RFQ Seven Ranches 20201005 (00130909-1).DOCXCity of Maricopa,
AZ.
The City of Maricopa will accept proposals for Seven Ranches Land
Use Master Plan until the date and
time detailed below. Proposals shall be in the actual possession of
the City on or prior to the exact date
and time indicated below. Late proposals shall not be considered.
Proposals shall be submitted in electronic
format with the subject line reading “RFQ#20-ECD11032020 Seven
Ranches Land Use Master Plan” and
the Offeror’s name and address clearly indicated in the body of the
email. Offerors are strongly encouraged
to carefully read the entire Request for Qualifications.
Number of Bid Copies 1 copy submitted in electronic format to the
email below
Deadline December 1, 2020 at 4:00 p.m. Arizona time
Contact: Dania Castillo, Management Analyst
E-Mail:
[email protected]
Phone: 520-316-6835
Mailing Address: 39700 W. Civic Center Plaza, Maricopa, AZ
85138
Electronic Submittal:
[email protected]
OFFER
To the City of Maricopa: The undersigned on behalf of the entity,
firm, company, partnership, or other legal entity listed below
offers on its behalf to the City a proposal that contains all
terms, conditions, specifications and amendments in the Request for
Qualifications issued by the City. Any exception to the terms
contained in the Request for Qualifications must be specifically
indicated in writing and are subject to the approval of the City
prior to acceptance. The signature below certifies your
understanding and compliance with the Terms and Conditions
contained in the Request for Qualifications package issued by the
City. Arizona Transaction (Sales) Privilege
Tax License Number:
Name:
1. Preparation of Bid:
a. Erasures, interlineations, or other modifications in the bid
shall be initialed by the
authorized person signing the Offer. b. If price is a consideration
and in case of error of prices in the bid, the unit price shall
govern. c. Periods of time, stated as a number of days, shall be
calendar days. d. It is the responsibility of all Offerors to
examine the entire RFQ package and seek
clarification of any item or requirement and to check all responses
for accuracy before submitting a proposal.
e. Signatures. All responses are required to be signed by an
authorized representative of the responding entity. Proposals
received unsigned will not be accepted.
f. It is the Offeror’s responsibility to prepare an RFQ, which is
representative of the Offeror’s qualifications. If there is any
additional information which would assist the CITY in its
assessment of the RFQ, the Offeror should include all such
information in its RFQ under the title Additional
Information.
g. Each RFQ proposal shall be prepared simply and economically,
avoiding the use of elaborate promotional material beyond what is
sufficient to provide a complete and accurate presentation. The
responses to this RFQ must be made in accordance with the format
set forth in this Section. Only RFQs that have been determined to
be responsive will be considered. Failure to adhere to the
following format may cause rejection of the RFQ as
non-responsive
2. Inquiries: Any question related to the Request for
Qualifications shall be directed in writing or via e- mail no later
than five (5) calendar days prior to the submission date, to the
person whose name appears on the front. Questions submitted after
that period may not be answered due to time constraints. Any
correspondence related to the Request for Qualifications should
refer to the appropriate RFQ ID, page, and paragraph number.
3. Submittal: All responses to this RFQ must be submitted in
electronic format and received by the City
of Maricopa by December 1st, 2020 at 4:00pm to the following email
address:
[email protected]
4. Pre-Submittal Conference: There will be no pre-submittal
conference held. Any question related to
the Request for Qualifications shall be directed in writing or via
e-mail no later than five (5) calendar days prior to the submission
date, to the person whose name appears on the front. Questions
submitted after that period may not be answered due to time
constraints. Any correspondence related to the Request for
Qualifications should refer to the appropriate RFQ ID, page, and
paragraph number.
5. RFQ Offer Format: At least (1) document, in electronic format,
shall be submitted. The Statement
of Qualifications shall include a one-page cover letter, plus a
maximum of twenty-five (25) pages to address the RFQ evaluation
criteria (excluding resumes but including an organization chart
with key personnel and their affiliation).
a. Cover Letter: The proposal shall contain a cover letter and
introduction (limited to one page)
which includes the company name and address, the name and telephone
number of the persons who
will be authorized to represent the Offeror regarding all matters
related to the RFQ proposal and
any contract subsequently awarded to the Offeror. This letter shall
be signed by any person(s)
authorized to bind the company to all commitments made in the
RFQ.
b. Addendum Acknowledgement: The RFQ shall contain an
acknowledgment of receipt of all
amendments and/or addenda to the RFQ
c. Introduction: Brief summary of the Offeror’s understanding of
RFQ objectives and Scope of
Work.
d. Qualifications of Offeror: The Offeror’s team should possess
qualifications and previous
experience performing the Scope of Work as described in this
RFQ.
Offerors shall also provide thorough responses to the following
list of questions.
The response to these questions will be included in the City’s
evaluation of the Offeror.
In addition, the responses to these questions will be incorporated
into and made a part of the
contract. In your RFQ, please restate the questions followed by the
response.
1. What is the general type of work performed by your firm/team?
Does your firm/team have a
focus? If yes, please elaborate.
2. What is your firm’s experience in Planning and Urban Design, and
Outreach services which
are similar to those requested in this RFQ, including development
of land use plans and urban
design standards, market, etc.?
3. What is your firm’s experience working with the City of
Maricopa?
4. What is your firm’s experience in preparing urban design
strategies, creating mixed-use
neighborhoods, industrial parks, and research centers,
sustainability methods, healthy
communities, new development typologies, creative and cultural arts
districts, master plans,
etc.?
5. What are your firm’s quality assurance measures for this type of
contract work?
6. Provide any additional information regarding your firm to assist
the City to better evaluate your
firm.
e. Qualifications of Offeror Staff: This section includes, bus is
not limited to a list of all required
personnel and qualifications for each position.
A Project Manager must be designated and identified, and a detailed
resume must be submitted;
resumes of other key personnel should be provided. An
organizational chart of management
personnel shall also be included in this section.
The Offeror’s organization will be evaluated based upon the
capability of the Offeror to meet the
terms of the RFQ, such as the ability to accomplish the work within
the estimated time frame, plus
the related studies or projects recently completed by the Offeror’s
organization, which demonstrates
expertise in accomplishing similar work. The qualifications of
proposed staff will be evaluated in
terms of their previous experience and capabilities. The relevant
experience of key personnel,
especially the Project Manager, will be of major importance in the
evaluation of the RFQ. Offerors
shall provide thorough answers to the following list of questions.
In the RFQ, each question should
be restated followed by the response.
1. Who will be the responsible Principal for the project? What is
this person’s background,
experience, etc. within the firm? Include a resume of this
person.
2. What is the commitment of Principal/Senior Staff to this
project?
3. Who will be the Project Manager(s)? Describe the background,
experience and availability.
Attach resume for each staff.
4. Identify other professional staff working on this RFQ.
5. Will there be Sub-Consultants? If so, provide a list.
i. What aspect of the project will they work on and what are their
qualifications?
ii. What is your firm’s previous experience working with the
proposed Sub-Consultant(s).
6. Provide an organizational chart which identifies the Project
Principal, Project Manager, key
staff and other personnel, sub consultants, etc. include their
roles and responsibilities.
00130909 2 4
f. References: Name, title, address, telephone number and Email
address of three (3) former or
current clients who have, within the last five years, contracted
with the Offeror for services similar
to those described in this RFQ. Provide references for completed
projects which represent the range
of tasks required under this RFQ. Include project name, brief
description, contact name, address,
phone number and email information.
g. Work Samples: Include at least three completed projects
completed within the last five
years that demonstrates experience with projects similar in scope
to the work described in
this RFQ. This may illustrate: knowledge of planning issues, urban
design, implementation
programs, industrial/commercial/mixed-use master planning, adopted
plans, economic
analysis. Provide descriptions of work on similar projects,
including but not limited to:
h. Additional Information: Include any other information the
Offeror considers essential to evaluate
of the RFQ.
6. RFQ Offer Opening: Proposals shall be opened immediately after
the deadline as stated in the
Introduction. The name of each Offeror and the identity of the
Request for Qualifications for which
the proposal was submitted shall be publicly read and recorded in
the presence of a witness. After
evaluation and award of the proposal, the successful proposal and
the evaluation documentation shall
be open for public inspection.
7. Withdrawal of RFQ Offer: At any time prior to the specified
deadline and time, an Offeror (or
designated representative) may withdraw the offer, by providing
notice to the email outlined above.
8. Amendment of RFQ Offer:
a. The City reserves the right to reissue an Invitation for
Bid.
b. Unless the Offeror states otherwise, the City reserves the right
to award by individual line item, by
group of line items, or as a total, whichever is deemed most
advantageous to the City. If the
Offeror’s offer is an “all or nothing” offer, it must be so
indicated on the offer sheet.
9. Evaluation: The City will evaluate proposals on the selection
criteria set forth below. The City
Manager, or his designee, will be the sole judge of whether the
services offered are acceptable.
Proposals from company’s or individuals who have provided
inadequate services to municipalities in
the past, or proposals offering services proven unsatisfactory in
the City Manager’s sole judgment may
be rejected and not considered.
A Selection Committee may be established by the City Manager to
evaluate Responses to the RFQ and
award the contract to the respondent with the highest evaluation
score.
The City will enter into negotiations with a qualified company and
execute a contract in substantially
similar format to that in Attachment C upon completion of
negotiation of fees and contract terms. The
City may decide to terminate the selection process at any
time.
Evaluation of the proposals will be weighted as follows:
40% Qualifications of the Firm
Company’s background and experience in the field;
Company’s experience with projects of similar size and scope;
00130909 2 5
Company’s experience working with large jurisdictions and
implementation;
Company’s capability to reallocate resources effectively as needed
to meet project schedule
and needs.
Project manager(s) and key staff members’ background and
experience;
Subconsultant’s (if any) background and experience;
Project manager(s)’ communications with City Staff
20% References
History of effective communication with clients;
Client Satisfaction
Other qualifications will be evaluated as needed.
10. Discussions and Interviews: After the receipt of proposals,
discussions may be conducted with
Offerors who submit proposals determined to be reasonably
susceptible of being selected for award.
The City reserves the right to conduct personal interviews or
require presentation of any or all offers
prior to selection. The City will not be liable for any costs
incurred by the Offeror in connection with
such interview/presentations.
The City Manager, or his designee, at his sole discretion, may
select Offers that will be shortlisted for
interviews, or may select a company based solely on the scoring of
the RFQ and reference checks.
Alternatively, the City Manager may establish a Selection Committee
to conduct interviews, or select
a company based solely on the RFQ and reference checks.
00130909 2 6
Vendor Submittal Checklist
______ Introduction/Offer Sheet, signed
______ Signature Page completed
______ Completed Substitute W-9 form (Attachment A.)
______ Boycott – Participation/Israel (Attachment B)
00130909 2 7
TERMS AND CONDITIONS
1. Certification: By signature in the Offer section of the Offer
Award Page, the Offer or certifies that:
a. The submission of the offer did not involve collusion or other
anti-competitive practices.
b. The Offeror shall not discriminate against any employee or
applicant for employment in violation
of the Federal Executive Order 11246.
c. The Offeror has not given, offered to give, or 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. Failure to
sign the offer, or signing it with a
false statement, shall void the submitted offer or any resulting
contracts, and the Offeror may be
debarred.
2. Gratuities: The City may, by written notice to the Offeror,
cancel the resultant contract if it is found
by the City that gratuities, in the form of entertainment, gifts or
otherwise, were offered or given by the
Offeror or any agent or representative of the Offeror, to any
officer or employee of the City with a view
toward securing an order, securing favorable treatment with respect
to the awarding, amending, or the
making of any determinations with respect to the performing of such
order. In the event the City
pursuant to this provision cancels the resultant contract, the City
shall be entitled, in addition to any
other rights and remedies, to recover or withhold from the
Contractor the amount of gratuity. Paying
the expense of normal business meals, which are generally made
available to all eligible city
government customers, shall not be prohibited by this
paragraph.
3. Applicable Law: In the performance of the resultant contract,
Contractors shall abide by and conform
to any and all laws of the United States, State of Arizona, and the
City of Maricopa including but not
limited to federal and state executive orders providing for equal
opportunities, the Federal Occupational
Safety and Health Act and any other federal or state laws
applicable to the contract.
The resultant contract shall be governed by the State of Arizona
and suit pertaining to the contract may
be brought only in courts in the State of Arizona.
The contract is subject to the provisions of ARS §38-511; the City
may cancel the contract without
penalty or further obligations by the City or any of its
departments or agencies if any person
significantly involved in initiating, negotiating, securing,
drafting or creating the contract on behalf of
the City or any of its departments or agencies, is at any time
while the contract or any extension of the
contract is in effect, an employee of any other party to the
contract in any capacity or a consultant to
any other party of the contract with respect to the subject matter
of the contract.
ARS §35-393.01; All materials submitted as part of a response to a
solicitation are subject to Arizona
public records law and will be disclosed if there is an appropriate
public records request at the time of
or after the award of the contract.
The state is prohibited from contracting with companies currently
engaged in a Boycott of Israel. Please
refer to Attachment B and complete form as part of your
solicitation response. To ensure compliance
with A.R.S. §35-393.01, this form must be completed and returned
with the response to the solicitation
and any supporting information to assist the State in making its
determination of compliance.
00130909 2 8
4. Legal Remedies: All claims and controversies shall be subject to
resolution according to the terms of
the City of Maricopa Purchasing Code.
5. Term of Contract: The term of any resultant contract shall be
negotiated between the parties after
selection.
6. Contract: The resultant contract between the City of Maricopa
and the Contractor shall include:
a. RFQ, including instructions, terms and conditions, scope of
work, attachments, and any
amendments thereto,
b. The offer submitted by the Offeror in response to the RFQ and
any additional changes or
amendments mutually negotiated, including the Not to Exceed Fee for
services.
The Contract for Seven Ranches Land Use Master Plan is provided
with the solicitation
(Attachment C). It is the Offeror’s responsibility to review these
documents and identify any
conflicts/issues as part of the proposal. Please note that the
Contract is subject to revisions
suggested by the City Manager.
In the event of a conflict in language between the solicitation,
the contract or the offer, the
provisions and requirements of the contract shall govern. In
addition, the contract shall be amended
in the case of a conflict in the manner stated in the contract. The
order of priority shall be the
following:
b. RFQ Solicitation
c. Offer
7. Bid Ambiguity: Any ambiguity in the bid as a result of omission,
error, lack of clarity or non-
compliance by the Offeror with the specifications, instructions,
and all conditions of bidding shall be
construed in the favor of the City.
8. Contract Applicability: The Offeror shall substantially conform
to the terms, conditions,
specifications, and other requirements found within the text of
this specific RFQ. All previous
agreements, contracts, or other documents, which have been executed
between the Offeror and the City,
are not applicable to this RFQ or any resultant contract.
9. Relationship to Parties: It is clearly understood that each
party will act in its individual capacity and
not as an agent, employee, partner, joint venturer, or associate of
the other. An employee or agent of
one party shall not be deemed or construed to be the employee or
agent of the other for any purpose
whatsoever. The Offeror is advised that taxes or Social Security
payments will not be withheld from
any City payments issued hereunder and that the Offeror should make
arrangements to directly pay
such expenses, if any.
10. Subcontracts: The Contractor shall enter into no subcontract
with any other party to furnish any of the
material, service, or construction specified herein without the
advance written approval of the City.
The Contractor is responsible for contract performance whether or
not Subcontractors are used. Refer
to Attachment A.
11. Insurance: The City requires a complete and valid certificate
of insurance prior to the commencement
of any service or activity specified in this solicitation, along
with a Workmen’s Compensation
00130909 2 9
Certificate of Insurance. The City will notify the successful
contractor of the intent to issue a contract
award. The successful contractor shall at that time submit a copy
of the insurance certificate for
coverage with minimum amounts stated. The coverage shall be
maintained in full force and effect
during the term of the contract and shall not serve to limit any
liabilities or any other contractor
obligations.
12. Indemnification: Consultant shall defend, indemnify, and hold
City, its officers and employees
harmless from any and all loss, damage, claim for damage,
liability, expense, or cost, including
reasonable attorneys’ fees, which arise out of, or is in any way
connected with the performance of work
under this Agreement by Consultant, or any of Consultant’s
employees, agents or subconsultants, and
from all claims by Consultant’s employees, subconsultants and
agents for compensation for services
rendered to Consultant in the performance of this Agreement,
notwithstanding that City may have
benefited from their services. This indemnification provision shall
only apply to any and all negligent
acts or omissions, willful misconduct or negligent conduct, whether
active or passive, on the part of
Consultant or Consultant’s employees, subconsultants or
agents.
13. Overcharges by Antitrust Violations: The City maintains that,
in practice, overcharges resulting from
antitrust violations are borne by the purchaser. Therefore, to the
extent permitted by law, the Contractor
hereby assigns to the City any and all claims for such overcharges
as to the goods and services used to
fulfill the Contract.
14. Force Majeure: Except for payment for sums due, neither party
shall be liable to the other not deemed
in default under the resultant contract if and to the extent that
such party’s performance of the 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. Without limiting the
foregoing, force majeure includes acts of God: acts of the public
enemy; war; riots; strikes;
mobilization; labor disputes; civil disorders; fire; floods;
lockouts; injunctions-intervention-acts, or
failures or refusals to act by government authority; and other
similar occurrences beyond the control of
the party declaring force majeure which such party is unable to
prevent by exercising reasonable
diligence. The force majeure shall be deemed to commence when such
party is unable to prevent by
exercising reasonable diligence. The force majeure shall be deemed
to commence when the party
declaring force majeure notifies the other party of the existence
of the force majeure and shall
be deemed to continue as long as the results or effects of the
force majeure prevent the party from
resuming performance in accordance with the resultant contract.
Force Majeure shall not include the
following occurrences:
a. Late delivery of equipment or materials caused by congestion at
a manufacturer’s plant or
elsewhere, an oversold condition of the market, inefficiencies, or
similar occurrences.
b. Late performance by a subcontractor unless the delay arises out
of a force majeure
occurrence in accordance with this force majeure term and
condition.
Any delay or failure in performance by either party hereto shall
not constitute default hereunder or give
rise to any claim for damages or loss of anticipated profits if,
and to the extent that such delay or failure
is caused by force majeure. If either party is delayed at any time
in the progress of work by force
majeure, then the delayed party shall notify the other party in
writing of such delay within forty-eight
(48) hours commencement thereof and shall specify the causes of
such delay in such notice. Such
notice shall be hand delivered or mailed certificate-return receipt
and shall make specific reference to
this article, thereby invoking its provisions. The delayed party
shall cause such delay to cease as soon
as practicable and shall notify the other party in writing. The
time of completion shall be extended by
00130909 2 10
contract modification for a period of time equal to the time that
the results or effects of such delay
prevent the delayed party from performing in accordance with the
resultant contract.
15. Right to Assurance: Whenever one party to the resultant
contract in good faith has reason to question
the other party’s intent to perform, he may demand that the other
party give written assurance of this
intent to perform. In the event that a demand is made and no
written assurance is given within five (5)
day, the demanding party may treat this failure as an anticipatory
repudiation of the Contract.
16. Right to Audit Records: The City may, at reasonable times and
places, audit the books and records
of any contractor as related to any contract held with the
City.
17. Right to Inspect Place of Business: The City may, at reasonable
times inspect the place of business
of a contractor or subcontractor which is related to the
performance of any contract as awarded or to be
awarded.
18. Inspection: All material and/or services are subject to final
inspection and acceptance by the City.
Materials and/or services failing to conform to the specifications
of the resultant contract will be held
at Contractor’s risk and may be returned to the Contractor. If
returned, all costs are the responsibility
of the Contractor. They may elect to do any or all:
a. Waive the non-conformance
b. Stop the work immediately
c. Bring material into compliance
This shall be accomplished by a written determination for the
City.
19. Material Safety Data Sheets (MSDS): (If applicable) Each bid
shall include an MSDS for the product
quoted.
20. Liens: All materials, service or construction shall be free of
all liens, and if the City requests, a formal
release of all liens shall be delivered to the City.
21. Licenses: Contractor shall maintain in current status all
Federal, State, and Local licenses and permits
required for the operation of the business conducted by the
Contractor as applicable to the contract.
22. Patents and Copyrights: All services, information, computer
program elements, reports and other
deliverables, which may be patented or copyrighted and created
under this RFQ are the property of the
City and shall not be used or released by the Contractor or any
other person except with the prior written
permission of the City.
23. Cost of Bid/Proposal: The City shall not reimburse the cost of
developing or providing any response
to this RFQ. Offers submitted for consideration should be prepared
simply and economically, providing
adequate information in a straightforward and concise manner.
24. Public Record: All offers submitted in response to this RFQ
shall become a matter of public record
available for review, subsequent to the award notification, in
accordance with the City’s Purchasing
Code.
25. Termination for Non-Appropriation: Any contract entered into by
the City shall terminate at the end
of the then current fiscal period for non-appropriation of funds if
the City’s governing body fails to
00130909 2 11
appropriate funds to pay for the payments contemplated by the
contract. The City’s fiscal period ends
June 30th of each year.
26. Warranties: Contractor warrants that all goods delivered under
this contract will conform to the
requirements of this contract (including all applicable
descriptions, specifications, drawings and
samples), and will be free from defects in material and workmanship
and will be free from defects in
design and fit for the intended purpose. Any inspection or
acceptance of the goods by Buyer shall not
alter or affect the obligation of vendor or the right of Buyer
under the foregoing warranties.
27. Liquidated Damages: Contractor acknowledges and agrees that if
Contract fails to obtain Substantial
Completion of the Services within the Term, as negotiated by the
Parties, City will sustain extensive
damages and serious loss as a result of such failure. The exact
amount of such damages will be
extremely difficult to ascertain. Therefore, City and Contractor
agree that if Contractor fails to achieve
Substantial Completion of the Services within the Term, City shall
be entitled to withhold compensation
from Contractor under this Agreement in the amount of one-hundred
and 00/100 Dollars ($100.00) per
day until Substantial Completion of the Services is performed as
liquidated damages and not as a
penalty.
29. Employee Training: (If Applicable). The successful Offeror
shall provide on-site (or classroom, if
applicable) instruction to the designated City employee(s) as
required to safely use the product
purchased. The cost of this instruction (if any) shall be included
in the quote submitted to the City.
30. Cooperative Use of Contract: This agreement may not be extended
for use by other governmental
agencies and political subdivisions of the State.
31. Compliance with Arizona Revised Statutes (ARS). Procurement of
professional services by a
municipality within the State of Arizona is governed by ARS Title
34. By submitting an SOQ under
this solicitation, the submitter certifies that said submittal and
their conduct in relation to this
solicitation is in compliance with the requirements of ARS Title
34.
32. Export Administration Act (EAA): Per A.R.S. § 35-392, the City
is prohibited from purchasing for
a company that is in violation of the Export Administration
Act.
33. Federal Immigration and Nationality Act (FINA): By entering
into the Contract, the
CONTRACTOR warrants compliance with the Federal Immigration and
Nationality Act (FINA) and
all other Federal immigration laws and regulations related to the
immigration status of its employees.
The Contractor shall obtain statements from its subcontractors
certifying compliance and shall furnish
the statements to the Purchasing Manager upon request. These
warranties shall remain in effect through
the term of the Contract. The CONTRACTOR and its subcontractors
shall also maintain Employment
Eligibility Verification forms (I-9) as required by the U.S.
Department of Labor’s Immigration and
Control Act, for all employees performing work under the Contract.
I-9 forms are available for
download at www.USCIS.GOV.
a. The City may request verification of compliance for any
CONTRACTOR or subcontractor
performing work under the Contract. Should the City suspect or find
that the
CONTRACTOR or any of its subcontractors are not in compliance, the
City may pursue
any and all remedies allowed by law, including but not limited to:
suspension of work,
termination of the Contract for default, and suspension and/or
debarment of the
CONTRACTOR. All costs necessary to verify compliance are the
responsibility of the
CONTRACTOR.
34. Price Adjustment: The City Purchasing Office will review fully
documented requests for price
increases after any contract has been in effect for one (1) year.
Any general price increase adjustment
will only be made at the time of contract extension and will be a
factor in the extension review process.
The City Purchasing Office will determine whether the requested
price increase or an alternate option,
is in the best interest of the City.
35. Key Personnel: (If Applicable) It is essential that the
Contractor provide adequate experienced
personnel, capable of and devoted to the successful accomplishment
of work to be performed under
any resultant contract. The Contractor must agree to assign
specific individuals to the key positions.
a. The Contract agrees that once assigned to work under any
resultant contract, key personnel
shall not be removed or replaced without written notice to the
City.
b. If key personnel are not available for work under any resultant
contract for a continuous
period exceeding thirty (30) calendar days, or are expected to
devote substantially less
effort to the work than initially anticipated, the Contractor shall
immediately notify the
City, and shall, subject to the concurrence of the City, replace
such personnel with
personnel of substantially equal ability and qualifications.
36. Confidential Information:
a. If a person believes that a bid, proposal, offer, specification,
or protest contains information
that should be withheld, a statement advising the Purchasing
Manager of this fact shall
accompany the submission and the information shall be
identified.
b. The information identified by the person as confidential shall
not be disclosed until the
City Manager makes a written determination.
37. Confidentiality of Records: The contractor shall establish and
maintain procedures and control that
are acceptable to the City for the purpose of assuring that
information contained in its records or
obtained from the City remains confidential pursuant to applicable
requirements.
38. Cancellation: The City reserves the right to cancel the whole
or any part of any resultant contract due
to failure by the contractor to carry out any obligation, term or
condition of any resultant contract. The
City will issue written notice to the contractor for acting or
failing to act as in any of the following:
a. The contractor fails to adequately perform the services set
forth in the specifications of the
contract;
b. The contractor fails to complete the work required or to furnish
the materials required
within the time stipulated in the contract;
c. The contractor fails to make progress in the performance of the
contract and/or gives the
City reason to believe that the contractor will not or cannot
perform to the requirements of
the contract.
Upon receipt of the written notice of concern, the contractor shall
have ten (10) days to provide a
satisfactory response to the City. Failure on the part of the
contractor to adequately address all
issues of concern may result in the City resorting to any single or
combination of the following
remedies:
a. Cancel any contract;
b. Enforce the Liquidated Damages provision as outlined in the
contract;
c. Reserve all rights or claims to damage for breach of any
covenants of the contract;
d. Perform any test or analysis on materials for compliance with
the specifications of the
contract;
e. If the results of any test or analysis find a material
non-compliance with the specifications,
the actual expense of testing shall be borne by the
contractor.
f. In case of default, the City reserves the right to purchase
materials, or to complete the
required work. The City may recover any actual excess costs from
the contractor by:
i. Deduction from an unpaid balance;
ii. Collection against the bid and/or performance bond, or;
iii. Any combination of the above or any other remedies as provided
by law.
00130909 2 14
SCOPE OF SERVICES
I. Project Overview
The City of Maricopa (CITY) is seeking to develop a Master Land Use
Plan for the Seven Ranches areas.
The plan will promote an increased tax base, private investment and
job creation through mixed-use,
offices, retail, commercial, high-density housing, and
single-family housing.
The consultant hired will analyze opportunities and constraints;
develop alternatives and prepare a
comprehensive infrastructure and land use plan to assess future
development proposals and capital
improvements. The agency will lead an extensive, inclusive, and
innovative community engagement
process that identifies community values, milestones, and
prioritized implementation steps to achieve a
diverse and attractive area.
The ideal respondent can translate their understanding into a
vision that is in context with our size, being
mindful of different types of mixed-use development. Respondents
should specify their ability to
incorporate comprehensive visioning, site planning and urban design
into a plan. The selected service will
work at the direction of the City. A key aspect of the strategy
should incorporate mixed use planning and
market research to determine the needs of the site in its entirety
prior to stakeholder meetings and master
planning.
The Consultant selected will demonstrate expertise and experience
in the following areas:
• Master Land Use and Development Concept Plan
• Civil and Site Engineering
• Public Engagement/Stakeholder Facilitation
• Transportation Roadway System
A. Complete urban design and planning services.
B. Defining a work plan, schedule, and project management
approach.
C. Coordinating project effort with City of Maricopa, local
utilities and stakeholders.
D. Initial assessment and inventory of applicable physical, social
and environmental
elements and current conditions.
E. Research and inventory existing conditions and urban design
characteristics including but not
limited to analysis of existing character of streets within study
area(s), including assessment of
00130909 2 15
dimensions, roadway, utilities, drainage, storm water management,
built and historic structures;
F. Research and inventory existing conditions and urban design
characteristics,
especially as they relate to existing and planned zoning,
transportation, infrastructure, street design,
and neighborhood character;
G. Planning and project feasibility studies for urban design
strategies, transit neighborhoods,
sustainability methods, healthy communities, new development
typologies, and infrastructure
analysis;
opportunities for pedestrian and community enhancements;
I. Development of preliminary land use concepts, policies, and
implementation strategies, including
zoning ordinances, development standards and design
guidelines;
J. Assistance in communicating planning concepts to stakeholders,
including preparing conceptual
design/massing alternatives, renderings and photo-simulations, site
plans, maps, 3-D models,
illustrations and diagrams for use as visualization tools during
adoption phases of the project;
K. Preparing street cross-section designs and draft design
guidelines for adjacent development sites,
for implementation through community plans, design overlays,
streetscape plans, new street
standards or other strategies;
L. Conceptual and final master plans that may/will include: office,
retail, commercial, mixed-use,
public spaces, high-density residential, single family
residential;
M. Strategic project direction, project management and coordination
of consultant team;
N. Other related, allied, incidental and supplementary services as
needed to complete the work on
awarded project.
III. Public Participation Services
A. Public outreach services are needed in order to assist the city
in gathering and summarizing
stakeholder input as part of the planning process. This could the
following, but not limited to:
1. Developing a multi-facet participation plan.
2. Coordinating initial outreach to identify issues, concerns, and
opportunities;
3. Conducting stakeholder interviews.
00130909 2 16
IV. Project Background
Historically a rural residential enclave, Seven Ranches is a
280-acre site that has been broken into smaller
land parcels. This has creating significant obstacles to any
coordinated development other than low density
residential. Property maintenance and esthetic issues serve as a
disincentive for investment. The General
Plan supports consolidation of smaller parcels to foster orderly
development. For smaller parcels, low
density residential is encouraged, while consolidated,
non-residential development and related zoning
requests on parcels 5-acres or greater should be supported.
The majority of Seven Ranches is zones General Rural (GR) with a
collection of lots on the north side
zoned as General Business (CB-2). The predominant zoning in the
area around Seven Ranches is single
family to the north, west, and east, and general rural to the
west.
The majority of the tract is zones General Rural (GR) which is the
interim holding zone upon annexation.
The commercially zoned land is General Business (CB-2) zone and is
in a unique configuration. The zone
is a heavier commercial district allowing the same uses as the
Local Business Zone (CB-1) plus a number
of other uses such as warehousing and light industrial/assembly on
a limited basis. Most of it is mid-block
along the arterials Honeycutt and Porter. Retail and commercial
tend to work better at the corner of two
arterials with improved access and traffic counts. The mid-block
configuration raises a question as to what
the corners will ultimately be. In addition, with approximately
90-acres zoned commercial (although 10-
acres is used as a school), an additional 50-60 acres at the two
corners would bring the amount up to
approximately 140-acres of Commercial Business in the area. The
depth of the CB-2 along Honeycutt Road
for the most part is over 1200 feet which provides for extremely
deep commercial tracts. The back portions
of these tracts as zoned, is probably only suitable for warehouse
type activities, which will set a
warehouse/industrial/heavy commercial tome for the balance of
the280-acres and is probably bit acceptable
to all the property owners and the adjacent residential areas. In
addition, there is a substantial Light Industry
& Warehouse Zone CI-1 to the southeast, which has a more
flexible zoning with better access and visibility,
and therefore will probably absorb the more viable warehouse and
industrial type uses. To summarize, there
is a concern with the amount of CB-1 zoning, how it is configured
and what the possible end uses away
from the arterials will be and their effects upon the balance of
the tract.
Maricopa is growing rapidly and Seven Ranches is experiencing the
effects of growth all around it.
However, infrastructure in Seven Ranches is very poor and has not
kept up with the growth. A private water
provider, Seven Ranches Water District serves Seven Ranches area.
The water district, however, cannot
provide the minimum fire flow requirements, which poses serious
challenges for new development needing
to meet current fire codes. Roads are unpaved, which creates severe
dust and air quality issues. The roads
flood when it rains due to the lack of a proper drainage system.
Additionally, roads are not aligned with
adjacent streets and new subdivisions.
One of the biggest barriers to developing the site is the lack of
infrastructure, water, sewer, and roads. In
particular, water and wastewater issues are complicated by having
various service providers, both public
and private. Another barrier is that there are multiple property
owner, and land parcels are generally small.
Achieving consensus on a unified plan for the area may be
difficult, as the owners have different and, in
some case, perhaps unrealistic expectations about the potential
value of their property and its highest and
best use.
Inside Seven Ranches is a charter school, storage business, US
postal distribution center, a church, and a
gas station. A 27-unit multi-family housing development is
underway.
For supplemental information, you may view this document: Final
Report Seven Ranches Area
WALANSTEPHENS PKWY
WFRI EN
WLO CO
CO ST
N A L M A S T
N G L E N N W IL D E D R
N
WHOMESTEADDR
WADAMSWAYN A L A N S T E P H E N S PK W
Y
N P O R T E R R D
N W H IT E A N D P A R K E R R D
W BOWLIN RD
1 inch = 1,200 FeetH:\Projects\Economic and Community
Development\2020\Redevelopment
Districts\redevelopment_district.aprx 11" x 8.5"
10/28/2020
Information shown on this map is for general reference and should
be verified using recorded documents. It should not be used to
replace a site survey.
Redevelopment District
2. Business Name (if different than above): ______
3. DUNS #:
_____________________________________________________________
5. Type of organization (check one):
Individual/Sole Proprietor Limited Liability Company*
Corporation *Choose the tax classification
Partnership Disregarded Entity
7. Remittance address (if different than above):
______
9. Phone Number: _____ Fax Number: ______
10. Email address of contact person: ______
11. Applicant is a (check one):
Factory Representative Jobber
Manufacturer Authorized distributor
Retail dealer Contractor
Consultant Other: ______
12. Indicate if the business is registered as a minority or
woman-owned company.
Minority-owned Woman-owned Not Applicable
13. How long has the company been in business? ______
14. Does applicant currently hold a valid business license issued
by the City of Maricopa?
Yes No
1. Commodity/Service description (this section must be
completed):
______ ____
Terms:
The City of Maricopa may take up to thirty (30) calendar days after
the receipt of vendor's invoice
to render payment unless other arrangements are made through a
written contract. Applicant's
signature below signifies acceptance of those terms.
Under Penalties of perjury, I certify that:
1. The number shown on this form is my correct federal employer
identification number.
2. I am not subject to backup withholding because of failure to
report interest and dividend income.
3. I am a U.S. person (including a U.S. resident alien).
(NOTE: You must cross out item 2. above if you have been notified
by the IRS that you are
currently subject to backup withholding because you have failed to
report all interest and
dividends on your tax return).
4. The following business ownership classifications are
applicable:
Disadvantaged Business Enterprise Ownership Classification (Select
One Only):
______ _______
1 Non-Small/Non-Minority/Non-Disabled 8 Small Business/Disabled
Owner
2 Small Business (Per ARS §41-1001.20) 9 Minority Woman Owned
Business
3 Minority Owned Business [Per 15 CFR
§1400.1(a)]
1492.5)
7 Small Business/Woman Owned 14 Small
Business/Disabled-Minority-
Woman
The Internal Revenue Service does not require your consent to any
provision of this document other than
the Owned certifications required to avoid backup
withholding.”
00130909 2 20
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT is made and entered into this _____ day of
__________ 2020, by
and between the CITY OF MARICOPA, ARIZONA, an Arizona municipal
corporation (“City”),
and ____________________ (“Consultant”), to provide a Seven Ranches
Land Use Master Plan
(“Services”).
WHEREAS, City desires to retain a consultant to furnish
Professional services and to
make payment for the same in accordance with the terms and
conditions set forth in this
Agreement, including all attachments and addenda, including the
Request for Qualifications and
Consultant’s Proposal, which are appended hereto by mutual
agreement of the parties; and
WHEREAS, in procuring these services, City issued RFQ
#20_________________
seeking a qualified Consultant to provide a Seven Ranches Land Use
Master Plan; and
NOW, THEREFORE, City agrees to retain and does hereby retain
Consultant and
Consultant agrees to provide the services required according to the
terms and conditions and for
the consideration hereinafter set forth:
1. CONSULTANT’S DUTIES: Consultant agrees to perform the following
professional
services in connection with the Project:
See attached Exhibit A and Exhibit B, which are incorporated into
this Agreement
2. COMPENSATION: In accordance with the terms and conditions of
this Agreement,
City shall compensate Consultant for its professional services as
follows:
See Exhibit B.
3. TERM. The term of this Agreement shall be negotiated between the
parties.
4. CONSULTANT BILLING: Compensation for the Services provided under
this
Agreement shall conform to the Scope of Work of the RFQ, attached
as Exhibit A and Exhibit B
to this Agreement.
5. CITY’S STANDARD OF PERFORMANCE: City shall furnish the
Consultant with all
data, information and other supporting services specified in
Exhibits A and B.
6. CONSULTANT’S STANDARD OF PERFORMANCE: While performing the
services, Consultant shall exercise the reasonable professional
care and skill customarily
exercised by reputable members of Consultant’s profession
practicing in the Phoenix
Metropolitan Area, and shall use reasonable diligence and best
judgment while exercising its
professional skill and expertise. Consultant shall be responsible
for all errors and omissions
Consultant commits in the performance of this Agreement that are a
breach of this standard.
ATTACHMENT C
00131824 2
7. CONFIDENTIALITY: Consultant, and any subcontractors or
individuals hired by
Consultant to perform the services under this Agreement, shall keep
any information concerning
City matters confidential and agree that they will not make any
statement, give an interview or
provide any information to any person, corporation or other entity,
including without limitation
any media source, in relation to the project or the services to be
provided under this Agreement
without the prior written consent of City. Consultant, and any
subcontractors or individuals hired
by Consultant, agree not to disclose to any other person or entity
(unless required by law) any
confidential information concerning City matters during and after
this Agreement.
8. NOTICES: All notices to the other party required under this
Agreement shall be in
writing and sent by first class certified mail, postage prepaid,
return receipt requested, addressed
to the following personnel:
Maricopa, AZ 85138
If to Consultant:
Attn:
9. TERMINATION: This Agreement may be terminated by either party
upon thirty (30)
days written notice. If this Agreement is terminated, Consultant
shall be paid for services
performed to the date of receipt of such termination notice. In the
event of such termination,
Consultant shall deliver to City all work in any state of
completion at the date of effective
termination.
10. SUBCONTRACTORS: Consultant shall, within ten (10) days after
the execution of
this Agreement and before awarding any subcontract, furnish City
with a list of proposed
subcontractors, if any, and shall not employ any that City may
object to for any reason.
Consultant agrees that it is as fully responsible to City for the
acts and omissions of its
subcontractors and of persons either directly or indirectly
employed by them as it is for the acts
and omissions of persons directly employed by Consultant. Nothing
contained in the Agreement
shall create any contractual relations between any subcontractor
and City.
11. RECORDS: Records of Consultant’s labor, payroll, and other
costs pertaining to this
Agreement shall be kept on a generally recognized accounting basis
and made available to City
for inspection on request. Consultant shall maintain records for a
period of at least two (2) years
after termination of this Agreement, and shall make such records
available during that retention
period for examination or audit by City personnel during regular
business hours.
00131824 2
12. INSURANCE:
12.1 General.
a. Insurer Qualifications. Without limiting any obligations or
liabilities
of the Consultant, the Consultant shall purchase and maintain, at
its own expense, hereinafter
stipulated minimum insurance with insurance companies duly
authorized by the State of Arizona
with an AM Best, Inc. rating of A- or above with policies and forms
satisfactory to the City.
Failure to maintain insurance as specified herein may result in
termination of this Agreement at
the City's option.
b. No Representation of Coverage Adequacy. By requiring
insurance
herein, the City does not represent that coverage and limits will
be adequate to protect the
Consultant. The City reserves the right to review any and all of
the insurance policies and/or
endorsements cited in this Agreement but have no obligation to do
so. Failure to demand such
evidence of full compliance with the insurance requirements set
forth in this Agreement or failure
to identify any insurance deficiency shall not relieve the
Consultant from, nor be construed or
deemed a waiver of, its obligation to maintain the required
insurance at all times during the
performance of this Agreement.
or deductible portions, except Workers' Compensation/Employer’s
Liability insurance and
Professional Liability insurance, if applicable, shall name, to the
fullest extent permitted by law
for claims arising out of the performance of this Agreement, the
City, its agents, representatives,
officers, directors, officials and employees as Additional Insured
as specified under the respective
coverage sections of this Agreement.
d. Coverage Term. All insurance required herein shall be maintained
in
full force and effect until all work or services required to be
performed under the terms of this
Agreement are satisfactorily performed, completed and formally
accepted by the City, unless
specified otherwise in this Agreement.
e. Primary Insurance. The Consultant's insurance, except
Workers'
Compensation/Employer’s Liability insurance and Professional
Liability insurance, if applicable,
shall be primary insurance with respect to performance of this
Agreement and in the protection of
the City as an Additional Insured.
f. Claims Made. In the event any insurance policies required by
this
Agreement are written on a "claims made" basis, coverage shall
extend, either by keeping
coverage in force or purchasing an extended reporting option, for
three (3) years past completion
and acceptance of the services. Such continuing coverage shall be
evidenced by submission of
annual Certificates of Insurance citing applicable coverage is in
force and contains the provisions
as required herein for the three-year period.
00131824 2
g. Waiver. All policies, except for Professional Liability,
including
Workers' Compensation insurance, shall contain a waiver of rights
of recovery (subrogation)
against the City, its agents, representatives, officials, officers
and employees for any claims
arising out of the work or services of the Consultant. The
Consultant shall arrange to have such
subrogation waivers incorporated into each policy via formal
written endorsement thereto on a
blanket basis.
h. Policy Deductibles and/or Self-Insured Retentions. The policies
set
forth in these requirements may provide coverage that contains
deductibles or self-insured
retention amounts. Such deductibles or self-insured retention shall
not be applicable with respect
to the policy limits provided to the City. The Consultant shall be
solely responsible for any such
deductible or self-insured retention amount.
i. Use of Subcontractors. If any work under this Agreement is
subcontracted in any way, the Consultant shall execute written
agreement with the Subcontractor
containing the indemnification provisions and insurance
requirements (unless waived by City in
City's sole discretion) set forth herein protecting the City and
the Consultant. The Consultant shall
be responsible for executing the agreement with the Subcontractor
and obtaining certificates of
insurance verifying the insurance requirements.
j. Evidence of' Insurance. Prior to commencing any work or
services
under this Agreement, the Consultant shall furnish the City with
certificate(s) of insurance, or
formal endorsements as required by this Agreement, issued by
Consultant's insurer(s) as evidence
that policies are placed with acceptable insurers as specified
herein and provide the required
coverages, conditions and limits of coverage specified in this
Agreement and that such coverage
and provisions are in full force and effect. If a certificate of
insurance is submitted as verification
of coverage, the City shall reasonably rely upon the certificate of
insurance as evidence of
coverage but such acceptance and reliance shall not waive or alter
in any way the insurance
requirements or obligations of this Agreement. If any of the
above-cited policies expire during the
life of this Agreement, it shall be the Consultant's responsibility
to forward renewal certificates
within ten (10) days after the renewal date containing all the
aforementioned insurance
provisions. Certificates of insurance shall specifically include
the following provisions:
(1) The City, its agents, representatives, officers, directors,
officials
and employees are Additional Insureds as follows:
(a) Commercial General Liability - Under Insurance
Services Office, Inc., ("ISO") Form CG 20 10 or
equivalent.
equivalent.
00131824 2
(2) The Consultant 's insurance shall be primary and non-
contributory insurance as respects performance of the Agreement,
except Workers'
Compensation/Employer’s Liability insurance and Professional
Liability insurance, if applicable.
(3) All policies, excluding Professional Liability, waive rights
of
recovery (subrogation) against the City, its agents,
representatives, officers, officials and
employees for any claims arising out of work or services performed
by the Consultant under this
Agreement.
(4) A 30-day advance notice cancellation provision. If ACORD
certificate of insurance form is used, the phrases in the
cancellation provision "endeavor to" and
"but failure to mail such notice shall impose no obligation or
liability of any kind upon the
company, its agents or representatives" shall be deleted.
Certificate forms other than ACORD
form shall have similar restrictive language deleted.
12.2 Required Insurance Coverage.
"occurrence" form Commercial General Liability insurance with an
unimpaired limit of not less
than $1,000,000 for each occurrence, $1,000,000 Products and
Completed Operations Annual
Aggregate and a $2,000,000 General Aggregate Limit. Such limits may
be met in combination of
primary and excess policies. The policy shall cover liability
arising from premises, operations,
independent contractors, products-completed operations, bodily
injury or death, personal injury,
advertising injury and property damage. Coverage under the policy
will be at least as broad as
ISO policy forms CG 00 010 or equivalent thereof, including but not
limited to, separation of
insured's clause. To the fullest extent allowed by law, for claims
arising out of the performance of
this Agreement, the City, its agents, representatives, officers,
officials, volunteers and employees
shall be cited as an Additional Insured under ISO, Commercial
General Liability Additional
Insured Endorsement form CG 20 10, or equivalent, which shall read
"Who is an Insured (Section
II) is amended to include as an insured the person or organization
shown in the Schedule, but only
with respect to liability arising out of "your work" for that
insured by or for you."
b. Vehicle Liability. The Consultant shall maintain Business
Automobile Liability insurance with a limit of $1,000,000 each
occurrence on the Consultant's
owned, hired and non-owned vehicles assigned to or used in the
performance of the Consultant 's
work or services under this Agreement. Coverage will be at least as
broad as ISO coverage code
"1" "any auto" policy form CA 00 01 or equivalent thereof. To the
fullest extent allowed by law,
for claims arising out of the performance of this Agreement, the
City, its agents, representatives,
officers, directors, officials and employees shall be cited as an
Additional Insured under ISO
Business Auto policy.
shall maintain Professional Liability insurance covering negligent
errors and omissions arising
00131824 2
out of the Services performed by the Consultant, or anyone employed
by. the Consultant, or
anyone for whose negligent acts, mistakes, errors and omissions the
Consultant is legally liable,
with an unimpaired liability insurance limit of $5,000,000 each
claim and $5,000,000 all claims.
In the event the Professional Liability insurance policy is written
on a "claims made" basis,
Consultant warrants that any retroactive date under the policy
shall precede the effective date of
this Agreement; and that either continuous coverage will be
maintained or an extended discovery
period will be exercised for a period of three (3) years beginning
at the time work under this
Agreement is completed.
Workers' Compensation insurance to cover obligations imposed by
federal and state statutes
having jurisdiction of Consultant 's employees engaged in the
performance of work or services
under this Agreement and shall also maintain Employers Liability
Insurance of not less than
$500,000 for each accident, $500,000 disease for each employee and
$1,000,000 disease policy
limit.
12.3 Cancellation and Expiration Notice. Insurance required herein
shall not
expire, be canceled, except for non-payment of premium, without
thirty (30) days prior written
notice to the City.
13. RIGHT OF CITY TO CONTRACT WITH OTHERS: Nothing in this
Agreement
shall imply City is obligated to obtain the services described
herein with only this particular
consultant.
14. UNCONTROLLABLE FORCES: City and Consultant shall exert all
efforts to
perform their respective responsibilities under this Agreement.
However, neither party shall hold
the other party responsible for inability to render timely
performance if such inability is a direct
result of a force beyond its control, including but not limited to
the following: strikes, lockouts,
embargoes, failure of carriers, inability to obtain transportation
facilities, acts of God or the
public enemy, or other events beyond the control of the other or
the other’s employees and
agents.
15. INDEMNIFICATION: To the fullest extent allowed by law,
Consultant shall defend,
indemnify, and hold City, its officers and employees harmless from
any and all loss, damage,
claim for damage, liability, expense, or cost, including reasonable
attorneys’ fees, which arise out
of, or is in any way connected with the performance of work under
this Agreement by
Consultant, or any of Consultant’s employees, agents or
subconsultants, and from all claims by
Consultant’s employees, subconsultants and agents for compensation
for services rendered to
Consultant in the performance of this Agreement, notwithstanding
that City may have benefited
from their services. This indemnification provision shall only
apply to any and all negligent acts
or omissions, willful misconduct or negligent conduct, whether
active or passive, on the part of
Consultant or Consultant’s employees, subconsultants or agents.
This section shall survive the
expiration or early termination of the Agreement.
00131824 2
16. WAIVER OF TERMS AND CONDITIONS: The failure of City or
Consultant to
insist in any one or more instances on performance of any of the
terms or conditions of this
Agreement or to exercise any right or privilege contained herein
shall not be considered as
thereafter waiving such terms, conditions, rights or privileges,
and they shall remain in full force
and effect.
17. INDEPENDENT CONTRACTOR: Consultant shall at all times during
Consultant’s
performance of the services retain Consultant’s status as
independent contractor. Consultant’s
employees shall under no circumstances be considered or held to be
employees or agents of City,
and City shall have no obligation to pay or withhold state or
federal taxes or provide workers’
compensation or unemployment insurance for or on behalf of them or
Consultant.
18. ARBITRATION. In the event that there is a dispute hereunder
which the parties
cannot resolve between themselves, the parties agree to attempt to
settle the dispute by
nonbinding arbitration before commencement of litigation. The
arbitration shall be held under
the rules of the American Arbitration Association. The matter in
dispute shall be submitted to an
arbitrator mutually selected by Consultant and the City. In the
event that the parties cannot agree
upon the selection of an arbitrator within seven (7) days, then
within three (3) days thereafter, the
City and Consultant shall request the presiding judge of the
Superior Court in and for the County
of Pinal, State of Arizona, to appoint an independent arbitrator.
The cost of any such arbitration
shall be divided equally between the City and Consultant. The
results of the arbitration shall be
nonbinding on the parties, and any party shall be free to initiate
litigation subsequent to the final
decision of the arbitrator.
19. GOVERNING LAW AND VENUE: The terms and conditions of this
Agreement shall be governed by and interpreted in accordance with
the laws of the State of
Arizona. Any action at law or in equity brought by either party for
the purpose of enforcing a
right or rights provided for in this Agreement, shall be tried in a
court of competent jurisdiction in
Pinal County, State of Arizona. The parties hereby waive all
provisions of law providing for a
change of venue in such proceeding to any other county. In the
event either party shall bring suit
to enforce any term of this Agreement or to recover any damages for
and on account of the breach
of any term or condition in this Agreement, it is mutually agreed
that the prevailing party in such
action shall recover all costs including: all litigation and appeal
expenses, collection expenses,
reasonable attorneys’ fees, necessary witness fees and court costs
to be determined by the court in
such action.
20. OWNERSHIP OF RECORDS AND REPORTS: All of the files, reports,
documents,
information and data prepared or assembled by Consultant under this
Agreement shall be and
remain the property of City and shall be forwarded to City at any
time City requires such papers.
21. LICENSE: Consultant represents and warrants that any license
necessary to perform
the work under this Agreement is current and valid. Consultant
understands that the activity
described herein may constitute “doing business in the “City of
Maricopa” and Consultant agrees
to obtain any necessary business tax license pursuant to Article
8-1 of the City of Maricopa’s City
00131824 2
Code and keep such license current during the term of this
Agreement. Any activity by
subconsultants within the corporate city limits, will invoke the
same business tax regulations on
any subconsultants, and Consultant ensures its subconsultants will
obtain any required business
tax license.
22. NONASSIGNMENT: This Agreement has been entered into based upon
the personal
reputation, expertise and qualifications of Consultant. Neither
party to this Agreement shall
assign its interest in the Agreement, either in whole or in part.
Consultant shall not assign any
monies due or to become due to it hereunder without the prior
written consent of City.
23. THIRD PARTY BENEFICIARIES: There are no third party
beneficiaries of this
Agreement.
24. ENTIRE AGREEMENT: This Agreement and any attachments represent
the entire
agreement between City and Consultant and supersede all prior
negotiations, representations or
agreements, either express or implied, written or oral. It is
mutually understood and agreed that
no alteration or variation of the terms and conditions of this
Agreement shall be valid unless made
in writing and signed by the parties hereto. Written and signed
amendments shall automatically
become part of the Agreement, and shall supersede any inconsistent
provision therein; provided,
however, that any apparent inconsistency shall be resolved, if
possible, by construing the
provisions as mutually complementary and supplementary.
25. SEVERABILITY: If any part, term or provision of this Agreement
shall be held
illegal, unenforceable or in conflict with any law, the validity of
the remaining portions and
provisions hereof shall not be affected.
26. CONFLICTS OF INTEREST: The provisions of A.R.S. §38-511
relating to
cancellation of contracts due to conflicts of interest shall apply
to this contract.
27. AMERICANS WITH DISABILITIES ACT: This agreement is subject to
all
applicable provisions of the Americans with Disabilities Act
(Public Law 101-336, 42 U.S.C.
12101-12213) and all applicable federal regulations under the Act,
including 28 CFF Parts 35 and
36. (Non-Discrimination: The Consultant shall comply with Executive
Order 99-4, which
mandates that all persons, regardless of race, color, religion,
sex, age, national origin or political
affiliation shall have equal access to employment opportunities,
and all other applicable state and
federal employment laws, rules and regulations, including the
Americans With Disabilities Act.
The Consultant shall take affirmative action to ensure that
applicants for employment and
employees are not discriminated against due to race, creed, color,
religion, sex, age, national
origin or political affiliation or disability.)
28. FEDERAL REGULATIONS: Non-Federal entities are prohibited from
contracting
with or making sub-awards under covered transactions to parties
that are suspended or debarred
or whose principals are suspended or debarred. Consultant
acknowledges, by signature to this
agreement, that: Consultant is not currently suspended or debarred
from contracting with the
00131824 2
federal government or any of it’s agencies or the State of Arizona
or any of its political
subdivisions; Consultant’s principals are not currently suspended
or debarred from contracting
with the federal government or any of its agencies or the State of
Arizona or any of its political
subdivisions.
29. UNDOCUMENTED WORKERS: Consultant understands and
acknowledges
the applicability to it of the Immigration Reform and Control Act
of 1986. Under the provisions
of A.R.S. §41-4401, Consultant hereby warrants to the City that the
Consultant and each of its
subcontractors (“Subcontractor”) will comply with, and are
contractually obligated to comply
with, all Federal Immigration laws and regulations that relate to
their employees and A.R.S. §23-
214(A) (hereinafter “Immigration Warranty”). A breach of the
Immigration Warranty shall
constitute a material breach of this Agreement and shall subject
the Consultant to penalties up to
and including termination of this Agreement at the sole discretion
of the City. The City retains
the legal right to inspect the papers of any Consultant or
Subcontractor employee who works on
this Agreement to ensure that the Consultant or Subcontractor is
complying with the Immigration
Warranty. Consultant agrees to assist the City in regard to any
such inspections. The City may,
at its sole discretion, conduct random verification of the
employment records of the Consultant
and any of subcontractors to ensure compliance with Immigration
Warranty. Consultant agrees to
assist the City in regard to any random verification(s)
performed.
Neither the Consultant nor any Subcontractor shall be deemed to
have materially
breached the Immigration Warranty if they establish that it has
complied with the employment
verification provisions prescribed by sections 274A and 274B of the
Federal Immigration and
Nationality Act and the E-Verify requirements prescribed by A.R.S.
§23-214, Subsection A.
The provisions of this paragraph must be included in any contract
the Consultant enters
into with any and all of its subcontractors who provide services
under this Agreement or any
subcontract. “Services” are defined as furnishing labor, time or
effort in the State of Arizona by a
contractor or subcontractor.
30. NO KICK-BACK CERTIFICATION: Consultant warrants that no person
has been
employed or retained to solicit or secure this Agreement upon an
agreement or understanding for
a commission, percentage, brokerage or contingent fee; and that no
member of the City Council
or any employee of the City has an interest, financially or
otherwise, in the Consultant’s firm.
For breach or violation of this warranty, the City shall have the
right to annul this Agreement
without liability, or at its discretion to deduct from the
compensation to be paid Consultant
hereunder, the full amount of such commission, percentage,
brokerage or contingent fee.
31. ISRAEL BOYCOTT: Consultant shall not participate in, and agrees
not to
participate in during the term of this Agreement a boycott of
Israel in accordance with A.R.S.
§35-393.01
32. LIQUIDATED DAMAGES: Consultant acknowledges and agrees that if
Consultant
fails to obtain Substantial Completion of the Services within the
Term, City will sustain extensive
00131824 2
damages and serious loss as a result of such failure. The exact
amount of such damages will be
extremely difficult to ascertain. Therefore, City and Consultant
agree that if Contractor fails to
achieve Substantial Completion of the Services within the Term,
City shall be entitled to withhold
compensation from Consultant under this Agreement in the amount of
one-hundred and 00/100
Dollars ($100.00) per day until Substantial Completion of the
Services is performed as liquidated
damages and not as a penalty.
IN WITNESS WHEREOF, the parties have caused this Agreement to be
signed by their
duly authorized representatives as of the day and year first above
written.
CONSULTANT:
By: __________________________
Its: ___________________________