Bodily Injury and Property Damage coverage for any owned, hired, and non-owned vehicles used in the performance of this Contract.

      Combined Single Limit (CSL) $1,000,000

      • The policy must be endorsed to include the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor, relating to this Contract.
      • City of Phoenix is an additional insured to the full limits of liability purchased by the Contractor.
      • The Contractor’s insurance coverage must be primary and non-contributory with respect to any insurance or self-insurance carried by the City.
    • Contract Interpretation
      1. Applicable Law: This Contract will be governed by the law of the State of Arizona, and suits pertaining to this Contract will be brought only in Federal or State courts in Maricopa County, State of Arizona.

      2. Contract Order of Precedence: In the event of a conflict in the provisions of the Contract, as accepted by the City and as they may be amended, the following will prevail in the order set forth below:
        1. Federal terms and conditions, if any
        2. Special terms and conditions
        3. Standard terms and conditions
        4. Amendments
        5. Statement or scope of work
        6. Specifications
        7. Attachments
        8. Exhibits
        9. Instructions to Contractors
        10. Other documents referenced or included in the Solicitation
      3. Organization – Employment Disclaimer: The Agreement resulting hereunder is not intended to constitute, create, give rise to or otherwise recognize a joint venture agreement or relationship, partnership or formal business organization of any kind, and the rights and obligations of the parties will be only those expressly set forth in the agreement. The parties agree that no persons supplied by the Contractor in the performance of Contractor’s obligations under the agreement are considered to be City’s employees and that no rights of City civil service, retirement or personnel rules accrue to such persons. The Contractor will have total responsibility for all salaries, wage bonuses, retirement, withholdings, workmen’s compensation, occupational disease compensation, unemployment compensation, other employee benefits and all taxes and premiums appurtenant thereto concerning such persons, and will save and hold the City harmless with respect thereto.
      4. Severability: The provisions of this Contract are severable to the extent that any provision or application held to be invalid will not affect any other provision or application of the contract which may remain in effect without the invalid provision or application.
      5. Non-Waiver of Liability: The City of Phoenix as a public entity supported by tax monies, in execution of its public trust, cannot agree to waive any lawful or legitimate right to recover monies lawfully due it. Therefore, any Contractor agrees that it will not insist upon or demand any statement whereby the City agrees to limit in advance or waive any right the City might have to recover actual lawful damages in any court of law under applicable Arizona law.
      6. Parol Evidence: This Agreement is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of this agreement. No course of prior dealings between the parties and no usage in the trade will be relevant to supplement or explain any term used in this Contract. Acceptance or acquiescence in a course of performance rendered under this contract will not be relevant to determine the meaning of this Contract even though the accepting or acquiescing party has knowledge of the nature of the performance and opportunity to object.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a consultant or subconsultant is exempt under A.R.S. 23-902(E), AND when such consultant or subconsultant executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Federal Changes

      Contractor shall at all times comply with all applicable federal laws, regulations, requirements, policies, procedures, guidance, and directives, including without limitation those listed directly or by reference in the FTA Master Agreement between the City of Phoenix and the FTA, as they may be amended or promulgated from time to time during the term of the Contract. Contractor’s failure to so comply shall constitute a material breach of the Contract.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Professional Liability (Errors and Omissions Liability)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover liability arising from the failure to meet the professional standards required or expected in the delivery of those services as defined in the Scope of Services of this Contract.
      • Consultant warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Clean Air Act and Federal Water Pollution Control Act

      Applicable to all contracts in excess of $150,000. The Contractor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the City, the Department of Health and Human Services, and the San Francisco Regional Office of the Environmental Protection Agency (EPA). 

    • REPAIR AND MAINTENANCE SERVICES

      Services furnished by the Contractor shall include all management, supervision, labor, employee safety equipment, transportation, tools, supplies, materials, parts, equipment such as machinery and hoists, necessary to provide pump repair and maintenance services in accordance with all the terms, conditions provisions, and specifications contained in this agreement and manufacturer’s recommendations.

       

      1. Contractor Employee Qualifications and Quality Assurance
        1. The Contractor shall provide a sufficient number of trained employees to properly provide the required services and supervise the employees to ensure appropriate execution of services by its employees.
        2. The Contractor ensures that each of its employees is properly qualified and will use reasonable care in the performance of services.
          1. All employees working on City pumps shall have specific factory, and/or field training in accordance with the National Electrical Manufacturers Association (NEMA) standards.
          2. The Contractor’s key personnel shall have a minimum of two (2) years of experience providing pump repair and maintenance services. All work shall be performed to pump manufacturer’s specifications.
        3. If the City determines, for any reason, that the qualifications, actions or conduct of any Contractor’s employee does not meet City standards the City may, by written notice, request that the Contractor remove and replace the employee.
        4. The City reserves the right to conduct a site visit at Contractor’s facility to review operating procedures.
        5. The Contractor shall comply with applicable safety, precautions, and cleanliness regulations including, but not limited to, Occupational Safety and Health Administration (OSHA), and National Fire Prevention Association (NFPA) 20.
        6. The Contractor shall have sole responsibility for means, methods, techniques, procedures, and safety precautions in connection with performance of all services related to this contract.
        7. Safe use of equipment may include use of machinery, hoists, employee safety equipment, and all other materials expressly required under this agreement or reasonably inferred whether or not expressly stated herein.
        8. The Contractor shall keep the premises clean of all rubbish and debris generated by the work involved and shall leave the premises neat and clean. All surplus material and scrap metal shall be returned to the City. All rubbish, and debris shall be disposed of by the Contractor at their expense.
        9. All subcontract work will be paid to the Contractor as a pass-through cost with no markup. Subcontractor invoice must be included with the Contractor invoice.
      2. Inspection and Acceptance
        1. Each pump delivered shall be subject to a complete inspection by the requesting department prior to acceptance.
        2. Inspection criteria shall include, but not be limited to, conformity to the specifications, mechanical integrity, quality, workmanship and materials. Ten (10) City working days will be allowed for this process.
        3. If delivered items are unacceptable and returned to the contractor prior to acceptance, an additional five (5) City working days will be allowed for inspection when subsequent delivery occurs.

        4. It shall be the contractor’s responsibility to pick up unacceptable item, correct the deficiencies and return the pump following the corrections.
      3. Repair and Maintenance
        1. Services shall be performed in conformance with all provisions of this agreement, legal statutes, code requirements, applicable Original Equipment Manufacturer (OEM) specifications, and City policies and specifications. All materials used must be new.
        2. Service will be completed within two (2) business days. 

        3. For parts/accessories that cannot be repaired, the contractor must notify the City’s representative within 2 hours of inspection.
        4. The Contractor shall be responsible for implementing all final settings and adjustments in accordance with pump manufacturer’s specifications.
        5. Once services are complete, all gauges, valves, and related or adjacent equipment that has been changed/modified by the Contractor shall be set back to their original settings and/or orientations, unless otherwise directed by City personnel.
        6. Contractor shall have the option for emergency repairs which shall consist of expedited repairs or replacement and overnight shipping.
        7. 5.4.7 Any service work outside the scope of the scheduled maintenance and repair period may not be started without written authorization and must be scheduled with the City’s authorized representative.

       

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a consultant or subconsultant is exempt under A.R.S. §23-902(E), AND when such consultant or subconsultant executes the appropriate sole proprietor waiver form.
    • Professional Liability (Errors and Omissions Liability)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      The policy must cover liability arising from the failure to meet the professional standards required or expected in the delivery of those services as defined in the Scope of Services of this Contract.

      In the event that the professional liability insurance required by this Agreement is written on a claims-made basis, Financial Consultant warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Byrd Anti-Lobbying Certification (31 U.S.C. 1351)

      In all contracts in excess of $100,000 the Contractor hereby certifies, to the best of his or her knowledge and belief, that:

      1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of and Federal contract, grant, loan, or cooperative agreement.
      2. Each Contractor tier must certify to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization or influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C, 1352.
      3. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. Such disclosures are forwarded from tier to tier up to the non-Federal award.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. 23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a Sponsor or subcontractor is exempt under A.R.S. §23-902(E), AND when such Sponsor or subcontractor executes the appropriate sole proprietor waiver form.
    • Commercial Leases

      Lessee (“Indemnitor”) must defend, indemnify, and hold harmless the City of Phoenix and its officers, officials (elected or appointed), agents, and employees (“Indemnitee”) from and against any and all claims, actions, liabilities, damages, losses, or expenses (including but not limited to court costs, attorney fees, expert fees, and costs of claim processing, investigation and litigation) of any nature or kind whatsoever (“Losses”) caused, or alleged to be caused, in whole or in part, by the wrongful, negligent or willful acts, or errors or omissions of Indemnitor or any of its owners, officers, directors, members, managers, agents, employees or contractors (“Indemnitor’s Agents”) arising out of or related to Lessee’s occupancy and use of the Leased Premises. This defense and indemnity obligation includes holding Indemnitee harmless for any Losses or other amounts arising out of or recovered under any state’s Workers’ Compensation Law or arising out of the failure of Indemnitor or Indemnitor’s Agents to conform to any federal, state or local law, statute, ordinance, rule, regulation or court decree. Indemnitor’s duty to defend Indemnitee accrues immediately at the time a claim is threatened or a claim is made against Indemnitee, whichever is first. Indemnitor’s duty to defend exists regardless of whether Indemnitor is ultimately found liable. Indemnitor must indemnify Indemnitee from and against any and all Losses, except where it is proven that those Losses are solely as a result of Indemnitee’s own negligent or willful acts or omissions. Indemnitor will be responsible for primary loss investigation, defense and judgment costs where this indemnification applies. In consideration for the use and occupancy of the Leased Premises, Indemnitor waives all rights of subrogation against Indemnitee for losses arising from or related to the use, occupancy or condition of the Leased Premises. The obligations of Indemnitor under this provision survive the termination or expiration of this Lease.

    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $500,000
      Disease – Each Employee $500,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a Vendor is exempt under A.R.S. §23-902(E), AND when such Vendor executes the appropriate sole proprietor waiver form.
    • Free on Board (FOB)

      Prices quoted shall be FOB destination and delivered, as specified on the purchase order.

    • Crime Insurance (or Fidelity Bond)

      Bond or Crime Policy Limit TBD

      • The policy or bond must be issued with limits of 50% of the contract value or $50,000 - whichever amount is greater.
      • The policy or bond must include coverage for all directors, officers, agents and employees of the Contractor.
      • The policy or bond must include coverage for third party fidelity, i.e. property of third parties that is held by the Contractor in any capacity, or property for which the Contractor is legally liable.
      • The policy or bond must include but not be limited to coverage for theft of property located on the Contractor’s premises or while in transit, loss due to forgery or alteration of negotiable instruments (e.g. securities, checks) or loss due to electronic funds transfer fraud.
      • The policy or bond must not contain a condition requiring an arrest and conviction.
    • Discount

      All discounts offered shall be firm and fixed for the specified contract period. Discounts offered must be expressed as a single percentage (%) figure for each contract item. Offers containing chain or multiple discounts may be considered non-responsive.

    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Delivery

      Delivery is an important consideration and will be a factor in determining the award. A delivery time after receipt of order (ARO) must be stated in definite terms. Should there be variations in delivery times by item, the submittal should be clear concerning these variations.

    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. 23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Property Insurance
      • Lessee who is the sole occupant must purchase property insurance for the building. Coverage must be written on a Special Causes of Loss property insurance form with replacement cost value, including coverage for flood and earth movement.
      • Lessee tenant improvements must be insured. Coverage must be written on a Special Causes of Loss property insurance form with replacement cost value.
      • The City of Phoenix must be named as a loss payee if Lessee is a sole occupant and/or if Lessee is making tenant improvements.
        Policy must contain a waiver of subrogation against the City of Phoenix.
    • Worker’s Compensation and Employers’ Liability

      Workers’ Compensation Statutory
      Employers’ Liability:
      Each Accident $100,000
      Disease – Each Employee $100,000
      Disease – Policy Limit $500,000

      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • This requirement does not apply when a contractor or subcontractor is exempt under A.R.S. §23-902(E), AND when such contractor or subcontractor executes the appropriate sole proprietor waiver form.
    • Price

      All prices offered shall be firm and fixed for the entire term of the contract. Price decrease requests do not require supporting documentation and are allowed at any time during the contract term.

    • Professional Liability (Errors and Omissions Liability)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover liability arising from the failure to meet the professional standards required or expected in the delivery of those services as defined in the Scope of Services of this Contract.
      • Consultant warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Permit, the Permittee must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Professional Liability (Errors and Omissions Liability)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover liability arising from the failure to meet the professional standards required or expected in the delivery of those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Financial Institution Bond or Security Dealers Blanket Bond

      (see Investment Advisor intro section to determine need for bond)

    • Contractor’s Pollution Liability

      For losses caused by pollution conditions that arise from the operations of the Contractor as described in the Scope of Services section of this Contract.

      Per Occurrence $1,000,000
      General Aggregate $2,000,000

      • The policy should be written on an “occurrence” basis with no sunset clause.
      • The policy must name the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor.
      • The policy must provide coverage for pollution conditions that arise from the operations of the contractor described under the Scope of Services of the contract. The policy should include the following coverages:
        • Bodily injury, sickness, disease, mental anguish or shock sustained by any person, including death and medical monitoring costs.
        • Property damage including physical injury to or destruction of tangible property including the resulting loss of use thereof, cleanup costs, and the loss if use of tangible property that has not been physically injured or destroyed including diminution in value.
        • Environmental damage including physical damage to soil, surface water or groundwater, or plant or animal life, caused by pollution conditions and giving rise to clean-up costs.
        • Defense including costs, charges and expenses incurred in the investigation, adjustment or defense of claims for such compensation damages
        • Asbestos or lead – no exclusion
        • Mold and legionella coverage
        • Transportation of cargo
        • Non-Owned Disposal Site coverage
        • Definition of pollution conditions shall include sediments
      • If the scope of work involves treatment, storage or disposal of hazardous wastes from the job site, Contractor must furnish an insurance certificate from the designated disposal facility establishing that the facility operator maintains current Pollution Legal Liability Insurance in the amount of not less than $1,000,000 per occurrence/$2,000,000 annual aggregate and will cover sudden and gradual pollution losses arising from the facility, associated with work performed under this agreement.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Crime Insurance (or Fidelity Bond)

      Policy Limit (or bond amount) TBD

      • The policy or bond must be issued with limits of 50% of the contract value or $50,000 - whichever amount is greater.
      • The policy or bond must include coverage for all directors, officers, agents and employees of the Contractor.
      • The policy or bond must include coverage for third party fidelity, i.e. property of third parties that is held by the Insured in any capacity, or property for which the Contractor is legally liable.
      • The policy or bond must include but not be limited to coverage for theft of property located on the Contractor’s premises or while in transit, loss due to forgery or alteration of negotiable instruments (e.g. securities, checks) or loss due to electronic funds transfer fraud.
      • The policy or bond must not contain a condition requiring an arrest and conviction.
    • Contractor’s Pollution Liability

      For losses caused by pollution conditions that arise from the operations of the Contractor as described in the Scope of Services section of this Contract.

      Per Occurrence $1,000,000
      General Aggregate $2,000,000

      • The policy should be written on an “occurrence” basis with no sunset clause.
      • Such insurance must name the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor.
      • The policy must provide coverage for pollution conditions that arise from the operations of the contractor described under the scope of services contract. The policy should include the following coverages:
        • Bodily injury, sickness, disease, mental anguish or shock sustained by any person, including death and medical monitoring costs.
        • Property damage including physical injury to or destruction of tangible property including the resulting loss of use thereof, cleanup costs, and the loss of use of tangible property that has not been physically injured or destroyed including diminution in value.
        • Environmental damage including physical damage to soil, surface water or groundwater, or plant or animal life, caused by pollution conditions and giving rise to cleanup costs.
        • Defense including costs, charges and expenses incurred in the investigation, adjustment or defense of claims for such compensation damages.
        • Asbestos or lead (no exclusion)
        • Mold and legionella coverage
        • Transportation of cargo
        • Non-Owned Disposal sites
        • Definition of pollution conditions shall include sediments
      • If the scope of work involves treatment, storage or disposal of hazardous wastes from the job site, Contractor must furnish an insurance certificate from the designated disposal facility establishing that the facility operator maintains current Pollution Legal Liability Insurance in the amount of not less than $1,000,000 per occurrence/$2,000,000 annual aggregate and will cover sudden and gradual pollution losses arising from the facility, associated with work performed under this agreement.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Pre-Offer Meeting

      Offerors may attend the pre-offer meeting via Cisco WebEx at the date and time listed in the schedule of events. Please register for this meeting by emailing the Procurement Officer listed on the front page.

    • Contractor’s Pollution Liability

      For losses caused by pollution conditions that arise from the operations of the Contractor as described in the Scope of Services section of this Contract.

      Per Occurrence $1,000,000
      General Aggregate $2,000,000

      • The policy should be written on an “occurrence” basis with no sunset clause.
      • Such insurance must name the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor.
      • The policy must provide coverage for pollution conditions that arise from the operations of the contractor described under the scope of services of the contract. The policy should include the following coverages:
        • Bodily injury, sickness, disease, mental anguish or shock sustained by any person, including death and medical monitoring costs.
        • Property damage including physical injury to or destruction of tangible property including the resulting loss of use thereof, cleanup costs, and the loss if use of tangible property that has not been physically injured or destroyed including diminution in value.
        • Environmental damage including physical damage to soil, surface water or groundwater, or plant or animal life, caused by Pollution Conditions and giving rise to Clean-Up Costs.
        • Defense including costs, charges and expenses incurred in the investigation, adjustment or defense of claims for such compensation damages
        • Asbestos or lead – no exclusion
        • Mold and legionella coverage
        • Transportation of cargo
        • Non-Owned Disposal Site coverage
        • Definition of pollution conditions shall include sediments
      • If the scope of work involves treatment, storage or disposal of hazardous wastes from the job site, Contractor must furnish an insurance certificate from the designated disposal facility establishing that the facility operator maintains current Pollution Legal Liability Insurance in the amount of not less than $1,000,000 per occurrence/$2,000,000 annual aggregate and will cover sudden and gradual pollution losses arising from the facility, associated with work performed under this agreement.
    • Crime Insurance (or Fidelity Bond)

      Bond or Policy Limit TBD

      • The policy must be issued with limits of 50% of the contract value or $50,000 - whichever amount is greater.
      • The policy or bond must include coverage for all directors, officers, agents and employees of the Contractor.
      • The policy or bond must include coverage for third party fidelity, i.e. property of third parties that is held by the Contractor in any capacity, or property for which the Contractor is legally liable.
      • The policy or bond must include but not be limited to coverage for theft of property located on the Contractor’s premises or while in transit, loss due to forgery or alteration of negotiable instruments (e.g. securities, checks) or loss due to electronic funds transfer fraud.
      • The policy or bond must not contain a condition requiring an arrest and conviction.
    • Professional Liability (Errors and Omissions Liability)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover liability arising from the failure to meet the professional standards required or expected in the delivery of those services as defined in the Scope of Services of this Contract.
      • Consultant warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Procurement of Recovered Materials
      1. In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable time period; (2) fail to meet reasonable performance standards, which shall be determined the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item, or (3) are only available at an unreasonable price.
      2. Paragraph 6.1 of this clause shall apply to items purchased under this Agreement where: (1) the Contractor purchases in excess of $10,000 of the item under this Agreement; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of $10,000 of the item both under and outside that.
    • Discount from Published Price List

      Solicitations shall be submitted on the basis of a discount from a manufacturer's most recent Published Price List(s). Such Published Price List(s) must be common to, and accepted by, the industry in general. The lists must be printed, properly identified, and dated as to issuance and effectiveness.

      Revised Published Price Lists may be used as a means of price adjustment. However, all offers are to be firm for a period one year after the solicitation opening date and Revised Price Lists will not be accepted by the City until after that date. Revised Published Price Lists will be accepted only in the event of an industry-wide price change, as evidenced by the issuance of revised price lists, by the manufacturer. Price adjustments will not be made for changes in freight costs.

      Revised Published Price(s) will not become effective until revised list(s) are submitted to the City under Contractor cover letter identifying the applicable contract agreement number. Contractor cover letter and pricing list(s) must be dated, signed, and submitted to the Procurement Officer. One copy of the revised price list will be required.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • HOURS OF WORK STANDARD AND PREMIUM
      1. Standard hours: All work under this contract shall be coordinated with the City’s project manager. Work hours are generally 6:00 a.m. until 5:00 p.m., Monday through Friday; excluding City observed holidays. Standard hourly labor rate will apply.
      2. Premium hours: Premium hours are hours other than standard hours defined above including Saturdays, Sundays, City observed holidays and weekdays between 5:00 p.m. and 6:00 a.m. Premium work hours shall have the prior approval of the Department requesting the services.
    • Civil Rights

      AGENCY must comply with applicable federal civil rights laws, regulations, and requirements, and follow applicable federal guidance, except as the Federal Government determines otherwise in writing. Therefore, unless an AGENCY or federal program, including any Indian Tribe or Tribal Transit Program, is specifically exempted from a civil rights statute, FTA requires compliance with each civil rights statute, including compliance with equity in service requirements. 

      1. Nondiscrimination in Federal Public Transportation Programs.
        1. Contractor must prohibit: (a) discrimination based on race, color, religion, national origin, sex (including sexual orientation and gender identity), disability, or age; (b) exclusion from participation in employment or a business opportunity for reasons identified in 49 U.S.C. § 5332; (c) denial of program benefits in employment or a business opportunity identified in 49 U.S.C. § 5332; and (d) discrimination identified in 49 U.S.C. § 5332, including discrimination in employment or a business opportunity identified in 49 U.S.C. § 5332.
        2. Contractor must follow the most recent edition of FTA Circular 4702.1, “Title VI Requirements and Guidelines for Federal Transit Administration Recipients,” to the extent consistent with applicable federal laws, regulations, requirements, and guidance. However, FTA does not require an Indian Tribe to comply with FTA program specific guidelines for Title VI when administering its agreement supported with federal assistance under the Tribal Transit Program.
      1. Nondiscrimination – Title VI of the Civil Rights Act. 
        1. Contractor must prohibit discrimination based on race, color, or national origin;
        2. Contractor must comply with: (a) Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000d, et seq.; (b) U.S. DOT regulations, “Nondiscrimination in Federally-Assisted Programs of the Department of Transportation – Effectuation of Title VI of the Civil Rights Act of 1964,” 49 CFR Part 21; and (c) Federal transit law, specifically 49 U.S.C. § 5332; and
        3. Contractor must follow: (a) the most recent edition of FTA Circular 4702.1, “Title VI Requirements and Guidelines for Federal Transit Administration Recipients,” to the extent consistent with applicable federal laws, regulations, requirements, and guidance; (b) U.S. DOJ, “Guidelines for the enforcement of Title VI, Civil Rights Act of 1964,” 28 C.F.R. § 50.3; and (c) all other applicable federal guidance that may be issued.
      1. Equal Employment Opportunity.
        1. Federal Requirements and Guidance. Contractor must prohibit discrimination based on race, color, religion, sex, sexual orientation, gender identity, or national origin. Contractor must also comply with: (a) Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000e, et seq.; (b) Title I of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. §§ 12101, et seq.; (c) Executive Order No. 11246, “Equal Employment Opportunity” September 24, 1965 (42 U.S.C. § 2000e note), as amended by any later Executive Order that amends or supersedes it in part and is applicable to federal assistance programs; (d) federal transit law, specifically 49 U.S.C. § 5332, as provided in section 12 of this Master Agreement; and (e) FTA Circular 4704.1 “Equal Employment Opportunity (EEO) Requirements and Guidelines for Federal Transit Administration Recipients.” Further, Contractor must follow other federal guidance pertaining to EEO laws, regulations, and requirements.
        2. Affirmative Action. If required to do so by U.S. DOT regulations (49 CFR Part 21) or U.S. Department of Labor regulations (41 C.F.R. chapter 60), Contractor must take affirmative action that includes, but is not limited to: (a) recruitment advertising, recruitment, and employment; (b) rates of pay and other forms of compensation; (c) selection for training, including apprenticeship, and upgrading; and (d) transfers, demotions, layoffs, and terminations.
        3. Indian Tribe. Contractor recognizes that Title VII of the Civil Rights Act of 1964, as amended, exempts Indian Tribes under the definition of “Employer.”
        4. Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities.
        5. Age. In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age.
    • Contract Interpretation
      1. Applicable Law: This Contract will be governed by the law of the State of Arizona, and suits pertaining to this Contract will be brought only in Federal or State courts in Maricopa County, State of Arizona.
      2. Contract Order of Precedence: In the event of a conflict in the provisions of the Contract, as accepted by the City and as they may be amended, the following will prevail in the order set forth below:
        1. Federal terms and conditions, if any
        2. Special terms and conditions
        3. Standard terms and conditions
        4. Amendments
        5. Statement or scope of work
        6. Specifications
        7. Attachments
        8. Exhibits
        9. Instructions to Contractors
        10. Other documents referenced or included in the Solicitation
      3. Organization – Employment Disclaimer: The Agreement is not intended to constitute, create, give rise to or otherwise recognize a joint venture agreement or relationship, partnership or formal business organization of any kind, and the rights and obligations of the parties will be only those expressly set forth in the agreement. The parties agree that City civil service, retirement or personnel rules accrue to such persons. The Contractor will have total responsibility for all salaries, wage bonuses, retirement, withholdings, workmen’s compensation, occupational disease compensation, unemployment compensation, other employee benefits and all taxes and premiums appurtenant thereto concerning such persons, and will save and hold the City harmless with respect thereto.
      4. The Agreement resulting hereunder is not intended to constitute, create, give rise to or otherwise recognize a joint venture agreement or relationship, partnership or formal business organization of any kind, and the rights and obligations of the parties will be only those expressly set forth in the agreement. The parties agree that no persons supplied by the Contractor in the performance of Contractor’s obligations under the agreement are considered to be City’s employees and that no rights of City civil service, retirement or personnel rules accrue to such persons. The Contractor will have total responsibility for all salaries, wage bonuses, retirement, withholdings, workmen’s compensation, occupational disease compensation, unemployment compensation, other employee benefits and all taxes and premiums appurtenant thereto concerning such persons, and will save and hold the City harmless with respect thereto.
      5. Severability: The provisions of this Contract are severable to the extent that any provision or application held to be invalid will not affect any other provision or application of the contract which may remain in effect without the invalid provision or application.
      6. Non-Waiver of Liability: The City of Phoenix as a public entity supported by tax monies, in execution of its public trust, cannot agree to waive any lawful or legitimate right to recover monies lawfully due it. Therefore, any Contractor agrees that it will not insist upon or demand any statement whereby the City agrees to limit in advance or waive any right the City might have to recover actual lawful damages in any court of law under applicable Arizona law.
      7. Parol Evidence: This Agreement is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of this agreement. No course of prior dealings between the parties and no usage in the trade will be relevant to supplement or explain any term used in this Contract. Acceptance or acquiescence in a course of performance rendered under this contract will not be relevant to determine the meaning of this Contract even though the accepting or acquiescing party has knowledge of the nature of the performance and opportunity to object.
      8. Counterparts: This Agreement may be executed in counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same Agreement.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Builders’ Risk Insurance

      Policy must be in an amount equal to the initial Contract Amount plus additional coverage equal to Contract Amount for all subsequent change orders.

      • The City of Phoenix, the Contractor and subcontractors, must be named insureds on the policy.
      • Special Causes of Loss coverage must be written on a replacement cost basis and must include coverage for soft costs, flood and earth movement.
      • Policy must be maintained until whichever of the following must first occur: (1) final payment has been made; or, (2) until no person or entity, other than the City of Phoenix, has an insurable interest in the property required to be covered.
      • Policy must be endorsed such that the insurance must not be canceled or lapse because of any partial use or occupancy by the City.
      • Policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site.
      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • Contractor is responsible for the payment of all policy deductibles.
    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Vendor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered wsdprocurement@phoenix.gov.

    • Pollution Legal Liability

      If the Scope of Services in this Contract requires the acceptance, transport, storage or disposal of any hazardous materials or regulated substances, the facility must provide coverage with limits of at least:

      Per Claim $1,000,000
      Annual Aggregate $2,000,000

      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
      • Such insurance must name the City of Phoenix as an additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor.
      • The policy must include coverage for:
        • On and off-site cleanup of sudden and gradual pollution conditions arising from the Contractor’s facility.
        • Third-party claims for on and off-site bodily injury including sickness, disease, mental anguish or shock sustained by any person, including death and medical monitoring costs.
        • Third-party claims for property damage including physical injury to or destruction of tangible property including the resulting loss of use thereof, cleanup costs and the loss of use of tangible property that has not been physically injured or destroyed and diminution in value.
        • Claims resulting in bodily injury, property damage or cleanup costs associated with a pollution condition from transported cargo if the Scope of Services in the Contract requires the transportation of any hazardous materials.
        • Defense including costs, charges and expenses incurred in the investigation, adjustment or defense of claims for such compensation damages.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Commercial Use Permits, SASO Permits and Licenses

      Permittee (“Indemnitor”) must defend, indemnify, and hold harmless the City of Phoenix and its officers, officials (elected or appointed), agents, and employees (“Indemnitee”) from and against any and all claims, actions, liabilities, damages, losses, or expenses (including but not limited to court costs, attorney fees, expert fees, and costs of claim processing, investigation and litigation) of any nature or kind whatsoever (“Losses”) caused, or alleged to be caused, in whole or in part, by the wrongful, negligent or willful acts, or errors or omissions of Indemnitor or any of its owners, officers, directors, members, managers, agents, employees or contractors (“Indemnitor’s Agents”) arising out of or related to Indemnitor’s occupancy and use of the Premises. This defense and indemnity obligation includes holding Indemnitee harmless for any Losses arising out of or recovered under any state’s Workers’ Compensation Law or arising out of the failure of Indemnitor or Indemnitor’s Agents to conform to any federal, state or local law, statute, ordinance, rule, regulation or court decree. Indemnitor’s duty to defend Indemnitee accrues immediately at the time a claim is threatened or a claim is made against Indemnitee, whichever is first. Indemnitor’s duty to defend exists regardless of whether Indemnitor is ultimately found liable. Indemnitor must indemnify Indemnitee from and against any and all Losses, except where it is proven that those Losses are solely as a result of Indemnitee’s own negligent or willful acts or omissions. Indemnitor will be responsible for primary loss investigation, defense and judgment costs where this indemnification applies. In consideration for the use and occupancy of the Premises, Indemnitor waives all rights of subrogation against Indemnitee for losses arising from the use, occupancy or condition of the Premises. The obligations of Indemnitor under this provision survive the termination or expiration of this Permit.

    • Builders’ Risk Insurance or Installation Floater

      The policy must be written in an amount equal to the initial Contract Amount plus additional coverage equal to the Contract Amount for all subsequent change orders.

      • The City of Phoenix, the Contractor and subcontractors must be insureds on the policy.
      • Special Causes of Loss coverage must be written on a replacement cost basis and must include coverage for soft costs, flood and earth movement.
      • Policy must be maintained until whichever of the following must first occur: (1) final payment has been made; or, (2) until no person or entity, other than the City of Phoenix, has an insurable interest in the property required to be covered.
      • Policy must be endorsed such that the insurance must not be canceled or lapse because of any partial use or occupancy by the City.
      • Policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site.
      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • Contractor is responsible for the payment of all policy deductibles.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Clean Air Act and Federal Water Pollution Control Act

      Applicable to all contracts in excess of $150,000. The Contractor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the City, FEDERAL AGENCY, and the San Francisco Regional Office of the Environmental Protection Agency (EPA).

    • Installation Floater

      Installation Floater value must be equal to or greater than the replacement value of the equipment.

      • The City of Phoenix, Contractor, subcontractor and any others with an insurable interest in the work must be Insureds on the policy.
      • Coverage must be written on a Special Causes of Loss policy form with replacement cost coverage which includes losses that occur during equipment testing.
      • Policy must be maintained until whichever of the following must first occur: (1) final payment has been made; or, (2) until no person or entity, other than the City of Phoenix, has an insurable interest in the property required to be covered.
      • The Installation Floater must provide coverage from the time the equipment/material becomes the responsibility of the Contractor and must continue without interruption during the installation, including any time during which the equipment/material is being transported to the installation site, or awaiting installation, whether on or off site.
      • Policy must contain a waiver of subrogation against the City of Phoenix.
      • Contractor is responsible for the payment of all deductibles under the Installation Floater policy.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Equal Employment Opportunity Requirements for Construction Activities

      [These requirements apply to all contracts and subcontracts involving construction in excess of $10,000.]

       When undertaking “construction” as recognized by the U.S. Department of Labor (U.S. DOL), Contractor must comply with all applicable equal employment opportunity requirements of U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Chapter 60 (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and Executive Order 13672, "Further Amendments to Executive Order 11478, Equal Employment Opportunity in the Federal Government, and Executive Order 11246, Equal Employment Opportunity," 42 U.S.C. § 2000e note). During the performance of this Contract, the Contractor agrees as follows:

      1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.
      2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
      3. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information.
      4. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and the Contractor shall post copies of the notice in conspicuous places available to employees and applicants for employment.
      5. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
      6. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
      7. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
      8. The Contractor will include the provisions of paragraphs (A) through (G) above, and this paragraph (H), in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.
    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Permittee from potential insurer insolvency.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Sponsor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Professional Liability (Errors and Omissions Liability) for Subconsultants

      (Projects with an estimated construction cost of $5 million or greater.)

      In addition to the insurance minimums for the Consultant, the Consultant’s registered sub-consultants (including structural, civil, mechanical, plumbing, electrical engineering, landscape architecture, survey, geotechnical and materials testing) are required to carry Professional Liability insurance as follows:

      Estimated Project Construction Cost of $5,000,000 to $25,000,000

      Each registered subconsultant will carry:

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

       

      Estimated Project Construction Cost of over $25,000,000

      Structural, civil, mechanical, plumbing, electrical engineers will carry:

      Each Claim $2,000,000
      Annual Aggregate $2,000,000

       

      Estimated Project Construction Cost of over $25,000,000

      All other registered subconsultants not listed above will carry:

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Lease, the Lessee must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Contract Administration and Operation
      1. Records: All books, accounts, reports, files and other records relating to the contract will be subject at all reasonable times to inspection and audit by the City for five years after completion of the contract. Such records will be produced at a City of Phoenix office as designated by the City. Confidentiality will be maintained, and City will not violate any proprietary or other confidentiality agreements Contractor has in place.
      2. Discrimination Prohibited: Contractor agrees to abide by the provisions of the Phoenix City Code Chapter 18, Article V as amended. Any Contractor, in performing under this contract, will not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age or disability nor otherwise commit an unfair employment practice. The supplier and/or lessee will take action to ensure that applicants are employed, and employees are dealt with during employment without regard to their race, color, religion, sex, or national origin, age or disability and adhere to a policy to pay equal compensation to men and women who perform jobs that require substantially equal skill, effort and responsibility, and that are performed within the same establishment under similar working conditions. Such action will include but not be limited to the following: Employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The supplier further agrees that this clause will be incorporated in all subcontracts with all labor organizations furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this contract. Contractor further agrees that this clause will be incorporated in all subcontracts, job-contractor agreements or subleases of this agreement entered into by supplier/lessee.
      3. Equal Employment Opportunity and Pay: In order to do business with the City, Contractor must comply with Phoenix City Code, 1969, Chapter 18, Article V, as amended, Equal Employment Opportunity Requirements. Contractor will direct any questions in regard to these requirements to the Equal Opportunity Department, (602) 262-6790.
        1. For a Contractor with 35 employees or fewer: Contractor in performing under this Agreement shall not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age, or disability, nor otherwise commit an unfair employment practice. The Contractor will ensure that applicants are employed, and employees are dealt with during employment without regard to their race, color, religion, sex, national origin, age, or disability. Such action shall include but not be limited to the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The Contractor further agrees that this clause will be incorporated in all subcontracts related to this Agreement that involve furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this Agreement. Contractor further agrees that this clause will be incorporated in all subcontracts, Contractor agreements or subleases of this agreement entered into by supplier/lessee.
        2. For a Contractor with more than 35 employees: Contractor in performing under this Agreement shall not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age, or disability, nor otherwise commit an unfair employment practice. The Contractor will ensure that applicants are employed, and employees are dealt with during employment without regard to their race, color, religion, sex, national origin, age, or disability, and shall adhere to a policy to pay equal compensation to men and women who perform jobs that require substantially equal skill, effort, and responsibility, and that are performed within the same establishment under similar working conditions. Such action shall include but not be limited to the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The Contractor further agrees that this clause will be incorporated in all subcontracts with all labor organizations furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this contract. Contractor further agrees that this clause will be incorporated in all subcontracts, job-Contractor agreements or subleases of this Agreement entered into by supplier/lessee. The Contractor further agrees not to discriminate against any worker, employee or applicant, or any member of the public, because of sexual orientation or gender identity or expression and shall ensure that applicants are employed, and employees are dealt with during employment without regard to their sexual orientation or gender identity or expression.
        3. Documentation: Suppliers and lessees may be required to provide additional documentation to the Equal Opportunity Department affirming that a nondiscriminatory policy is being utilized.
        4. Monitoring: The Equal Opportunity Department shall monitor the employment policies and practices of suppliers and lessees subject to this article as deemed necessary. The Equal Opportunity Department is authorized to conduct on-site compliance reviews of selected firms, which may include an audit of personnel and payroll records, if necessary.
      4. Legal Worker Requirements: The City of Phoenix is prohibited by A.R.S. § 41-4401 from awarding a contract to any Contractor who fails, or whose subcontractors fail, to comply with A.R.S. § 23-214(A). Therefore, Contractor agrees that:
        1. Contractor and each subcontractor it uses warrants their compliance with all federal immigration laws and regulations that relate to their employees and their compliance with A.R.S. § 23-214, subsection A.
        2. A breach of a warranty under paragraph 1 will be deemed a material breach of the contract that is subject to penalties up to and including termination of the contract.
        3. The City of Phoenix retains the legal right to inspect the papers of any Contractor or subcontractor employee who works on the contract to ensure that the Contractor or subcontractor is complying with the warranty under paragraph 1.
      5. Health, Environmental, and Safety Requirements: The Contractor’s products, services and facilities will be in full compliance with all applicable Federal, State and local health, environmental and safety laws, regulations, standards, codes and ordinances, regardless of whether or not they are referred to by the City. At the request of City representatives, the Contractor will provide the City:
        1. Environmental, safety and health regulatory compliance documents (written safety programs, training records, permits, etc.) applicable to services provided by the Contractor in this contract.
        2. A list of all federal, state, or local (EPA, OSHA, Maricopa County, etc.) citations or notice of violations issued against their firm or their subcontractors including dates, reasons, dispositions and resolutions.
        3. The City will have the right, but not the obligation to inspect the facilities, transportation vehicles or vessels, containers and disposal facilities provided by the Contractor or subcontractor. The City will also have the right to inspect operations conducted by the Contractor or subcontractor in the performance of this agreement. The City further reserves the right to make unannounced inspections of the Contractor’s facilities (during normal business hours).
      6. Compliance with Laws: Contractor agrees to fully observe and comply with all applicable Federal, State and local laws, regulations, standards, codes and ordinances when performing under this Contract regardless of whether they are being referred to by the City. Contractor agrees to permit City inspection of Contractor’s business records, including personnel records to verify any such compliance. Because the contractor will be acting as an independent contractor, the City assumes no responsibility for the Contractor’s acts.
      7. Lawful Presence Requirement: Pursuant to A.R.S. §§ 1-501 and -502, the City of Phoenix is prohibited from awarding a contract to any natural person who cannot establish that he or she is lawfully present in the United States. In order to establish lawful presence, this person must produce qualifying identification and sign a City-provided affidavit affirming that the identification provided is genuine. This requirement will be imposed at the time of contract award. In the event the prevailing responder is unable to satisfy this requirement, the City will offer the award to the next-highest scoring responder. The law does not apply to fictitious entities such as corporations, partnerships and limited liability companies.
      8. Continuation During Disputes: Contractor agrees that notwithstanding the existence of any dispute between the parties, insofar as is possible, under the terms of the contract, the Contractor will continue to perform the obligations required of Contractor during the continuation of any such dispute unless enjoined or prohibited by an Arizona Court of competent jurisdiction.
      9. Emergency Purchases: The City reserves the right to purchase from other sources those items which are required on an emergency basis and cannot be supplied immediately from stock by the Contractor.
      10. Electronic Signatures: Electronic signatures are valid under Arizona law. Either or all parties may execute this Agreement by scanned or electronic signature, and any such scanned or electronic signature shall be deemed an original, valid, and binding signature if issued with proper signature authority.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Professional Liability (Errors and Omissions Liability)

      The policy must cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract.

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Procurement of Recovered Materials
      1. In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable time period; (2) fail to meet reasonable performance standards, which shall be determined the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item, or (3) are only available at an unreasonable price.
      2. Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of $10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of $10,000 of the item both under and outside that contract.
    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
      1. This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908.
      2. The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation. 
      3. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold. 
    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Vendor from potential insurer insolvency.

    • Intergovernmental Agreements

      Each party (as “Indemnitor”) agrees to indemnify, defend, and hold harmless the other party (as “Indemnitee”) from and against any and all claims, losses, liability, costs, or expenses (including reasonable attorney’s fees) (“Claims”), but only to the extent that such Claims which result in vicarious/derivative liability to the Indemnitee are caused by the act, omission, negligence, misconduct, or other fault of the Indemnitor, its officers, officials, agents, employees, or volunteers.

      Each party must use its best efforts to cause all contractors (each an “Additional Indemnitor”) to indemnify, defend, save and hold harmless the other party from and against any and all Claims caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of the Additional Indemnitor [and persons for whom they are vicariously liable].

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Price

      All prices submitted shall be firm and fixed for the initial one-year of the contract. Thereafter, price increases will be considered annually provided the adjustments are submitted in writing with 60 days’ notice to the Procurement Officer. Price increase requests shall be accompanied with written documentation to support the increase, such as a letter from the manufacturer, published price index, applicable change in law, etc. Price decrease requests do not require supporting documentation and are allowed at any time during the contract term.

      The City will be the sole judge in determining the allowable increase amount. Price increases agreed to by any staff other than the Chief Procurement Officer are invalid. The Contractor acknowledges and agrees to repay all monies paid because of a requested price increase unless the increase was specifically approved, in writing, by the Chief Procurement Officer. 

    • Obtaining a Copy of the Solicitation and Addenda

      Interested Offerors may download the complete solicitation and addenda from the City's Procurement Portal: https://procurement.opengov.com/portal/phoenix/projects/248521/. Any interested Offerors without internet access may obtain this solicitation by calling the Procurement Officer or picking up a copy during regular business hours at the City of Phoenix, Water Services Department, 200 W. Washington St. 9th floor Phoenix, AZ 85003. It is the Offeror’s responsibility to check the the City's Procurement Portal, read the entire solicitation, and verify all required information is submitted with their Offer.

    • EMERGENCY CONTACT AND RESPONSE TIME

      Emergency twenty-four (24) hour service shall be provided by the Contractor in the event of an emergency repair requirement.  A phone number and email should be provided for a 24-hour emergency contact, as well as, the contact information for an alternate contact for when the primary contact is not available. Any changes in contacts must be promptly submitted to the City within 24 hours using the supplier relationship management tool.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Discounts from Published Catalogs / Price Lists

      Contractor must indicate and provide with its submittal, if reasonable, the manufacturer’s price list, or catalog that will be in effect at the commencement of the contract and from which the discounts offered will be evaluated. The Procurement Officer must be informed 60 days in advance of any new price list or catalogs and the respective date(s).

      Any terms and conditions contained in the parts price list(s) or catalog(s) will not take precedence over the City’s terms and conditions specified herein.

      1. All discounts offered will be firm and fixed for the entire contract period. Discounts offered must be expressed as a single percentage (%) figure for each contract item. Offers containing chain or multiple discounts may be considered non-responsive.
      2. Offers will be submitted based on a discount from a manufacturer's most recent Published Price List(s) or Catalog which is common to, and accepted by, the industry in general. The lists must be printed or available online, properly identified, and dated as to issuance and effectiveness.

      Revised Price Lists or Catalogs may be used as a means of price adjustment. However, all offers are to be firm for a period of one-year after the solicitation due date and pricing cannot be revised during that time. Revised pricing will be accepted only in the event of an industry-wide price change, as evidenced by the issuance of revised price lists, by the manufacturer. Price adjustments will not be made for changes in freight costs. New pricing will not become effective until revised list(s) are submitted to the City under Contractor cover letter identifying the applicable contract number. Contractor cover letter and pricing list(s) must be date, signed, and submitted to the Procurement Officer. One of revised price list will be required.

      1. All invoices must include the manufacturer’s part number, list price and discount percentage, net price extended and totaled. The City reserves the right to request a hard copy of the manufacturer’s documented price listing for any item(s) invoiced.
    • Verification of Coverage

      Vendor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Sponsor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Investment Advisor – Financial Management Agreements

      Financial Consultant (“Indemnitor”) agrees to faithfully discharge the duties set forth in this Agreement and must defend, indemnify, and hold harmless the City of Phoenix and its officers, officials (elected or appointed), agents, and employees (“Indemnitee”) from and against any and all claims, demands, actions, liabilities, damages, losses, or expenses (including but not limited to court costs, attorneys’ fees, and costs of claim processing, investigation and litigation) of any nature or kind whatsoever (“Losses”) caused or alleged to be caused, in whole or in part, from the acts, omissions or negligent conduct of Indemnitor or any of its owners, officers, directors, members, manager, agents, employees or subcontractors (“Indemnitor’s Agents”) arising out of or with respect to Indemnitor’s Scope of Work. This defense and indemnity obligation includes holding Indemnitee harmless for any claim or amount arising out of or recovered under any state’s Workers’ Compensation Law or arising out of the failure of Indemnitor or Indemnitor’s Agents to conform to any federal, state or local law, statute, ordinance, rule, regulation or court decree. Indemnitor’s duty to defend Indemnitee accrues immediately at the time a claim is threatened or a claim is made against Indemnitee, whichever is first. Indemnitor’s duty to defend exists regardless of whether Indemnitor is ultimately found liable. Indemnitor must indemnify Indemnitee from and against any and all claims, except where it is proven that those Losses are solely a result of Indemnitee’s own negligent or willful acts or omissions. It is agreed that Indemnitor will be responsible for primary loss investigation, defense and judgment costs where this indemnification is applicable. In consideration of the award of this Contract, Indemnitor agrees to waive all rights of subrogation against Indemnitee for losses arising from or related to any work performed by Indemnitor or Indemnitor’s Agents for the City of Phoenix. The obligations of Indemnitor under this provision survive the termination or expiration of this Contract.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Vendor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be emailed at wsdprocurement@phoenix.gov.

    • Exceptions

      Offeror must not take any exceptions to any terms, conditions or material requirements of this solicitation. Offers submitted with exceptions may be deemed non-responsive and disqualified from further consideration in the City’s sole discretion. Offerors must conform to all the requirements specified in the solicitation. The City encourages Offerors to send inquiries to the Procurement Officer rather than including exceptions in their Offer.

    • Verification of Coverage

      Permittee must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Permit. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City prior to the issuance of this Permit. Each insurance policy required by this Permit must be in effect at or prior to issuance of this Permit and must remain in effect for the duration of the Permit. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal will be grounds for immediate revocation of this Permit.

      All certificates required by this Permit must be sent directly to the City at the address set forth herein. The Permit number must be provided on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Permit at any time.

    • Incorporation of FTA Terms

      The preceding provisions include, in part, certain Standard Terms and Conditions required by the U.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in the FTA Master Agreement, FTA Circular 4220.1G, and 2 C.F.R. Part 200 (as adopted by DOT) are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in the contract. Contractor shall not perform any act, fail to perform any act, or refuse to comply with any requests of AGENCY that would cause AGENCY to be in violation of the FTA terms and conditions. Contractor shall include this clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Lease, the Lessee must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Sponsor from potential insurer insolvency.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Funding

      The City utilizes the United States Department of Health and Human Services (DHHS) funding to support Early Childhood Education. The Contractor shall be solely responsible for understanding and complying with all applicable regulations and requirements throughout this Contract period.

      DHHS regulations can be found at: https://www.acf.hhs.gov/ohs/about/head-start.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Consultant must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • RECORDS AND REPORTS
      1. Contractor shall submit a clear and legible report by e-mail within two business days of all work performed including the following:
        1. The date and time work began.
        2. Description of the accessories (Manufacturer’s part number, catalog date, list price, discount price) and specific action taken on the service.
        3. Detailed summary of all worked performed.
        4. Date and time work is completed.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Technology Errors and Omissions Liability

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      • The policy must cover errors and omissions or negligent acts in the delivery of products, services, and/or licensed programs for those services as defined in the Scope of Services of this Contract.
      • Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.
    • Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
      1. This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908.
      2. The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation.
      3. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold.
    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Lessee from potential insurer insolvency.

    • Contract Administration and Operation
      1. Records: All books, accounts, reports, files and other records relating to the contract will be subject at all reasonable times to inspection and audit by the City for five years after completion of the contract. Such records will be produced at a City of Phoenix office as designated by the City. Confidentiality will be maintained, and City will not violate any proprietary or other confidentiality agreements vendor has in place.
      2. Discrimination Prohibited: Contractor agrees to abide by the provisions of the Phoenix City Code Chapter 18, Article V as amended. Any contractor, in performing under this contract, will not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age or disability nor otherwise commit an unfair employment practice. The supplier and/or lessee will take action to ensure that applicants are employed, and employees are dealt with during employment without regard to their race, color, religion, sex, or national origin, age or disability and adhere to a policy to pay equal compensation to men and women who perform jobs that require substantially equal skill, effort and responsibility, and that are performed within the same establishment under similar working conditions. Such action will include but not be limited to the following: Employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The supplier further agrees that this clause will be incorporated in all subcontracts with all labor organizations furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this contract. Contractor further agrees that this clause will be incorporated in all subcontracts, job-contractor agreements or subleases of this agreement entered into by supplier/lessee.
      3. Equal Employment Opportunity and Pay: In order to do business with the City, Contractor must comply with Phoenix City Code, 1969, Chapter 18, Article V, as amended, Equal Employment Opportunity Requirements. Contractor will direct any questions in regard to these requirements to the Equal Opportunity Department, (602) 262-6790.
        1. For a Contractor with 35 employees or fewer: Contractor in performing under this Agreement shall not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age, or disability, nor otherwise commit an unfair employment practice. The Contractor will ensure that applicants are employed, and employees are dealt with during employment without regard to their race, color, religion, sex, national origin, age, or disability. Such action shall include but not be limited to the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The Contractor further agrees that this clause will be incorporated in all subcontracts related to this Agreement that involve furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this Agreement. Contractor further agrees that this clause will be incorporated in all subcontracts, Contractor agreements or subleases of this agreement entered into by supplier/lessee.
        2. For a Contractor with more than 35 employees: Contractor in performing under this Agreement shall not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age, or disability, nor otherwise commit an unfair employment practice. The Contractor will ensure that applicants are employed, and employees are dealt with during employment without regard to their race, color, religion, sex, national origin, age, or disability, and shall adhere to a policy to pay equal compensation to men and women who perform jobs that require substantially equal skill, effort, and responsibility, and that are performed within the same establishment under similar working conditions. Such action shall include but not be limited to the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The Contractor further agrees that this clause will be incorporated in all subcontracts with all labor organizations furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this contract. Contractor further agrees that this clause will be incorporated in all subcontracts, job-Contractor agreements or subleases of this Agreement entered into by supplier/lessee. The Contractor further agrees not to discriminate against any worker, employee or applicant, or any member of the public, because of sexual orientation or gender identity or expression and shall ensure that applicants are employed, and employees are dealt with during employment without regard to their sexual orientation or gender identity or expression.
        3. Documentation: Suppliers and lessees may be required to provide additional documentation to the Equal Opportunity Department affirming that a nondiscriminatory policy is being utilized.
        4. Monitoring: The Equal Opportunity Department shall monitor the employment policies and practices of suppliers and lessees subject to this article as deemed necessary. The Equal Opportunity Department is authorized to conduct on-site compliance reviews of selected firms, which may include an audit of personnel and payroll records, if necessary.
      4. Legal Worker Requirements: The City of Phoenix is prohibited by A.R.S. § 41-4401 from awarding a contract to any Contractor who fails, or whose subcontractors fail, to comply with A.R.S. § 23-214(A). Therefore, Contractor agrees that:
        1. Contractor and each subcontractor it uses warrants their compliance with all federal immigration laws and regulations that relate to their employees and their compliance with A.R.S. § 23-214, subsection A.
        2. A breach of a warranty under paragraph 1 will be deemed a material breach of the contract that is subject to penalties up to and including termination of the contract.
        3. The City of Phoenix retains the legal right to inspect the papers of any Contractor or subcontractor employee who works on the contract to ensure that the Contractor or subcontractor is complying with the warranty under paragraph 1.
      5. Health, Environmental, and Safety Requirements: The Contractor’s products, services and facilities will be in full compliance with all applicable Federal, State and local health, environmental and safety laws, regulations, standards, codes and ordinances, regardless of whether or not they are referred to by the City. At the request of City representatives, the Contractor will provide the City:
        1. Environmental, safety and health regulatory compliance documents (written safety programs, training records, permits, etc.) applicable to services provided by the Contractor in this contract.
        2. A list of all federal, state, or local (EPA, OSHA, Maricopa County, etc.) citations or notice of violations issued against their firm or their subcontractors including dates, reasons, dispositions and resolutions.
        3. The City will have the right, but not the obligation to inspect the facilities, transportation vehicles or vessels, containers and disposal facilities provided by the Contractor or subcontractor. The City will also have the right to inspect operations conducted by the Contractor or subcontractor in the performance of this agreement. The City further reserves the right to make unannounced inspections of the Contractor’s facilities (during normal business hours).
      6. Compliance with Laws: Contractor agrees to fully observe and comply with all applicable Federal, State and local laws, regulations, standards, codes and ordinances when performing under this Contract regardless of whether they are being referred to by the City. Contractor agrees to permit City inspection of Contractor’s business records, including personnel records to verify any such compliance. Because the contractor will be acting as an independent contractor, the City assumes no responsibility for the Contractor’s acts. Contractor shall comply with the provisions of the Supplemental Terms and Conditions to All Airport Contracts attached, marked Attachment A, and incorporated herein by this reference.
      7. Lawful Presence Requirement: Pursuant to A.R.S. §§ 1-501 and -502, the City of Phoenix is prohibited from awarding a contract to any natural person who cannot establish that he or she is lawfully present in the United States. In order to establish lawful presence, this person must produce qualifying identification and sign a City-provided affidavit affirming that the identification provided is genuine. This requirement will be imposed at the time of contract award. In the event the prevailing responder is unable to satisfy this requirement, the City will offer the award to the next-highest scoring responder. The law does not apply to fictitious entities such as corporations, partnerships and limited liability companies.
      8. Continuation During Disputes: Contractor agrees that notwithstanding the existence of any dispute between the parties, insofar as is possible, under the terms of the contract, the Contractor will continue to perform the obligations required of Contractor during the continuation of any such dispute unless enjoined or prohibited by an Arizona Court of competent jurisdiction.
      9. Emergency Purchases: The City reserves the right to purchase from other sources those items which are required on an emergency basis and cannot be supplied immediately from stock by the Contractor.
    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Environmental Services or Operations

      Contractor (“Indemnitor”) must defend, indemnify, and hold harmless the City of Phoenix and its officers, officials (elected or appointed), agents, and employees (“Indemnitee”) from and against any and all demands, claims, complaints, losses, damages, actions or causes of action, assessments, liabilities, costs or expenses including, without limitation, interest, penalties and reasonable attorney fees, expert fees, and reasonable expenses of investigation and remedial work (including but not limited to investigations and remediation by engineers, environmental consultants and similar technical personnel) asserted against or imposed upon or incurred by Indemnitee arising in connection with, or resulting from, any Environmental Law, including but not limited to, any use, generation, storage, spill, release, discharge or disposal of any Hazardous Substance that is now or comes to be located on, at, about or under the property or because of, or in connection with, the violation of any Environmental Law (hereinafter collectively referred to as “Losses”) to the extent that such Losses are caused by the fault of Indemnitor, its officers, officials, members, managers, agents, employees, contractors, volunteers, tenants, subtenants, invitees or licensees. Indemnitor’s duty to defend Indemnitee accrues immediately at the time a claim is threatened or a claim is made against Indemnitee, whichever is first. Indemnitor’s duty to defend exists regardless of whether Indemnitor is ultimately found liable. As used in this section: (a) “Hazardous Substances” are those substances defined as toxic or hazardous substances, pollutants, or wastes by Environmental Law and the following substances: gasoline, kerosene, or other petroleum products, toxic pesticides and herbicides, volatile solvents, materials containing asbestos or formaldehyde, and radioactive materials; (b) “Environmental Law” means federal, state or local laws and regulations, including common law, that relate to health, safety or environmental protection; and (c) “Fault” means those nonculpable acts or omissions giving rise to strict liability under any Environmental Law pertaining to Hazardous Substances, as well as culpable conduct (negligence or willful misconduct). In consideration of the award of this Contract, Indemnitor agrees to waive all rights of subrogation against Indemnitee for losses arising from or related to any work performed by Indemnitor or Indemnitor’s Agents for the City of Phoenix. The obligations of Indemnitor under this provision survive the termination or expiration of this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Governing Law; Forum; Venue

      This Agreement is executed and delivered in the State of Arizona, and the substantive laws of the State of Arizona (without reference to choice of law principles) will govern their interpretation and enforcement. Any action brought to interpret or enforce any provision of this Agreement that cannot be administratively resolved, or otherwise related to or arising from this Agreement, will be commenced and maintained in the state or federal courts of the State of Arizona, Maricopa County, and each of the parties, to the extent permitted by law, consents to jurisdiction and venue in such courts for such purposes.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Vendor from potential insurer insolvency.

    • Free Speech & Religious Liberty

      All Federal funding must be expended in full accordance with the U.S. Constitution, Federal Law, and statutory and public policy requirements, including but not limited to those prohibiting discrimination and protecting free speech, religious liberty, public welfare, and the environment.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Sponsor from potential insurer insolvency.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Verification of Coverage

      Lessee must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Lease. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before the Lease commences. Each insurance policy required by this Lease must be in effect at or prior to commencement of this Lease and remain in effect for the duration of the Lease. Failure to maintain the insurance policies as required by this Lease or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Lease must be sent directly to wsdprocurement@phoenix.gov. The City Department, Lease agreement number and location description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Lease at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Method of Ordering

      Contractor shall deliver items and/or services only upon receipt of a written purchase order. All Contractor invoices and packing/delivery tickets must include the City of Phoenix purchase order number.

    • Audit

      The Contractor shall submit a financial audit within ninety (90) days after the close of any Contractor fiscal year in which the aggregate of federal grant funds expended from all sources both inclusive and exclusive of this agreement is Seven Hundred-Fifty Thousand Dollars ($750,000) or more. The audit shall be in conformance with the audit requirements of 2 CFR Part 200.501. No funds resulting from this Contract shall be expended for the purpose of an audit without the prior written consent of the City. The decision to provide such consent shall be in the sole discretion of the City.

    • CITY RESPONSIBILITIES
      1. The City shall be responsible for the packing and shipping of pumps and/or associated components to the Contractor for repair/retrofit work, if the work is to be performed at the Contractor’s location. On occasion, the City will transport pumps and/or pump parts directly to and from the Contractor’s site for repairs and services; in lieu of shipping goods between the City and Contractor. 
      2. The City shall be responsible for freight costs of returned pumps and/or associated parts. Fees shall be at a pass-through cost with no mark-up that is reflected on the invoice. All freight fees shall be approved by the City before pumps and/or associated parts are shipped back to the City. 
    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Consultant must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Consultant from potential insurer insolvency.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Availability of Funds

      Funding may not be available for performance under this Contract beyond the City's current fiscal year. No legal liability on the part of the City for any payment may arise under this Contract beyond the current fiscal year.

      The City may reduce payments or terminate this Contract without further recourse, obligation, or penalty if insufficient funds are appropriated. The City shall have the sole and unfettered discretion in determining the availability of funds.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Network Security and Privacy Liability (required if Contractor has access to personal or confidential data)

      Each Claim $1,000,000
      Annual Aggregate $1,000,000

      Policy must cover but not be limited to (1) coverage for third party claims and losses with respect to network risk and invasion of privacy (2) crisis management and third-party identity theft response costs and (3) cyber extortion.

      Contractor warrants that any retroactive date under the policy must precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended reporting period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Verification of Coverage

      Sponsor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required at least two (2) weeks prior to the event. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before the event commences. Each insurance policy required by this agreement must be in effect at or prior to commencement of the event and remain in effect for the duration of the event. Failure to maintain the insurance policies as required by this agreement or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Lessee from potential insurer insolvency.

    • Inquiries

      All questions that arise relating to this solicitation should be directed via City’s Procurement Portal and must be received by the due date indicated in the Schedule of Events. The City will not consider questions received after the deadline.

      No informal contact initiated by Offerors on the proposed service will be allowed with members of City’s staff from date of distribution of this solicitation until after city council awards the contract. All questions concerning or issues related to this solicitation must be presented in writing.

      The Procurement Officer will answer written inquiries in an addendum and publish any addenda on the City’s Procurement Portal.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Financial Consultant must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Permit must be documented by an executed amendment to this Permit.

    • Method of Invoicing

      Invoice must be emailed in .pdf format to invoices@phoenix.gov and must include the following:

      • City purchase order number or shopping cart number
      • Items listed individually by the written description and part number
      • Unit price, extended and totaled
      • Quantity ordered, back ordered, and shipped
      • Applicable tax
      • Invoice number and date
      • Delivery address
      • Payment terms
      • FOB terms
      • Remit to address
    • Verification of Coverage

      Vendor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract. 

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Consultant must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Subcontractors / Vendors

      Permittee/Licensee’s certificates shall include all subcontractors/vendors as additional insureds under its policies OR Permittee/Licensee shall be responsible for ensuring and verifying that all subcontractors/vendors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Permittee/Licensee that its subcontractors/vendors have insurance coverage. All subcontractors/vendors meeting the criteria for auto liability are subject to the insurance specifications identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Permittee/Licensee may, on behalf of its subcontractors/vendors, waive a specific type of coverage or limit of liability where appropriate under the subcontract. Contractor assumes liability for all subcontractors/vendors with respect to this Contract.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Financial Consultant from potential insurer insolvency.

    • Technology Software and Hardware Contracts

      INDEMNIFICATION – PATENT, COPYRIGHT AND TRADEMARK

      In addition to any other indemnification required by this Agreement, Contractor agrees to defend, at its own expense, and to indemnify and hold harmless the City and its officers, agents, and employees from and against all judgments, claims, damages, suits, liabilities, settlements, costs and demands, including reasonable attorneys’ fees, suffered or incurred by the City as a result of any claim that the Technology Assets infringe the patents, copyrights, or other intellectual property rights of third parties, provided that Contractor is notified in writing of such claim. The City will reasonably cooperate with Contractor, at Contractor’s expense, to facilitate the settlement or defense of such claim. Without limiting in any way the Contractor obligations set forth herein, if, as a result of any claim of infringement with respect to the Technology Assets, the City is enjoined from using the Technology Assets, or if Contractor reasonably believes that the Technology Assets are likely to become the subject of a claim of infringement, Contractor may, at Contractor’s option and expense, (1) procure the right for the City to continue to use the Technology Assets, or (2) replace or modify the Technology Assets so as to make them non-infringing and of equal or superior functionality and capability for the purpose(s) for which the Technology Assets were provided.

      The Contractor’s obligation to indemnify, defend, and hold harmless the City pursuant to this subsection shall be reduced to the extent the applicable infringement is caused or alleged to be caused by the alteration or modification of the Technology Assets by the City (including its employees and contractors other than the Contractor and its subcontractors) other than in connection with the ordinary or expected use of the Technology Assets.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Subleases

      If Lessee is approved by Lessor to sublease any part of the Leased Premised, sublessee must adhere to the minimum insurance specifications stated in this Lease.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Conflicts of Interest

      All parties hereto agree to abide by the provisions of 2 C.F.R. 200.318, which include (but are not limited to) the following:

      1. The Contractor shall maintain a written code or standards or conduct that shall govern the performance of its officers, employees or agents engaged in the award and administration of contracts supported by federal funds.
      2. No employee, officer, or agent of the Contractor shall participate in the selection, or in the award, or administration of, a contact supported by federal funds if a conflict of interest, real or apparent would be involved. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract.
      3. The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the Contractor.
    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Debarment, Suspension, Ineligibility, & Voluntary Exclusion

      [These requirements apply to contracts and subcontracts in excess of $25,000 and to all contracts for federally-required audit services.] 

      1. Contractor shall comply and facilitate compliance with U.S. DOT regulations, “Non-procurement Suspension and Debarment,” 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Government-Wide Debarment and Suspension (Non-procurement),” 2 CFR part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount.
      2. Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally-funded contract (which includes review of SAM at sam.gov, if necessary to comply with U.S. DOT regulations, 2 CFR Part 1200) and are not presently declared by any Federal department or AGENCY to be: (1) debarred from participation in any federally-assisted Award; (2) suspended from participation in any federally-assisted Award; (3) proposed for debarment from participation in any federally-assisted Award; (4) declared ineligible to participate in any federally-assisted Award; (5) voluntarily excluded from participation in any federally-assisted Award; or (6) disqualified from participation in any federally-assisted Award.
      3. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:

      The certification in this clause is a material representation of fact relied upon by AGENCY. If it is later determined by AGENCY that Contractor knowingly rendered an erroneous certification, in addition to remedies available to AGENCY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Contractor shall comply with the requirements of 2 CFR part 180, subpart C, as supplemented by 2 CFR part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions.

      1. Contractor agrees that it will not enter into any “covered transaction” (as defined at 2 CFR 180.220 and 1200.220) with any “third party participant” (as defined in Section 1 of FTA’s Master Agreement (Version 31, dated May 2, 2024), as may be updated or amended) that is, or whose principal is, suspended, debarred, or otherwise excluded from participating in covered transactions except as otherwise authorized by applicable Federal laws, regulations, or requirements regarding participation with debarred or suspended Recipients or Third Party Participants. Contractor further agrees that it will review the Federal Government’s “System for Award Management — Lists of Parties Excluded from Federal Procurement and Nonprocurement Programs,” if required by USDOT regulations (2 C.F.R. Part 1200).
    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Audit/Records
      1. The City reserves the right, at reasonable times, to audit Contractor’s books and records relative to the performance of service under this Agreement. All records pertaining to this Agreement will be kept on a generally accepted accounting basis for a period of five years following termination of the Agreement.
      2. If, following an audit of this Agreement, the audit discloses the Contractor has provided false, misleading, or inaccurate cost and pricing data, and the cost discrepancies exceed 1% of the total Agreement billings, the Contractor will be liable for reimbursement of the reasonable, actual cost of the audit.
    • OPTION FOR ADDITIONAL QUANTITIES AND PRODUCTS

      The City anticipates considerable activity under the resultant contract(s). However, no guarantee can be made as to actual business each successful contractor shall receive. The City reserves the right to add, change or delete quantities or items as circumstances may require. The City also reserves the right to add brands/manufacturers to the contract.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Consultant from potential insurer insolvency.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Addenda

      The City of Phoenix will not be responsible for any oral instructions made by any employees or officers of the City of Phoenix regarding this solicitation. Any changes will be in the form of an addendum. The Offeror must acknowledge receipt of any/all addenda through the City's Procurement Portal.

      Changes to terms and conditions of the Solicitation and resulting Agreement made pursuant to an addendum shall be memorialized in the Solicitation and resulting Agreement document. To that end, a parenthetical will be added to applicable provision(s) referencing the addendum that imposed the change. The language in the final provision will reflect the updated version.

    • Verification of Coverage

      Consultant must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Notice of Cancellation

      For each insurance policy required by the insurance provisions of this Contract, the Contractor must provide to the City, within 5 business days of receipt, a notice if a policy is suspended, voided or cancelled for any reason. Such notice must be mailed, emailed, or hand delivered to wsdprocurement@phoenix.gov.

    • Verification of Coverage

      Lessee must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Lease. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before the Lease commences. Each insurance policy required by this Lease must be in effect at or prior to commencement of this Lease and remain in effect for the duration of the Lease. Failure to maintain the insurance policies as required by this Lease or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Lease must be sent directly to wsdprocurement@phoenix.gov. The City Department, Lease agreement number and location description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Lease at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Verification of Coverage

      Sponsor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required at least two (2) weeks prior to the event. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before the event commences. Each insurance policy required by this agreement must be in effect at or prior to commencement of the event and remain in effect for the duration of the event. Failure to maintain the insurance policies as required by this agreement or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Political Activity

      The Contractor shall comply with the requirements of the Hatch Act which restricts the political activity of individuals employed by recipient or subrecipients whose principal employment is in connection with an activity financed in whole or in part by grants made by the Federal agency.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Verification of Coverage

      Financial Consultant must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Drug-Free Workplace Act of 1988

      The Contractor must comply with drug-free workplace requirements in Subpart B of 2 CFR § 2429, which adopts the government-wide implementation (2 CFR part 182) of sections 5152-5158 of the Drug-Free Workplace Act of 1988 (Pub. L. 100-690, Title V, Subtitle D; 41 U.S.C. 701-707).

    • Method of Payment

      Payment to be made from Contractor’s invoice and a copy of the signed delivery/service ticket submitted to cover items received and accepted during the billing period.

    • Competitive Bidding

      If the purchase of supplies and equipment has been authorized in this Contract, the Contractor shall procure all such items at the lowest practicable cost and shall purchase all non-expendable items costing $1,000 or more and having a useful life of more than one year through a generally accepted and reasonable competitive bidding process. Any procurement violating this provision shall be considered a financial audit exception.  The Contractor shall expend the City funds in a manner that would serve the public interest and honor the public trust.

    • Independent Contractor Status; Employment Disclaimer
      1. The parties agree that Contractor is providing the Services under this Agreement on a part-time and/or temporary basis and that the relationship created by this Agreement is that of independent contractors. Neither Contractor nor any of Contractor’s agents, employees or helpers will be deemed to be the employee, agent, or servant of the City. The City is only interested in the results obtained under this Agreement; the manner, means and mode of completing the same are under the sole control of Contractor.
      2. This Agreement is not intended to constitute, create, give rise to, or otherwise recognize a joint venture, partnership or formal business association or organization of any kind, and the rights and obligations of the parties will be only those expressly set forth in this Agreement. The parties agree that no individual performing under this Agreement on behalf of Contractor will be considered a City employee, and that no rights of City Civil Service, City retirement or City personnel rules will accrue to such individual. Contractor will have total responsibility for all salaries, wages, bonuses, retirement, withholdings, worker’s compensation, other employee benefits, and all taxes and premiums appurtenant thereto concerning such individuals and will save and hold harmless the City with respect thereto.
    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Consultant from potential insurer insolvency.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Subleases

      If Lessee is approved by Lessor to sublease any part of the Leased Premised, sublessee must adhere to the minimum insurance specifications stated in this Lease.

    • Acceptability of Insurers

      Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Arizona and with an “A.M. Best” rating of not less than B+ VI. The City in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency.

    • Subconsultants

      Consultant’s certificates shall include all subconsultants as additional insureds under its policies OR Consultant shall be responsible for ensuring and verifying that all subconsultants have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Consultant that its subconsultants have insurance coverage. All subconsultants providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Consultant may, on behalf of its subconsultants, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Consultant assumes liability for all subconsultants with respect to this Contract.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Lease must be documented by an executed contract amendment.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Verification of Coverage

      Consultant must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Licenses

      If required by law for the operation of the business or work related to this Offer, Offeror must possess all valid certifications and/or licenses as required by federal, state or local laws at the time of submittal.

    • Termination

      [These requirements apply to all contracts in excess of $10,000.]

       The Contractor acknowledges that AGENCY may terminate the Contract for cause or for convenience under the Contract’s terms and conditions, which provide the manner by which termination will be made effective and the basis for settlement. See Appendix II(B) to 2 CFR part 200, “Contract Provisions for Non-Federal Entity Contracts Under Federal Awards,” and FTA Circular 4220.1G, chapter IV, paragraph 2(b)(9)(b), “Termination.”

    • Subcontractors / Vendors

      Permittee/Licensee’s certificates shall include all subcontractors/vendors as additional insureds under its policies OR Permittee/Licensee shall be responsible for ensuring and verifying that all subcontractors/vendors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Permittee/Licensee that its subcontractors/vendors have insurance coverage. All subcontractors/vendors meeting the criteria for auto liability are subject to the insurance specifications identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Permittee/Licensee may, on behalf of its subcontractors/vendors, waive a specific type of coverage or limit of liability where appropriate under the subcontract. Contractor assumes liability for all subcontractors/vendors with respect to this Contract.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Costs and Payments
      1. General: Any prompt payment terms offered must be clearly noted by the Contractor on all invoices submitted to the City for the payment of goods or services received. The City will make every effort to process payment for the purchase of material or services within thirty to forty-five calendar days after receipt of a correct invoice, unless a good faith dispute exists to any obligation to pay all or a portion of the account. Payment terms are specified in the Offer.
      2. Payment Deduction Offset Provision: Contractor acknowledges that the City Charter requires that no payment be made to any Contractor as long as there is an outstanding obligation due to the City. Contractor agrees that any obligation it owes to the City will be offset against any payment due to the Contractor from the City.
      3. Late Submission of Claim by Contractor: The City will not honor any invoices or claims which are tendered one year after the last item of the account accrued.
      4. Discounts: If applicable, payment discounts will be computed from the date of receiving acceptable products, materials and/or services or correct invoice, whichever is later to the date payment is mailed.
      5. No Advance Payments: Advance payments are not authorized. Payment will be made only for actual services or commodities that have been received, unless addressed specifically in the Scope of work for subscription services.
      6. Fund Appropriation Contingency: The Contractor recognizes that any agreement entered into will commence upon the day first provided and continue in full force and effect until termination in accordance with its provisions. The Contractor and the City herein recognize that the continuation of any contract after the close of any given fiscal year of the City, which ends on June 30th of each year, will be subject to the approval of the budget of the City providing for or covering such contract item as an expenditure therein. The City does not represent that said budget item will be actually adopted, said determination being the determination of the City Council at the time of the adoption of the budget.
      7. Maximum Prices: The City will not be invoiced at prices higher than those stated in any contract resulting from this Offer. Contractor certifies, by signing this Offer that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions, as applicable and shown by quotes for like services and goods. Contractor further agrees that any reductions in the price of the goods or services covered by this Offer and occurring after award will apply to the undelivered balance. The Contractor will promptly notify the City of such price reductions.
      8. F.O.B. Point: All prices are to be quoted F.O.B. destination, unless specified elsewhere in this solicitation.
    • Department of Labor Wage Decision

      All Proposers should carefully review the Department of Labor Wage Decision and the applicable rates for Maricopa County and Residential. Applicable Wage Decisions are updated by the Department of Labor periodically. The current wage decision is: General Decision Number: AZ20230001 Modification #2 Last Revised 09/29/2023. 

      To see the current wage decision for Maricopa County and Residential, go to: SAM.gov

      The prevailing basic hourly wage rates and fringe benefit payments, as determined by the Secretary of Labor pursuant to the provisions of the Davis-Bacon Act, shall be the minimum wages paid to the described classes of laborers and mechanics employed, or working on the site, to perform the contract.

      1. PAYMENT WITHHOLDING: Payrolls, including subcontractor's payrolls, must be submitted weekly no later than seven (7) days after each pay period ending date. Payments may be withheld in part or in full until payrolls are received and reviewed to assure compliance of the Federal Labor Standards.Failure to clarify, when requested, discrepancies between hourly wages paid individual workers and the minimum hourly wages required by the Federal Wage Decisions contained in the Contract documents may also affect the complete or timely release of payments.
      2. WORKFORCE REPORTING REQUIREMENTS: The contractor shall submit payrolls electronically through the internet to the City of Phoenix web based certified payroll tracking system. The City of Phoenix uses the “LCP Tracker” web-site to track the certified payroll information. Additional information regarding the use of this system is available at https://lcptracker.com . This requirement shall also apply to every lower-tier subcontractor that is required to provide weekly certified payroll reports.
      3. LABOR COMPLIANCE: On all federally assisted projects, a Labor Compliance Conference must be held after project award and prior to the established Notice to Proceed. This meeting is separate from and in addition to the pre-bid conference. The successful bidder shall schedule the conference by calling City of Phoenix Housing Department Labor Compliance Office. Minimum attendance shall be a corporate officer, who is authorized to execute and sign documents for the firm and the payroll representative of the prime contractor. If any sub and lower-tier contractors are to be used, they must also provide the same representation and attend this meeting.
      4. SUBCONTRACTORS: City Approval Required. If Contractor wishes to utilize subcontractors, for performance of the Work, in addition to those listed in Contractor’s original offer to the City, Contractor shall submit a current subcontractor list to the Housing Representative. No subcontractors may be used without prior approval of the Housing Representative. Subcontractors must be properly licensed for the type of work they will perform. City reserves the right to request the removal of Contractor’s subcontractor if deemed unsatisfactory by the Housing Representative.
        1.  Work Quality. Subcontractors providing service under the contract shall meet the same service requirements and provide the same quality of service required of Contractor. Contractor shall be fully responsible to the City for the acts and omissions of persons Contractor employs and/or subcontracts.
        2. Contractor Responsibility. Use of a subcontractor does not relieve Contractor of responsibility of service. Contractor will manage all schedules, quality, performance and project management for subcontractors. Contractor will be held solely responsible and accountable for the service and/or repairs for which Contractor has subcontracted.
        3. Payment. Subcontracting is at Contractor’s expense. Contractor is responsible for all payments including, but not limited to, labor, parts, and materials incurred from subcontracting the services.
    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Subconsultants

      Consultant’s certificates shall include all subconsultants as additional insureds under its policies OR Consultant shall be responsible for ensuring and verifying that all subconsultants have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Consultant that its subconsultants have insurance coverage. All subconsultants providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Consultant may, on behalf of its subconsultants, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Consultant assumes liability for all subconsultants with respect to this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Accounting

      The Contractor's accounting practices shall be in conformance with Generally Accepted Accounting Principles (GAAP) as issued by the Governmental Accounting Standards Board (GASB) for state and local governmental entities or by the Financial Accounting Standards Board (FASB) for non-governmental entities. The Contractor shall maintain separate accounts for the City funds awarded under this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Verification of Coverage

      Consultant must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Subcontractors

      Contractor's certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Verification of Coverage

      Contractor must furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      All certificates required by this Contract must be sent directly to wsdprocurement@phoenix.gov. The City project/contract number and project description must be noted on the certificate of insurance. The City reserves the right to review complete copies of all insurance policies required by this Contract at any time. DO NOT SEND CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT DIVISION.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Certifications

      By signature in the Offer section of the Offer and Acceptance page(s), Offeror certifies:

      • The submission of the Offer did not involve collusion or other anti-competitive practices.
      • The Offeror must not discriminate against any employee, or applicant for employment in violation of Federal or State Law.
      • The Offeror has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted Offer.
    • Approval

      Any modification or variation from the insurance coverages and conditions in this Lease must be documented by an executed contract amendment.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Resolution of Disputes, Breaches, and Other Litigation

      [These requirements apply to contracts and subcontracts in excess of the simplified acquisition threshold (currently set at $250,000).]

       Unless otherwise provided for by AGENCY, the following provisions shall apply:

      1. Dispute Resolution. Disputes arising in the performance of this Contract that are not resolved by agreement of the parties shall be decided in writing by the authorized representative of AGENCY. This decision shall be final and conclusive unless within ten calendar days from the date of receipt of its copy, Contractor mails or otherwise furnishes a written appeal to the authorized representative of AGENCY. In connection with any such appeal, Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the authorized representative of AGENCY shall be binding upon Contractor, and Contractor shall abide by the decision.
      2. Performance During Disputes. Notwithstanding the existence of any dispute between the parties, insofar as is possible, under the terms of the Contract, Contractor shall continue to perform the obligations required of Contractor during the continuation of any such dispute unless enjoined or prohibited by an Arizona Court of competent jurisdiction.
      3. Rights and Remedies. The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by AGENCY or Contractor shall constitute a waiver of any right or duty afforded any of them under this Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed upon in writing.
    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Partial Payments

      Partial payments are authorized on individual purchase orders. Payment will be made for actual goods and services received and accepted by the City.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Lobby Restrictions

      [These requirements apply to contracts and subcontracts in excess of $100,000.]

      1. Contractors who apply or bid for an award of $100,000 or more shall certify that it has not used and will not use Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352 (Byrd Anti-Lobbying Amendment), as required by 49 C.F.R. Part 20, "New Restrictions on Lobbying." Contractors shall obtain the certification required by 49 C.F.R. Part 20 from any and all subcontractors at any tier.
      2. Contractors shall complete and submit the disclosure form required by 49 C.F.R. Part 20, "New Restrictions on Lobbying” (Standard Form LLL, “Disclosure Form to Report Lobbying”), if the Contractor has made or has agreed to make any payment using non-Federal funds (to include profits from any covered Federal action), which would be prohibited under paragraph (1) of this clause if paid for with Federal appropriated funds. Contractors shall obtain such disclosures, if required, from its subcontractors at any tier for whom a contract in excess of $100,000 is contemplated. Such disclosures shall be forwarded from tier to tier up to AGENCY.
      3. Contractors shall complete and submit a disclosure form at the end of each calendar quarter in which there occurs an event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously submitted in accordance with paragraph (2) above. An event that materially affects the accuracy of the information reported includes: (a) A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or (b) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or (c) A change in the officer(s), employee(s), or member(s) contacted to influence or attempt to influence a covered Federal action. Contractors shall obtain such disclosures, if required, from its subcontractors at any tier for whom a contract in excess of $100,000 is contemplated. Such disclosures shall be forwarded from tier to tier up to AGENCY.
      4. Contractors shall include this clause in each subcontract and require subcontractors to flow down this clause to each lower-tier subcontractor.
    • Costs and Payments
      1. Under this Agreement, the City will pay for services at a fixed or hourly bill rate of $dollars cents ($hourly or fixed rate USD) per hour, with no additional charges for overhead, benefits, local travel or administrative support. The total amount to be remitted by the City to Consultant for all Services satisfactorily performed under this Agreement shall not exceed WRITE OUT THE AMOUNT Dollars USD ($NUMBER AMOUNT USD) per year including reasonable and necessary travel expenses (if such travel expenses are approved in advance by the City and included in the Fee Schedule). Payments shall be made in proportion to the Services performed and no more than ninety percent (90%) of the total contract price shall be paid before the work is totally completed and accepted by the City.
      2. City will pay any properly passed through sales or use taxes resulting from this Agreement. Consultant shall be solely responsible for payment of taxes based on Consultant’s income. Consultant agrees that on all billings, invoices, books and records relating to this Agreement, Consultant will state the charges imposed for the sale, transfer and licensing of tangible personal property separately from charges imposed for professional, personal and technological services including, but not limited to, software installation, modification, training, consulting and technical telephone support.
      3.  Invoices.  Consultant shall submit invoices in arrears, on every other week basis. Each invoice will clearly note any Purchase Order number and be accompanied with itemized receipts which include approved timesheets. The invoice will be submitted free of mathematical errors and/or missing supporting documentation. All appropriate documentation supporting the charges reflected in the invoice will be provided with the invoice. Upon finding of an error and/or missing documentation, the City may return the invoice to the Consultant. Consultant will promptly resubmit the revised invoice to the City. Each revised invoice will document the date that the revised invoice is submitted to the City. Requests for payment must be submitted with documentation of dates and hours worked, hourly rate charged, and a detailed description of the Services performed. Oversight by the City in identifying an error does not result in waiver of any of the City’s rights. All properly submitted invoices will be paid promptly after the City’s receipt of the invoice.
      4.  Commencement of Work. The Consultant is cautioned not to commence any billable work or provide any material or service under this Agreement until Consultant receives a fully executed contract document or otherwise directed to do so, in writing by the City.
      5. Late Submission of Claim by Contactor. The City will not honor any invoices or claims which are tendered one (1) year after the last item of the account accrued.
      6. No Advance Payments. Advance payments are not authorized. Payment will be made only for actual services or commodities that have been received.
      7. Fund appropriation Contingency. The Consultant recognizes that this Agreement shall commence upon the day first provided and continue in full force and effect until termination in accordance with its provisions. The Consultant and the City herein recognize that the continuation of any Agreement after the close of any given fiscal year of the City of Phoenix, which fiscal year ends on June 30 of each year, shall be subject to the approval of the budget of the City of Phoenix providing for or covering such contract item as an expenditure therein. The City does not represent that said budget item will be actually adopted, said determination being the determination of the City Council at the time of the adoption of the budget.
      8. IRS W9 Form. In order to receive payment, the Consultant shall have a current IRS W-9 form on file with the City of Phoenix. The form can be downloaded at http://www.irs.gov/pub/irs-pdf/fw9.pdf
    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Allowable Costs

      The Contractor shall comply with the following Cost Principles as applicable to determine the allowability of incurred costs to reimburse costs under the Contract terms and conditions. The Contractor certifies that funds received under this Contract will be expended to achieve the purposes of this Contract and to meet costs defined as allowable by the federal funding agency or the following federal guidelines:

      • 45 CFR Part 75, Subpart E – Cost Principles
      •  2 CFR Part 200, Subpart E – Cost Principles
    • Submission of Offer

      Offers must be in possession of the Department on or prior to the exact time and date indicated in the Schedule of Events. Late offers will not be considered. The prevailing clock will be the City Department’s clock.

      Offers should be submitted electronically via the City’s Procurement Portal by clicking on “Draft Response” via https://procurement.opengov.com/portal/phoenix/projects/248521. Offerors that are unable to submit electronically should contact the Procurement Officer to discuss the logistics of hard copy submittals. Offerors must be registered with OpenGov by signing up via https://procurement.opengov.com/signup. Vendor training guides can be found at: https://opengov.my.site.com/support/s/article/ca6d1285-1e48-4a21-bb0d-715edb7794ed

      Any original documents (such as bonds, guaranties, powers of attorney), if required by the solicitation, must be separately delivered to and received by the City on or prior to the exact time and date indicated in the Schedule of Events, with a clear indication of the Offer for which it is attributed.

      It is the responsibility of the Offeror to ensure that the Offer is timely and to confirm that there are no technical reasons that any offer submitted electronically may be delayed. The date and time on the upload as received/stamped by the City’s Procurement Portal will provide proof of submission and verification whether the Offer was received on or prior to the exact time and date indicated in the Schedule of Events.

      For assistance with submittals, vendors are welcome to use the OpenGov support chat (blue chat bubble in the bottom right corner) to connect with a member of OpenGov's support team who will be able to assist you with your submission. 

      Please DO NOT submit links to Google Docs, Dropbox Paper, or similar services. Your offer may be deemed non-responsive if your offer is supplied utilizing these services.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Supplier Profile Changes

      It is the responsibility of the Contractor to promptly update their profile in procurePHX at https://www.phoenix.gov/procure. If Contractor’s legal identity has changed, the Procurement Officer must be notified immediately. Failure to do so may result in non-payment of invoices and contract termination.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • HUD Form 5369

      All Proposers should carefully review HUD Form 5369, incorporated herein by reference. In the context of this procurement the term PHA as used in HUD Form 5369 refers to the City of Phoenix.

      https://www.hud.gov/sites/documents/5369.pdf

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Subconsultants

      Consultant’s certificates shall include all subconsultants as additional insureds under its policies OR Consultant shall be responsible for ensuring and verifying that all subconsultants have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Consultant that its subconsultants have insurance coverage. All subconsultants providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Consultant may, on behalf of its subconsultants, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Consultant assumes liability for all subconsultants with respect to this Contract.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • HUD Form 5369-B

      All Proposers should carefully review HUD Form 5369B, incorporated herein by reference. In the context of this procurement the term PHA as used in HUD Form 5369B refers to the City of Phoenix.

      http://portal.hud.gov/hudportal/documents/huddoc?id=5369-b.pdf

    • Estimated Quantities or Dollar Amounts (Requirements Contracts Only)

      Quantities and dollar amounts listed are the City’s best estimate and do not obligate the City to order or accept more than City’s actual requirements during the period of this agreement, as determined by actual needs and availability or appropriated funds. It is expressly understood and agreed that the resulting contract is to supply the City with its complete actual requirement for the contract period.

    • Contract Changes
      1. Contract Amendments: Contracts will be modified only by a written contract amendment signed by persons duly authorized to enter into contracts on behalf of the Contractor. No verbal agreement or conversation with any officer, agent, or employee of the City either before or after execution of the contract, will affect or modify any of the terms or obligations contained or to be contained in the contract. Any such verbal agreements or conversation shall be considered as unofficial information and in no way binding upon the City or the Contractor. All agreements shall be in writing and contract changes shall be by written amendment signed by both parties.
      2. Assignment - Delegation: No right or interest in this contract nor monies due hereunder will be assigned in whole or in part without written permission of the City, and no delegation of any duty of Contractor will be made without prior written permission of the City, which may be withheld for good cause. Any assignment or delegation made in violation of this section will be void.
      3. Non-Exclusive Contract: Any contract resulting from this solicitation will be awarded with the understanding and agreement that it is for the sole convenience of the City. The City reserves the right to obtain like goods or services from another source when necessary.
    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Subcontractors

      Contractor’s certificates shall include all subcontractors as additional insureds under its policies OR Contractor shall be responsible for ensuring and verifying that all subcontractors have valid and collectable insurance. At any time throughout the life of the contract, the City of Phoenix reserves the right to require proof from the Contractor that its subcontractors have insurance coverage. All subcontractors providing services included under this Contract’s Scope of Services are subject to the insurance coverages identified above and must include the City of Phoenix as an additional insured. In certain circumstances, the Contractor may, on behalf of its subcontractors, waive a specific type of coverage or limit of liability where appropriate to the type of work being performed under the subcontract. Contractor assumes liability for all subcontractors with respect to this Contract.

    • Substantial Interest Disclosure
      1. The Contractor shall not make any payments, either directly or indirectly, to any person, partnership, corporation, trust, or any other organization that has a substantial interest in the  Contractor's organization or with which the Contractor (or one of its directors, officers, owners, trust certificate holders or a relative thereof) has a substantial interest unless the Contractor has made full written disclosure of the proposed payments, including amounts, to the City.
      2. Lease agreements, rental agreements, or purchase of real property covered by Paragraph A of this section shall be in writing and accompanied by an independent commercial appraisal of fair market rental, lease, or purchase value, as appropriate.
      3. For the purpose of this Section, "relative" shall have the same meaning as in the City's Administrative Regulation 2.91 (2) Definition.
    • Cargo Preference (Use of U.S.-Flag Vessels)

      [These requirements apply to all contracts involving equipment, material, or commodities that may be transported by ocean vessels.]

      1. At least 50 percent of any equipment, materials or commodities procured, contracted for or otherwise obtained with funds granted, guaranteed, loaned, or advanced by the U.S. Government under this Contract, and which may be transported by ocean vessel, shall be transported on privately owned United States-flag commercial vessels, if available (46 U.S.C. § 55305, and U.S. Maritime Administration regulations, “Cargo Preference – U.S.-Flag Vessels,” 46 CFR Part 381);
      2. Within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in 46 CFR § 381.7(a)(1) shall be furnished to both AGENCY (through the Contractor in the case of subcontractor bills-of-lading) and the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590; and
      3. Contractor shall include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel.
    • Withdrawal of Offer

      At any time prior to the solicitation due date and time, an Offeror (or designated representative) may withdraw the Offer by clicking “Unsubmit Response” on the Offer submission via the City’s Procurement Portal.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Fly America

      [These requirements apply to contracts and subcontracts involving the transportation of persons or property by air between a place in the United States and a place outside of the United States, or between places outside the United States, when the FTA will participate in the cost of such air transportation.]

      1. As used in this clause: (1) “international air transportation” means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States; (2) “United States” means the 50 States, the District of Columbia, and outlying areas; and (3) “U.S.-flag air carrier” means an air carrier holding a certificate under 49 U.S.C. Chapter 411.
      2. When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (Fly America Act, 49 U.S.C. 40118) and U.S. General Services Administration (U.S. GSA) regulations, “Use of United States Flag Air Carriers,” 41 C.F.R. §§ 301-10.131 – 301-10.143, requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign-flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign-flag air carrier if a U.S.-flag air carrier is available to provide such services.
      3. If available, Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property.
      4. If Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, then Contractor shall include a statement on vouchers involving such transportation essentially as follows:

      Statement of Unavailability of U.S. - Flag Air Carriers - International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons. See FAR § 47.403. [State reasons]: 

      _____________________________________________

      (End of statement)

      1. Contractor shall include the substance of this clause, including this paragraph (E), in each subcontract or purchase under this contract that may involve international air transportation.
    • Limitations of Federal Interest

      Provider shall not mortgage, use as collateral for a credit line or for other loan obligations, or sell or transfer to another party, a facility, real property, or a modular unit it has purchased, constructed, or renovated with Head Start funds without the City’s written permission.

      Provider must have the City’s written permission before it can use real property, a facility, or a modular unit subject to federal interest for a purpose other than that for which the Provider’s application was approved.

    • Offer Results

      Offers will be opened on the offer due date, time and location indicated in the Schedule of Events, at which time the name of each Offeror, and the prices may be read. Offers and other information received in response to the solicitation will be shown only to authorized City personnel having a legitimate interest in them or persons assisting the City in the evaluation. Offers are not available for public inspection until after the City has posted the award recommendation on the City's Procurement Portal.

      The City will post a preliminary offer tabulation on the City's Procurement Portal: https://procurement.opengov.com/portal/phoenix/projects/248521 within five business days of the offer opening. The City will post the information on the preliminary tabulation as it was read during the offer opening. The City makes no guarantee as to the accuracy of any information on the preliminary tabulation. Once the City has evaluated the offers, the City will post an award recommendation on the City's Procurement Portal. By signing and submitting its Offer, each Offeror agrees that this posting of the award recommendation to the City's Procurement Portal effectively serves as the Offeror’s receipt of that notice of award recommendation. The City has no obligation to provide any further notification to unsuccessful Offerors.

    • Suspensions of Work

      The City reserves the right to suspend work wholly or in part if deemed necessary for the best interest of the City. This suspension will be without compensation to the Contractor, other than to adjust the contract completion/delivery requirements.

    • HUD Form 5370-C, Section 1

      All Proposers should review the provisions in HUD Form 5370C, Section 1, incorporated herein by reference and is incorporated in the Contract between the successful Proposer and the City of Phoenix.

      https://www.hud.gov/sites/dfiles/OCHCO/documents/5370-C1.pdf

    • Contract Changes
      1. Contract Amendments: Whenever an addition, deletion or alteration to the Services described in the SCOPE OF WORK section substantially changes the Scope of Work thereby materially increasing or decreasing the cost of performance, a supplemental agreement must first be approved in writing by the City and Contractor before such addition, deletion or alteration will be performed. Changes to the Services may be made and the compensation to be paid to Contractor may be adjusted by mutual agreement, but in no event may the compensation exceed the amount authorized without further written authorization. It is specifically understood and agreed that no claim for extra work done or materials furnished by Contractor will be allowed except as provided herein, nor will Contractor do any work or furnish any materials not covered by this Agreement unless first authorized in writing. Any work or materials furnished by Contractor without prior written authorization will be at Contractor’s risk, cost and expense, and Contractor agrees to submit no claim for compensation or reimbursement for additional work done or materials furnished without prior written authorization. 
      2. Non-Assignability: This Agreement is in the nature of a personal services contract and Consultant shall have no power to assign this Agreement, including any right, duty, or obligation of Consultant under this Agreement, without the prior written consent of the City. Consultant shall not subcontract with any third party for any component of the Services without the prior written consent of the City. Any attempt to assign or subcontract without the City’s prior written consent shall be void.    An essential consideration provided to the City by Consultant to induce the City to enter into the Agreement is Consultant's representation that the individual(s) performing services shall include Consultant's principals as selected through the Qualified Vendor solicitation process. Therefore, should such named individual(s) sever their relationship with Consultant, or otherwise be unavailable to carry out Consultant's duties under this Agreement for a period of time deemed to be excessive by the City in its sole and absolute discretion, then the City may, without notice, immediately terminate this Agreement for cause.
      3. Non-Exclusive Contract: Any contract resulting from this solicitation will be awarded with the understanding and agreement that it is for the sole convenience of the City. The City reserves the right to obtain like goods or services from another source when necessary.
    • Hours of Work

      All work under this contract shall be coordinated with the City’s authorized Department representative. Any changes to the established schedule must have prior written approval by the City’s authorized Department representative.

    • Risk of Loss and Liability
      1. Title and Risk of Loss: The title and risk of loss of material or service will not pass to the City until the City actually receives the material or service at the point of delivery; and such loss, injury, or destruction will not release seller from any obligation hereunder.
      2. Acceptance: All material or service is subject to final inspection and acceptance by the City. Material or service failing to conform to the specifications of this 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. Noncompliance will conform to the cancellation clause set forth in this document.
      3. Force Majeure: Except for payment of sums due, neither party will be liable to the other nor deemed in default under this contract if and to the extent that such party's performance of this contract is prevented by reason of force majeure. The term "force majeure" means an occurrence that is beyond the control of the party affected and occurs without its fault or negligence. Force majeure will not include late performance by a subcontractor unless the delay arises out of a force majeure occurrence in accordance with this force majeure term and condition. If either party is delayed at any time in the progress of the work by force majeure, the delayed party will notify the other party in writing of such delay, as soon as is practical, of the commencement thereof and will specify the causes of such delay in such notice. Such notice will be hand-delivered or mailed certified-return receipt and will make a specific reference to this provision, thereby invoking its provisions. The delayed party will cause such delay to cease as soon as practicable and will notify the other party in writing when it has done so. The time of completion will be extended by contract modification for a period of time equal to the time that results or effects of such delay prevent the delayed party from performing in accordance with this contract.
      4. Loss of Materials: The City does not assume any responsibility, at any time, for the protection of or for loss of materials, from the time that the contract operations have commenced until the final acceptance of the work by the City.
      5. Contract Performance: Contractor will furnish all necessary labor, tools, equipment, and supplies to perform the required services at the City facilities designated, unless otherwise specifically addressed in the scope, or elsewhere in this Agreement. The City's authorized representative will decide all questions which may arise as to the quality and acceptability of any work performed under the contract. If, in the opinion of the City's authorized representative, performance becomes unsatisfactory, the City will notify the Contractor. The Contractor will have 30 days from that time to correct any specific instances of unsatisfactory performance, unless a different amount of time is specified in the agreement. In the event the unsatisfactory performance is not corrected within the time specified, the City will have the immediate right to complete the work to its satisfaction and will deduct the cost to cover from any balances due or to become due the Contractor. Repeated incidences of unsatisfactory performance may result in cancellation of the agreement for default.
      6. Damage to City Property: Contractor will perform all work so that no damage to the building or grounds results. Contractor will repair any damage caused to the satisfaction of the City at no cost to the City. Contractor will take care to avoid damage to adjacent finished materials that are to remain. If finished materials are damaged, Contractor will repair and finish to match existing material as approved by the City at Contractor's expense.
    • Cost or Pricing Data Certification

      By signing this Contract, any amendment thereto, or other official form, the Contractor certifies, to the best of the Contractor's knowledge and belief, that any cost or pricing data submitted is accurate, complete, and current as of the date submitted or other mutually agreed upon date. Furthermore, if the City finds that the price was increased because the cost or pricing data furnished by the Contractor was inaccurate, incomplete, or not current as of the date of certification, the City will readjust the price to exclude any significant amount. Such adjustments by the City may include overhead, profit, or fees. When the Contract rates are set by law or regulation, the certifying of cost or pricing data does not apply.

    • Employee Protections
      1. Prevailing Wage & Anti-Kickback. [These requirements apply to all prime construction, alteration, or repair contracts in excess of $2,000.]
        1. Contractor shall comply with the Davis-Bacon Act, 40 U.S.C. § 3141-3144 and 3146-3148, as supplemented by DOL regulations at 29 C.F.R. Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction.” The contract clause at 29 C.F.R. § 5.5 is incorporated in full into this Contract except all references to “contracting officer” shall be replaced with “AGENCY.” In accordance with the statute, Contractor shall pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, Contractor agrees to pay wages not less than once a week.
        2. Contractor shall also comply with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by DOL regulations at 29 CFR part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States.” Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled.
      2. Contract Work Hours/Safety Standards for Awards Involving Construction.  [These requirements apply to all contracts involving construction in excess of $100,000 that involve the employment of mechanics or laborers.]
        1. Contractor shall comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. §§ 3701-3708), as supplemented by the DOL regulations at 29 CFR part 5. Under 40 U.S.C. § 3702 of the Act, Contractor shall compute the wages of every mechanic and laborer, including watchmen and guards, on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or to contracts for transportation or transmission of intelligence.
        2. In the event of any violation of the clause set forth herein, Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of this clause in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by this clause.
        3. The FTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in this section.
        4. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this Contract.
      3. Contract Work Hours/Safety Standards for Awards Not Involving Construction. [These requirements apply to all contracts (not involving construction) in excess of $100,000 that involve the employment of mechanics or laborers.]
        1. Contractor shall comply with all federal laws, regulations, and requirements providing wage and hour protections for non-construction employees, in accordance with 40 U.S.C. § 3702, Contract Work Hours and Safety Standards Act, and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and U.S. DOL regulations, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act),” 29 CFR part 5.
        2. Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid.
        3. Such records maintained under this paragraph shall be made available by Contractor for inspection, copying, or transcription by authorized representatives of the FTA and the Department of Labor, and Contractor will permit such representatives to interview employees during working hours on the job.
        4. Contractor shall require the inclusion of the language of this clause within subcontracts of all tiers.
    • Pre-Award Qualifications

      Offeror must have been in operation a minimum of 5 years. The Offeror’s normal business activity during the past 5 years will have been for providing the goods or services in this solicitation. 

    • HUD Form 5370-C, Section 2

      All Proposers should review the provisions in HUD Form 5370C, Section 2, incorporated herein by reference and is incorporated in the Contract between the successful Proposer and the City of Phoenix.

      https://www.hud.gov/sites/dfiles/OCHCO/documents/5370-C2.pdf

    • Data Privacy Risk Screening

      Because the resulting Contract may involve processing personal or other sensitive data, the City will conduct a Data Privacy Risk Screening as a minimum qualification using the Data Privacy Questionnaire included in the Vendor Questionnaire section. Only Offerors that pass this screening will proceed to further evaluation.

      Failure to submit the Data Privacy Questionnaire, or failure to meet the minimum standard, will result in the Offer being deemed non-responsive.

      The City may verify statements, request clarifications regarding the Data Privacy Questionnaire or supporting documents and reject Offers that contain misrepresentations.

    • HUD Form 5370

      All Proposers should carefully review HUD Form 5370, incorporated herein by reference. In the context of this procurement the term PHA as used in HUD Form 5370 refers to the City of Phoenix.

      https://www.hud.gov/sites/dfiles/OCHCO/documents/5370.pdf

    • Seismic Safety

      [These requirements apply only to contracts for the construction of new buildings or additions to existing buildings, as well as related architectural and engineering services.]

      Contractor shall design and construct any new building or addition to an existing building in accordance with the standards for Seismic Safety required in Department of Transportation (DOT) Seismic Safety Regulations (49 CFR part 41) and will certify its compliance to the extent required by the regulation. Contractor shall ensure that all work performed under this Contract, including work performed by a subcontractor, is in compliance with the standards required by the Seismic Safety regulations and the certification of compliance issued on the project.

    • Post Award Conference

      A post-award conference will be held prior to commencement of any work on the project. The purpose of this conference is to discuss critical elements of the work schedule and operational problems and procedures.

    • Approval

      Any modification or variation from the insurance coverages and conditions in this Contract must be documented by an executed contract amendment.

    • Risk of Loss and Liability
      1. Title and Risk of Loss: The title and risk of loss of material or service will not pass to the City until the City actually receives the material or service at the point of delivery; and such loss, injury, or destruction will not release seller from any obligation hereunder.
      2. Acceptance: All material or service is subject to final inspection and acceptance by the City. Material or service failing to conform to the specifications of this 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. Noncompliance will conform to the cancellation clause set forth in this document.
      3. Force Majeure: Except for payment of sums due, neither party will be liable to the other nor deemed in default under this contract if and to the extent that such party's performance of this contract is prevented by reason of force majeure. Contractor will not be responsible or liable for, or deemed in breach hereof because of any delay in the performance of its obligations hereunder to the extent caused by circumstances beyond its control, without its fault or negligence, and that could not have been prevented by the exercise of due diligence, including but not limited to fires, natural disasters, riots, wars, unavoidable and unforeseeable site conditions, failure of the City to provide data within the City’s possession or to make necessary decisions or provide necessary comments in connection with any required reports prepared by Contractor in connection with the Services and the unforeseeable inability to obtain necessary site access, authorization, permits, licenses, certifications and approvals (such causes hereafter referred to as “Force Majeure”).
      4. Loss of Materials: If applicable, the City does not assume any responsibility, at any time, for the protection of or for loss of materials, from the time that the contract operations have commenced until the final acceptance of the work by the City.
      5. Contract Performance: Contractor will furnish all necessary labor, tools, equipment, and supplies to perform the required services at the City facilities designated, unless otherwise specifically addressed in the scope, or elsewhere in this Agreement. The City's authorized representative will decide all questions which may arise as to the quality and acceptability of any work performed under the contract. If, in the opinion of the City's authorized representative, performance becomes unsatisfactory, the City will notify the Contractor. The Contractor will have 30 days from that time to correct any specific instances of unsatisfactory performance, unless a different amount of time is specified in the agreement. In the event the unsatisfactory performance is not corrected within the time specified, the City will have the immediate right to complete the work to its satisfaction and will deduct the cost to cover from any balances due or to become due the Contractor. Repeated incidences of unsatisfactory performance may result in cancellation of the agreement for default.
      6. Damage to City Property: If applicable, Contractor will perform all work so that no damage to the building or grounds results. Contractor will repair any damage caused to the satisfaction of the City at no cost to the City. Contractor will take care to avoid damage to adjacent finished materials that are to remain. If finished materials are damaged, Contractor will repair and finish to match existing material as approved by the City at Contractor's expense.
    • Davis Bacon

      All laborers and mechanics employed by contractors or subcontractors on a project shall be paid wages at rates not less than those prevailing on similar construction in the locality as determined by the U.S. Secretary of Labor, regardless of contractual relationship. Wages must be paid weekly.

    • City's Contractual Rights

      Whenever one party to this contract in good faith has reason to question the other party's intent to perform, the former party may demand that the other party give a written assurance of this intent to perform. In the event that a demand is made and no written assurance is given within five days, the demanding party may treat this failure as an anticipatory repudiation of this contract.

      1. Non-Exclusive Remedies: The rights and remedies of the City under this Contract are non-exclusive.
      2. Default in One Installment to Constitute Breach: Each installment or lot of the agreement is dependent on every other installment or lot and a delivery of non-conforming goods or a default of any nature under one installment or lot will impair the value of the whole agreement and constitutes a total breach of the agreement as a whole.
      3. On Time Delivery: Because the City is providing services which involve health, safety and welfare of the general public, delivery time is of the essence. Delivery must be made in accordance with the delivery schedule promised by the Contractor.
      4. Default: In case of default by the Contractor, the City may, by written notice, cancel this contract and repurchase from another source and may recover the excess costs by (1) deduction from an unpaid balance due; (2) collection against the Solicitation and/or Performance Bond, or (3) a combination of the aforementioned remedies or other remedies as provided by law.
      5. Covenant Against Contingent Fees: Seller warrants that no person or selling agent has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employers or bona fide established commercial or selling agencies maintained by the seller for the purpose of securing business. For breach or violation of this warranty, the City will have the right to annul the contract without liability or in its discretion to deduct from the contract price a consideration, or otherwise recover the full amount of such commission, brokerage or contingent fee.
      6. Cost Justification: In the event only one response is received, the City may require that the Contractor submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the Offer price is fair and reasonable.
      7. Work Product, Equipment, and Materials: All work product, equipment, or materials created or purchased under this contract belongs to the City and must be delivered to the City at City’s request upon termination of this contract. Contractor agrees to assign to City all rights and interests Contractor may have in materials prepared under this contract that are “works for hire” within the meaning of the copyright laws of the United States, including any right to derivative use of the material.
    • Performance Interference

      Contractor shall notify the City’s authorized Department representative immediately of any occurrence and/or condition that interferes with the full performance of the contract and confirm it in writing within 24 hours.

    • Veteran's Preference

      [These requirements apply only to capital projects. See 49 U.S.C. § 5302(3).]

      Contractor shall give a hiring preference, to the extent practicable, to veterans (as defined in U.S.C. Section 2108 of title 5) who have the requisite skills and abilities to perform the construction work required under the Contract. This requirement shall not be understood, construed or enforced in any manner that would require an employer to give a preference to any veteran over any equally qualified applicant who is a member of any racial or ethnic minority, female, an individual with a disability, or a former employee.

    • Minimum Qualifications

      The qualified and responsive Offeror must meet all minimum qualifications listed below. Should an Offeror fail to meet one of the minimum qualifications identified, the Offer will be disqualified as non-responsive.

      Enter Minimum Qualifications

    • Copeland Act (Anti-Kickback Law)

      Whoever by force, intimidation, or threat of procuring dismissal from employment or by any other manner whatsoever induces any person employed in the construction,    prosecution, completion, or repair of any public building, public work or building or work financed in whole or in part by loans or grants from the United States, to give up any part of the compensation to which he is entitled under his contract or employment, shall be fined not more than $5,000 or imprisoned not more than five years, or both.

    • HUD Form 5370-EZ

      All Proposers should carefully review HUD Form 5370-EZ, incorporated herein by reference. In the context of this procurement the term PHA as used in HUD Form 5370-EZ refers to the City of Phoenix.

      https://www.hud.gov/sites/dfiles/OCHCO/documents/5370-EZ.pdf

    • Bonding

      [These requirements are applicable to all construction or facility improvement contracts and subcontracts exceeding the simplified acquisition threshold (currently set at $250,000). See FTA Circular C 4220.1G for specific bonding requirements.]

       Bonds are required for all construction or facility improvement contracts and subcontracts exceeding the simplified acquisition threshold. FTA may accept the bonding policy and requirements of AGENCY if FTA has determined that the Federal interest is adequately protected. If such a determination has not been made, the following minimum requirements apply:

      1. A bid guarantee from each bidder equivalent to five percent of the bid price. The “bid guarantee” must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified.
      2. A performance bond on the part of Contractor for 100 percent of the contract price. A “performance bond” is one executed in connection with a contract to secure fulfillment of all of Contractor's obligations under such contract.
      3. A payment bond on the part of Contractor for 100 percent of the contract price. A “payment bond” is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract.
    • Contract Termination
      1. Gratuities: The City may, by written notice to the Contractor, cancel this contract if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any agent or representative of the Contractor, to any officer or employee of the City making any determinations with respect to the performing of such contract. In the event this contract is canceled by the City pursuant to this provision, the City will be entitled, in addition to any other rights and remedies, to recover or withhold from the Contractor the amount of the gratuity.
      2. Conditions and Causes for Termination:
        1. This contract may be terminated at any time by mutual written consent, or by the City, with or without cause, upon giving thirty-day written notice to Contractor. The City at its convenience, by written notice, may terminate this contract, in whole or in part. If this contract is terminated, the City will be liable only for payment under the payment provisions of this contract for services rendered and accepted material received by the City before the effective date of termination. Title to all materials, work-in-process and completed but undeliverable goods, will pass to the City after costs are claimed and allowed. The Seller will submit detailed cost claims in an acceptable manner and will permit the City to examine such books and records as may be necessary in order to verify the reasonableness of any claims.
        2. The City reserves the right to cancel the whole or any part of this contract due to failure of Contractor to carry out any term, promise, or condition of the contract. The City will issue a written notice of default to Contractor for acting or failing to act as in any of the following:
          • In the opinion of the City, Contractor provides personnel who do not meet the requirements of the contract;
          • In the opinion of the City, Contractor fails to perform adequately the stipulations, conditions or services/specifications required in this contract;
          • In the opinion of the City, Contractor attempts to impose on the City personnel or materials, products or workmanship, which is of an unacceptable quality;
          • Contractor fails to furnish the required service and/or product within the time stipulated in the contract;
          • In the opinion of the City, Contractor fails to make progress in the performance of the requirements of the contract and/or gives the City a positive indication that Contractor will not or cannot perform to the requirements of the contract.
      3. Contract Cancellation: All parties acknowledge that this contract is subject to cancellation by the City of Phoenix pursuant to the provision of Section 38-511, Arizona Revised Statutes.
    • HUD Form 4010

      All Proposers should carefully review HUD Form 4010, incorporated herein by reference and is incorporated in the Contract between the successful Proposer and the City of Phoenix.

      http://portal.hud.gov/hudportal/documents/huddoc?id=4010.pdf

    • Department of Labor Rules

      A Federal Agency and its local agency grantees administering construction projects are primarily responsible for enforcing pertinent labor provisions. To achieve uniform compliance with specific enforcement responsibilities, the U.S. DOL has promulgated the following rules: 

      • 29 CFR Part 1: Establishes methods for determining prevailing rates and describes when they "lock in" for the project duration.
      • 29 CFR Part 3: Details the conditions under which deductions from wages are permitted or not permitted. Contractors must also file weekly statements showing wages paid and accounting for any deductions made.
      • 29 CFR Part 5: Labor standards clauses which must be included in construction contracts; responsibility of Federal agencies (e.g., HUD) for   enforcement measures such as the examination of payrolls, investigations, and withholding of funds, if necessary; it further addresses hearings, rulings, and interpretations as well as variations, tolerances, and exemptions.
      • 29 CFR Part 7: Provides for appeals to the Department of Labor's Wage Appeals Board as to questions concerning both law and fact arising from                            decisions of the Solicitor of Labor regarding wage determinations, debarment, and other matters relating to labor standards provisions.
    • Minimum Qualifications

      The following requirements must be met at offer due date and time, or else the City may determine that the offer is non-responsive, or the Offeror is non-responsible:

      1. Offeror must have been in operation a minimum of number years. The Offeror’s normal business activity during the past number years will have been for providing the goods or services in this solicitation.
      2. Offeror must be a Certified specify required certification, registered with the appropriate regulatory agency.
    • Cooperative Agreement

      In addition to the City and with approval of the Contractor, this contract may be extended for use by other municipalities, public agencies owning public-use airports, and government agencies in the State of Arizona as well as other states.

    • Certificates of Insurance

      Upon notification of a recommended award, the Offeror will have 14 calendar days to submit a complete certificate of insurance in the minimum amounts and the coverages as required in the Insurance Requirements of this solicitation. Insurance requirements are non-negotiable. 

    • Contract Termination
      1. Gratuities: The City may, by written notice to the Contractor, cancel this contract if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any agent or representative of the Contractor, to any officer or employee of the City making any determinations with respect to the performing of such contract. In the event this contract is canceled by the City pursuant to this provision, the City will be entitled, in addition to any other rights and remedies, to recover or withhold from the Contractor the amount of the gratuity.
      2. Conditions and Causes for Termination:
        1. This contract may be terminated at any time by mutual written consent, or by the City, with or without cause, upon giving thirty-day written notice to Contractor. The City at its convenience, by written notice, may terminate this contract, in whole or in part. If this contract is terminated, the City will be liable only for payment under the payment provisions of this contract for services rendered and accepted material received by the City before the effective date of termination. Title to all materials, work-in-process and completed but undeliverable goods, will pass to the City after costs are claimed and allowed. The Seller will submit detailed cost claims in an acceptable manner and will permit the City to examine such books and records as may be necessary in order to verify the reasonableness of any claims.
        2. Immediately upon receiving a written notice to terminate or suspend Services, Contractor will:
          • Discontinue advancing the work in progress, or such part that is described in the notice.
          • Deliver to the City all collected raw data, draft reports, preliminary reports, working papers, estimates and forecasts entirely or partially completed, together with all unused materials supplied by the City.
          • Appraise the work it has completed and submit its appraisal to the City for evaluation.
          • Be paid in full the pro rata value for services performed to the date of its receipt of the Notice of Termination, including reimbursement for all reasonable costs and expenses incurred by Contractor in terminating the work, including demobilization of field service. No payment will be made for loss of anticipated profits or unperformed services.
        3. The City reserves the right to cancel the whole or any part of this contract due to failure of Contractor to carry out any term, promise, or condition of the contract. The City will issue a written notice of default to Contractor for acting or failing to act as in any of the following:
          • In the opinion of the City, Contractor provides personnel who do not meet the requirements of the contract;
          • In the opinion of the City, Contractor fails to perform adequately the stipulations, conditions or services/specifications required in this contract;
          • In the opinion of the City, Contractor attempts to impose on the City personnel or materials, products or workmanship, which is of an unacceptable quality;
          • Contractor fails to furnish the required service and/or product within the time stipulated in the contract;
          • In the opinion of the City, Contractor fails to make progress in the performance of the requirements of the contract and/or gives the City a positive indication that Contractor will not or cannot perform to the requirements of the contract.
      3. Final Payment: The City shall make final payment for all Services performed and accepted within sixty (60) days after Contractor has delivered to the City any final progress reports, documentation, materials and evidence of costs and disbursement as required under this Agreement.
      4. Temporary Suspension. The City may, by written notice, direct Consultant to suspend performance on all or any part of the Services for such period of time as may be determined by the City to be necessary or desirable for its convenience. If such suspension causes additional expense to Consultant in performance, and such additional expense is not due to fault or negligence of Consultant, the payment will be adjusted on the basis of actual costs resulting directly from the suspension, and the period for performance of the Services will be extended by mutual agreement. Any claim by Consultant for a price adjustment must be supported by appropriate documentation asserted promptly after Consultant has been notified to suspend performance.
      5. Contract Cancellation: All parties acknowledge that this contract is subject to cancellation by the City of Phoenix pursuant to the provision of Section 38-511, Arizona Revised Statutes.
    • Exclusive Possession

      All services, information, computer program elements, reports, and other deliverables which may be created under this contract are the sole property of the City of Phoenix and will not be used by the Contractor or any other person except with prior written permission by the City.

    • Public Transportation Employee Protective Arrangements

      [These requirements apply only to contracts for transit operations performed by employees of contractors and subcontractors recognized by FTA to be a transit operator.]

      Contractor shall comply with the following employee protective arrangements of 49 U.S.C. § 5333(b):

      1. U.S. DOL Certification. To the extent that FTA determines that this Contract or any Amendments thereto involve public transportation operations financed in whole or in part with Federal assistance, Contractor agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. § 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to the FTA Recipient’s project from which Federal assistance is provided to support work on the underlying contract. The Contractor agrees to carry out that work in compliance with the conditions stated in that U.S. DOL Letter. The requirements of this subsection (A), however do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U.S.C. § 5310(a)(2), or for projects for nonurbanized areas authorized by 49 U.S.C. § 5311. Alternate provisions for those projects are set forth in subsections (B) and (C) of this clause.
      2. Special Warranty. If the Contract involves public transportation operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5311, Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto.
      3. Special Arrangements. If the Contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C. § 5333(b) are necessary or appropriate for the state and the public body subrecipient for which work is performed on the underlying contract, Contractor agrees to carry out the Project in compliance with the terms and conditions determined by the U.S. Secretary of Labor to meet the requirements of 49 U.S.C. § 5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the U.S. DOL’s letter of certification to FTA, the date of which is set forth Grant Agreement or Cooperative Agreement with the state. Contractor agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U.S. DOL Letter.
      4. Flow Down. Contractor shall include the substance of this clause in each subcontract that may involve operating public transit services.
    • HUD Table 5.1

      All Proposers should carefully review HUD Table 5.1, incorporated herein by reference. In the context of this procurement the term PHA as used in HUD Form 5370 refers to the City of Phoenix.

      https://www.hud.gov/sites/documents/74608C05PIHH.pdf

    • Professional Standards

      Licensure/Education/Training Requirements Levels of staff qualifications and applicable site licenses must be submitted prior to the beginning of Service.

      A.  Provider shall submit a copy of a current Arizona Childcare License or a provisional license to the City prior to the opening of a new classroom and for all existing classrooms. This license must always be maintained on file and on-site during the term of this Contract.

      B.  LICENSING VIOLATIONS: 

      • Head Start funds may not be used to pay violations.
      • The City may close a site in its sole and absolute discretion if it receives 2 or more enforcements in any 12-month period.

      C. Provider shall require paid employees assigned to classrooms to be trained in First Aid and CPR and to maintain a current certificate. In addition, before and during the first 3 months of employment, training and orientation should detail health and safety issues for early care and education settings, including, but not limited to:

      • Recognition and reporting of child abuse and neglect.
      • Typical and atypical child development.
      • Pediatric first aid and CPR.
      • Safe sleep practices.
      • Poison prevention.
      • Standard precautions for the prevention of communicable disease.
      • Emergency preparedness.
      • Nutrition and age-appropriate feeding.
      • Medication administration.
      • Care plan implementation for children with special health care needs.
      • Prevention and response to emergencies due to food and allergic reactions.

      Caregivers/teachers should complete training before administering medication to children. See Standard 3.6.3.3 of the Head Start Program Performance Standards for more information. All directors or program administrators and caregivers/teachers should document receipt of training. Providers should not care for children unsupervised until they have completed training in pediatric first aid and CPR; standard precautions for the prevention of communicable disease; and poison prevention.   

      Provider shall ensure that all teachers who deliver Head Start services meet the Head Start and State of Arizona requirements. Providers will ensure compliance with    the following:           

      45 CRF § 1302.91. Head Start Performance Standards – Staff Qualifications and

      Competency Requirements.

      (a)  Purpose. A program must ensure all staff and contractors engaged in the

            delivery of program services have sufficient knowledge, training, experience, and

            competencies to fulfill the roles and responsibilities of their positions and to ensure

            high-quality service delivery in accordance with program performance standards.

            A program must provide ongoing training and professional development to support

            staff in fulfilling their roles and responsibilities.

      (b)  Head Start Director. A program must ensure a Head Start director hired after November 7, 2016, has, at a minimum, a baccalaureate degree and experience in supervision of staff, fiscal management, and administration.

      (c)   Fiscal Officer. A program must assess staffing needs in consideration of the fiscal complexity of the organization and applicable financial management requirements and secure the regularly scheduled or ongoing services of a fiscal officer with sufficient education and experience to meet their needs. A program must ensure a fiscal officer hired after November 7, 2016, is a Certified Public Accountant or has at a minimum, a baccalaureate or advanced degree in accounting, business, fiscal management, or a related field.

      (d)  Educational Coaches. Staff and consultants that serve as education managers or coordinators, including those that serve as curriculum specialists, have a baccalaureate or advanced degree in early childhood education or a baccalaureate or advanced degree and equivalent coursework in early childhood education with early education teaching experience.      

      (e)   Head Start Center-Based Teacher Qualification Requirements. As prescribed in section 648A(a)(3)(B) of the Head Start Act, a program must ensure all center-based teachers have at least an associate degree or baccalaureate degree in child development or early childhood or equivalent coursework.

      (f)    Head Start Assistant Teacher Qualification Requirements. As prescribed in section 648A(a)(2)(B)(ii) of the Head Start Act, a program must ensure Head Start assistant teachers, at a minimum, have a CDA credential or are enrolled in a program that will lead to an associate or baccalaureate degree or are enrolled in a CDA credential program to be completed within two years of the time of hire.

      If the CDA credential is not obtained within two years of hiring, staff will be removed from the Head Start classroom. 

      D.   All instructional staff are encouraged to participate in the Arizona Early Childhood Workforce Registry, https://www.azregistry.org (Registry), as prescribed in 1302.53 (b)(2) of the Head Start Act.  Staff will be required to participate in the Registry after the City begins participating in the Arizona Quality Rating and Improvement System (QRIS).

    • Notice

      Any notice, consent or other communication (“Notice”) required or permitted under this Agreement will be in writing and either: (1) delivered in person; (2) sent via e-mail, return receipt requested; (3) sent via facsimile transmission; (4) deposited with any commercial air courier or express delivery service; or (5) deposited in the United States mail, postage prepaid.

    • Licenses and Permits

      Contractor will keep current Federal, State, and local licenses and permits required for the operation of the business conducted by the Contractor as applicable to this contract.

    • Smoking Pollution Control Measures

      Provider shall be subject to the provisions of City Ordinance No. G-2865, as amended, the “Smoking Pollution Control Ordinance”, effective July 1, 1986, Arizona Revised Statute § 36-601-01 and the Pro-Children Act of 1994, 20 USC 7183, which prohibits smoking in any indoor facility or portion of a facility owned, leased, or contracted for use for the routine or regular provision of federally funded health care, daycare, or early childhood development, including Head Start Services for children under the age of 18. These laws regulate smoking in places of employment and enclosed public places within the City of Phoenix.

    • Charter Service

      [These requirements apply to contracts for operating public transportation service.] 

      1. Contractor shall comply with 49 U.S.C. 5323(d), (g), and (r), and 49 CFR part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally-funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except as permitted under: (1) federal transit laws, specifically 49 U.S.C. § 5323(d); (2) FTA regulations, “Charter Service,” 49 CFR part 604; (3) any other federal Charter Service regulations; or (4) Federal guidance, except as FTA determines otherwise in writing.
      2. If Contractor engages in a pattern of violations of FTA’s Charter Service regulations, then FTA may require corrective measures or impose remedies on it. These corrective measures and remedies may include: (1) barring it or any subcontractor operating public transportation under its Award that has provided prohibited charter service from receiving federal assistance from FTA; (2) withholding an amount of federal assistance as provided by Appendix D to part 604 of FTA’s Charter Service regulations; or (3) any other appropriate remedy that may apply.
      3. Contractor should also include the substance of this clause in each subcontract that may involve operating public transit services.
    • Award of Contract

      Unless otherwise indicated, award(s) will be made to responsive, responsible Offeror(s) who are regularly established in the service, or providing the goods, contained in this solicitation and who have demonstrated the ability to perform in an acceptable manner.

      1. Factors that may be considered by the City include:
        1. Technical capability of the Offeror to accomplish the scope of work required in the Solicitation. This may include performance history on past and current government or industrial contracts; and,
        2. Demonstrated availability of the necessary manpower (both supervisory and operational personnel) and necessary equipment to accomplish the scope of work in the Solicitation; and,
        3. Safety record; and,
        4. Offeror history of complaints and termination for convenience or cause.
      2. Notwithstanding any other provision of this solicitation, the City reserves the right to: (1) waive any immaterial defect or informality; or (2) reject any or all offers or portions thereof; or (3) reissue a solicitation.
      3. A response to a solicitation is an offer to contract with the City based upon the terms, conditions, and specifications contained in the City’s solicitation. Offers do not become contracts until they are executed by the Chief Procurement Officer or Department Director. A contract has its inception in the award, eliminating a formal signing of a separate contract. For that reason, all of the terms, conditions and specifications of the procurement contract are contained in the solicitation, and in any addendum or contract amendment.
    • Federal Funding Accountability and Transparency Act (FFATA)

      The AGENCY will comply with the requirements of 2 CFR part 25 Universal Identifier and System for Award Management (SAM). The AGENCY must have an active registration in SAM in accordance with 2 CFR part 25, appendix A, and have a Unique Entity Identifier (UEI). The AGENCY will also comply with the provisions of FFATA which includes requirements on executive compensation, and 2 CFR part 170 Reporting Subaward and Executive Compensation Information.

    • Integration

      This Agreement constitutes and embodies the full and complete understanding and agreement of the parties hereto and supersedes all prior understandings, agreements, discussions, proposals, bids, negotiations, communications, and correspondence, whether oral or written. No representation, promise, inducement or statement of intention has been made by any party hereto which is not embodied in this Agreement, and no party will be bound by or liable for any statement of intention not so set forth.

    • Delivery

      All deliveries shall be made between the hours of 7:00 a.m. and 2:00 p.m., local time, Monday through Friday, excluding City holidays. City holiday calendar: https://www.phoenix.gov/calendar/holidays

    • Equal Employment Opportunity

      Except as otherwise provided under 41 CFR Part 60, for all contracts that qualify as “federally assisted construction contracts” as defined in 41 CFR Part 60–1.3, Contractor agrees to comply with the equal opportunity clause under 41 CFR 60-1.4(b), incorporated herein by reference, and E.O. 11246, “Equal Employment Opportunity,” as amended by E.O. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR Part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”

    • Crimes Against Children

      Provider shall comply with the requirements related to reporting to a Peace Officer or Child Protective Services incidents of crimes against children as specified in Arizona Revised Statute § 13-3620.

    • Solicitation Transparency Policy

      Commencing on the date and time a solicitation is published, potential or actual Offerors or respondents (including their representatives) shall only discuss matters associated with the solicitation with the Mayor, any members of City Council, the City Manager, any Deputy City Manager, or any department director directly associated with the solicitation (including in each case their assigned staff, except for the designated Procurement Officer) at a public meeting, posted under Arizona Statutes, until the resulting contract(s) are awarded to all offers or responses are rejected and the solicitation is cancelled without any announcement by the Procurement Officer of the City’s intent to reissue the same or similar solicitation.

      As long as the solicitation is not discussed, Offerors may continue to conduct business with the City and discuss business that is unrelated to the solicitation with the City staff. Offerors may not discuss the solicitation with any City employees or evaluation panel members.

      Offerors may discuss their proposal or the solicitation with the Mayor or one or more members of the Phoenix City Council, provided such meetings are scheduled through the Procurement Officer, and are posted as open meetings with the City Clerk at least 24 hours prior to the scheduled meetings. The City Clerk will be responsible for posting the meetings. The posted notice shall identify the participants and the subject matter, as well as invite the public to participate.

      With respect to the selection of the successful Offerors, the City Manager and/or City Manager's Office will continue the past practice of exerting no undue influence on the process. In all solicitations of bids and proposals, any direction on the selection from the City Manager and/or City Manager's Office and Department Head (or representative) to the proposal review panel or selecting authority must be provided in writing to all prospective Offerors.

      This policy is intended to create a level playing field for all Offerors, assure that contracts are awarded in public, and protect the integrity of the selection process. OFFERORS THAT VIOLATE THIS POLICY SHALL BE DISQUALIFIED. After official Notice is received by the City for disqualification, the Offeror may follow the Protest process, unless the Solicitation is cancelled without notice of intent to re-issue.

      “To discuss” means any contact by the Offeror, regardless of whether the City responds to the contact. Offerors that violate this policy will be disqualified until the resulting contract(s) are awarded, or all offers or responses are rejected and the solicitation is cancelled without any announcement by the Procurement Officer of the City’s intent to reissue the same or a similar solicitation. The City interprets the policy as continuing through a cancellation of a solicitation until Council award of the contract, as long as the City cancels with a statement that the City will rebid the solicitation.

    • School Bus Operations

      [These requirements apply to contracts for operating public transportation service.]

      Contractor shall comply with 49 U.S.C. 5323(f) and (g), and 49 CFR part 605, and not engage in school bus operations using federally-funded equipment or facilities in competition with private operators of school buses, except as permitted under: (A) federal transit laws, specifically 49 U.S.C. § 5323(f); (B) FTA regulations, “School Bus Operations,” 49 CFR part 605; (C) any other Federal School Bus regulations; or (D) federal guidance, except as FTA determines otherwise in writing. If Contractor violates these school bus requirements, then FTA may bar Contractor from receiving Federal assistance for public transportation or require Contractor to take such remedial measures as FTA considers appropriate. When operating exclusive school bus service under an allowable exemption, Contractor may not use federally-funded equipment, vehicles, or facilities. Contractor should include the substance of this clause in each subcontract or purchase under this Contract that may operate public transportation services.

    • Motor Carrier Safety

      [These requirements apply to contracts for operating bus operation service.]

      1. Financial Responsibility. Contractor shall comply with the economic and insurance registration requirements of: (1) U.S. Federal Motor Carrier Safety Administration (U.S. FMCSA) regulations, “Minimum Levels of Financial Responsibility for Motor Carriers,” 49 C.F.R. part 387, if Contractor is: (a) engaged in operations requiring compliance with 49 C.F.R. part 387, (b) engaged in interstate commerce, and (c) not within a defined commercial zone; and (2) provisions of 49 U.S.C. § 31138(e)(4), which supersede inconsistent provisions of 49 C.F.R. part 387, and reduce the amount of insurance the Recipient must obtain to the highest amount required by any state in which the public transportation provider operates, if it operates within a public transportation service area located in more than one state, and receives federal assistance under 49 U.S.C. §§ 5307, 5310, and 5311.
      2. U.S. FMCSA Requirements. Contractor shall comply with: (1) safety requirements of U.S. Federal Motor Carrier Safety Administration (U.S. FMCSA) regulations, “Federal Motor Carrier Safety Regulations,” 49 C.F.R. parts 390 – 397, to the extent applicable; and (2) driver’s license requirements of U.S. FMCSA regulations, “Commercial Driver’s License Standards, Requirements, and Penalties,” 49 C.F.R. part 383, and “State Compliance with Commercial Driver's License,” 49 C.F.R. part 384, to the extent applicable, with the substance abuse requirements and guidance of U.S. FMCSA’s regulations, “Drug and Alcohol Use and Testing Requirements,” 49 C.F.R. part 382, and implementing federal guidance, to the extent applicable.
    • Protest Process

      Offeror may protest the contents of a solicitation no later than seven days before the solicitation deadline when the protest is based on an apparent alleged mistake, impropriety or defect in the solicitation. Protests filed regarding the solicitation may be addressed by an amendment to the solicitation or denied by the City. If denied, the opening and award will proceed unless the City determines that it is in the City’s best interests to set new deadlines, amend the solicitation, cancel or re-bid.

      Therefore, unless otherwise notified by a formal amendment, the Protester must adhere to all solicitation dates and deadlines, including timely filing of an offer, regardless of filing a protest.

      Offeror may protest an adverse determination issued by the City regarding responsibility and responsiveness, within seven days of the date the Offeror was notified of the adverse determination.

      Offeror may protest an award recommendation if the Offeror can establish that it had a substantial chance of being awarded the contract and will be harmed by the recommended award. The City will post recommendations on the City’s Procurement Portal to award the contract(s) to an Offeror(s). Offeror must submit award protests within seven days after the posting of the award recommendation, with exceptions only for good cause shown, within the City’s full and final discretion.

      All protests will be in writing, filed with the Procurement Officer identified in the solicitation and include the following:

      • Identification of the solicitation number;
      • The name, address and telephone number of the protester;
      • A detailed statement describing the legal and factual grounds for the protest, including copies of relevant documents;
      • The form of relief requested; and
      • The signature of the protester or its authorized representative.

      The Procurement Officer will render a written decision within a reasonable period after the protest is filed. The City will not request City Council authorization to award the contract until the protest process is complete. All protests and appeals must be submitted in accordance with the City’s Procurement Code, (Phoenix City Code, Ch. 43) and any protests or appeals not submitted within the time requirements will not be considered. Protests must be filed with the Procurement Officer.

    • Delivery / Service Ticket

      Contractor shall provide a packing list or service ticket for items delivered to the City or services provided to the City. Tickets should include the following and a legible copy shall be provided to the City:

      • Date
      • City purchase order number
      • Written description of services which were provided
      • Itemized list of materials which were delivered, including quantity
      • A unique identification number and Contractor name
      • Signature of City employee who accepted for the materials/services
    • Conflicts of Interest
      1. Contractor acknowledges that, to the best of its knowledge, information and belief, no person has been employed or retained to solicit or secure this Agreement upon a promise of a commission, percentage, brokerage, or contingent fee, and that no member of the Phoenix City Council or any employee of the City has any financial interest in the consulting firm. For breach of violation of this warranty, the City will have the right to annul this Agreement without liability, including any such commission, percentage, brokerage or contingent fee.
      2. The City reserves the right to immediately terminate the contract in the event that the City determines that Contractor has an actual or apparent conflict of interest.
      3. Upon a finding by the City that gratuities in the form of entertainment, gifts or inducements were offered or given by Contractor, or any agent or representative of Contractor, to any officer or employee of the City for the purpose of securing this Agreement, or securing favorable treatment with respect to the awarding, amending, or making of any determination with respect to the performance of this Agreement, the City may, by one calendar day written notice to Contractor, terminate the right of Contractor to proceed under this Agreement, provided that the existence of the facts upon which the City made such finding will be an issue and may be litigated in an Arizona court of competent jurisdiction. In the event of such termination, the City will be entitled to the same remedies against Contractor as could be pursued in the event of default by Contractor.
      4. This Agreement is subject to the requirements of Arizona Revised Statutes §38-511.
    • Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708)

      If the contract exceeds $100,000 and involves the employment of mechanics or laborers, Contractor shall comply with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, Seller shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 1½ times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.

    • Public Record

      All Offers submitted in response to this solicitation will become the property of the City and become a matter of public record available for review pursuant to Arizona State law. If an Offeror believes that a specific section of its Offer response is confidential, the Offeror will isolate the pages marked confidential in a specific and clearly labeled section of its Offer response. An Offeror may request specific information contained within its Offer is treated by the Procurement Officer as confidential provided the Offeror clearly labels the information “confidential.” To the extent necessary for the evaluation process, information marked as “confidential” will not be treated as confidential. Once the procurement file becomes available for public inspection, the Procurement Officer will not make any information identified by the Offerors as “confidential” available to the public unless necessary to support the evaluation process or if specifically requested in accordance with applicable public records law. When a public records request for such information is received, the Procurement Officer will notify the Offeror in writing of any request to view any portion of its Offer marked “confidential.” The Offeror will have the time set forth in the notice to obtain a court order enjoining such disclosure. If the Offeror does not provide the Procurement Officer with a court order enjoining release of the information during the designated time, the Procurement Officer will make the information requested available for inspection.

    • Energy Policy and Conservation Act

      Subrecipient agrees to comply with all mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201).

    • Waiver of Claims for Anticipated Profits

      Contractor waives any claims against the City and its officers, officials, agents and employees for loss of anticipated profits caused by any suit or proceeding, directly or indirectly, involving any part of this Agreement.

    • Safe Operations of Motor Vehicles
      1. Seat Belt Use. Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles, company- rented vehicles, or personally operated vehicles. The terms “company-owned” and “company-leased” refer to vehicles owned or leased either by Contractor or AGENCY.
      2. Distracted Driving. Contractor shall adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately-owned vehicle when on official business in connection with the work performed under this Contract. Contractor agrees to conduct workplace safety initiatives in a manner commensurate with its size, such as establishing new rules and programs to prohibit text messaging while driving, re-evaluating the existing programs to prohibit text messaging while driving, and providing education, awareness, and other outreach to employees about the safety risks associated with texting while driving.
      3. Subcontracts. Contractor shall insert the substance of this clause, including this paragraph, in all subcontracts that exceed the micro-purchase threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award.
    • Miscellaneous Fees

      Additional charges for fuel surcharges, delivery charges, dealer prep, environmental fees, waste disposal, shop supplies, set-up, freight and/or shipping and handling, etc. will not be paid. These costs must be incorporated in the pricing provided.

      Labor rates (Shop and On-site) shall be charged as a flat hourly rate and are allowed only in performance of services under this agreement. Travel hours and other incidental fees will not be permitted under this agreement. Labor hours will be from “check-in” to “check-out” at the worksite.

    • Contacts with Third Parties
      1. Contractor or its subcontractors will not contact third parties to provide any information in connection to the Services provided under this Agreement without the prior written consent of the City. Should Contractor or its subcontractors be contacted by any person requesting information or requiring testimony relative to the Services provided under this Agreement or any other prior or existing Agreement with the City, Contractor or its subcontractors will promptly inform the City giving the particulars of the information sought and will not disclose such information or give such testimony without the written consent of the City or court order. The obligations of Contractor and its subcontractors under this Section will survive the termination of this Agreement.
      2. Contractor agrees that the requirements of this Section will be incorporated into all subcontractor agreements entered into by the Contractor. It is further agreed that a violation of this Section will be deemed to cause irreparable harm that justifies injunctive relief in court. A violation of this Section may result in immediate termination of this Agreement without notice.
    • Domestic Preference for Procurements (2 CFR 200.322)

      As appropriate and to the extent consistent with law, the Contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this Section 9 must be included in all subawards including all contracts and purchase orders for work or products under this Order.

      For purposes of this section:

      1. “Produced in the United States” means, for iron and steel products, that all manufacturing processes from the initial melting stage through the application of coatings, occurred in the United States.
      2. “Manufactured products” means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber.

       

    • State and Local Transaction Privilege Taxes

      In accordance with state and local law, transaction privilege taxes may be applicable to this transaction. The state and local transaction privilege (sales) tax burden and legal liability to remit taxes are on the Contractor that is conducting business in Arizona and the City of Phoenix. Any failure by the Contractor to collect applicable taxes from the City will not relieve the Contractor from its obligation to remit taxes. It is the responsibility of the prospective bidder to determine any applicable taxes. The City will look at the price or offer submitted and will not deduct, add or alter pricing based on any taxes, nor will the City provide advice or guidance. If you have questions regarding your tax liability, please seek advice from a tax professional prior to submitting your Offer. You may also find information at https://www.phoenix.gov/finance/plt or https://www.azdor.gov/Business. Once your Offer is submitted, the Offer is valid for the time specified in this Solicitation, regardless of mistake or omission of tax liability. If the City finds over payment of a project due to tax consideration that was not due, the Contractor will be liable to the City for that amount, and by contracting with the City, the Contractor agrees to remit any overpayments back to the City for miscalculations on taxes included in an offer price.

    • Late Offers

      Late Offers must be rejected, except for good cause. If a late Offer is submitted, the Department will document the date and time of the submittal of the late Offer, keep the Offer and notify the Offeror that its Offer was disqualified for being a late Offer.

    • Substance Abuse (Drug & Alcohol Testing)

      [These requirements apply to contracts with contractors who perform safety-sensitive functions, as defined in 49 CFR Part 655.4, “Definitions.”]

      1. Contractor shall establish and implement a drug and alcohol testing program that complies with “Procedures for Transportation Workplace Drug and Alcohol Testing Programs” (49 CFR Part 40) and “Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations” (49 CFR Part 655), produce any documentation necessary to establish its compliance with parts 655 and 40, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of Arizona, or the City of Phoenix, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR part 655 and 49 CFR part 40 and review the testing process.
      2. Contractor shall also submit for review and approval a copy of its substance abuse prevention policy developed to implement its drug and alcohol testing program. Further, Contractor shall certify annually its compliance with parts 655 and 40 and to submit the Drug and Alcohol Management Information System (DAMIS) reports before March 15 to Transit Compliance Officer, City of Phoenix Public Transit Department, 302 N. 1st Avenue, Phoenix, AZ 85003. To certify compliance, Contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register.
      3. Contractor shall require the inclusion of the language of this clause within subcontracts of all tiers involving the performance of a safety-sensitive function under the Contract.
    • Contracting With Small and Minority Businesses, Women's Business Enterprises, and Disadvantaged Business Enterprises, and Labor Surplus Area Firms (2 CFR 200.321)

      Pursuant to national and City policy to award a fair share of contracts to small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises, Contractor will take affirmative steps to assure that small and minority businesses, women’s business enterprises, and Disadvantaged Business Enterprises are utilized when possible as sources of supplies, equipment, construction, and services.  Such affirmative steps will include the following:

      1. Include qualified small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises on solicitation lists.
      2. Assure that small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises are solicited whenever they are potential sources.
      3. When economically feasible, divide total requirements into small tasks or quantities so as to permit maximum participation from small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises.
      4. Where the requirement permits, establish delivery schedules which encourage participation by small and minority businesses, women's business enterprises, and Disadvantaged Business Enterprises.
      5. Use the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce and the Community Services Administration as required.
      6. Comply with the applicable requirements of the Small and Disadvantaged Business Enterprise Policy Plan for the City of Phoenix.
      7. Include affirmative steps, one through six, in any subcontract.
    • Small Business Utilization

      The City extends to each individual, firm, vendor, supplier, contractor and subcontractor an equal economic opportunity to compete for City business and strongly encourages voluntary utilization of small businesses. The use of such businesses is encouraged whenever practical.

    • Buy America

      [These requirements apply to contracts over $150,000 if they involve the purchase of iron, steel, and manufactured products.]

      Contractor shall comply with 49 U.S.C. 5323(j) and 49 CFR part 661, which provide that federal funds may not be obligated unless all steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. Contractor must submit to AGENCY the appropriate Buy America certification with its offer. Offers that are not accompanied by a completed Buy America certification will be rejected as nonresponsive.

    • Right to Disqualify

      The City reserves the right to disqualify any Offeror who fails to provide information or data requested or who provides materially inaccurate or misleading information or data. The City further reserves the right to disqualify any Offeror on the basis of any real or apparent conflict of interest that is disclosed by the Offer submitted or any other data or information available to the City. This disqualification is at the sole discretion of the City. By submission of a solicitation response, the Offeror waives any right to object now or at any future time, before any agency or body including, but not limited to, the City Council of the City or any court as to the exercise by the City of such right to disqualify or as to any disqualification by reason of real or apparent conflict of interest determined by the City. The City reserves the right to replace the disqualified Offeror.

    • Tax Indemnification

      Contractor will pay all federal, state and local taxes applicable to its operation and any persons employed by the Contractor, and require the same of all subcontractors. Contractor will hold the City harmless from any responsibility for: taxes, penalties and interest, if applicable, contributions required under federal, and/or state and local laws and regulations, and any other costs including unemployment compensation insurance, Social Security and Worker's Compensation, and require the same of all subcontractors.

    • Prohibition on Certain Telecommunication and Video Surveillance Services or Equipment (2 CFR 200.216)

      Contractor shall not obligate or expend funding provided under this Contract to:

      1.  Procure or obtain;
      2. Extend or renew a contract to procure or obtain; or
      3. Enter into a contract (or extent or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities).
        1. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities).
        2. Telecommunications or video surveillance services provided by such entities or using such equipment.
        3. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.
    • Tax Indemnification

      Contractor shall, and require the same of all subcontractors, pay all federal, state and local taxes applicable to its operation and any persons employed by the Contractor. Contractor shall, and require the same of all subcontractors, hold the City 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 Worker's Compensation.

    • Fiscal Year Clause

      The City’s fiscal year begins July 1st and ends June 30th each calendar year. The City may make payment for services rendered or costs encumbered only during a fiscal year and for a period of 60 days immediately following the close of the fiscal year, under the provisions of Arizona Revised Statutes §42-17108. Therefore, Contractor must submit billings for services performed or costs incurred prior to the close of a fiscal year within ample time to allow payment within this 60-day period.

    • Site Inspection
    • Build America, Buy America

      [These requirements apply to contracts for infrastructure projects.] 

      Contractor agrees to comply with the Build America, Buy America Act, Pub. L. 117-58, div. G, tit. IX, §§ 70911 – 70927 (2021), as implemented by the U.S. Office of Management and Budget’s “Buy America Preferences for Infrastructure Projects,” 2 CFR Part 184, and the provisions of those acts and their implementing guidance and regulations are hereby incorporated by reference into this Contract. Contractor shall ensure that all relevant provisions of the Buy America Act and the Build America, Buy America Act and their implementing guidance and regulations are incorporated into every applicable subcontract and supplier agreement.

    • Increasing Seat Belt Use

      Pursuant to EO 13043 (4/16/1997), Increasing the Use of Seat Belts in the US, Contractor is encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating vehicles, whether organizationally owned or rented or personally owned.

    • Final Payment
      1. PAYMENT: The City will make final payment for all Services performed and accepted within 60 days after Contractor has delivered to the City any final progress reports, documentation, materials and evidence of costs and disbursement as required under this Agreement. Any use by the City of preliminary reports, raw data or other incomplete material returned by Contractor will be at the City’s sole risk for such use.
      2. TEMPORARY SUSPENSION: The City may, by written notice, direct Contractor to suspend performance on all or any part of the Services for such period of time as may be determined by the City to be necessary or desirable for its convenience. If such suspension causes additional expense to Contractor in performance, and not due to fault or negligence of Contractor, the payment will be adjusted on the basis of actual costs resulting directly from the suspension, and the period for performance of the Services will be extended by mutual agreement. Any claim by Contractor for a price adjustment must be supported by appropriate documentation asserted promptly after Contractor has been notified to suspend performance.
    • Tax Responsibility Qualification

      Contractor may be required to establish, to the satisfaction of City, 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). Contractor agrees to a waiver of the confidentiality provisions contained in the City Finance Code and any similar confidentiality provisions contained in Arizona statutes relative to State Transaction Privilege Taxes or Use Taxes. Contractor agrees to provide written authorization to the City Finance Department and to the Arizona Department of Revenue to release tax information relative to Arizona Transaction Privilege Taxes or Arizona Use Taxes in order to assist the Department in evaluating Contractor's qualifications for and compliance with contract for duration of the term of contract.

    • Statement of Bonding Ability

      Offerors must submit a letter from a bonding or insurance company stating that the Offeror can qualify for and procure the performance and/or payment surety required in this solicitation. Submittals received without the required statement of ability to secure a performance or payment surety may be considered as non-responsive. Offerors anticipating the submittal of a cash surety in lieu of a bond should submit a statement notifying the City.

    • Prohibited Telecommunications/Surveillance Services/Equipment
      1. Pursuant to Public Law 115-232, Section 889, and 2 C.F.R. Part 200, including §§ 200.216 and 200.471, AGENCY is prohibited from procuring or obtaining equipment, services, or systems that use “Covered Telecommunications Equipment or Services” as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, Section 889, “Covered Telecommunications Equipment or Services” is:
        1. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities).
        2. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities).
        3. Telecommunications or video surveillance services provided by such entities or using such equipment.
        4. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.
      1. Contractor shall not use or provide to AGENCY Covered Telecommunications Equipment or Services in the performance of this Contract.
      2. If Contractor later learns that prohibited telecommunications services, equipment or systems have been supplied, installed, or utilized under this Contract, Contractor shall immediately inform AGENCY in writing. AGENCY may treat such occurrence as an event of default and may require the Contractor to promptly replace such prohibited service, equipment and systems at the Contractor’s sole cost or take such other actions permitted under the Contract.
    • Reducing Text Messaging While Driving

      Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 1, 2009), Contractor should encourage its employees, subrecipients, and contractors to adopt and enforce policies that ban text messaging while driving, and Contractor should establish workplace safety policies to decrease accidents caused by distracted drivers.

    • Professional Competency
      1. QUALIFICATIONS: Contractor represents that it is familiar with the nature and extent of this Agreement, the Services, and any conditions that may affect its performance under this Agreement. Contractor further represents that it is fully experienced and properly qualified, is in compliance with all applicable license requirements, and is equipped, organized, and financed to perform such Services.
      2. LEVEL OF CARE AND SKILL: Services provided by Contractor will be performed in a manner consistent with that level of care and skill ordinarily exercised by members of Contractor’s profession currently practicing in the same industry under similar conditions. Acceptance or approval by the City of Contractor’s work will in no way relieve Contractor of liability to the City for damages suffered or incurred arising from the failure of Contractor to adhere to the aforesaid standard of professional competence.
    • Bank's Letter of Commitment or Statement of Bonding Ability

      Offerors must submit a letter from a bank or other financial institution evidencing the bank’s commitment to provide the Offeror, if successful, with a Letter of Credit (LOC) or Cash Deposit in the amount stated in Section 2.2X – Performance Guarantee. If submitting a Performance Bond, Offerors must submit a letter from a bonding or insurance company stating that the Offeror can qualify for and procure the performance and/or payment surety required in this solicitation. Submittals received without the required bank’s letter of commitment or statement of bonding ability may be considered non-responsive.

    • Air Pollution & Fuel Economy

      [These requirements apply to contracts for the purchase of rolling stock.] 

      The Contractor agrees to comply with applicable Federal air pollution control and fuel economy regulations, such as: EPA regulations, “Control of Air Pollution from Mobile Sources,” 40 CFR Part 85; EPA regulations, “Control of Air Pollution from New and In-Use Motor Vehicles and New and In-Use Motor Vehicle Engines,” 40 CFR Part 86; and EPA regulations, “Fuel Economy of Motor Vehicles,” 40 CFR Part 600.

    • No Israel Boycott

      If this Contract is valued at $100,000 or more and requires Contractor (a company engaging in for-profit activity and having ten or more full-time employees) to acquire or dispose of services, supplies, information technology, or construction, then Contractor must certify and agree that it does not and will not boycott goods or services from Israel, pursuant to Title 35, Chapter 2, Article 9 of the Arizona Revised Statutes. Provided that these statutory requirements are applicable, Contractor by entering this Contract now certifies that it is not currently engaged in, and agrees for the duration of the Contract to not engage in, a boycott of goods or services from Israel.

    • No Forced Labor of Ethnic Uyghurs

      If this Contract requires Contractor (a company engaging in for-profit activity and having ten or more full-time employees) to acquire or dispose of services, supplies, information technology, goods, or construction, then pursuant to Title 35, Chapter 2, Article 10 of the Arizona Revised Statutes Contractor must certify and agree that it and any contractors, subcontractors, or suppliers it utilizes do not and will not use the forced labor of ethnic Uyghurs in the People’s Republic of China or any goods or services produced by such forced labor. Provided these statutory requirements are applicable, Contractor, by entering this Contract, now certifies it is not currently engaged in, and agrees for the duration of the Contract to not engage in, (a) the use of forced labor of ethnic Uyghurs in the People’s Republic of China; (b) the use of any goods or services produced by the forced labor of ethnic Uyghurs in the People’s Republic of China; or (c) the use of any contractors, subcontractors, or suppliers that use the forced labor or any goods or services produced by the forced labor of ethnic Uyghurs in the People’s Republic of China.

    • Performance Bond

      A performance surety in the amount of NO VALUEof the total contract amount shall be provided by the Contractor immediately after notice of award. The City of Phoenix will not issue a written purchase order or give notice to proceed in any form until the surety is received by the Procurement Officer. The performance surety must be in the form of a bond, cashier's check, certified check or money order. Personal or company checks are not acceptable unless certified. If surety is in the form of a bond, the company issuing the surety must be authorized by the Insurance Department of Arizona to transact business in the State of Arizona or be named on the approved listing of non-admitted companies. A Certificate of Deposit (CD) issued by a local Phoenix bank may also be used as a form of surety provided that the CD is issued jointly in the name of the City of Phoenix and the Contractor, and that the Contractor endorses the CD over to the City at the beginning of the contract period. Interest earnings from the CD can be retained by the Contractor.

    • Specific Performance

      Contractor agrees that in the event of a breach by Contractor of any material provision of this Agreement, the City will, upon proper action instituted by it, be entitled to a decree of specific performance thereof according to the terms of this Agreement. In the event the City will elect to treat any such breach on the part of Contractor as a discharge of the Agreement, the City may nevertheless maintain an action to recover damages arising out of such breach. This paragraph is not intended as a limitation of such other remedies as may be available to the City under law or equity.

    • Build America, Buy America (BABA)

      The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee’s infrastructure project. Pursuant to HUD’s Notice, “Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance” (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver.

    • Advertising

      Except as required by law, Contractor shall not publish, release, disclose or announce to any member of the public, press, official body, or any other third party any information or documents concerning this Agreement or any part thereof without the prior written consent of the City. The name of any City site on which services are performed by the Contractor pursuant to this Agreement shall not be used in any advertising or other promotional context by Contractor without the prior written consent of the City. Please refer to the Aviation Department's Contractor Communication Procedures at https://www.skyharbor.com/airport-business/on-airport-business/consultants-contractors-tenants/

    • Solicitation Bond

      Offerors are required to furnish a “solicitation guarantee” in the amount of TBD of the total solicitation price. Such solicitation guarantee must accompany the submittal and be furnished in the form of Solicitation Bond, Postal Money Order, Certified Check, or Cashier’s Check. Solicitation guarantees will be returned to unsuccessful Offerors as soon as practicable after the opening of solicitations and to the successful Offeror upon execution of such further contractual documents and conditions (including insurance) as required by the solicitation are accepted. If the successful Offeror, upon acceptance of solicitation by the City within the period specified thereon for acceptance, fails to execute such further contractual documents and bonds as required within the time specified (ten days if no period is specified) the contract may be terminated for default. In such event, Offeror will be liable for any cost of procuring the work that exceeds the amount of solicitation, and the solicitation guarantee will be available toward offsetting such difference.

    • Documentation
      1. DISSEMINATION AND RETENTION: There will be no dissemination or publication of any information gathered, or documents prepared in the course of the performance of the Services without the prior written consent of the City. Should the City, upon advice of counsel, deem it necessary, due to existing or anticipated litigation, to assert a legal privilege of protection and non-disclosure with regard to the subject matter of this Agreement, then, and in that event, upon written demand, Contractor will relinquish to the possession and control of the City its entire file related to this Agreement and only those portions of said file deemed by the City to be not privileged will be returned to Contractor pending the resolution of the existing or anticipated litigation.
      2. FORMAT AND QUALITY: All documents prepared by Contractor will be prepared in a format and at a quality approved by the City.
      3. DOCUMENT REVIEW: Contractor will review all documents provided by the City related to the performance of the Services and will promptly notify the City of any defects or deficiencies discovered in such review.
      4. SUBMITTALS: Contractor will provide timely and periodic submittals of all documents required of Contractor, including subcontracts, if any, as such become available to the City for review.
    • Rolling Stock Purchase

      [These requirements apply to contracts for the purchase of rolling stock.]

      1. Buy America. Contractor shall comply with the domestic preference requirements of 49 U.S.C. 5323(j)(2)(C) and 49 CFR § 661.11, unless a waiver has been granted by FTA or the product is subject to a general waiver. Contractor must submit to AGENCY the appropriate Buy America certification with its offer. Offers that are not accompanied by a completed Buy America certification will be rejected as nonresponsive.
      2. Rolling Stock Limitations. Contractor and its subcontractors must comply with the limitation on certain rolling stock procurements at 49 U.S.C. § 5323(u), prohibiting the procurement of rolling stock from specified manufacturers for public transportation use.
      3. Pre-Award and Post-Delivery Audits of Rolling Stock Purchases. Contractor shall comply with 49 U.S.C. § 5323(m) and FTA's implementing regulation at 49 CFR part 663. Contractor shall comply with the Buy America certification(s) submitted with its offer. Contractor shall participate and cooperate in any pre-award and post-delivery audits performed pursuant to 49 CFR part 663 and related FTA guidance.
    • Release of Information - Advertising and Promotion

      Contractor will not publish, release, disclose or announce to any member of the public, press, official body, or any other third party: (1) any information concerning this Agreement, the Services, or any part thereof; or (2) any documentation or the contents thereof, without the prior written consent of the City, except as required by law. The name of any site on which Services are performed will not be used in any advertising or other promotional context by Contractor without the prior written consent of the City.

    • Public Records
      1. Notwithstanding any provisions of this Agreement regarding confidentiality, secrets, or protected rights, the Contractor acknowledges that all documents provided to the City may be subject to disclosure by laws related to open public records. Consequently, the Contractor understands that disclosure of some or all of the items subject to this Agreement may be required by law. 
      2. In the event City receives a request for disclosure that is reasonably calculated to incorporate information that might be considered confidential by Contractor, the City agrees to provide the Contractor with notice of that request, which shall be deemed given when deposited by the City with the USPS for regular delivery to the address of the Contractor specified in their proposal. Within ten days of City notice by the City, the Contractor will inform the City in writing of any objection by the Contractor to the disclosure of the requested information. Failure by the Contractor to object timely shall be deemed to waive any objection and any remedy against the City for disclosure. 
      3. In the event the Contractor objects to disclosure within the time specified, the Contractor agrees to handle all aspects related to request, including properly communicating with the requestor and timely responding with information the disclosure of which the Contractor does not object thereto. Furthermore, the Contractor agrees to indemnify and hold harmless the City from any claims, actions, lawsuits, or any other controversy or remedy, in whatever form, that arises from the failure to comply with the request for information and the laws pertaining to public records, including defending the City in any legal action and payment of any penalties or judgments. This provision shall survive the termination of this Agreement.
    • Payment Bond

      The City of Phoenix will not issue a written purchase order or give notice to proceed in any form until the surety is received by the Purchasing Division. Required by the Contractor within TBD days after notice of award. The payment surety must be in the form of a bond, cashier's check, certified check or money order. Personal or company checks are not acceptable unless certified. If the surety is in the form of a bond, the company issuing the surety must be authorized by the Insurance Department of Arizona to transact business in the State of Arizona or be named on the approved listing of non-admitted companies. A Certificate of Deposit (CD) issued by a local Phoenix bank may also be used as a form of surety provided that the CD is issued jointly in the name of the City of Phoenix and the Contractor and that the Contractor endorses the CD over to the City at the beginning of the contract period. Interest earnings from the CD can be retained by the Contractor.

      If the surety is submitted in a form other than a bond, the City will retain the surety for a minimum of TBD days after completion of the project and final acceptance by the City.

    • Contract Award

      In accordance with the City of Phoenix Code, Chapter 43, Section 43-12, Competitive Sealed Bidding, award(s) shall be made to the lowest responsive and responsible offeror(s) whose offer conforms in all material respects to the requirements set forth in this solicitation. The City reserves the right to award a contract by individual line items, by group, all or none, or any other combination most advantageous to the City. The City reserves the right to award multiple contracts.

    • Demonstration

      The City may, in its discretion, require a demonstration of the products or services offered as part of the evaluation process. The demonstration shall be provided by the Contractor at no cost to the City for the period deemed sufficient to properly evaluate the product or service. The exact time, conditions, and terms of the evaluation shall be established at the time a demonstration is requested.

    • Strict Performance

      Failure of either party to insist upon the strict performance of any item or condition of the contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the acceptance of materials or services, obligations imposed by this contract, or by law, will not be deemed a waiver of any right of either party to insist upon the strict performance of the contract.

    • Bus Testing

      [These requirements apply to contracts for the purchase/lease of any bus model that is new or has any major change in configuration/components to be acquired/leased.] 

      Contractor [Manufacturer] agrees to comply with the Bus Testing requirements under 49 U.S.C. 5318(e) and FTA's implementing regulation at 49 CFR part 665 to ensure that the requisite testing is performed for all new bus models or any bus model with a major change in configuration or components, and that the bus model has achieved a passing score. Upon completion of the testing, Contractor shall obtain a copy of the bus testing reports from the operator of the testing facility and make that report(s) publicly available prior to final acceptance of the first vehicle by AGENCY.

    • Environmental Protections

      Contractor shall comply with all applicable environmental and resource use laws, regulations, and requirements, and follow applicable guidance, now in effect or that may become effective in the future, including state and local laws, ordinances, regulations, and requirements and follow applicable guidance. 

      1. National Environmental Policy Act. 
        1. Contractor shall comply and facilitate compliance with federal laws, regulations, and requirements, including, but not limited to: (a) federal transit laws, such as 49 U.S.C. § 5323(c)(2), and 23 U.S.C. § 139; (b) the National Environmental Policy Act of 1969 (NEPA), as amended, 42 U.S.C. §§ 4321 et seq., as limited by 42 U.S.C. § 5159, and CEQ’s implementing regulations 40 C.F.R. part 1500 – 1508; (c) joint FHWA and FTA regulations, “Environmental Impact and Related Procedures,” 23 C.F.R. part 771 and 49 C.F.R. part 622; (d) Executive Order No. 11514, as amended, “Protection and Enhancement of Environmental Quality,” March 5, 1970, 42 U.S.C. § 4321 note; and (e) other federal environmental protection laws, regulations, and requirements applicable to Contractor.
        2. Contractor shall follow federal guidance to the extent that the guidance is consistent with applicable authorizing legislation, which may include: (a) joint FHWA and FTA final guidance, “Interim Guidance on MAP-21 Section 1319, Accelerated Decision making in Environmental Reviews,” January 14, 2013; (b) joint FHWA and FTA final guidance, “SAFETEA-LU Environmental Review Process (Pub. L. 109-59),” 71 Fed. Reg. 66576, November 15, 2006; and (c) other federal environmental guidance applicable to the Contractor.
      1. Environmental Justice. Contractor shall promote environmental justice by following: (1) Executive Order No. 12898, “Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations,” February 11, 1994, 42 U.S.C. § 4321 note, as well as facilitating compliance with that Executive Order; (2) U.S. DOT Order 5610.2, “Department of Transportation Actions To Address Environmental Justice in Minority Populations and Low-Income Populations,” 62 Fed. Reg. 18377, April 15, 1997; and (3) the most recent edition of FTA Circular 4703.1, “Environmental Justice Policy Guidance for Federal Transit Administration Recipients,” August 15, 2012, to the extent consistent with applicable federal laws, regulations, requirements, and guidance.
      2. Other Environmental Federal Laws. Contractor shall comply or facilitate compliance with all applicable federal laws, regulations, and requirements, and will follow applicable guidance, including, but not limited to, the Clean Air Act, Clean Water Act, Wild and Scenic Rivers Act of 1968, Coastal Zone Management Act of 1972, the Endangered Species Act of 1973, Magnuson Stevens Fishery Conservation and Management Act, Resource Conservation and Recovery Act, Comprehensive Environmental Response, Compensation, and Liability Act, Executive Order No. 11990 relating to “Protection of Wetlands,” and Executive Order Nos. 11988 and 13690 relating to “Floodplain Management.”
      3. Use of Certain Public Lands. Contractor shall comply with U.S. DOT laws, specifically 49 U.S.C. § 303 (often referred to as “section 4(f)), and joint FHWA and FTA regulations, “Parks, Recreation Areas, Wildlife and Waterfowl Refuges, and Historic Sites,” 23 C.F.R. part 774, and referenced in 49 C.F.R. part 622.
      4. Historic Preservation. Contractor shall comply with: (1) U.S. DOT laws, including 49 U.S.C. § 303 (often referred to as “section 4(f)”), which requires certain findings be made before an Award may be undertaken if it involves the use of any land from a historic site that is on or eligible for inclusion on the National Register of Historic Places; (2) federal historic and archaeological preservation requirements of section 106 of the National Historic Preservation Act, as amended, 54 U.S.C. § 306108; (3) the Archeological and Historic Preservation Act of 1974, as amended, 54 U.S.C. § 312501 et seq.; (4) U.S. Advisory Council on Historic Preservation regulations, “Protection of Historic Properties,” 36 C.F.R. part 800; and (5) other federal requirements and federal guidance to avoid or mitigate adverse effects on historic properties.
      5. Indian Sacred Sites. Contractor shall facilitate compliance with federal efforts to promote the preservation of places and objects of religious importance to American Indians, Eskimos, Aleuts, and Native Hawaiians, and facilitate compliance with the American Indian Religious Freedom Act, 42 U.S.C. § 1996, and Executive Order No. 13007, “Indian Sacred Sites,” May 24, 1996, 42 U.S.C. § 3161 note.
    • Authorized Changes

      The City reserves the right at any time to make changes in any one or more of the following: (a) specifications; (b) methods of shipment or packing; (c) place of delivery; (d) time of delivery; and/or (e) quantities. If the change causes an increase or decrease in the cost of or the time required for performance, an equitable adjustment may be made in the price or delivery schedule, or both. Any claim for adjustment will be deemed waived unless asserted in writing within sixty days from the receipt of the change. Price increases or extensions of delivery time will not be binding on the City unless evidenced in writing and approved by the Chief Procurement Officer prior to the institution of the change.

    • Hiring of Each Other's Personnel

      Without the prior written consent of the other party, each party shall not actively target for hire personnel of the other party through the term of this Agreement and for six (6) months after the expiration or termination of the last Statement of Work executed by the parties. This prohibition does not apply to or affect in any way the City's standard recruitment processes. The City will not pay a fee or owe any compensation whatsoever to the Contractor if Contractor's employee files an employment application, competes successfully and is hired into a City position. Individuals who are employed by Contractor agency and who are on assignment at the City may file an application for regular City employment and be considered on the same merits and qualifications as would all other applicants. For this reason, compensation to Contractor would not be appropriate and not incurred if such worker succeeds in the selection process and is appointed to a regular City position.

    • Determining Responsiveness and Responsibility

      Offers will be reviewed for documentation of any required minimum qualifications, and completeness and compliance with the solicitation requirements. The City reserves sole discretion to determine responsiveness and responsibility.

      Responsiveness: Nonresponsive Offers will not be considered in the evaluation process. The solicitation states criteria that determine responsiveness, and the solicitation includes terms and conditions that if included or excluded from Offers will render an Offer nonresponsive.

      Responsibility: To obtain true economy, the City must conduct solicitations to minimize the possibility of a subsequent default by the Offeror, late deliveries, or other unsatisfactory performance that may result in additional administrative costs. It is important that the Offeror be a responsible Offeror. Responsibility includes the Offeror’s integrity, skill, capacity, experience, and facilities for conducting the work to be performed.

    • Clarifications

      The City may request written clarifications for such purposes as information gathering or eliminating minor informalities in offers. Clarifications shall not otherwise afford the Offerors the opportunity to alter or change their offers.

    • Attorney Fees

      In any contested action related to or arising out of this Contract, the prevailing party shall recover its attorney fees, court costs, and other expenses from the other party. Where there are no competing claims, “prevailing party” means the party that substantially obtained the relief sought. Where there are competing claims, the prevailing party is the net winner or the party who prevailed in a totality of the litigation.

    • Liquidated Damages

      If the Contractor fails to deliver the supplies or perform the services within the time specified in its contract, or any extension thereof, the actual damages to the City for the delay will be difficult or impossible to determine. Therefore, in lieu of actual damages, the Contractor shall pay to the City as fixed, agreed and liquidated damages for each calendar day of the delay, the amount of N/A. The City may terminate this contract in whole or in part as provided in the “Default” provision. In that event, the Contractor shall be liable for such liquidated damages accruing until the City may reasonably obtain delivery or performance of similar supplies and services. The Contractor shall not be charged with liquidated damages when the delay arises out of causes beyond its control and without fault or negligence, as determined by the City. The Chief Procurement Officer will be the sole judge in determining the liquidated damages.

    • Clean Air Act & Federal Water Pollution Control Act

      [These requirements apply to all contracts and subcontracts in excess of $150,000.]

      Contractor shall ensure that it: (A) will not use any violating facilities; (B) will report the use of facilities placed on or likely to be placed on the U.S. EPA “List of Violating Facilities” to AGENCY; (C) understands and agrees that AGENCY will report violations of use of prohibited facilities to FTA; and (D) will comply with the inspection and other requirements of the Clean Air Act, as amended (42 U.S.C. §§ 7401 – 7671q); and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387).

    • Equal Low Offer

      Contract award will be made by putting the names of the tied vendors in a cup for a blind drawing limited to those bidders with tied offers. If time permits, the offerors involved will be given an opportunity to attend the drawing. The drawing will be witnessed by at least three persons, and the contract file will contain the names and addresses of the witnesses.

    • Headings

      Headings for articles, sections, and paragraphs are for reference only and do not limit the content or scope of any provision of this Contract.

    • Procurement Reports

      Contractor shall submit N/A reports in an electronic format acceptable to the City during the term of this contract commencing one month after the effective date. These reports are due by the N/A day of the month following the reporting period. Total purchases for each department must be shown on a separate line. Report should be rounded to the nearest dollar. Contractor will provide sample forms for approval by the City.

    • Energy Conservation

      Contractor shall comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. §§ 6321 et seq.).

    • National Emergency

      This Contract is subject to the right of the United States to control, operate, and regulate the Airport and to use of the Airport during the time of war or national emergency.

    • Recycled Products (Solid Wastes)

      [These requirements apply to all contracts and subcontracts involving the purchase of items designated by the EPA (that contain the highest percentage of recovered materials practicable) in excess of $10,000 (or if the value of the quantity of such items acquired during the preceding fiscal year exceeded $10,000). See 40 C.F.R part 247 for federal designation of items.]

      Contractor shall provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), “Comprehensive Procurement Guideline for Products Containing Recovered Materials,” 40 CFR part 247. The requirements of Section 6002 include: (A) procuring only items designated in guidelines of the U.S. EPA at 40 C.F.R. part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (B) procuring solid waste management services in a manner that maximizes energy and resource recovery; and (C) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 2 CFR § 200.323 outlines the requirements for procuring recovered materials when using federal funds, mandating that the procuring governmental entities and their contractors prioritize purchasing items made with recoverable materials when the purchase price or the value of the quantity acquired during the preceding fiscal year exceeds a certain threshold.

    • Single Source for Warranty Work

      Contractor shall be fully responsible for all warranty work. In addition, Contractor shall have or establish a single local Phoenix source that will accomplish or coordinate any necessary warranty work. Contractor shall respond to requests for repairs within 48 hours after a verbal request by the City.

    • Intellectual Property/Patent Rights & Rights in Data

      [These requirements apply to contracts for the performance of experimental, developmental, or research work.] 

      1. This Project is funded through a Federal award with FTA for experimental, developmental, or research work purposes. As such, certain Patent Rights and Data Rights apply to all subject data first produced in the performance of this Contract. Contractor shall grant AGENCY intellectual property access and licenses deemed necessary for the work performed under this Contract and in accordance with the requirements of 5 U.S.C. § 200, et seq., 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by FTA or U.S. DOT. The terms of an intellectual property agreement and software license rights will be finalized prior to execution of this Contract and shall, at a minimum, include the following restrictions: except for its own internal use, Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may Contractor authorize others to do so, without the written consent of FTA, until such time as FTA may have either released or approved the release of such data to the public. This restriction on publication, however, does not apply to any contract with an academic institution. For purposes of this Contract, the term “subject data” means recorded information whether or not copyrighted, and that is delivered or specified to be delivered as required by the Contract. Examples of “subject data” include, but are not limited to computer software, standards, specifications, engineering drawings and associated lists, process sheets, manuals, technical reports, catalog item identifications, and related information, but do not include financial reports, cost analyses, or other similar information used for performance or administration of the Contract.
      2. The Federal Government reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use for “Federal Government Purposes”: (1) any subject data developed under the Contract, whether or not a copyright has been obtained; and (2) any rights of copyright purchased by Contractor using federal assistance in whole or in part by the FTA. For “Federal Government Purposes,” means use only for the direct purposes of the Federal Government. Without the copyright owner’s consent, the Federal Government may not extend its Federal license to any other party.
      3. Unless FTA determines otherwise, Contractor performing experimental, developmental, or research work required as part of this Contract agrees to permit FTA to make available to the public, either FTA’s license in the copyright to any subject data developed in the course of the Contract, or a copy of the subject data first produced under the Contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of this Contract, is not completed for any reason whatsoever, all data developed under the Contract shall become subject data as defined herein and shall be delivered as the Federal Government may direct.
      4. Unless prohibited by state law, upon request by the Federal Government, Contractor shall indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government.
      5. Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent.
      6. Data developed by Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the Contract is exempt from the requirements herein, provided that Contractor identifies those data in writing at the time of delivery of the Contract work.
      7. Contractor shall include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance.
    • No Impairment of Title

      Contractor and its agents, employees, and contractors shall not cause or allow any person or entity to cause any lien, cloud, charge, or encumbrance to be filed, recorded, or imposed on the Airport or any portion thereof.

    • Warranty
    • No Personal Liability

      The City’s officers, officials, agents, and employees are not personally liable to Contractor for any default or breach of this Contract by the City, are not liable for any amount that may become due to Contractor, and are not obligated to perform under any provision of this Contract.

    • Compliance With National ITS Architecture Policy

      [These requirements apply only to contracts for National Intelligent Transportation System projects.]

      Contractor shall conform to the National Intelligent Transportation Systems (ITS) Architecture requirements of 23 U.S.C. § 517(d), unless it obtains an exemption from those requirements, and follow FTA Notice, “FTA National ITS Architecture Policy on Transit Projects,” 66 Fed. Reg. 1455, January 8, 2001, and all other applicable federal guidance.

    • Equipment Installation

      All equipment shall be completely assembled and installed by the Contractor and ready for use on the City’s property at N/A.

    • Successors and Assigns

      This Contract binds the parties and their owners, officers, directors, managers, members, agents, employees, representatives, trustees, executors, personal representatives, and successors.

    • NTD Reporting
      1. As a condition of benefitting from federal assistance for public transportation operations, Contractor and its subcontractors must: (A) facilitate compliance with 49 U.S.C. § 5335(a), which authorizes the National Transit Database (NTD); (B) conform to the NTD reporting system and the Uniform System of Accounts and Records; (C) comply with FTA regulations, “Uniform System of Accounts and Records and Reporting System,” 49 CFR Part 630; (D) report when required to the National Transit Database in accordance with FTA regulation 49 CFR Part 630, “National Transit Database,” and applicable FTA instructions: (1) any information relating to a transit asset inventory or condition assessment; and (2) such other information as FTA may require; (E) comply with any other applicable reporting regulations, and requirements; and (F) follow FTA guidance.
      2. Contractor and its subcontractors must facilitate compliance with 49 CFR part 630 and report when required (1) any data on assaults on transit workers; and (2) any data on fatalities that result from an impact with a bus.
    • Evaluation Literature

      Offers submitted for products considered by the Contractor to be equal or better than the products specified herein must be submitted with technical literature and/or product brochures for the City’s use to evaluate the offered products. Complete specifications, literature, illustrations, blueprints, photos etc. describing the offered product shall be included with the Offer. Contractor shall indicate any variation between the product offered and the literature submitted.

    • Industry Standards

      It is intended that the manufacturer in the selection of components will use material and design practices that are the best available in the industry for the type of operating conditions to which the item will be subjected. Component parts shall be selected to give maximum performance, service life and safety and not merely meet the minimum requirements of this specification. All parts, equipment and accessories shall conform in strength, quality of material and workmanship to recognized industry standards.

      The term “heavy duty” if used in these specifications shall mean that the item to which the term is applied shall exceed the usual quantity, quality, or capacity supplied with standard production items and it shall be able to withstand unusual straining, exposure, temperature, wear and use.

      The City reserves the right to waive minor variations if, in the opinion of the City’s authorized Department representative, the basic unit meets the general intent of these specifications.

      The product offered shall not include a major component that is of a prototype nature or has not been in production for a sufficient length of time to demonstrate reliability.

      If the specifications stated herein for component items do not comply with legal requirements, the Contractor shall so notify the City prior to the offer opening due date.

    • Trafficking In Persons

      Contractor and its subcontractors or their employees shall not: (A) engage in severe forms of trafficking in persons during the Contract Term as defined Section 103 of the Trafficking Victims Protection Act of 2000 (“TVPA”), as amended, 22 U.S.C. § 7102; (B) procure a commercial sex act during the Contract Term as defined Section 103 of the TVPA, as amended, 22 U.S.C. § 7102; or (C) use forced labor in the performance of the Contract. Contractor shall inform AGENCY immediately of any information Contractor receives from any source alleging a violation of a prohibition in this section. AGENCY may terminate this Contract for any violation of this section; such right of termination is in addition to all other remedies for noncompliance that are available to AGENCY.

    • Termination for Non-Appropriation of Funds

      This Contract is contingent on the appropriation of adequate funds by the Phoenix City Council for each fiscal year during the term of this Contract. If adequate funds are not appropriated, then this Contract shall terminate on June 30 of the last fiscal year for which funds were appropriated. The termination shall be without penalty or any liability by the City.

    • Breach and Remedies for Breach

      The occurrence of any of the following events shall be deemed a material breach of this Contract by Contractor:

      • Contractor fails to pay any amount when due and the failure continues for ten (10) days after notice from the City.
      • Except for the non-monetary events of breach listed below, Contractor fails to perform any non-monetary obligation under this Contract and the failure continues for ten (10) days after notice from the City.
      • Contractor fails to procure and maintain the insurance coverages required under this Contract and the failure continues for one (1) day after notice from the City.
      • Contractor breaches any other lease, contract, agreement, or permit it has with the City.
      • Contractor files a voluntary petition in bankruptcy; is adjudicated bankrupt or insolvent; takes the benefit of any law applicable to bankrupt or insolvent debtors; files a petition or action seeking reorganization, arrangement, composition, readjustment, liquidation, dissolution, or similar relief; seeks or acquiesces to the appointment of a trustee, receiver, or liquidator of all or a substantial part of Contractor’s assets; or makes any general assignment for the benefit of creditors.
      • Contractor violates any federal, state, or local law, rule, regulation, or ordinance related to this Contract and the violation continues for ten (10) days after notice from the City.

      Upon the occurrence of any breach by Contractor, the City may elect to do any or all the following at one time or over a period of time:

      • File a civil action or actions to, among other things, enforce this Contract and recover all amounts due, all attorney fees, court costs, and other expenses incurred.
      • Exercise any and all remedies allowed at law or in equity.
      • Recover all attorney fees, court costs, and other expenses incurred, whether or not a civil action or other judicial proceeding is filed.

      The City’s exercise of any remedy does not terminate and shall not be construed to terminate this Contract. Termination of this Contract must be evidenced by a writing signed by the City for that purpose. The foregoing list of remedies is not exhaustive, and the rights and remedies of the City under this Contract are non-exclusive.

    • Inspection and Acceptance

      Each product delivered shall be subject to complete inspection by the City prior to acceptance. Inspection criteria shall include, but not be limited to, conformity to the specifications, mechanical integrity, quality, workmanship and materials. Ten business days will be allowed for this process. If delivered items are unacceptable and returned to the Contractor prior to acceptance, an additional five business days will be allowed for inspection when subsequent delivery occurs. It shall be the Contractor’s responsibility to pick up unacceptable products, correct the deficiencies, and return the product following the corrections.

    • Privacy Act

      Contractor agrees to: (A) comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, Contractor agrees to obtain the express consent of the Federal Government before Contractor or its employees operate a system of records on behalf of the Federal Government. Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract; and (B) include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA.

    • Claims or Demands Against the City
      1. Contractor acknowledges and accepts the provisions of Chapter 18, Section 14 of the Charter of the City of Phoenix, pertaining to claims or demands against the City, including provisions therein for set-off of indebtedness to the City against demands on the City, and Contractor agrees to adhere to the prescribed procedure for presentation of claims and demands. Nothing in Chapter 18, Section 14 of the Charter of the City of Phoenix alters, amends or modifies the supplemental and complementary requirements of the State of Arizona Notice of Claim statutes, Arizona Revised Statutes §§ 12-821 and 12-821.01, pertaining to claims or demands against the City. If for any reason it is determined that the City Charter and state law conflict, then state law will control.
      2. Moreover, nothing in this Agreement will constitute a dispute resolution process, an administrative claims process, or contractual term as used in Arizona Revised Statutes § 12-821.01(C), sufficient to affect the date on which the cause of action accrues within Arizona Revised Statutes § 12-821.01(A) and (B).
    • Access for Elderly Individuals and Individuals with Disabilities

      Contractor agrees to comply with all applicable provisions of Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, 42 U.S.C. § 12101, et seq., and the Architectural Barrier Act of 1968, as amended, 42 U.S.C. § 4151, et seq. In addition, Contractor agrees to comply with applicable Federal implementing regulations.

    • Claims Against the City

      Contractor shall comply with the procedures set forth in Chapter XVIII, § 14 of the Charter of the City of Phoenix (claims or demands against the City) and A.R.S. § 12-821 and § 12-821.01 (notice of claim statutes) for presenting claims or demands against the City. Nothing in this Contract constitutes a contractual term that requires a dispute resolution process, an administrative claims process, or review process, as those terms are used in A.R.S. § 12-821.01(C), so as to affect the date on which a cause of action accrues under A.R.S. § 12-821.01(A) and (B).

    • Manuals

      All complete operating manuals and parts manuals are to be furnished upon delivery at no additional cost to the City. Manuals and other materials shall show all pump and accessories specifications and mechanical troubleshooting in paper and electronic media. 

    • Section 508 Compliance

       Any reports or information that will be provided to DOT or any other Federal agency must comply with Section 508 of the Rehabilitation Act of 1973.

    • New Equipment

      All items offered shall be new equipment supplied from the manufacturer. Offers for remanufactured/refurbished equipment will be considered as non-responsive and rejected.

    • Delinquent Account Fee

      Any amount that is not paid by Contractor when due is deemed delinquent. If the delinquent amount remains unpaid for ten (10) days, then a delinquent account fee of eighteen percent (18%) per annum shall be assessed according to Phoenix City Code § 4-7. Delinquent account fees shall be computed and accrued on a daily basis and assessed until the account balance, including delinquent account fees, is paid in full. Delinquent account fees are due from Contractor upon demand by the City.

    • Entire Agreement

      This Contract constitutes the entire agreement between the parties and supersedes all prior written and oral agreements, understandings, discussions, proposals, negotiations, communications, representations, and correspondence related to this Contract. The parties are not bound by any obligation not provided for in this Contract. Contractor certifies that it was not induced to enter into this Contract by any misrepresentation, undue influence, or coercion by the City or any of its officers, officials, agents, or employees. The Exhibits attached to this Contract are material parts of this Contract and are incorporated herein by this reference.

    • Product Discontinuance

      The City may award contracts for products and/or models of equipment because of this solicitation. If a product or model is discontinued by the manufacturer, the City, in its sole discretion, may allow the Contractor to provide a substitute for the discontinued item. Contractor shall request permission to substitute a new product or model and will provide the following:

      • A formal announcement from the manufacturer that the product or model has been discontinued.
      • Documentation from the manufacturer that names the replacement product or model.
      • Documentation that provides clear and convincing evidence that the replacement meets or exceeds all specifications required by the original solicitation.
      • Documentation that provides clear and convincing evidence that the replacement will be compatible with all functions or uses of the discontinued product or model.
      • Documentation from the manufacturer confirming that the price for the replacement item will be the same as the discontinued item.
      • The Chief Procurement Officer will be the sole judge in determining the allowable substitute, new product or model change for discontinued item.
    • Fair Interpretation

      Contractor agrees that the rule that ambiguous or vague language in a contract is construed against the drafter is waived and does not apply to this Contract. Contractor agrees that this Contract shall be interpreted fairly and not against the City simply because the City drafted this Contract.

    • Over the Counter Purchases

      To support daily operations, Contractor must be a local stocking distributor able to supply material on a walk-in, over-the-counter basis. Most purchases will be this type. Orders may be called in or e-mailed for will-call pickup or delivery by the Contractor. Contractor must have a purchase order number or shopping cart number before releasing materials.

      Contractor must maintain a record of the full name of the person picking up materials and their city department. The city employee receiving the goods must sign for all items picked up, using a complete signature and shall obtain an itemized receipt, packing slip, or delivery ticket. The receipt, packing slip, or delivery ticket number must be referenced on the final invoice.

      Contractor must be capable of retrieving information relating to invoices utilizing the purchase order number or shopping cart number given at the time the order was placed.

    • Pallet Charge

      All pallets supplied shall be non-refundable, no-deposit.

    • No Third-Party Beneficiaries

      The parties expressly agree that this Agreement is not intended by any of its provisions to create any right of the public or any member thereof as a third-party beneficiary nor to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement.

    • Pre-Delivery Inspection

      Onsite inspection of the first unit may be required before delivery. The City reserves the right to inspect the first unit at the factory. This pre-delivery inspection does not constitute final acceptance of the product.

    • No Third-Party Beneficiaries

      Except as expressly provided in this Contract, nothing contained herein creates or may be construed to create any right or privilege in any person or entity that is not a party to this Contract.

    • Removal and Trade-In of Equipment

      Trade-in equipment offered in this solicitation will be as-is, where-is with no warranty either expressed or implied as to current condition. All costs, labor, and equipment required for the removal will be the responsibility of the Contractor.

    • Contractor Requirements for the Mitigation of Heat-Related Illnesses and Injuries in the Workplace

      Any Contractor whose employees and contract workers perform work in an outdoor environment under this contract must keep on file a written heat safety plan. The City may request a copy of this plan and documentation of all heat safety and mitigation efforts currently implemented to prevent heat-related illnesses and injuries in the workplace. The plan must also be posted in English and Spanish on a bulletin board in a break room where it is accessible to employees. If a Contractor does not have a break room, the heat safety plan must be physically placed in a conspicuous location in the workplace where notices to employees are customarily posted. The heat safety plan must also include a contact number of the Contractor that all employees and contract workers can call if they need to inquire or report any heat safety issues and contain language that the Contractor will not retaliate against any employee or contract worker who reports an alleged heat safety violation or who otherwise avails themselves of the protections provided in this article. At a minimum, the heat safety and mitigation plan and documentation required under this provision shall include each of the following as it relates to heat safety and mitigation:

      1. Availability of sanitized cool drinking water free of charge at locations that are accessible to all employees and contract workers.
      2.  Ability to take regular and necessary breaks as needed and additional breaks for hydration.
      3. Access to shaded areas and/or air conditioning.
      4. Access to air conditioning in vehicles with enclosed cabs. Beginning on April 1, 2026, all Contractors shall regularly monitor and maintain a monthly log verifying that all such vehicles have properly functioning air conditioning per the manufacturer specifications and make that log available to the City upon request.
      5. Effective acclimatization practices to promote the physiological adaptations of employees or contract workers newly assigned or reassigned to work in an outside environment.
      6. Conduct training and make it available and understandable to all employees and contract workers on heat illness and injury that focuses on the environmental and personal risk factors, prevention, how to recognize and report signs and symptoms of heat illness and injury, how to administer appropriate first aid measures and how to report heat illness and injury to emergency medical personnel.

      The Contractor further agrees that this clause will be incorporated in all subcontracts with subcontractors, sublicensees or sublessees who may perform labor or services in connection with this contract. Additionally, the Contractor agrees to require all subcontractors, sublicensees or sublessees to include this clause in all contracts with any third party who is contracted to perform labor or services in connection with this contract. It is the obligation of the Contractor to ensure compliance by its subcontractors.

    • Repair and Replacement Parts Guarantee

      Following the expiration of any express or implied warranty applicable to those goods, furnished to the City under this contract, Contractor agrees to supply the City (as well as its agents, representatives, Contractors, and hires) with in-stock repair and replacement parts carrying a full manufacturer’s warranty at a cost that shall not exceed the cost it would charge if it were contracted to service or install those repair and replacement parts.

    • Title VI Solicitation Notice

      The City of Phoenix, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises and airport concession disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

    • Replacement Parts Availability

      A response to this solicitation shall constitute a guarantee by the Contractor that a stock of replacement parts for the specified equipment is locally available. Captive parts must be available within 48 hours following the placement of an order. Contractor shall provide parts delivery, to include deliveries on Saturday. If special handling and/or freight are required, the Contractor will assume all charges.

    • Samples
    • Start-up Supplies

      All necessary supplies for initial operation shall be provided with the equipment at the time of installation by the Contractor at no additional cost to the City.

    • Substitution of Specified Items

      Whenever in the specifications any item or process is requested or identified by manufacturer name, proprietary name, or patent such specifications shall be used to facilitate descriptions of the item or process and shall be followed by the words “or equal”. The Contractor may offer any item or process that is equal in every respect. However, if the item or process delivered is not, in the opinion of the City of Phoenix, equal in every respect to the specifications, then the Contractor must furnish the item or material that is equal, in the opinion of the City.

    • Training
    • Communication in English

      It is mandatory that the Contractor’s lead person assigned to any City facility can speak, read, and write in English to effectively communicate with City staff.

    • Contract Manager
    • Contract Administrator
    • Contractor Assignments

      The Contractor hereby agrees that any of its employees who may be assigned to a City site to satisfy obligations under this contract shall be used exclusively for that purpose during the hours when they are working in areas covered by this contract and shall perform no work at other City facilities. If other services, in addition to or separate from, the services specified herein, may be deemed necessary by the Chief Procurement Officer or his authorized representative, the Contractor may be requested to perform the additional or special service.

    • Final Inspection and Approval

      The Contractor will request the City’s authorized Department representative to conduct a site inspection after the project is complete. City’s authorized Department representative will prepare a “punch-list” during the inspection and will forward a copy to the Contractor.

      After the “punch-list” items have been corrected, the Contractor will request a final inspection with the authorized Department representative. Final project approval is contingent upon the City authorized Department representative’s final inspection and written approval.

    • Pre-Construction Conference

      A pre-construction conference will be held by the City’s authorized Department representative prior to commencement of any work on the project. The purpose of this conference is to discuss critical elements of the work schedule and operational problems and procedures.

    • Service Locations

      To minimize the City’s transportation and handling costs, the Contractor’s location(s) will be a factor in the City’s award decision.

    • Specifications

      The specifications and/or drawings associated with this project are intended to generally describe a complete installation. Any additional materials or labor required for the complete project as intended shall be provided by the Contractor, even if it has not been detailed in this document.

    • Storage Space

      The Contractor may store supplies, materials and equipment in a storage area on the City facility premises designated by the City’s authorized Department representative during work. The Contractor agrees to keep its portion of this storage area in accordance with all applicable fire regulations. The use of City storage facilities will be on a space available basis and subject to the approval of the City’s authorized Department representative.

      No materials or equipment will be stored or temporarily set in restrooms, under stairwells or other spaces accessible to the public. Hazardous chemicals such as solvent based strippers and cleaners will not be stored on City property.

      If storage is in an electrical closet, a minimum of 36 inches shall be provided in front of all electrical panels. The width shall be a minimum of 30 inches or the width of the panel. The width of working space in front of the electrical equipment shall be the width of the equipment or 30 inches, whichever is greater. In all cases, the work space shall permit at least a 90-degree opening of equipment.

    • Telephone Use

      Contractor shall be allowed job-related use of City telephone service at no cost to the Contractor and as designated by the City for use. The Contractor will pay any cost to repair damage caused by Contractor to the telephone equipment over and above normal wear and tear. Toll calls are not permitted by Contractor employees.

      A list of emergency telephone numbers shall be maintained at the work locations by the Contractor and will include the Police and Fire Departments.

      Personal cell phone use by Contractor employees is prohibited while performing duties under this contract. Telephone calls from all types of phones are restricted to breaks and lunches. Emergency calls will be placed and received at designated City telephones only. This includes communications between Contractor Management and onsite employees.

    • Transition of Contract

      Contractor will, without limitation, provide important information to a successor Contractor and the City to ensure continuity of service at the required level of proficiency and agrees to provide to the City all files, supplies, data, records, and any other properties or materials of the City, which the City owns or has rights to pursuant to this contract and which are in the possession of Contractor. The provisions of this section will survive the expiration or termination of this contract.

    • Types of Work Supervision

      The Contractor shall provide onsite supervision and appropriate training to assure competent performance of the work. Contractor or authorized agent will make sufficient daily routine inspections to ensure the work is performed as required by this contract.

    • Background Screening

      Contractor agrees that all Contractor and subcontractors’ workers (collectively “Contract Worker(s))” pursuant to this Agreement will be subject to background and security checks and screening (collectively “Background Screening”) at Contractor’s sole cost and expense, unless otherwise provided for in the scope of work. Contractor’s background screening will comply with all applicable laws, rules and regulations. Contractor further agrees that the background screening is necessary to preserve and protect the public health, safety and welfare. The City requires a completed Contract Worker Badge/Key/Intrusion Detection Responsibilities Agreement for each Contract Worker who requires a badge or key.

    • Background Screening Risk Level

      The City has established two levels of risk: Standard and Maximum risk. If the scope of work changes, the City may amend the level of risk, which could require the Contractor to incur additional contract costs to obtain background screens or badges.

    • Terms of This Section Applicable to all Contractor’s Contracts and Subcontracts

      Contractor will include Contract Worker background screening in all contracts and subcontracts for services furnished under this agreement.

    • Materiality of Background Screening Requirements; Indemnity

      The background screening requirements are material to City’s entry into this agreement and any breach of these provisions will be deemed a material breach of this contract. In addition to the indemnity provisions set forth in this agreement, Contractor will defend, indemnify and hold harmless the City for all claims arising out of this background screening section including, but not limited to, the disqualifications of a Contract Worker by Contractor. The background screening requirements are the minimum requirements for the Agreement. The City in no way warrants that these minimum requirements are sufficient to protect Contractor from any liabilities that may arise out of the Contractor’s services under this Agreement or Contractor’s failure to comply with this section. Therefore, Contractor and its Contract Workers will take any reasonable, prudent and necessary measures to preserve and protect public health, safety and welfare when providing services under this Agreement.

    • Continuing Duty; Audit

      Contractor’s obligations and requirements will continue throughout the entire term of this Agreement. Contractor will maintain all records and documents related to all background screenings and the City reserves the right to audit Contractor’s records.

    • Variances and Exemptions

      Contract Workers who fall under the following areas may be considered exempt from this policy:

      • Federal Homeland Defense Bureau.
      • Transportation Security Administration.
      • Federal Aviation Administration.
      • Department of Public Safety (DPS) Administration – presenting a current Level One Department of Public Safety fingerprint card.
      • Arizona or other State Bars.
      • Other background checks performed within the last three to five years may be approved if they fit all required criteria herein, at the City’s discretion. 
    • Contractor’s Default; Liquidated Damages; Reservation of Remedies for Material Breach

      If Contractor is required to access any City facilities without an escort, City badging is required. Contractor’s default under this section will include, but is not limited to, the following: 

      • Contract Worker gains access to a City facility(s) without the proper badge or key;
      • Contract Worker uses a badge or key of another to gain access to a City facility;
      • Contract Worker commences services under this agreement without the proper badge, key or background screening;
      • Contract Worker or Contractor submits false information or negligently submits wrong information to the City to obtain a badge, key or applicable background screening; or
      • Contractor fails to collect and timely return Contract Worker’s badge or key upon termination of Contract Worker’s employment, reassignment of Contract Worker to another City facility or upon the expiration, cancellation or termination of this Agreement.
      • Contractor acknowledges and agrees that the access control, badge and key requirements in this section are necessary to preserve and protect the public health, safety and welfare. Accordingly, Contractor agrees to properly cure any default under this section within three business days (excluding weekends and City holidays) from the date notice of default is sent by the City. The parties agree that Contractor’s failure to properly cure any default under this section will constitute a breach of this section. In addition to any other remedy available to the City at law or in equity, the Contractor will be liable for and pay to the City the sum of $1,000.00 for each breach by Contractor in this section. The parties further agree that the sum fixed above is reasonable and approximates the actual or anticipated loss to the City at the time and making of this agreement if Contractor breaches this section. Further, the parties expressly acknowledge and agree to the fixed sum set forth above because of the difficulty of proving the City’s actual damages if Contractor breaches this section. The parties further agree that three breaches by Contractor in this section arising out of any default within a consecutive period of three months or three breaches by Contractor in this section arising out of the same default within a period of 12 consecutive months will constitute a material breach of this agreement by Contractor and the City expressly reserves all of its rights, remedies and interests under this agreement, at law and in equity including, but not limited to, termination of this agreement.
    • Employee Identification and Access

      Contract Workers are forbidden access to designated restricted areas. Access to each building will be as directed by the authorized Phoenix authorized representative. Contract Workers are not authorized access other than during scheduled hours. Access to the building will be directed by the City's authorized representative.

      Only authorized Contract Workers are allowed on the premises of the City facilities/buildings. Contract Workers are not to be accompanied in the work area by acquaintances, family members, assistants or any other person unless said person is an authorized Contract Worker.

      Unless otherwise provided for in the scope of work: 

      • Contract Workers must always have city issued badges and some form of verifiable company identification (badge, uniform, employee id).
      • Contractor will supply a list of the names and titles of all employees requiring access to the buildings. It is the Contractor's responsibility to provide updates and changes of personnel as necessary.
    • Key Access Procedures

      If the Contractor Worker’s services require keyed access to enter a City facility(ies), a separate key issue/return form must be completed and submitted by the Contractor for each key issued. Contractor must submit the completed key issue/return form to the appropriate badging office.

      Stolen or Lost Badges or Keys 

      Contractor must immediately report lost or stolen badges or keys to the City’s appropriate badging office. If the badge/key was stolen, Contract Worker’s must report the theft to their local police department. Prior to issuance of a new badge or key, a new badge application or key issue form must be completed, submittal of a police department report for stolen badges, and applicable payment of the fee(s) listed herein.

      Return of Badge or Key

      All badges and keys are the property of the City and must be returned to the City at the badging office within one business day (excluding weekends and City holidays) of when the Contract Worker’s access to a City facility is no longer required to furnish the services under this agreement. Contractor will collect a Contract Worker’s badge and key(s) upon the termination of the Contract Worker’s employment; when the Contractor Worker’s services are no longer required at a City facility(s); or upon termination, cancellation or expiration of this agreement.

      Badge and Key Fees

      The following constitute the badge and key fees under this agreement, which shall be paid for at the Contractor’s sole cost and expense, unless otherwise provided for in the scope of work. The City reserves the right to amend these fees upon a 30-day prior written notice to Contractor.

      Initial Badge Fee: $55.00 per application

      Replacement Badge Fee: $55.00 per badge

      Lost/Stolen Badge Fee: $55.00 per badge

      Replacement Key Fee: $55.00 per key

      Replacement Locks: $55.00 per lock

    • Background Screening – Standard Risk
      1. Determined Risk Level: The current risk level and background screening required is STANDARD RISK LEVEL
      2. Standard Risk Level: A standard risk background screening will be performed when the Contract Worker’s work assignment will:
        1. require a badge or key for access to City facilities; or
        2. allow any access to sensitive, confidential records, personal identifying information or restricted City information; or
        3. allow unescorted access to City facilities during normal and non-business hours.
      3. Requirements: The background screening for this standard risk level will include a background check for real identity/legal name and will include felony and misdemeanor records from any county in the United States, the state of Arizona, plus any other jurisdiction where the Contractor worker has lived at any time in the preceding seven years from the Contract Worker’s proposed date of hire.
      4. Contractor Certification; City Approval of Background Screening: Unless otherwise provided for in the Scope, Contractor will be responsible for:
        1. determining whether Contract Worker(s) are disqualified from performing work for the City for standard risk level background checks; and,
        2. for reviewing the results of the background check every five years; and,
        3. to engage in whatever due diligence is necessary to make the decision on whether to disqualify a Contract Worker; and,
        4. Submitting the list of qualified Contract Workers to the contracting department.
        5. For sole proprietors, the Contractor must comply with the background check for himself and any business partners, or members or employees who will assist on the contract and for whom the requirements of the Agreement apply.
        6. By executing this agreement, Contractor certifies and warrants that Contractor has read the background screening requirements and criteria in this section, and that all background screening information furnished to the City is accurate and current. Also, by executing this agreement, Contractor further certifies and warrants that Contractor has satisfied all background screening requirements for the standard risk background screening, and verified legal worker status, as required.
    • Background Screening – Maximum Risk
      1. Determined Risk Level: The current risk level and background screening required is MAXIMUM RISK.
      2. Maximum Risk Level: A maximum risk background screening will be performed every five years when the Contract Worker’s work assignment will:
        1. work directly with vulnerable adults or children, (under age 18); or
        2. any responsibility for the receipt of payment of City funds or control of inventories, assets, or records that are at risk of misappropriation; or 
        3. unescorted access to:
          1. City data centers, money rooms, high-value equipment rooms; or
          2. unescorted access to private residences; or
          3. access to critical infrastructure sites/facilities
      3. Requirements: The background screening for maximum risk level will include a background check for real identity/legal name and will include felony and misdemeanor records from any county in the United States, the State of Arizona, plus any other jurisdiction where the Contractor worker has lived at any time in the preceding seven years from the Contract Worker’s proposed date of hire. In addition, Maximum screening levels may require additional checks as included herein, depending on the scope of work, and may be amended if the scope of work changes.
    • Additional Maximum Risk Background Checks

      Maximum screening will additionally require:

      • Credit Check (for cash handling, accounting, and compliance positions only) 
      • Driving records (for driving positions only)
    • Maximum Risk Background Criminal Justice Information Services (CJIS) Check Must Include
      • Criminal records - Conviction of a misdemeanor(s) (not including traffic or parking violation) or felony(ies).
      • Sexual offender search
      • All outstanding warrants
      • Currently the focus of a criminal investigation
      • Currently on parole or probation
    • Maximum Risk Background Check for Child Care Staff Member
      • A Federal Bureau of Investigation fingerprint check using Next Generation Identification;
      • A search of the National Crime Information Center’s National Sex Offender Registry; and
      • A search of the following registries, repositories, or databases in the State where the child care staff member resides and each State where resided during the preceding five years:
      • State criminal registry or repository, with the use of fingerprints being:
        • Required in the State where the staff member resides;
        • Optional in other States;
        • State sex offender registry or repository; and
        • State-based child abuse and neglect registry and database.
    • Contractor Certification; City Approval of Maximum Risk Background Screening

      Unless otherwise provided for in the Scope of Work, Contractor will be responsible for:

      1. determining whether Contract Worker(s) are disqualified from performing work for the City for maximum risk level background checks; and,
      2. submitting pass/fail results to the City for approval; and,
      3. reviewing the results of the background check every three to five years, dependent on scope; and,
      4. to engage in whatever due diligence is necessary to make the decision on whether to disqualify a Contract Worker; and,
      5. Submitting the list of qualified Contract Workers to the contracting department; and,
      6. If, upon review of the background information, the City will advise the Contractor if it believes a Contract Worker should be disqualified. The Contractor will evaluate the Contract Worker and if the Contractor believes that there are extenuating circumstances that suggest that the person should not be disqualified, the Contractor will discuss those circumstances with the contracting department. The contracting department decision on disqualification of a Contract Worker is final.
      7. For sole proprietors, the Contractor must comply with the background check for himself and any business partners, or members or employees who will assist on the contract and for whom the requirements of the Agreement apply.
      8. By executing this agreement, Contractor certifies and warrants that Contractor has read the background screening requirements and criteria in this section, and that all background screening information furnished to the City is accurate and current.
      9. The City final documented decision will be an “approve” or “deny” for identified Contract Workers.
      10. The City will not keep records related to background checks once they are confirmed. Information to verify the results will be returned to the Contractor, or any contracted agency that assists with review, after the City’s completed review.
      11. By executing this agreement, Contractor further certifies and warrants that Contractor has satisfied all such background screening requirements for the maximum risk background screening, and verified legal worker status, as required.
      12. Contract Workers will not apply for the appropriate City of Phoenix identification and access badge or keys until Contractor has received the City’s written acceptance of Contract Worker’s maximum risk background screening. The City may, in its sole discretion, accept or reject any or all the Contract Workers proposed by Contractor for performing work under this Agreement. A Contract Worker rejected for work at a maximum risk level under this agreement will not be proposed to perform work under other city contracts or engagements without city’s prior written approval.
      13. The Contractor will submit prior to scheduling any services, a current list of names, addresses, and social security numbers of all employees requiring access to the facility. The Contractor is responsible for obtaining security clearance from the Police Department for all employees. The City reserves the right to change the restricted areas as needed. The Contractor grants the rights to the Police Department to conduct background checks of all employees entering the building. All employees will submit to the background check before access to the facility is given.
      14. The background checks will be conducted prior to any employee entering to work and will be based upon information provided to the Police Department including, but not limited to: name, address, date and place of birth, social security number, INS number if applicable, and a copy of a valid photo identification. The information will be provided to the City’s authorized Department representative at least five business days (excluding weekends and holidays) in advance of the need for access. The form will be provided by the City’s authorized Department representative. The City’s authorized Department representative will conduct the security check.
      15. The City may, at any time, in its sole discretion, refuse to allow an employee access to an area for any of the following reasons, but not limited to:
        1. Conviction of a felony.
        2. Conviction of a misdemeanor (not including traffic or parking violation).
        3. Any outstanding warrants (including traffic and parking violations).
        4. A person currently on parole or probation.
        5. A person currently involved in an investigation.
    • Contract Worker Background Screening

      Contractor agrees that all Contract Workers that Contractor allows to perform work under this Contract shall be subject to background and security checks and screening (Background Screening). Contractor must pay for the cost of all Background Screenings, unless otherwise provided in the Scope of Work. Contractor agrees that Background Screenings required by this Section is necessary to preserve and protect public health, safety, and welfare. The Background Screening requirements set forth in this Section are the minimum requirements for this Contract. The City does not warrant or represent that the minimum requirements are sufficient to protect Contractor from any liability that may arise out of Contractor’s work under this Contract or Contractor’s failure to comply with this Section. Therefore, in addition to the Background Screening measures set forth below, Contractor and its Contract Workers shall take such other reasonable, prudent, and necessary measures to further preserve and protect public health, safety, and welfare when providing work under this Contract.

      As used in this Section, “Contract Worker” means a person performing work for the City, including (1) a person or entity that has a contract with the City, (2) a worker of a person or entity that has a contract with the City, (3) a worker of a subcontractor of a person or entity that has a contract with the City, and (4) a worker of a tenant of the City. (City of Phoenix A.R. 4.45)

    • Legal Worker Background Check

      Pursuant to Arizona Revised Statutes (A.R.S.) § 41-4401, Contractor must verify the legal Arizona worker status of each Contract Worker. Contractor must conduct and all Contract Workers must pass a background check for their real identity and legal name prior to performing any work under this Contract.

    • City Rights Regarding Security Inquiries

      In addition to a Legal Worker Background Check, the City reserves the right to require Contractor to:

      1. Have a Contract Worker provide fingerprints and execute any document that is necessary to obtain criminal justice information pursuant to A.R.S. § 41-1750(G)(4) or Phoenix City Code § 4-22 or both;
      2. Act on newly acquired information, whether or not the information should have been previously discovered;
      3. Unilaterally change its standards and criteria related to the acceptability of Contract Workers; and
      4. Object, at any time and for any reason, to a Contract Worker performing work under this Contract, including supervision and oversight services.
    • Contractor Certification

      By entering into this Contract, Contractor certifies that Contractor has read the Background Screening requirements and criteria in this Section, understands them, and that all Background Screening information furnished to the City is accurate, complete, and current. A Contract Worker that is rejected for work under this Contract shall not perform any work under any other contract or engagement Contractor has with the City without the City’s prior written approval.

    • Contractor’s Contracts and Subcontracts

      Contractor shall include the terms of this Section for Contract Worker Background Screening in all contracts and subcontracts for work performed under this Contract, including supervision and oversight services.

    • Materiality of Background Screening Requirements and Indemnity

      The Background Screening requirements of this Section are material to the City’s decision to enter into this Contract. Any breach of this Section by Contractor shall be deemed a material breach of this Contract. In addition to any other indemnification provision in this Contract, Contractor shall defend, indemnify, and hold harmless the City from and against any and all claims, actions, liabilities, damages, losses, and expenses (Claims) arising out of this Background Screening Section, including the Contractor’s disqualification of any Contract Worker or the City’s failure to enforce this Section.

    • Continuing Duty and Audit

      Contractor’s obligation to ensure that all Contract Workers pass a Background Screening pursuant to Section shall continue throughout the entire term of this Contract. Contractor shall immediately notify the City of any change to a Contract Worker’s Background Screening. Contractor shall maintain all records and documents related to all Background Screenings and the City reserves the right to audit Contractor’s compliance with this Section.

    • Contract Worker Access Controls and Airport Security Badge Requirements

      Contractor shall not allow a Contract Worker to begin work under this Contract until Contractor has completed the Background Screening required by the City and the City has issued the appropriate airport security badge to the Contract Worker. The airport security badge will grant the Contract Worker unescorted access authority only to the area or areas of the Airport that the Contract Worker must enter in order to perform work under this Contract. When a Contract Worker’s work in any area ends, the Contract Worker’s access authority to that area ends. Any Contract Worker that attempts to enter a restricted area or sterile area, as those terms are defined below, of the Airport without proper authority is an immediate breach of this Contract.

    • Security Identification Display Area (SIDA) Badge Process

      Each Contract Worker that needs unescorted access authority to a restricted or sterile area of the Airport in order to perform work under this Contract must receive a security identification display area (SIDA) badge from the Aviation Department’s Public Safety and Security Division’s Badging Office. Contractor must make arrangements with the City to have each Contract Worker proceed to the Badging Office for processing. The Badging Office will not issue a SIDA badge until the Contract Worker passes a fingerprint-based criminal history background check (CHRC) required by federal law (49 C.F.R. § 1542.209) and § 4-22(C) of the Phoenix City Code and passes a security threat assessment as mandated by the TSA through a security directive (49 C.F.R. § 1542.303). The Contract Worker shall comply with all requirements of and furnish all information requested by the Badging Office. Contractor shall pay for all fees associated with SIDA badging process, unless otherwise provided in the Scope of Work. Fees will be assessed according to § 4-22(D) of the Phoenix City Code. Current badging procedures and fees are available for review at: https://www.skyharbor.com/airport-business/security-badging/.

      As used in this Section, “restricted area” means the secured area and SIDA area of the Airport. “Secured area” means the part of the Airport in which certain federal security measures are implemented and where airlines enplane and deplane passengers and load baggage. “SIDA area” means the secured area and other areas designated by the Aviation Department, which include air operation areas, ground transportation areas, and the Rental Car Center security doors. “Sterile area” means the part of the Airport that provides passengers access to board aircraft and is controlled by the TSA or the airline by screening of persons and property. See § 4-22 of the Phoenix City Code and Rules 05-01 and 05-09 of the Aviation Department Rules and Regulations for a complete definition of the foregoing terms.

    • Risk-Based Background Check Process

      The City has established two levels of risk for Contract Worker background checks: standard risk and maximum risk. If the Scope of Work changes, the City may change the level of risk, which may require Contractor conduct additional investigations and incur additional costs in order to process a background check and obtain the required airport security badge. Contract Workers who receive a SIDA badge are exempt from a standard and maximum risk background check.

      A STANDARD RISK [or MAXIMUM RISK] BACKGROUND CHECK is required for all non-exempt Contract Workers performing work under this Contract.

      As used in this Section, “background check” means the fact-gathering process described in City of Phoenix A.R. 4.45 that is conducted to obtain information regarding a Contract Worker’s legal Arizona eligibility, criminal history, driving history, certifications, and other matters that may affect the Contract Worker’s ability or fitness to perform work under this Contract.

      1. Before any work is performed under this Contract, Contractor shall provide the City with a list of its Contract Workers.
      2. If any dispute arises related to a background check process or criminal history check information, then Contractor and the affected Contract Worker will resolve the dispute. The City will not get involved in resolving any such dispute.
      3. In making the determination whether information in a background check renders the Contract Worker disqualified, Contractor should be guided by the following principles and guidelines:
        1. Disqualification should not be based solely on a criminal conviction, unless the conviction related to performance under this Contract.
        2. Arrests that did not result in a conviction being entered or charges being filed may not be considered.
        3. Not all criminal convictions or other negative information obtained in a background check will disqualify a Contract Worker from working under this Contract.
        4. Contractor must evaluate the relevance of the information to the work the Contract Worker will perform under this Contract.
        5. Contractor must consider the following factors in determining whether negative background information disqualifies a Contract Worker:
          • Duties of the position
          • Time, nature, and number of negative events and convictions
          • Attempts and extent of rehabilitation efforts
          • The relation between the duties of the position and the nature of the crime committed
      4. The analysis of whether any information in a background check is a potentially disqualifying factor involves looking at the requirements of the Contract, the Scope of Work, where the work will be performed, the need for access to restricted areas, and the type of persons or places the Contract Worker will encounter. Contractor should review the background check results and determine whether the nature of the conviction or crime reported would create a risk to the City based on the Contract’s requirements.
        1. For a Contract Worker requiring a standard risk background check, potentially disqualifying convictions include a record of theft, identity theft, computer fraud or abuse, burglary, arson, crimes against property, violent crimes, or other crimes involving dishonesty, or embezzlement.
        2. For a Contract Worker requiring a maximum risk background check, potentially disqualifying convictions include a record of child molestation, assault, sexual assault, crimes against a person, public indecency, drug offenses, forgery, theft, burglary, arson, crimes against property, violent crimes, crimes for financial gain, identity theft, computer fraud or abuse, and embezzlement.
      5. If a background check shows that the disposition of an arrest is unknown, then Contractor must determine the disposition of the arrest.
      6. Contractor will obtain a Contract Worker disclosure from each Contract Worker who will perform work under this Contract. Contractor will provide the Contract Worker disclosures to the City upon request. “Contract Worker disclosure” means an affidavit by a Contract Worker disclosing his or her prior criminal record. The Contract Worker disclosure must list all criminal convictions, including the nature of the crime, the date of the conviction, and the location where the crime and conviction occurred. The Contract Worker disclosure also grants to the City the right to review the background check results. (City of Phoenix A.R. 4.45)
      7. In a standard risk background check, Contractor must review the results of the background check and decide if a Contract Worker should be disqualified for work under this Contract. Contractor must engage in whatever due diligence is necessary to make the decision on whether to disqualify a Contract Worker. After Contractor has made its decisions, a list of names of qualified Contract Workers will be provided to the City.
      8. In a maximum risk background check, Contractor must conduct the same review as in a standard risk background check. However, when submitting its list of qualified Contract Workers, Contractor must also submit the results of the background checks to the City for review. After its review, the City will either approve or deny each Contract Worker.
        1. If the City approves a Contract Worker, then the City will notify Contractor of that fact and the Aviation Department will issue the appropriate airport security badge to the Contract Worker.
        2. If the City denies a Contract Worker, then the City will notify Contractor of that fact and Contractor will reevaluate the Contract Worker to determine whether the person should be disqualified. If Contractor believes there are extenuating circumstances that suggest that the Contract Worker should not be disqualified, then Contractor will discuss those circumstances with the City. The City will review the matter and its decision on disqualification is final.
        3. The City may set up a secure folder or drop box for confidential materials related to maximum risk background checks. The City will not keep records related to maximum risk background checks after they are reviewed.
      9. If Contractor is a sole proprietor, Contractor must submit to the City a copy of his or her own background check and a background check for all business partners, member, and employees that will work under this Contract and for whom the background check requirements of City of Phoenix A.R. 4.45 apply.
      10. Contractor shall determine whether a Contract Worker is disqualified from performing work under this Contract.
    • Standard Risk Background Check

      A standard risk background check must be conducted for the term of this Contract or five (5) years, whichever is shorter. Contractor shall conduct a standard risk background check on all Contract Workers whose work under this Contract requires:

      • An airport security badge or key for access to City facilities,
      • Access to sensitive information, confidential records, personal identifying information, or restricted City information, or
      • Unescorted access to City facilities during normal and non-business hours.

      “Personal identifying information” is defined by City of Phoenix A.R. 4.45.

    • Scope of the Standard Risk Background Check

      The standard risk background check conducted by Contractor must be based on the real identity and legal name of the Contract Worker and include felony and misdemeanor records checks from any county in the United States, the state of Arizona, and any other jurisdiction where the Contractor Worker has lived at any time in the last seven (7) years.

    • Maximum Risk Background Check

      A maximum risk background check must be conducted for the term of this Contract or five (5) years, whichever is shorter. Contractor shall conduct a maximum risk background check on all Contract Workers whose work under this Contract requires:

      • Working directly with a vulnerable adult or child under age 18,
      • Any responsibility for the receipt of payment of City funds or control of inventories, assets, or records that are at risk of misappropriation,
      • Unescorted access to City data centers, money rooms, high-valve equipment rooms,
      • Access to a private residence,
      • Access to Homeland Defense Bureau-identified critical infrastructure sites or facilities, or
      • Responsibility or access to City-identified critical infrastructure sites, City networks or data, cyber/IT/network assets, digital or cyber assets, workstations, or servers, by either remote or direct access.
    • Scope of the Maximum Risk Background Check

      The maximum risk background check conducted by Contractor must include the search criteria conducted under a standard risk background check in addition to a search for all felony and misdemeanor convictions (not including traffic or parking violations), a sex offender check, and a search for all outstanding warrants. Based on the Scope of Work, Contractor shall also conduct a credit check (for cash handling, accounting, and compliance positions only), driving records check (for driving positions only), and fingerprint verification when the Contract Worker is working directly with a child under age 18 or a vulnerable adult or the work under the Contract will take the Contract Worker to a criminal justice information system (CJIS) location.

      Maximum risk background checks are valid for the term of this Contract or three (3) years, whichever is shorter.

    • Airport Security Badge Handling Procedures

      Contractor will comply with the following airport security badge handling procedures:

      Key Access Procedures. If a Contract Worker requires keyed access to enter a City facility, then a separate key will be issued and Contractor must complete a return form and submit it to the City for each key issued.

      Stolen or Lost Badges or Keys. Contractor shall immediately report any lost or stolen airport security badge or key to the City. A new airport security badge application or key issue form must be completed and submitted along with payment of the applicable fee prior to issuance of a new airport security badge or key.

      Return of Badges or Keys. All airport security badges and keys are the property of the City and must be returned to the Badging Office within one (1) business day after the Contract Worker’s access to a City facility is no longer required under this Contract. Contractor shall collect a Contract Worker’s airport security badge and all keys (1) when the Contract Worker’s employment is terminated, (2) when the Contract Worker’s services are no longer required at a City facility, or (3) when this Contract terminates, is cancelled, or expires, whichever occurs first.

      Employee Identification and Access. Contract Workers must have an airport security badge and some form of verifiable company identification in their possession at all times while working under this Contract, unless otherwise provided in the Scope of Work. Contract Workers are strictly prohibited from entering any area of the Airport that is not authorized by the airport security badge or key issued to them by the Badging Office. The Aviation Department will determine who will have access to the Airport. Contract Workers access authority is only valid during their scheduled hours. Contractor shall provide the City with updates and changes in personnel as they occur.

      Badge Fees. Contractor shall pay the airport security badge fees set forth in § 4-22(D) of the Phoenix City Code.

    • Contractor’s Breach of Aviation Security Procedures

      Contractor agrees that the access control, airport security badge, and key requirements in this Section are necessary to preserve and protect public health, safety, and welfare. Therefore, Contractor shall be deemed in immediate breach of this Section upon the occurrence of any of the following:

      • A Contract Worker gains access to a City facility or a restricted or secured area of the Airport without the proper airport security badge or key
      • A Contract Worker uses another person’s airport security badge or key to gain or attempt to gain access to a City facility or a restricted or secured area of the Airport
      • A Contract Worker begins work under this Contract without passing the appropriate Background Screening and being issued the proper airport security badge or key
      • A Contract Worker or Contractor submits false, incomplete, or misleading Background Screening information or submits any false, incomplete, or misleading information in an attempt to improperly obtain an airport security badge or key
      • Contractor fails to collect and timely return a Contract Worker’s airport security badge or key to the City within three days of the (1) date the Contract Worker’s employment terminates, (2) the date the Contract Worker is assignment to another City facility, or (3) when this Contract terminates, is cancelled, or expires, whichever occurs first
    • Liquidated Damages and Remedies for Breach of Aviation Security Procedures

      In addition to any other remedy available to the City at law or in equity, including the right to terminate this Contract, Contractor shall be liable for and shall pay to the City a stipulated damage in the amount of $1,000.00 for each breach of Aviation Security Procedures and for each time a Contract Worker entered a restricted or secured area of the Airport without proper authority. Contractor agrees that the stipulated damage amount is not a penalty, but is a reasonable estimate of the actual harm to the City caused by a breach and that the harm was very difficult to estimate at the time this Contract was entered into.

    • Contractor Certification

      Contractor certifies to the City that Contractor has read the foregoing Background Screening requirements and that all Background Screening information Contractor furnished to the City is accurate, complete, and current. Contractor further certifies to the City that Contractor has satisfied all Background Screening requirements and verified the legal worker status of each Contract Worker as required under this Section.

    • CJIS Security Addendum

      This agreement incorporates by reference the requirements of the Criminal Justice Information Services (CJIS) Security Policy (current version 5.9.1, dated October 1, 2022), and as referenced in Title 28 CFR 20.33(a)(7), issued by the Federal Bureau of Investigation, Criminal Justice Information Services Division, as in force as of the date of this Agreement and as may, from time to time hereafter, be amended. Contractor warrants that it has the technological capability to handle Criminal Justice Information (CJI), as that term is defined by the FBI CJIS Security Policy, in the manner required by the CJIS Security Policy. Contractor expressly acknowledges that the CJIS Security Policy places restrictions and limitations on the access to, use of, and dissemination of CJI and hereby warrants that its system abides by those restrictions and limitations.

      Private contractors are permitted access to criminal history record information systems pursuant to a specific agreement for the purpose of providing services for the administration of criminal justice pursuant to that agreement. Private contractors who perform the administration of criminal justice shall meet the same training and certification criteria required by governmental agencies performing a similar function, and shall be subject to the same extent of audit review as are local user agencies. In accordance with the CJIS Security Addendum, a minimum of a background check (fingerprint) will be administered and required through the Arizona state and federal criminal justice system for all contracted employees who may have access to CJIS information. Background checks (fingerprints) will be performed and received with required clearance prior to receipt of any CJIS information.

    • Confidentiality
      1. “Confidential Information” means all non-public, sensitive, or proprietary information disclosed or made available by City to Contractor or its affiliates, employees, contractors, partners, or agents (collectively “Recipient”), whether disclosed before or after the Effective Date, whether disclosed orally, in writing, or via permitted electronic access, and whether or not marked, designated, or otherwise identified as confidential. Confidential Information includes, but is not limited to: user contents, electronic data, meta data, employment data, network configurations, information security practices, strategic plans, financial accounts, protected personal data, protected health information, protected criminal justice information, and any other information that by the nature and circumstance of the disclosure should be deemed confidential. Confidential Information does not include this document or information that: (a) is now or subsequently becomes generally available to the public through no wrongful act or omission of Recipient; (b) Recipient can demonstrate by its written records to lawfully have had in its possession prior to receiving such information from the City; (c) Recipient can demonstrate by its written records to have been independently developed by Recipient without direct or indirect use of any Confidential Information; (d) Recipient lawfully obtains from a third party who has the right to transfer or disclose it; or (e) the City has approved in writing for disclosure.
      2. Recipient shall: (a) protect and safeguard Confidential Information with at least the same degree of care as Recipient would protect its own Confidential Information, but in no event with less than a commercially reasonable degree of care, such as ensuring data is encrypted in transit and at rest and maintaining appropriate technical and organizational measures in performing the services under the Agreement; (b) not use Confidential Information, or permit it to be accessed or used, for any purpose other than in accordance with the Agreement; (c) not use Confidential Information, or permit it to be accessed or used, in any manner that would constitute a violation of law, including without limitation export control and data privacy laws; and (d) not disclose Confidential Information except to the minimum number of recipients who have a need to know and who have been informed of and agree to abide by confidentiality obligations that are no less restrictive than the terms of this Agreement. If Recipient is required by law or court order to disclose any Confidential Information, Recipient will first give written notice to the City and provide the City with a meaningful opportunity to seek a protective order or limit disclosure.
      3. Upon the City’s written request or expiration of this Agreement, whichever is earlier, Recipient shall, at no additional costs to the City, promptly return or destroy all Confidential Information belonging to the City that Recipient has in its possession or control. After return or destruction of the Confidential Information, Recipient shall certify in writing as to its compliance with this paragraph.
      4. If applicable, Contractor agrees to comply with all City information technology policies and security standards, as may be updated from time to time, when accessing City networks and computerized systems whether onsite or remotely.
      5. A violation of this Section shall be deemed to cause irreparable harm that justifies injunctive relief in court. A violation of this Section may at the City’s discretion result in immediate termination of the Agreement without notice. The obligations of Contractor under this Section shall survive the termination of the Agreement.
    • Data Protection
      1. The parties agree this Section shall apply to the City’s Confidential Information and all categories of legally protected personally identifiable information (collectively “City Data”) that Contractor processes when providing products or services to the City. “Personally identifiable information” is defined as in the Federal Privacy Council’s Glossary available at: https://www.fpc.gov/resources/glossary/.
      2. As between the parties, the City is the data controller and owner of City Data and Contractor is a data processor. In this Section, the term “process,” “processing,” or its other variants shall mean:  an operation or set of operations which is performed on City Data, whether or not by automated means, including without limitation: collection, recording, copying, analyzing, caching, organizing, structuring, storage, adaptation, alteration, retrieval, transmission, dissemination, alignment, combination, restriction, erasure, or destruction.
      3. When Contractor processes City Data, Contractor shall, at no additional cost to the City:
        1. process City Data only within the United States, only for the intended purpose of providing the products or services to the City, and not for Contractor’s own purposes, including product research, product development, marketing, or commercial data mining, even if the City Data has been aggregated, anonymized, or pseudonymized;
        2. not input City Data into an artificial intelligence tool or prompt, unless expressly permitted by the City;
        3. implement and maintain appropriate technical and organizational measures to protect City Data against unauthorized or unlawful processing and against accidental loss, destruction, damage, theft, alteration or disclosure, including at a minimum, and as applicable, those measures specified by the National Institute of Standards and Technology (NIST) SP800-53; NIST Privacy Framework; NIST AI Risk Management Framework; Arizona Revised Statutes (A.R.S.) § 18-552 (Notification of security system breaches); A.R.S. § 44-7601 (Discarding and disposing of records containing personal identifying information); Health Information Technology for Economic and Clinical Health (HITECH) Act; Payment Card Industry Data Security Standards; and good industry practice; (When considering what measures are appropriate and in line with good industry practice, Contractor shall keep abreast of current regulatory trends in data security and the state of technological development to ensure a level of security appropriate to the nature of the data to be protected and the harm that might result from such unauthorized or unlawful processing or accidental loss, destruction, damage, theft, alteration or disclosure. At minimum, Contractor will timely remediate any vulnerabilities found within its network that are rated medium or more critical by the Common Vulnerability Scoring System (CVSS); however, Contractor must remediate vulnerabilities that are rated critical within 14 days and vulnerabilities that are rated high within 30 days. If requested by the City, Contractor shall promptly provide a written description of the technical and organizational methods it employs for processing City Data.)
        4. as applicable, implement and maintain appropriate policies and procedures to manage payment card service providers with whom Contractor shares sensitive financial information or cardholder data; and provide the City with a Qualified Security Assessor Attestation of Compliance for Payment Card Industry Data Security Standards on an annual basis, but no later than within 30 days of attestation report completion;
        5. not subcontract the processing of City Data to any third party (including affiliates, group companies or sub-contractors) without providing notice to the City and allowing the City a reasonable opportunity to object;
        6. ensure that any permitted sub-processor appointed by Contractor abide by data protection obligations that are no less restrictive than the terms of this Section; and remain fully liable to the City for the processing of City Data conducted by a sub-processor appointed by Contractor;
        7. take reasonable steps to ensure the competence and reliability of Contractor’s personnel or sub-processor who have access to the City Data, including verifications and background checks appropriate to the security level required for such data access;
        8. maintain written records of all information reasonably necessary to demonstrate Contractor’s compliance with this Agreement and applicable laws;
        9. allow the City or its authorized agents to conduct annual audit inspection for compliance with this Section; provided however, the City may at its sole discretion accept a qualified and industry recognized independent third-party assessment report or certification (such as SSAE 18 SOC 2 Type 2 or ISO/IEC 27001) provided by Contractor at no cost to the City in lieu of the audit inspection rights of this Section.
      4. If Contractor becomes aware of a security incident as defined by A.R.S. § 18-551 affecting City Data in the custody or control of Contractor or its sub-processor (each an “Incident”), Contractor shall notify the City at SOC@phoenix.gov without undue delay within 48 hours; and:
        1. provide the City with a detailed description of the Incident, the type of data that was the subject of the Incident, and the identity of each affected person as soon as such information can be collected or otherwise becomes available;
        2. act immediately, at Contractor’s own expense, to investigate the Incident and to identify, prevent, and mitigate the effects of the Incident and to carry out any recovery or other action necessary to remedy the Incident;
        3. cooperate with the City in investigating the occurrence, including making available all relevant records, logs, files, data reporting, and other materials required to comply with applicable laws or as otherwise required by the City; and
        4. not directly contact any individuals who may be impacted by the Incident or release or publish any filing, communication, notice, press release, or report concerning the Incident without the City’s prior written approval (except where required to do so by applicable laws).
      5. In addition to, and not in lieu of, all other rights and remedies available to the City, Contractor will defend, indemnify, and hold the City harmless against all losses, claims, costs, attorneys’ fees, damages or proceedings arising out of Contractor’s breach of this Section. A violation of this Section shall be deemed to cause irreparable harm that justifies injunctive relief in court. A violation of this Section may at the City’s discretion result in immediate termination of the Agreement without notice. The obligations of Contractor under this Section shall survive the termination of the Agreement.
    • Sensitive Security Information (SSI)

      Contractor shall comply with the requirements 49 C.F.R. Parts 15 and 1520, prohibiting the unauthorized release of Sensitive Security Documents, which includes photographs and/or videos taken of secured areas of the Airport. Upon the receipt or creation of any SSI documents, including photographs and/or videos taken of secured areas of the Airport, Contractor shall be required to complete and submit the attached City of Phoenix Aviation Department Sensitive Security Information Acknowledgment Form, marked Exhibit B and incorporated herein by this reference. Information on the maintenance, safeguarding and disclosure of SSI is available at https://www.tsa.gov/sites/default/files/ssi-best-practices-guide-for-non-dhs-employees.pdf.

    • Security Inquiries

      Contractor acknowledges that all of the employees that it provides pursuant to this Contract shall, at Contractor’s expense, be subject to background and security checks and screening at the request of the City. Contractor shall perform all such security inquiries and shall make the results available to the City for all employees considered for performing work (including supervision and oversight) under this Contract. City may make further security inquiries. Whether or not further security inquiries are made by the City, City may, at its sole, absolute and unfettered discretion, accept or reject any or all of the employees proposed by the Contractor for performing work under this Contract. Employees rejected by the City for performing services under this Contract may still be engaged by Contractor for other work not involving the City. An employee rejected for work under this Contract shall not be proposed to perform work under other City contracts or engagements without the City’s prior approval.

      The City, in its sole discretion, reserves the right, but not the obligation to:

      • require an employee/prospective employee of the Contractor to provide fingerprints and execute such other documentation as may be necessary to obtain criminal justice information pursuant to A.R.S. 41-1750 (G) (4);
      • act on newly acquired information whether or not such information should have been previously discovered;
      • unilaterally change its standards and criteria relative to the acceptability of Contractor’s employees and/or prospective employees; and
      • object, at any time and for any reason, to an employee of Contractor performing work (including supervision and oversight) under this Agreement. Contractor will bear the costs of all inquiries requested by the City.
    • Intellectual Property Rights
    • Air Pollution Emergency Proclamation

      The City requires Contractors to provide information with their submittal, to the extent practicable, the amount of reactive organic compounds in their products. The City requires Contractors to also identify any products with special storage requirements or special hazards such as, reactive, temperature, or shock sensitive, dangerous when wet or with other unusual hazards.

      Contractor should advise the Procurement Officer of any substitute products which contain either no reactive organic compounds or an amount less than that contained in the product(s) specified in this solicitation. This notification should be provided at least ten days prior to the solicitation due date.

    • Confined Space Structure Entry

      Services performed under this agreement may require Contractor personnel to enter confined spaces. Contractor will be required to furnish equipment for confined space entry and must comply with OSHA regulation 1910.146 or most recent regulation. Contractor shall provide all necessary personnel, supplies, and equipment to satisfy the confined space entry program including, but not limited to, designated rescue personnel, appropriate fall protection supplies, atmospheric monitors and retrieval systems.

      Contractor shall have a written Confined Space Entry Program that meets all Federal, State and local regulations and will be required to submit a copy of this program to the City for review and acceptance. The City reserves the right to modify the Contractor’s Confined Space Entry Program where it is determined to be in the best interest of the City. Contractor will be required to fully comply with the final approval Confined Space Entry Program while performing work at all City locations.

      Contractor’s supervisory personnel shall have successfully completed an accredited Confined Space Entry Training Program and a 40-hour HAZWOPER Training Program. Certifications or Certificates of Completion must be current.

    • Dust Control

      Contractor shall not cause or allow any dust generating operation, use of property, or any other operation which cause fugitive dust emissions that exceed the 20% visible emission opacity limit in Rule 300 of Maricopa County’s Air Pollution Control Regulations. The Contractor shall suppress emission of dust to comply with this limit.

      The Contractor shall NOT use grading, blading, disking, a gannon or like equipment to control weeds without prior written authorization from the City's authorized Department representative. Earthmoving activities shall be conducted in accordance with the standards and work practices defined in Maricopa County Fugitive Dust Rule 310. Contractor shall obtain a Maricopa County Dust Control Permit for each site where there is earthmoving on areas greater than 0.1 acres. Contractor may submit invoices for reimbursement of dust control permit fees when necessary, provided documentation is included to verify the fee.

      The use of leaf blowers is strictly prohibited. Acceptable alternatives to leaf blowers include: brooms, rakes, walk behind leaf vacuums, and PM-10 Compliance Sweepers. Debris shall not be swept into the street.

    • Energy Star

      All products provided in response to this solicitation shall be certified by the U.S. Department of Energy or the U.S. EPA as Energy Star or are certified under the Federal Energy Management Program and in all categories identified at energystar.gov.

    • Environmental Preferred Products

      The City of Phoenix has adopted a Sustainable Purchasing Policy https://www.phoenix.gov/oep/spp-about in an effort to protect human health and the environment, reduce operating expenses, and reduce potential liability associated with the use of hazardous materials.

      The chemical products selected for use in this contract shall avoid physical and health hazards by adhering to either of the following requirements:

      EITHER meet the most current criteria of one of the following standards, as applicable:

      • EPA’s Safer Choice,
      • Green Seal GS-11 (paints & coatings),
      • GS-34 (cleaning/degreasing agents)
      • GS-36 (commercial adhesives),
      • GS-37 (institutional cleaners),
      • or GS-40 (institutional floor care)

      OR, meet each of the following criteria:

      • (pH) greater than 2.5 and less than 12.
      • Flashpoint greater than 150 degrees F
      • National Fire Prevention Association (NFPA) or Hazardous Materials Identification System (HMIS) rating of 2 or less in each category.
      • Maximum of 50 g/L or 5% by weight volatile organic compound (VOC) content or comply with the California Air Resources Board’s maximum allowable VOC limit for consumer products (listed at California Code of Regulations 94507-94517).
      • Contain no known carcinogens, reproductive toxins, persistent bioaccumulative toxins (PBTs), or ozone-depleting substances.
      • Contain no hazardous waste toxins listed at 40 CFR 261.24 at concentrations that could require regulation of the material as a toxicity-characteristic hazardous waste.

      The City maintains the right to request that Contractors supply certification of compliance with the above. SDS’s shall be provided to the City upon request. SDS’s shall be provided with the solicitation when specified in the scope of work or offer instructions.

    • Equipment / Safety

      The Contractor shall be responsible for providing and for the placement of barricades, tarps, plastic, flag tape, and other safety traffic control equipment required to protect its employees, the public, surrounding areas, equipment and vehicles. The flow of vehicular traffic shall not be impeded at any time during this project. The safety of the Contractor’s employees and the public is of prime concern to the City and the Contractor must take all necessary steps to assure proper safety during the performance of the Contractor.

    • Hazardous Materials Requirement SDS

      Contractor shall provide a copy of the current Safety Data Sheet (SDS) for the product(s) offered. The SDS must include all chemical compounds present in concentrations greater than 0.1% for each product offered by CAS number; no “trade secret” or otherwise defined ingredients shall be accepted by the City. The Contractor shall provide required safety and health training for City employees on each product offered and for proper use, storage, and disposal, when requested by the City. The Contractor further agrees to accept returned empty containers for disposal purposes, if and when requested by the City. The cost for any requested training and disposal of used containers shall be included in the offered price for the product. The Contractor shall also accept returned product that was purchased as a result of this solicitation and for which the City no longer needs the product. Returned product will be in its original container(s), unopened, and must be returned to the Contractor at least 45 calendar days after the end of the project. All products must be labeled per 29CFR 1910.1200.

    • OSHA Laws and Regulations

      Emergency Spill Response Plan: Contractor shall determine whether products selected could require an emergency spill response plan for any hazardous material used. If such determination is made, a plan for directing employees in proper response procedures must be submitted. At a minimum, the response plan must address the following:

      • Provide a description of equipment on site available to contain and/or respond to an emergency/spill of the material.
      • Notification procedures.
      • Response coordination procedures between Contractor and the City.
      • Provide a Site Plan showing the location of stored hazardous materials and location of spill containment/response equipment.
      • Provide a description of the training provided to the Contractor employees.

      Hazardous Materials Storage and Labeling Specifications: Contractor shall, to the satisfaction of the City of Phoenix’s environmental representative, properly and safely store all hazardous materials, which shall include as a minimum, the following:

      • Have a designated storage site for hazardous material, which includes secondary containment.
      • Provide signage approved by the City of Phoenix’s environmental representative clearly identifying the hazardous materials storage site. Signage must be in language understood by Contractor’s on-site employees.
      • All hazardous materials containers must be labeled according to OSHA requirements and bear applicable NFPA or HMIS labels.

      OSHA Guideline Compliance: Contractor shall comply with all applicable Federal, State, City and local laws, regulations and rules including, but not limited to:

      • Safety Data Sheets – Contractor shall furnish to the City’s Department copies of Safety Data Sheets (SDS), or all products used, prior to beginning service in any facility. Contractor must update copies of the SDS on an annual basis. In addition, each time a new chemical or cleaning product is introduced into any facility, a copy of that product’s SDS must be provided prior to the product being used in any facility. The Safety Data Sheets must be in compliance with OSHA Regulation 1910.1200, paragraph g.
      • Labeling of Hazardous Materials – Contractor shall comply with the OSHA Regulation 1910.1200 paragraph f, concerning the labeling of all chemical containers
      • Caution Signs – Contractor shall use caution signs as required by OSHA Regulation 1910.144 and 1910.145 at no cost to the City. Caution signs must be on-site during each scheduled cleaning.
      • Blood Borne Pathogens – Contractor shall comply with OSHA Standard 29CFR 1910.1030 Blood Borne Pathogens as it pertains to the training, safety, and equipment needed for all employees engaged in contracted service. Contractor shall be responsible for compliance on date of contract acceptance and shall provide proof to the City’s Department.

      Proof of compliance with OSHA regulation 1910.1200, Hazard Communication, shall be provided to the City’s Department, upon commencement of this Contract, and reviewed by the Department Safety Analyst for verification. Failure of the Contractor or their employees to comply with all applicable laws and rules shall permit the City to immediately terminate resultant Contract without liability.

      SDS Notebooks: Contractor shall maintain on the site a notebook containing current (dated within the past three years or verified as most current by manufacturer) SDS for all materials being used on site, whether or not they are defined as a Hazardous Material. The notebook shall be kept in the Contractor’s on-site storage area. The notebook must be kept up-to-date as materials are brought onto and removed from the site. A complete copy of the SDS notebook shall also be provided to the City. New products must be approved for use by the City by providing a copy of the product’s SDS for review and approval.

      Non-Hazardous Materials Labeling Specifications: The Contractor shall clearly label all packaged products, whether or not they are classified as Hazardous Materials under this Section. If any such unlabeled containers are discovered on the Site, the City’s environmental representative will notify the Contractor and Contractor will within one hour clearly label the container or remove it from the site. Any containers that are filled from larger containers must also be labeled.

      Offsite Storage of Hazardous Materials: The City encourages storage of hazardous materials off site until the materials are needed on site. Solvent based strippers and cleaners will NOT be stored on City property.

      Hazardous Materials Management Program Documentation: The Contractor shall make all required documentation available immediately upon request of the City’s environmental representative. The Contractor shall also provide the City’s environmental representative with copies of all permits obtained from environmental regulatory agencies.

      Contractor Training Requirements: The Contractor shall provide requested copies of the company’s written Hazardous Communications Program to the City of Phoenix that satisfies requirements listed under sections e, f, g, and h of 29 CFR 1910.1200, Hazard Communications. The Contractor must demonstrate how employees are trained in the proper use, storage, and disposal of chemical products and wastes in a language understood by the Contractor’s on-site employees.

    • Pesticides

      Pest control shall be managed through prevention, physical and mechanical methods, and with pesticides only when necessary. The City will implement the principles of Integrated Pest Management (IPM) to the extent possible. Contractors will use the least toxic pest control substance required to be effective. Contractor shall submit for approval a list of chemical pesticides to be applied, indicating: trade name, EPA registration number and category (includes herbicides, insecticides, rodenticides, etc.), and label signal word (i.e. caution, warning, or danger) and shall provide the same information prior to using any other product not originally submitted and approved by the City during the term of the contract.

      Pesticides must be EPA-registered or exempt from registration under section 25b of the Federal Insecticide and Rodenticide Act (FIFRA) at the time of submittal. All products must be applied in strict compliance with the most current labeling restrictions and/or consistent with most current EPA-approved application use at the time of application.

      EPA Toxicity Class I pesticides shall be reviewed for the least toxic effective alternative prior to purchase. Contractors shall review the Groundwater Protection List prior to pesticide purchase; when available, alternative pesticides that are not on the Groundwater Protection List and meet the same need shall be used.

    • Recovered Materials

      The Resource Conservation and Recovery Act (RCRA), section 6002, requires the Environmental Protection Agency (EPA) to designate items ("designated items") that are or can be made with recovered materials. If the City uses at least a portion of federal funds to purchase over $10,000 worth of a designated item in a given year, the City must purchase the item containing the highest percentage of recovered materials practicable. Contractors can refer to the EPA's Comprehensive Procurement Guide (CPG) for product specifications found at 40 CFR 247 or www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.

    • Right-of-Way Management Program

      Pursuant to Phoenix City Code, Article XV as revised September 18, 2007, the Contractor must comply with the City Right-of-Way Management Program when performing services under this agreement. Requirements may be found at https://www.phoenix.gov/administration/departments/streets/requests-services/temporary-requests/right-of-way-management.html. 

    • Additional Replacement and Repair Parts

      All replacement/repair parts and labor shall be guaranteed for a minimum of one year. The Contractor shall maintain a sufficient supply of maintenance and repair parts to maintain only those vehicles listed in this contract. Any repetitive repair for the same problem within one year will be at no cost to the City. Following the expiration of any express or implied warranty applicable to those items, goods or equipment furnished to the City under this contract, Contractor agrees to supply the City (as well as its agents, representatives, contractors and hires) with in-stock repair and replacement parts carrying a full manufacturer’s warranty at a cost that shall not exceed the cost it would charge if it were contracted to service or install those repair and replacement parts. The Contractor will guarantee that stock of replacement parts specified in this agreement is available locally. Captive parts must be available within 48 hours following the placement of order. If special handling and/or freight are required, the Contractor will assume all charges unless pre-approved by the City. Failure to supply parts within seven calendar days from order date may be cause for cancellation of agreement.

      A list of recommended captive parts that the City should maintain in its inventory shall be provided by the Contractor. This list should include wearable items (example: wiper blades, brakes) and all necessary parts used for preventive maintenance (example: oil, and filters). Parts should be listed by their part numbers and description.

      Each repair will be invoiced separately, with all parts and labor on the same invoice within 24 hours of final quality assurance inspection. Invoice must include the authorization number (PO), location, and date of service, in addition to all parts and labor, and a summary of problems found and repairs performed.

    • Administration Policy For Warranty Policy

      The City will provide the appropriate documentation to the Contractor for warranty processing including work orders and original invoice copies. If there are any additional requirements or documents the Contractor requires they will be supplied to the City after award of the Offer. The documentation will be delivered along with the warranty part(s) to the Contractor for processing. The Contractor has a period of 90 days from the date of submittal to determine the outcome of the claim and to reimburse the City.

    • Decals

      Decals or markings of any type pertaining to advertisement other than the manufacturer’s name and model designation normally installed by the manufacturer shall not be attached to any vehicle or equipment.

    • Emission Requirements

      Engines, model, accessories and options offered, main and auxiliary (if required), must meet or exceed the Federal Emissions Standards in place at the time the purchase order is issued. Vehicles offered must be the current model in production at the time the purchase order is issued. If the model year offered is a future production model, the Federal Emissions Standard in place at the time of production is required.

    • Materials Receipt - Auto Stores

      Packing slips/delivery tickets authorized by the "Method of Ordering" paragraph must include the following:

      • Fleet Services Auto Stores Purchase Requisition (APR) number
      • Items must be listed individually and include a written description and part number
      • Items unit price extended and receipt totaled, excluding taxes
      • Where discounts are applicable, unit prices are to be the contract "list prices" and applicable discount percent shown
      • Quantity delivered
      • Legible City of Phoenix employee signature and dated
      • Multiple page packing slips/delivery tickets must include page numbers
    • Manufacturer Sponsored Fleet Warranty Administration

      The manufacturer and/or Contractor will authorize and reimburse for warrantable repairs on City owned vehicles/equipment by the manufacturer(s) subsidiaries and sold to City by Contractor. City will notify the manufacturer and/or Contractor of any problems that are found before repairs are started. A maximum of two hours of troubleshooting will be allowed. The Contractor will order parts as needed and have them drop shipped to the City location. If required, all damaged parts will be returned to Contractor within 20 days. Contractor will provide all documentation via electronic or printed for warranty reimbursement within 30 days. Upon expiration of this agreement, City and Contractor will determine if any warranty coverage exists for the equipment/vehicles by the manufacturer’s subsidiaries and sold to the City by Contractor. Contractor and City may, upon mutual agreement, enter into a new five-year agreement to cover the fully negotiated warranty periods. Vehicles covered by this agreement are exclusive manufacturers and include all vehicles/equipment delivered on or after December 14, 2005.

    • Non-Warranty Maintenance Parts and Repair

      Contractor is requested to provide a percent discount for parts off manufacturers’ most current established published price list. Repair parts will be an OEM (Original Equipment Manufacturer) part or an OEM equivalent, or remanufactured according to OEM specifications. All aftermarket parts need to be approved by the City prior to installation.

      Contractor is required to submit a shop labor rate for services performed. All labor performed shall be in accordance with OEM labor policies, specifications and procedures. Labor times will be no greater than times published in an industry recognized labor guide or times that are standard in the industry if labor guides are not available.

    • Options, Upgrades, and Accessories

      As part of any response hereto, Contractor is expected to supply an Electronic price list, provided via website or jump drive --complete listing of vehicle and/or related equipment, model upgrades, model downgrades, options, replacement parts, services, and accessories with offer. The listing may be provided or in such clearly indicated for ease of evaluation and clarity. Failure to submit those required items may result in offer being considered non-compliant. Additional non-manufacturer accessories, options or upgrades may be purchased anytime and must be priced at the documented dealer’s cost with no additional profit.

      Rebates, specials, core charges, returns or discounts are to be applied when they are directly attributable to the delivery and/or service of the vehicle. The City reserves the right to audit applicable records to ensure proper administration. Contractor must guarantee an established, reliable, responsive supply chain for the procurement of both major and minor items, components for all items installed, maintained and repaired. A repeated failure to obtain major and minor items and components in the timely manner required completing acquisition; maintenance and repairs to the City’s satisfaction would be sufficient cause to terminate any contract. Any options, upgrades or accessories not listed must be approved in advance with actual documented costs to Finance. The Chief Procurement Officer or his authorized representative will be the sole judge in determining the allowable options, upgrades and accessories.

    • Parts Exchange - Auto Stores

      Contractor expressly agrees to exchange on an equal dollar basis all unused parts of the same manufacturer and brand within one year of purchase. Parts to be exchanged will be those parts which have become obsolete to the City. The Chief Procurement Officer or his authorized representative will be the sole judge of obsolescence.

    • Towing and Transportation

      Except in the case of a warranty repair or break down, towing or transportation of vehicles to and from the Contractors facility shall be arranged by the Fleet Services. If required, all towing and/or transportation charges required for the pickup and delivery of vehicles to and from the public agency facilities will be the responsibility of the Contractor under the City Administration Regulation 2.95 (Motor Vehicle Authorization and Operations). No vehicle will be driven unless the Contractor’s driver has the appropriate driver’s license for the vehicle being operated. Contractor shall deliver completed vehicles to the City of Phoenix, Fleet Services Make Ready facility located at 2441 S. 22nd Ave. Phoenix, AZ 85009, or any other public agency facility used to store vehicles, as requested by the City.

    • Training

      The Contractor shall provide training as outlined below. Training will be provided in a three-phased approach, with an Operator level training class, a Maintenance Orientation class and an In-Depth Maintenance training class provided. The timing of these classes and specific subject matter is detailed below.

      General Training Requirements: Training will be conducted at the City of Phoenix Fleet Services Division Facility, 2441 South 22nd Avenue, Phoenix, Arizona, unless otherwise designated by same. The Contractor will provide all necessary audiovisual materials and instructors for this purpose. All training classes will contain at least ten City Technicians. The Contractor shall allow videotaping of the training session(s) by City personnel and all tapes shall remain the sole property of the City of Phoenix. Additionally, the Contractor shall provide any available CD/DVD’s or access to online resources, on the repair, maintenance, operation and safety of the units or components, at no additional cost. Where available video tapes are copyrighted, it is the Contractor’s responsibility to secure written approval for duplication of these tapes for the sole use of the City of Phoenix training process.

      Where the Contractor does not have appropriate knowledge or materials for providing this training, it will be the Contractor’s responsibility to coordinate and secure, at no additional cost, subcontractors to meet the requirement of this specification.

      The Contractor shall allow 21 days scheduling time for Fleet Services to notify appropriate employees of training.

      The Contractor shall supply an outline of all training classes to the training coordinator before the first unit is delivered. The Contractor will coordinate all training through Fleet Services Training Coordinator.

      Maintenance Orientation Training: There will be an initial four-hour orientation training on the maintenance and operation of the vehicle within two weeks of delivery of the first current model unit to the City. The Contractor shall supply an outline to the training coordinator upon delivery of the first unit and be available to provide this orientation up to three times during an agreed-upon one-week period, with one class each held during 1st, 2nd, and 3rd shifts (i.e., there will be a day shift class, a swing shift class, and a grave shift class—held during those shifts’ work hours). Orientation training shall be provided according to the following outline:

      Technical Manuals (Service and Parts)

      • Format
      • Use

      Vehicle Familiarization

      • Description of systems and components
      • Maintenance services and lubrication
      • Vehicle operation
      • Warranty specifications and requirements
      • Safety

      Engine

      • Operation
      • Maintenance services and lubrication
      • Tune up
      • Emissions controls, DPF, DEF System
      • Engine controls (manual, electronic, if equipped, shut down, computer controls, if equipped and troubleshooting)
      • Cooling system (integrated sub system with pump for aux. cooling, coolant recovery system)
      • Oil filtration system
      • Ignition system (diagnosis, repair, troubleshooting)
      • Fuel system (diagnosis, repair, and troubleshooting)
      • EFI/PFI, if equipped

      Transmission and Drivetrain

      • Description of systems and components
      • Operation
      • Maintenance services and lubrication
      • Service requirements (proper methods and intervals)
      • Controls (manual, electronic, if equipped)
      • Integrated emergency warning system
      • PTO (operation, maintenance services, repair and troubleshooting), if equipped repair and lubrication)
      • Split shaft PTO operation if equipped
      • Retarder, if equipped
      • Tag axle and controls, if equipped

      Brakes and Air Supply System

      • Description of systems and components
      • Operation
      • Maintenance services, repair and lubrication of components
      • Repair and component replacement (brakes and air systems) Warning devices and troubleshooting
      • Anti lock system if equipped

      Body and Components

      • Lubrication and service requirements
      • Adjustments (compartment doors, lids and covers)

      Hydraulic Systems

      • Description of systems and components
      • Operational controls (manual, electronic, proportional and automatic sequencing)
      • Maintenance services, repair and lubrication
      • Troubleshooting
      • System diagnosis

      Electrical Component

      • Troubleshooting and repair

      Packer and Lift Operation Hydraulics

      • Description of systems and components
      • Maintenance services, repair and lubrication
      • Troubleshooting
      • System diagnosis

      Maintenance In-Depth Training: Contractor shall provide the needed resources to train City technicians on methods to diagnose, and troubleshoot all components. This training will be provided by the body manufacturer 90 to 180 days after the first unit is placed into service, in order to ensure the training aligns with anticipated breakdowns and service needs.

      This training will be an in-depth, journeyman level class including both classroom time and hands-on training, for a (minimum) three-day (24 hour) course length.

      Training will include an emphasis on diagnostics, electrical systems, hydraulics, electrical/pneumatic/hydraulic controls, computerized controls, and typical maintenance and repair subjects associated with the body, packer, and lift as deemed most valuable by the body manufacturer. Training should utilize current model trucks/components, training mockups, cutaways, etc., in order to provide adequate hands-on instruction.

      Training will take place at a City facility or at the local vendor’s location, or both, and be made available up to three times during a 30 day period (to coincide with truck purchases within each contract year), with one class each held during 1st, 2nd, and 3rd shifts (i.e., there will be a day shift class, a swing shift class, and a grave shift class—held during those shifts’ work hours). Classes will hold up to ten City technicians.

      An outline of this training and coordination of date and times shall be provided to the training coordinator, prior to any classes.

      Operator Training: Contractor shall provide onsite operator training at the four City of Phoenix service centers for ten operators. This training will be coordinated with the City or public agency’s training department.

      Vehicle Familiarization

      • Description of systems and components
      • Maintenance services/inspection and lubrication
      • Vehicle operation
      • Safety

      Engine

      • Operation
      • Engine controls manual, electronic, and shut down
      • Emissions controls, DPF, DEF System

      Transmission

      • Description of systems and components
      • Operation
      • Maintenance services/inspection and lubrication
      • Service requirements (proper methods and intervals)
      • Controls (manual, electronic, if equipped)
      • Integrated emergency warning system
      • PTO (operation, maintenance services, inspections, and lubrication)
      • Split shaft PTO operation (if equipped)

      Brakes and Air Supply System

      • Description of systems and components
      • Operation
      • Maintenance services, inspection and lubrication of components
      • Warning devices and troubleshooting
      • Anti lock system if equipped

      Body and Components

      • Lubrication and operator adjustments (if applicable)

      Hydraulic Systems

      • Description of systems and components
      • Operational controls (manual, electronic and automatic sequencing)
      • Maintenance services/inspection
      • Operator solutions

      Operator Level Troubleshooting

      • Warning lights and work lights - breaker reset
    • Vehicle Documents and Certificates

      The following documents and certificates are required for each vehicle and shall be provided at the time of delivery:

      • Chassis Manufacturer MSO
      • Manufacturer’s Bill of Materials
      • Certificate of vehicle completion
      • Odometer Disclosure Statement Form
      • Level one inspection by Arizona Motor Vehicle Division
      • Fleet Services Division, Warranty checklist (form provided)
      • Fleet Services Division, Pre-Delivery checklist (form provided)
      • Monroney label (window sticker)
      • Proof of Delivery (must obtain authorized City representative signature and date at time of delivery)

      Vehicle delivery will not be considered complete until all required documents are provided, any or all of which, if required to obtain tax exempt license, shall be furnished to the consignee at the time of delivery.

    • Vehicle In-Service Notification

      Vehicles not placed in service immediately upon receipt shall be warranted from the date the vehicle is placed in service. The Fleet Services Division shall notify the Contractor in writing of the actual in-service date. The in-service date shall not be more than six months after delivery of acceptable vehicles. Delayed warranty forms shall be provided by the Contractor with all vehicles.

    • Vehicle Price
    • Warranty - Fleet Services

      At a minimum all vehicles supplied shall be fully warranted by the manufacturer against mechanical and electrical defects for a minimum of TBD factory warranty from the delay in warranty service date and meter reading. This warranty shall at a minimum cover items such as, but not all inclusive of, actual repair labor, travel time and mileage parts, transportation charges to and from the nearest repair service facility or other designated repair depot. Any defects of design, workmanship or material, shall be fully corrected by the Contractor and/or manufacturer with no cost to the City. Written warranty shall be included with the delivered vehicles.

    • Warranty Policy

      All warranties are to cover parts, labor and taxes. The City reserves the right to perform in house warranty repairs with the ability to be reimbursed for parts, labor and taxes. The City does not intend to be the sole warranty provider and may elect to send certain warranty repairs to the Contractor.

      The current labor reimbursement rate for is TBD per hour, or industry standard if left blank. However, the labor reimbursement rate will not exceed the manufacturer’s current established warranty reimbursement rate. The warranty period will begin from the delayed in service date reported by the City.

      The Contractor must establish a 24 hour a day, seven days a week pre-approval authorization process for warranty repairs if pre-authorization is required. The Contractor will honor all parts purchased through them or their designated parts supplier as warrantable parts. Whole unit and component warranty terms must be specified when the Offer is submitted. Any Offer submitted without these terms will be deemed as non-responsive.

      One electronic copy if available or one hard copy of the labor guide for warranty repairs must be supplied with the delivery of each vehicle model or one master copy per manufacturer. It is the Contractor’s responsibility to make sure all the above conditions are met.

    • Energy Efficiency - Pump Bowl Assemblies

      Due to the high energy costs to operate pump assemblies, the City reserves the right to purchase those pump bowl assemblies offering the highest variable speed pump efficiency, price notwithstanding. The solicitation specifications for each pump assembly have been specifically written to provide the highest pump efficiency, for each well application, known to be available from existing pump assemblies currently being manufactured.

    • Environmental Quality - Drinking Water and Treatment Chemicals

      All materials, equipment, supplies or products that come into contact with drinking water or drinking water treatment chemicals shall conform to American National Standards Institute standards 60 and/or 61 as evidenced by certification from either Underwriters Laboratories or NSF International. Contractor must provide proof of this certification if requested.

      All products provided in response to this solicitation shall be certified by the U.S. EPA Water Sense Partnership program for water efficiency.

    • Handling of Photographs

      The US Department of Homeland Security has designated water and wastewater treatment facilities as ‘critical infrastructure/key resources’. Because of federal directives, only persons authorized by the WSD Security Management Unit are permitted to photograph or film Water infrastructure, facilities, and assets which any include, but are not limited to: pay stations, warehouses, lift stations, treatment plants, service yards, booster stations, well sites, vehicles and related equipment and supplies.

    • Title

      All documents including but not limited to artwork, copy, posters, billboards, photographs, video tapes, audio tapes, systems designs, drawings, estimates, field notes, investigations, software, reports, diagrams, surveys, analyses, studies or any other original works of authorship created by Contractor in the performance of this Agreement are to be and remain “works for hire” under Title 17, United States Code, and the property of the City and all copyright ownership and authorship rights in the work(s) shall belong to the City pursuant to 17 U.S.C. § 201(b). In the event that the work(s) that is/are the subject matter of this Agreement is deemed to not be work for hire, then Contractor hereby assigns to the City all of the right, title and interest for the entire world in and to the work(s) and the copyright therein. Contractor agrees to cooperate and execute additional documents reasonably necessary to conform to its obligations under this paragraph.

      All documents, together with all unused materials supplied by the City, are to be delivered to the City upon termination of this Agreement before the final payment is made to Contractor.

    • Tax Exemption

      Pursuant to A.R.S.§ 42-5061 and Phoenix City Code § 14-110, pipes or valves four inches in diameter or larger used to transport oil, natural gas, artificial gas, water or coal slurry, including compressor units, regulators, machinery and equipment, fittings, seals and any other part that is used in operating the pipes or valves are exempt from the imposition of sales or use tax.

    • Reimbursable Expenses

      Consultant shall demonstrate good judgment when incurring costs that are considered a Reimbursable Expense (as defined below) while conducting business for the City. All Reimbursable Expenses shall be reasonable and prudent. Business expenses (including office and travel expenses) satisfying Sections A, B, and C  below, and also all of the following requirements, shall constitute “Reimbursable Expenses”: (i) the expenses were necessarily incurred in order to perform the Services, (ii) the expenses were directly attributable to the Services, (iii) the expenses are not administrative or office expenses, and (iv) the expenses are not otherwise attributable to overhead or incurred in connection with services provided to any other client of Consultant. 

      1. Receipts for Reimbursable Expenses must be submitted with all requests for payment. Reimbursable Expenses that require receipts include, but are not limited to, express mail; delivery services; messenger services; and outside printing.
      2. Requests for reimbursement of office expenses must be submitted with a description of the task, which includes how the expense was incurred. Examples of office expenses needing documentation include, but are not limited to, telephone; internal printing /copies (not to exceed 0.15 cents per page for black & white copies); postage; facsimiles (long distance charges only); and supplies.
      3. Travel expenses must be approved in advance by the City and must be included in the Fee Schedule. Consultant shall comply with City of Phoenix Administrative Regulation 3.41 – Business, Conference and Training Travel and Other Business Expenses (Effective Date: January 16, 2015), as it may be amended, as to the eligible and ineligible expenses for reimbursement and required documentation as set forth in Exhibit E, attached hereto, and incorporated herein.

      Invoice Instructions:

      Email Invoices to:

       

      OR Mail Invoices to:

       

      Consultant Remit to:

      COMPANY NAME

      ATTN: Accounts Receivable

      ADDRESS

      CITY STATE ZIP

      TELEPHONE

      EMAIL ADDRESS

    • Accomodations
      1. A workstation will be provided for Consultant at 200 W. Washington Street, 251 W Washington Street or 149 North 4th Avenue, Phoenix, AZ 85003. A personal computer will be provided for access to select documentation provided by City staff and for storage of documentation developed in conjunction with the services being provided. The personal computer and all accessed data and information remain the exclusive property of City. In the event that mobile devices such as a laptop, blackberry, etc. are required to provide Services, City will provide these items to Consultant subject to City of Phoenix rules and regulations associated with the use of these items including, but not limited to, acceptable use, personal use restrictions, and financial responsibility in the event the item is lost or stolen. Should Consultant elect to provide their own mobile devices capable of meeting the requirements necessary to perform the Services, Consultant may do so with the approval of PROJECT MANAGER NAME (the “Project Manager”).
      2. Parking accommodations, including the cost thereof, shall be borne by Consultant.
      3. Badge and key fees as specified in Section 18.6 of this Agreement shall be borne by Consultant.
    • External / Punchout Catalog Integration

      If an Offeror can accommodate and the City desires to utilize a Punchout Catalog the following terms are applicable:

      The integration, accessibility, and updates of the Punchout Catalog must be coordinated with the Procurement Officer and the City’s Enterprise Resource Planning (ERP) team. The Contractor is required to provide a secure website for placing online orders.

      To ensure successful setup of the Punchout Catalog, the Contractor must meet the following technical requirements:

      1. The Punchout URL must be secure (using https).
      2. Setup must adhere to the City’s requirements, using SAP OCI 5 (Open Catalog Interface) - as specified in Attachment X - SAP OCI 5.
      3. Provide Catalog Call Structure (CCS) credentials to ERP staff, which should include the URL, username, and password, and other parameters as needed in the CCS.
      4. Specify the commodity type used (NIGP, UNSPSC, or NAICS) to ERP staff.
      5. The Punchout Catalog must support the conversion of "extended pricing" to two decimal places.

      Contractor must accept Purchase Orders that are sent only via email in PDF format. Contractor shall not require the City to:

      1. issue Electronic Data Interchange (EDI) or cXML purchase orders, or
      2. perform a two-way return trip/exchange with the Contractor’s Punchout Catalog.

      Features and Functions of the Online Ordering Catalog

      The online ordering catalog must include the following features and functions:

      1. The Punchout Catalog must only display contracted items. Any out-of-scope items must be restricted from City purchases.
      2. Clearly indicate both the current catalog/list price and the contract price for each item.
      3. Include detailed product information, such as unit of measure, photos, and a stock availability inquiry feature.
      4. If any items in the Punchout catalog require a quote, the Contractor must ensure these items comply with the same requirements as all other catalog items. They must be included in the Scope of Work (SOW) and accessible to be shopped through the Punchout system.
      5. If the Contractor utilizes third party suppliers, all items provided by these third parties must also meet the same requirements. These items must be available to shop in the Punchout catalog.
      6. Ensure compatibility with standard web browsers, such as Edge, Chrome, or Firefox for access.
      7. Provide search functionality for easy item navigation.
      8. Allow the ability to block or exclude certain items or categories from the catalog.
      9. The Punchout Catalog must not include access to a "My Account" feature. Shoppers should not be able to edit account or personal details like username, password, or delivery addresses.
      10. Do not create separate user accounts for Punchout.
      11. Prices and discounts are governed by the terms and conditions of the contract.
      12. Credit card offers should not appear anywhere on the catalog.
      13. Disable the option for credit applications on Punchout for City users.
      14. The Contractor must use the appropriate commodity codes (NIGP, UNSPSC, or NAICS) for each item listed in the catalog.

      Access: The Contractor shall provide access to and interconnectivity with the City’s Procurement System for the purpose of allowing authorized City system users to Punchout of the system, to access directly the Contractor’s website, select contract products and services, and return to the City’s system with the order details. Contractor shall cooperate with the City’s system provider in the establishment and ongoing operations of their Punchout connection.

      Timeframe: The Punchout capability shall be functional within no more than 6 months of the contract begin date.

      Cost: The cost associated with the Contractor’s Punchout set-up, maintenance and support shall be borne by the Contractor.

    Submission Requirements

    • Pricing Proposal Template (required)

      Please download the below documents, complete, and upload.

    • Will you be providing any additional Pricing Proposal information? (required)
    • Please upload additional Pricing Proposal information here (required)
    • Offer (required)

      Please download the below documents, complete, sign, and upload.Failure to submit a signed Offer Page will deem your offer non-responsive and result in disqualification from further consideration.

    • Conflict of Interest and Transparency (required)

      Please download the below document, complete, and upload.Failure to submit a signed Conflict of Interest and Transparency form will deem your offer non-responsive and result in disqualification from further consideration.

    • Costs & Payments (required)

      Please download the below documents, complete, and upload.

    • Emergency 24 Hour Contact (required)

      Please download the below documents, complete, and upload.

    • Contractor Licensing Requirements (required)

      Please download the below documents, complete, and upload.

    • Contractor Information (required)

      Please download the below documents, complete, and upload.

    • Place of Business (required)

      Please download the below documents, complete, and upload.

    • Debarment & Exclusion (required)

      Please download the below document, complete, sign, and upload.Failure to submit a signed Certification Regarding Debarment, Suspension, and Other Ineligibility and Voluntary Exclusion will deem your offer non-responsive and result in disqualification from further consideration.

    • Warranty (required)

      Please download the below documents, complete, and upload.

    • References

      Please download the attached reference form, forward it to companies you currently do business with or have previously, and request that once they complete the form, they email it directly to the email address listed in the form.

      Note: Three completed professional reference forms are required.

    • Sensitive Security Information Acknowledgement Form (required)

      Please download the below documents, complete, sign, and upload.

      Failure to submit a signed Sensitive Security Information Acknowledgement Form may deem your offer non-responsive and result in disqualification from further consideration.

    • Certification of Recycled Products (required)

      Please download the below documents, complete, and upload.

    • Heat Safety Compliance (required)

      Please download the below documents, complete, sign, and upload.

      Failure to submit a signed Heat Safety Compliance will deem your offer non-responsive and result in disqualification from further consideration.

    • Can you confirm you can comply with both the Punchout Catalog Integration requirements outlined in the Special Terms and Conditions and the SAP Open Catalog Interface technical requirements listed under the Attachments tab? (required)
    • Has your organization implemented a privacy program that covers privacy risk across all operations, services, projects, programs and systems that process personal data? (required)
    • Does your organization have an incident/breach escalation and response plan? (required)
    • Has your organization experienced any reportable privacy or security breaches within the last 2 years? (required)
    • Financial Responsibility Questionnaire (required)

      Please download the below documents, complete, and upload.

    • FTA - Federal Certifications (required)

      Please download the below documents, complete, sign, and upload.

      Failure to submit the signed FTA - Federal Certifications may deem your offer non-responsive and result in disqualification from further consideration.

    • Please confirm that all required documents have been duly signed and uploaded, including but not limited to: the Offer Page, Conflict of Interest and Transparency, and any other mandatory forms requiring signature. (required)

      Failure to submit all required signed documents may deem our offer non-responsive and result in disqualification from further consideration.

    • Department Name(s) (required)

      Select from one of the following Department Names to insert department-specific provisions and/or attachments.

    • Description (required)

      Enter the description of the procurement here in lowercase.

    • Contract Term (required)

      Enter the contract term in lowercase.

      Examples:

      five-year contract (strongly recommended)

      three-year term, with two option years

      one-time purchase

    • Contract Start Date (required)

      Enter the contract start date (on or about).

      Example: March 1, 2023

    • Pricing Proposal (required)
    • Will Delivery be a factor in determining award? (required)

      Selecting "Yes" will insert the Delivery provision into the Instructions section.

      Delivery

      Delivery is an important consideration and will be a factor in determining the award. A delivery time after receipt of order (ARO) must be stated in definite terms. Should there be variations in delivery times by item, the submittal should be clear concerning these variations.

    • Include Pre-Award Qualifications Instructions to Offeror? (required)

      Selecting "Yes" will insert the Pre-Award Qualifications provision into the Instructions section.

    • Number of Years in Operation (required)

      Enter the number of years an Offeror must have been in operation.

    • Will a Site Inspection be conducted? (required)

      Selecting "Yes" will insert the Site Inspection provision into the Instructions section.

    • BONDS

      Select if appropriate.

      Discuss with your supervisor and attorney the standard bonds for your scope. It may depend on the cost and type of project as to whether bonds are advisable.

    • Performance Bond Amount (required)

      Enter the Performance Bond percentage or dollar amount.

      Example: 10% or $1,000.00

    • Solicitation Bond Percentage (required)

      Enter the Solicitation Bond percentage.

      Example: 10%

    • Payment Bond - Required By (Number of Days) (required)

      Enter the number of days the Payment Bond is required after notice award.

      Example: 7

    • Payment Bond - City Retention of Surety (in Days) (required)

      Enter the number of days the City will retain a surety if submitted in a form other than a bond.

      Example: 7

    • Include Professional Services Terms and Conditions? (required)
    • SPECIAL TERMS AND CONDITIONS (required)

      This is a list of the Special Terms and Conditions sections available to add to a document. Select all that are applicable.

      Please review the selected subsections in detail to ensure that they are relevant to this document. Several areas have options which are dependent on the scope.

      Allow adequate time for an attorney to address potential legal issues, of any, including redlines if you wish to change or insert any language.

    • FOB Options (required)

      Select the option(s) appropriate for this document.

    • Destination Address(es) (required)

      Enter the destination address(es) where delivery should be made.

      Example: 251 W Washington St, Flr 8, Phoenix, AZ 85003

    • Delivery Timeframe (Hours Range) (required)

      Enter the delivery timeframe (hours range).

      Example: between the hours of 8:00 a.m. and 2:00 p.m.

    • Delivery Contact Phone Number (required)

      Enter the delivery contact's phone number.

      Example: (602) 555-1234

    • Price Options (required)

      Select the option(s) appropriate for this document.

    • Fixed Price Term (required)

      Enter the fixed price term (years, months, or days) in lowercase.

      Example: one-year, or six-months, or ninety-days

    • Catalog Price Adjustment - Number of Copies (required)

      Enter the number of copies of a revised price list that will be required to be submitted with a price adjustment request.

      Capitalize the first letter of the first word.

      Example: One

      If this is not a requirement, this question may be skipped by typing N/A.

    • SPECIAL TERMS AND CONDITIONS (APPLICABLE TO MOST AGREEMENTS) (required)

      Options should be applicable to most agreements. Select as appropriate.

      Please review the selected subsections in detail to ensure that they are relevant to this solicitation. Several areas have options which are dependent on the scope.

      Allow adequate time for an attorney to address potential legal issues, of any, including redlines if you wish to change or insert any language.

    • Method of Payment - Frequency (If periodic invoicing is applicable) (required)

      Enter the frequency of payment in lowercase.

      Example: one-year, or six-months, or ninety-days

      If this is not a requirement, this question may be skipped by typing N/A.

    • Delivery Date (required)

      Please enter the date that delivery is required by.

      Example: March 1, 2022.

      If this is not a requirement, this question may be skipped by typing N/A.

    • MISCELLANEOUS OPTIONAL ITEMS

      Select as appropriate.

      Please review the selected subsections in detail to ensure that they are relevant to this document. Several areas have options which are dependent on the scope.

      Allow adequate time for an attorney to address potential legal issues, of any, including redlines if you wish to change or insert any language.

    • Liquidated Damages Amount (required)

      Enter the dollar amount of the liquidated damages to be collected.

      Note: Consult with your Procurement Manager and the Department to determine the appropriate amount.

      Example: $50.00

      If this is not a requirement, this question may be skipped by typing N/A.

    • Procurement Reports - Frequency (required)

      Enter the frequency with which the Contractor should submit procurement reports.

      Example: monthly, quarterly, yearly

      If this is not a requirement, this question may be skipped by typing N/A.

    • Procurement Reports - Day of the Month Due (required)

      Enter the day of the month that procurement reports are due from the Contractor.

      Example: 15th

      If this is not a requirement, this question may be skipped by typing N/A.

    • Warranty - Repair Response Time (required)

      Enter the reasonable number of hours or days (in lowercase) within which a Contractor should respond. If you are unsure, please consult with the Department.

      Example: four hours or one business day

      If this is not a requirement, this question may be skipped by typing N/A.

    • Warranty - Term (required)

      Enter the minimum period of years (in lowercase) from the date of acceptance by the City that a Contractor's warranty should be fully guaranteed.

      Example: two

      If this is not a requirement, this question may be skipped by typing N/A.

    • GENERALLY PERTAINING TO MATERIALS

      Select as appropriate.

      Please review the selected subsections in detail to ensure that they are relevant to this document. Several areas have options which are dependent on the scope.

      Allow adequate time for an attorney to address potential legal issues, of any, including redlines if you wish to change or insert any language.

    • Equipment Installation Property Address(es) (required)

      Enter the property address(es) where equipment shall be installed.

      If this is not a requirement, this question may be skipped by typing N/A.

    • Training - Duration (required)

      Enter the required duration in hours/days (in lowercase) of onsite training to be provided by the Contractor.

      Example: eight hours

      If this is not a requirement, this question may be skipped by typing N/A.

    • Training - Number of Staff to be Trained (required)

      Enter the minimum number of staff / City personnel to be trained (in lowercase) to assure proper operation and utilization of the equipment.

      Example: three

      If this is not a requirement, this question may be skipped by typing N/A.

    • GENERALLY PERTAINING TO SERVICES

      Select as appropriate.

      Please review the selected subsections in detail to ensure that they are relevant to this document. Several areas have options which are dependent on the scope.

      Allow adequate time for an attorney to address potential legal issues, of any, including redlines if you wish to change or insert any language.

    • GENERALLY PERTAINING TO ENVIRONMENTAL/SAFETY

      Select as appropriate.

      Please review the selected subsections in detail to ensure that they are relevant to this document. Several areas have options which are dependent on the scope.

      Allow adequate time for an attorney to address potential legal issues, of any, including redlines if you wish to change or insert any language.

    • GENERALLY PERTAINING TO VEHICLE/FLEET

      Select as appropriate.

      Please review the selected subsections in detail to ensure that they are relevant to this document. Several areas have options which are dependent on the scope.

      Allow adequate time for an attorney to address potential legal issues, of any, including redlines if you wish to change or insert any language.

    • Warranty - Fleet Services - Labor Reimbursement (required)

      Enter the current warranty hourly labor reimbursement rate.

      Example: $70.00

      If this is not a requirement, this question may be skipped by typing N/A.

    • Warranty - Fleet Services (required)

      Enter the minimum of years, hours, and miles that vehicles supplied shall be fully warranted by the manufacturer against mechanical and electrical defects.

      Example: three years, 200 hours, and 36,000 miles

      If this is not a requirement, this question may be skipped by typing N/A.

    • GENERALLY PERTAINING TO WATER SERVICES

      Select as appropriate.

      Please review the selected subsections in detail to ensure that they are relevant to this document. Several areas have options which are dependent on the scope.

      Allow adequate time for an attorney to address potential legal issues, of any, including redlines if you wish to change or insert any language.

    • Include Federal Contract Clauses - Housing HUD Specific? (required)
    • Include Federal Contract Clauses - Public Transit FTA Specific? (required)
    • Include Special Program - Supplemental Terms and Conditions? (required)
    • Special Program - Supplemental Terms and Conditions (required)
    • DEFENSE AND INDEMNIFICATION (required)

      LAW DEPARTMENT APPROVED INDEMNIFICATION LANGUAGE

      (Revised August 2020)

      If applicable, Environmental Services Contracts and Technology Software/Hardware Contracts selections shall be used in addition to the appropriate Indemnification clause.

    • INSURANCE SPECIFICATIONS BY CONTRACT TYPE (required)

      Choose the best and most comprehensive option based on the contract type.

      If additional insurance policies are required or if you have questions as to whether additional insurance policies are required, please consult with Finance Risk Management and the Law Department.

    • Construction, Engineering & Design Contracts (required)

      Verify the selected options in detail to ensure that they are relevant to this document. If you are unsure, please consult Finance Risk Management.

    • Professional Services Contracts (required)

      Verify the selected options in detail to ensure that they are relevant to this document. If you are unsure, please consult Finance Risk Management.

    • Services Contracts (required)

      Verify the selected options in detail to ensure that they are relevant to this document. If you are unsure, please consult Finance Risk Management.

    • Crime Insurance (or Fidelity Bond)

      Enter the Crime Insurance (or Fidelity Bond) amount.

      Example: $250,000

      If this is not a requirement, this question may be skipped.

    • Commercial Lease / Rental Agreements (required)

      Verify the selected options in detail to ensure that they are relevant to this document. If you are unsure, please consult Finance Risk Management.

    • Use of City Premises (required)

      Verify the selected options in detail to ensure that they are relevant to this document. If you are unsure, please consult Finance Risk Management.

    • Commodity Purchase Contracts (required)

      Verify the selected options in detail to ensure that they are relevant to this document. If you are unsure, please consult Finance Risk Management.

    • Environmental Services & Consulting Contracts (required)

      Verify the selected options in detail to ensure that they are relevant to this document. If you are unsure, please consult Finance Risk Management.

    • Insurance-related Communications (required)

      Please enter the mailing and/or email address that insurance-related communications/documents should be sent.

      Example: City of Phoenix Finance Department, Procurement Division, 251 W Washington Street, Phoenix, AZ 85003 OR procurement@phoenix.gov

    • Is this solicitation/contract for technology? (required)
    • Will the vendor’s solution or staff process, store, transmit, or have access (including view-only or support access) to City personal data at any point (e.g., in a vendor-hosted/SaaS system, logs, backups, integrations, or remote support)? (required)
    • Is punchout catalog integration a viable option for this contract? (required)

      Includes Punchout Catalog Integration clause in the Special Terms and Conditions section

    • Submittals Section
    • Offer In Effect Period (required)

      Enter the number of calendar days from the opening date that an offer will remain in effect.

      Example: 180

    • Do you anticipate receiving catalogs and/or price lists? (required)
    • Catalogs and/or Discount from Published Price List (required)
    • Additional Quantities

      Enter the date prior to which additional quantities may be requested from the Contractor.

      Example: May 25, 2025

    Key dates

    1. April 16, 2026Published
    2. May 6, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.