CITY OF TUCSON - Procurement

Transcription

CITY OF TUCSONREQUEST FOR PROPOSALREQUEST FOR PROPOSAL NUMBER:120550PROPOSAL DUE DATE:Monday, February 04, 2013, AT 4:00 P.M.,Local AZ TimePROPOSAL SUBMITTAL LOCATION:Department of Procurement255 W. Alameda, 6th Floor, Tucson, AZ 85701MATERIAL OR SERVICE:Security Hardware Purchase Install MaintenancePRE-PROPOSAL CONFERENCE DATE:TIME:LOCATION:SENIOR CONTRACT OFFICER:TELEPHONE NUMBER:Monday, January 28, 201311:00 A.M., Local AZ TimeCity Hall, Procurement 6th Floor Conference Room,255 W. Alameda, Tucson, AZ 85701Cherie Odeski, CPPB(520) 837-4126Cherie.Odeski@tucsonaz.govA copy of this solicitation and possible future amendments may be obtained from our Internet site at:http://www.tucsonprocurement.com/ by selecting the Bid Opportunities link and the associated solicitationnumber. The City does not mail out Notices of available solicitations via the U.S. Postal Service. Emailnotifications are sent to those interested offerors who are registered with us and who have selected email astheir preferred delivery method. To register, please visit www.tucsonprocurement.com, click on Vendors, thenclick on Vendor Registration. To update an existing record, click on Vendors, click on What's New?, and readthe section titled "Notice of Solicitations." You may also call (520) 791-4217 if you have questions.Competitive sealed proposals for the specified material or service shall be received by the Department ofProcurement, 255 W. Alameda, 6th Floor, Tucson, Arizona 85701, until the date and time cited.Proposals must be in the actual possession of the Department of Procurement at the location indicated, on orprior to the exact date and time indicated above. Late proposals shall not be considered. The prevailing clockshall be the City Department of Procurement clock.Proposals must be submitted in a sealed envelope. The Request for Proposal number and the offeror's name andaddress should be clearly indicated on the outside of the envelope. All proposals must be completed in ink ortypewritten. Questions must be addressed to the Contract Officer listed above.****ALERT****Effective April 9, 2012, the Tucson Modern Streetcar project will begin the downtown streetcar constructionand westbound Congress Street will be closed from Toole Avenue to Church Street until further notice. Pleaseplan your route accordingly. For further information, please visit the Tucson Modern Streetcar website athttp://www.tucsonstreetcar.com/ or call 520-624-5656.CO/carPUBLISH DATE:Friday, January 11, 2013

CITY OF TUCSON DEPARTMENT OF PROCUREMENT255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701Cherie.Odeski@tucsonaz.govREQUEST FOR PROPOSAL NO. 120550PAGE 2 OF 31SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPBPH: (520) 837-4126 / FAX: (520) 791-4735INTRODUCTIONThe City of Tucson (City) is soliciting proposals from qualified security system integration providers to establish an annualterm contract for the purchase and installation of new security alarm and maintenance of existing system, monitoring ofexisting system, card access, video surveillance, and related equipment and systems throughout the City of Tucsonfacilities. The contract will also cover required maintenance and service of existing security systems and equipmentthrough a preventive maintenance by system and repair on an “As Needed” basis. The City is also interested in apreventive maintenance program to prevent failures of security systems. Various funding sources may be used. Theservices provided under this solicitation and resulting contract may be subject to the Federal Transit Administration (FTA)terms and conditions attached as Attachment 2 to this solicitation. These terms and conditions cannot be modified ornegotiated. By submitting a proposal, Offeror must agree to abide by the FTA terms and conditions included. Offeror’smust submit all required certificates with their proposal submittal. Failure to do so may result in rejection of proposal.Sites will vary and will include: installation of security systems as part of new facility construction; new installations as partof site security improvements at existing city facilities, retrofits, upgrades and repairs of existing security systems atcurrent City facilities.The Contractor is encouraged to read the Solicitation documents very carefully, as the City shall not be responsible forany errors and omissions on the part of the Contractor. The Contractor is also encouraged to carefully review their finalsubmittal documents, as the Evaluation Committee is not required to make interpretations or correct detected errors incalculations.As projects are identified, the Contractor shall be responsible for communicating with the designated City representativesto determine the scope, products and installation requirements for each individual project.The City’s current Security access Control and Alarm system consists of an extensive enterprise–wide system withaccess control components and Closed Circuit TeleVision CCTV cameras, Lenel controllers, HID keypads, NVR’s, DVRs,associated alarm points, locks, powers supplies and other devices installed at multiple City locations across the City andwithin the 300 square mile Tucson Metropolitan Basin as described below:DepartmentGeneral Services/CityHall LobbyPolice HeadquartersITWestside PoliceEPICCrime LabTPD MidtownTPD Impound LobbyTucson WaterCameraPelco (4)SoftwareMonitoringWork Stations3 (2 FM 1 City Hall)Pelco (12)LenelNone41 for PolicePelco (27)Pelco (99)Pelco (31)NoneSecurity System OnlySecurity System OnlyPelco (7)Pelco, Axis IP BoschExtreme (136 )LenelLenelLenelLenelLenelLenel Enterprise SQLData BaseTransportationCollectionsAxis IPOnOSSICity CourtsPanasonic (2)Toshiba (4)Unknown (2)4 24/7 onsite Video/Alarm Monitoringworkstations LenelPlatformEventAlarms/locationsLenel33218 additional licensedworkstations61

CITY OF TUCSON DEPARTMENT OF PROCUREMENT255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701Cherie.Odeski@tucsonaz.govREQUEST FOR PROPOSAL NO. 120550PAGE 3 OF 31SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPBPH: (520) 837-4126 / FAX: (520) 791-4735SCOPE OF WORKI.GENERAL INFORMATIONThe Contractor will provide for the purchase, delivery, installation and programming of security related systems.Operation and maintenance manual, service, warranty, acceptance testing, training and the correct operation of thesesystems are also the responsibility of the Contractor.Projects under this contract may range from repairing/servicing/monitoring existing security installations, small systemadditions, such as 1- 2 card reader/camera additions, up to large scale projects involving new construction.The Contractor shall be responsible for working with the City’s Facilities Maintenance Department or other CityDepartment designee to determine the products and installation requirements for each project or installation.The Contractor shall provide all designs, drawings, labor, equipment, supplies, storage, system testing, acceptancetesting, training and transportation necessary to complete the scope of each project as specified by the City FacilitiesLockshop Supervisor or other designated City Department personnel.The City requires a single point of contact from the Contractor for all security equipment, supplies, and labor provided asa result of this contract; therefore the Contractor must take full responsibility for the delivery, installation, operation perdesign, testing, support, warranty, and maintenance of all items supplied.Once a Purchase order is issued, the Contractor will be given the proposed delivery and installation schedule. TheContractor shall commit to providing the necessary labor force needed to meet the proposed installation schedule.The City shall require consistent participation throughout the term of this agreement, with the Contractor providing regularupdates as per agreed delivery and installation schedule. It is the City’s expectation that the contractor will provideacceptable installations and workmanship the first time the job is inspected for completion.II.GENERAL CONTRACTOR QUALIFICATIONS1. The Contractor shall be in compliance with all applicable Federal, State, Local, ANSI, OSHA laws, rules,regulations and all other applicable regulations for the term of this contract.2. The Contractor, without added expense to the City, shall be responsible for obtaining and maintaining anynecessary certifications, business licenses and permits required in connection with the completion of therequired services herein.3. The Contractor must possess a valid Contractor’s license of the appropriate class issued by the ArizonaRegistrar of Contractors, and must maintain same throughout the duration of the contract term and anysubsequent contract extensions. Failure to maintain said license may be grounds for default of the contractand subsequent termination. License held must be sufficient to cover the areas or work required by thesolicitation scope.4. All subcontractors used under the scope of this contract shall meet all requirements, terms and conditions,set forth herein. All subcontracted services shall be warranted by and be the responsibility of the Contractor.5. The Contractor must be primarily engaged in the business of furnishing, installing, servicing Lenel accesscontrol systems and all related security equipment, software and hardware that is currently installed and willbe required in future installations.6. Contractor must be a Lenel Enterprise level factory trained/certified supplier and installer with an establishedfacility able to meet response times required by the City. With adequate supplies, equipment and staffingavailable to perform the services requested in this solicitation. Contractor must be a current factoryauthorized Lenel Enterprise level dealer/installer for the previous two (2) years.

CITY OF TUCSON DEPARTMENT OF PROCUREMENT255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701Cherie.Odeski@tucsonaz.govIII.REQUEST FOR PROPOSAL NO. 120550PAGE 4 OF 31SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPBPH: (520) 837-4126 / FAX: (520) 791-4735THE CONTRACTOR SHALL:1.Assign work to Contractor employees who are fully trained and qualified to perform work, and provide evidence oftheir qualification and training upon request.2.The Contractor warrants they will screen employees working at City of Tucson buildings and sites, by conducting abackground check. The Contractor warrants they are utilizing employees who have passed a background check(s).Employees will begin work only after the background investigation is complete and the City Contract Representativehas a list of employees who meet this requirement. The Contractor agrees to defend, indemnify and hold harmlessthe City of Tucson, its officers, directors and employees for any claims, suits or proceedings alleging a breach ofthis warranty.3. For work performed under this contract at City of Tucson Police facilities, Contractor warrants that they willutilize only individuals who have successfully completed a criminal background investigation conducted bythe Tucson Police Department. The Contractor shall submit the names of individuals the Contractor intendsto perform work to the Contract Representative. Individuals shall not perform work until the ContractRepresentative notifies the Contractor of successful completion of the background investigation. TheContract Representative will notify the Contractor of the results of the background investigation as either‘Pass’ or ‘Fail.’ No other information will be provided. The Contractor shall not assign work to individuals whohave failed the criminal background investigation. Personnel may begin work only after the criminalbackground investigation is complete and the Contract Representative has notified the Contractor. Criminalbackground investigations are conducted at no cost to the Contractor.4. Designate at least one individual to act in a management capacity. The individual(s) shall be responsible for,and have authority to act in overseeing and supervising Contractor employees and worker, be available at therequest of the City to inspect and discuss work, to resolve performance issues, and to provide technicaladvice, consultation, or input as requested by the City. The Company Representative shall be available at alltimes via telephone and shall be able to respond within 24 hours to requests for meetings or consultation, andwithin 2 hours to emergencies as determined by the Contract representative.5. Ensure that all employees and personnel wear identification badges that clearly show the Contractor'scompany name and the first and last name of the employee.6. Ensure that all Contractor employees and personnel conduct themselves in a professional manner, andmaintain positive, open, respectful, and constructive communication with the Contract Representative, otherCity staff, public housing residents and the public.7. Ensure that all Contractor employees and personnel, while working at City buildings and sites, or otherwiseengaged in performing work for the City, are not under the influence of alcohol, drugs or other intoxicants, donot engage in any illegal activities, and are not in possession of weapons.8. Remove immediately and permanently from assignment to this contract any Contractor employee who isdetermined by the Contract Representative to be incompetent, abusive, disorderly, disruptive, uncooperative,ineffective, intoxicated, in possession of or under the influence of any illegal substance, in possession ofweapons, firearms, explosives, or dangerous substances, or is otherwise determined to be generallyineffective. The Contract Representative will rely on his or her own observations of the employee’s workperformance, work products, or resulting system performance, and the input of other City employees orcitizens in making a determination. The City reserves the right to have Contractor employees removed withthe assistance of contract security or the Tucson Police Department and therefore the individual may besubject to arrest and criminal prosecution. The City reserves the right to have a contractor employeeremoved at the City’s sole discretion.

CITY OF TUCSON DEPARTMENT OF PROCUREMENT255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701Cherie.Odeski@tucsonaz.govIV.REQUEST FOR PROPOSAL NO. 120550PAGE 5 OF 31SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPBPH: (520) 837-4126 / FAX: (520) 791-4735CONTRACTOR’S RESPONSIBILITIES1. All personnel utilized by the Contractor in the installation of the access control and security equipment musthave experience and factory training/certification in Lenel Enterprise level related access control systeminstallations, related security hardware and video surveillance equipment denoted herein.2. The Contractor shall use only vehicles licensed for use on public streets. The Contractor’s fleet vehicles shallcontain signage which at a minimum includes the Contractor Company name and/or logo.3. All equipment proposed to be used on the job shall be of sufficient size and in such mechanical condition asto meet the requirements of this work and to produce a safe and satisfactory quality of work. Equipment usedon any portion of the project shall be such that it will not damage property adjacent to this work area.4. The Contractor shall have knowledgeable and experienced employees that can work closely with CityInformation Technology (IT) staff for security installations that require network connectivity and wirelesscommunication standards. Must be able to install necessary fiber and related data equipment as required tosupport City IT interconnectivity and Communication. The City of Tucson Regional Communications andNetworking Standards is included as Attachment I.5. The analysis and familiarization of the City’s existing security systems and Lenel software configurations will bethe responsibility of the successful Contractor at no cost to the City.V.EXPERTISE, KNOWLEDGE AND TRAINING1. The Contractor shall maintain complete and up-to-date expertise, knowledge, training, and professional andtechnical certifications, and any relevant building code requirements for the professional performance of anyand all work performed.2. All contractor personnel shall be competent and have sufficient skill, knowledge and experience in the classof work and in the operation of equipment required to perform all work properly and satisfactory.3. The Contractor shall consult with the City representative as necessary and appropriate to clarify the scope ofexisting specifications, to discuss changes to specifications or procedures, to understand the work, and tootherwise inform, advise and consult.4. Regulatory or manufacturer recommended or required specifications and procedures, and code requirementsshall be those in place when this contract commences and any changes to manufacturer recommended orrequired maintenance or repair procedures, or to fire and building code requirements that may occur duringthe term of this contract.5. The Contractor shall provide written notification to the City representative within 5 working days of anychanges to any regulatory requirements or any other recommended maintenance, or repair procedures orother relevant matter that may arise during the term of this contract. Any such changes shall automaticallybecome part of this contract. Such changes shall not result in additional cost to the City at the time of theirimplementation, but may be considered at contract renewal.VI.LEGAL REQUIREMENTS1. The Contractor shall be fully knowledgeable of, and obtain any and all licenses, permits, certifications or otherrelevant documents and authorizations required to perform any work under this contract, and provideevidence of such to the FM Contract Representative upon request.2. The Contractor shall pay any and all taxes, charges and fees that are required.3. The Contractor shall provide workmanship that is of the highest professional and industry standard byperforming all work in strict accordance with any and all applicable codes, work standards, manufacturerspecifications, and any legal, regulatory or industry requirement or standard.

CITY OF TUCSON DEPARTMENT OF PROCUREMENT255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701Cherie.Odeski@tucsonaz.govREQUEST FOR PROPOSAL NO. 120550PAGE 6 OF 31SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPBPH: (520) 837-4126 / FAX: (520) 791-47354. The Contractor shall conduct work in strict adherence to all applicable professional and legal safety standardsand requirements, particularly any Occupational Safety and Health Administration (OSHA) requirements.VII.DESIGN1. Overall system conceptual design will be the responsibility of the City of Tucson or Department designees.Engineering design will be the responsibility of the Contractor to provide a turn-key functional system basedon the design standards of the City.2. Configuration of security systems at each site will be achieved through site visits by a combination of theContractor, City General Services and/or Department designees, as well as any other personnel deemednecessary by the City, Determination of equipment required and location will be established during thesesite visits. The Contractor’s responsibility will be for the proper installation, operation and testing ofequipment installed per City of Tucson standard including but not limited to: Conduit layout and sizing, to include creating and sealing necessary building or structuralpenetrationsWire and cable layout , pathways, trays and sizingPoint to point wiring and equipment hook-up informationEquipment mounting and/or installation detailsDesign of equipment cabinets, housings, or other necessary enclosures3. The Contractor’s work shall conform to all applicable codes and ordinances. All electrical work, including thesizing and placement of conduit, raceways, cabling, wiring, and conductors shall be in accordance with NFPA70; National Electrical Code unless local codes establish more stringent requirements.4. Other configuration work as required Installations may include some or all of the following but is not limited to: Lenel access/alarm control systems Electrified lock systems Door position switches Alarm intrusion sensors Indoor/outdoor cameras - both fixed and pan-tilt-zoom (PTZ) with color high definition low-lighttechnology Digital or network video recorder capable of video motion detection PTZ operation and with control and monitoring capability both locally and from a remote site All communication equipment as required to access the City network All related surface conduit, wiring, testing , and training5. City of Tucson employees will be responsible for all high voltage electrical connections.6. The Contractor will provide to the City at a minimum the following for each project: VIII.Complete as built drawings, including point to point wiring diagrams of all system integration and workcompleted.Excel spreadsheet listing electronic hardware, cameras.AutoCAD format, 24” x 36” plots and one CD of all drawings.Provide on-site participation for the initial start-up for troubleshooting, testing support and technicalexpertise.Provide training and operations/maintenance manuals for all hardware provided under this contract.SERVICE REQUIREMENTSa. Contractor’s work shall conform to all applicable codes and ordinances. All electrical work, including thesizing and placement of conduit, cabling, wiring raceways and conductors, shall be in accordance withNFPA 70: National Electrical Code unless local codes establish more stringent requirements.

CITY OF TUCSON DEPARTMENT OF PROCUREMENT255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701Cherie.Odeski@tucsonaz.govREQUEST FOR PROPOSAL NO. 120550PAGE 7 OF 31SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPBPH: (520) 837-4126 / FAX: (520) 791-4735b. Contractor shall guarantee and warranty that all replacement commodities (assemblies / components /equipment / parts / products) shall be new in kind or previously approved equipment for uniformity ofmaintenance and repair furnished under the scope of this contract.c.The Contractor shall furnish all labor, materials, and equipment necessary for the completion of the scopeof work described herein.d. The Contractor shall have sufficient personnel, inventory and equipment to complete all work requests, asdefined in this solicitation and in the time frames quoted.e. All manufacturers’ equipment and materials specified, as part of this contract will be maintainedthroughout this contract.f.Listing of all mechanical hardware, including serial number, model number and warranty date will beprovided for each project location.g. The Contractor will replace and repair currently installed security equipment as needed with same orpreviously approved equipment for uniformity of maintenance and repair. Generic brands are notacceptable, except for temporary substitutes, and only when prior equipment evaluation and approval havebeen obtained from an authorized City representative.h. The Contractor when responding to a service request will provide a service ticket denoting the hoursworked, rate per hour and will detail itemized replacement parts at the contract discounted prices. Theservice ticket must have a work order number that corresponds to the invoice for payment.i.In the event that a product or model is discontinued by the manufacturer, the City at its sole discretion mayallow the Contractor to provide a substitute for the discontinued item. The Contractor shall requestpermission in writing to substitute a new product or model and provide a MINIMUM of the following: A formal announcement from the manufacturer that the product or model has beendiscontinued. Documentation from the manufacturer that names the replacement product or model. Documentation that provides clear and convincing evidence that the replacement meets orexceeds all specification required by the original solicitation. Documentation that provides clear and convincing evidence that the replacement will becompatible with all functions or uses of the discontinued product or model. Documentation confirming that all the replacements are of the same quality or better thanthe discontinued product or model.The City will notify the Contractor in writing of acceptance or rejection of the substitution.IX.SECURITY SYSTEMS – REQUIREMENTS1. Contractor shall guarantee that any equipment provided will be products currently manufactured, newlyassembled and the latest most improved model in current production at the time it is installed. Units shall beof first quality as to workmanship and materials.2. The Contractor shall design, install and configure a complete and fully functional system.3. Throughout the term of this contract and all applicable extensions, the Offer’s sales and project managementrepresentatives will be expected to attend weekly project management meeting with City of Tucsonrepresentatives. The purpose of these meetings will be to provide status updates of projects in progress and todiscuss any other issues related to the contract. Meetings will be held on site at a City Of Tucson location andwill generally last 1 hour. The City may, at its discretion, reduce the frequency of these meetings when there arefewer projects and/or items to discuss.

CITY OF TUCSON DEPARTMENT OF PROCUREMENT255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701Cherie.Odeski@tucsonaz.govX.REQUEST FOR PROPOSAL NO. 120550PAGE 8 OF 31SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPBPH: (520) 837-4126 / FAX: (520) 791-4735WARRANTYAll Workmanship and materials provided under the scope of this solicitation shall be warranted for a minimum ofone (1) year from date that the contract representative accepts the work as complete and satisfactory1. All warranty related service will be provided to the City of Tucson at no charge. In cases where theequipment cannot be repaired within 12 working hours after a satisfactory response to the notificationof the malfunction as determined above, the Contractor shall provide replacement equipment of equalor greater capability within 12 additional hours. The replacement equipment shall be provided at nocost to the City during the warranty period. The replacement equipment shall remain in service untilthe repair or replacement of the original equipment is completed. If equipment or parts are requiredto be shipped to and/or from the manufacturer or supplier, The Contractor will utilize overnightshipping services including weekends and holidays at no additional cost to the City.2. The replacement equipment will carry a minimum 12 month warranty from the date ofreplacement/installation acceptance.XI.RESPONSE TIMEDue to the critical nature of this equipment the Contractor must be able to provide 24 hour, seven day aweek service. The Contractor shall respond to verbal and/or e-mail service calls and be on site within two(2) working hours after notification. The response time begins when the City designee places the call orsends the e-mail to the Contractor.XII.SCHEDULING1. Within ten (10) working days of request for a project, a site visit is required by the Contractor to determine theconfiguration and design of the project. The Contractor will provide quotations and specifications, listing allequipment, materials, and labor base on the fees quoted within this contract.2. Once a purchase order is issued, the Contractor will be given the proposed delivery and installation scheduleby a previously identified City Department representative. The Contractor shall commit to providing thenecessary labor force needed to make the proposed installation schedule.3. Within ten (10) working days of the purchase order issuance. Project installation will begin and will becontinuous during normal working hours, 7:00 a.m. thru 4:30 p.m., Monday thru Friday, until completed as peragreed delivery and installation schedule.XIII.INVOICING1. Documents accepted as the final quotation and specifications for the actual work to be completed shall beinvoiced.2. With the exception of agreed upon and documented “shop work”, all billed hours will begin and end at theassigned job site. A service ticket will be required for all emergency service and repair work, listing hoursworked and itemizing all replacement and repair parts if required at the end of the job.3. In order to facilitate internal control and accounting, each City Department must be invoiced separately.Monthly invoices must be segregated by City Department and mailed or delivered directly to the CityDepartment with a copy to City Finance/Accounts Payable as noted on purchase order. For most materials,there will be between three - (3) and six - (6) ordering departments. At the time an order is placed, theContractor must obtain the ordering department's account numbers for billing purposes. The use of thedepartment's account numbers will be in addition to the purchase order number. Once a month, theContractor shall submit a consolidated statement which shall itemize the invoice numbers, invoice date,invoice amounts, and the total amount billed to Accounting. Invoice(s) shall not show previous balances.

CITY OF TUCSON DEPARTMENT OF PROCUREMENT255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701Cherie.Odeski@tucsonaz.govREQUEST FOR PROPOSAL NO. 120550PAGE 9 OF 31SENIOR CONTRACT OFFICER: CHERIE ODESKI, CPPBPH: (520) 837-4126 / FAX: (520) 791-47354. All invoices submitted for work done under the scope of this contract must be itemized invoices and shallcontain as a minimum the following information: Vendor NameRemit to AddressPurchase Order NumberInvoice DateInvoice NumberService work requires time and materials denoting contract hourly rateCompete description of work completedLocation where service/work was performedCity representative name and employee numberItemized list of all charges (quantity, description, unit pricing per the contract)Applicable TaxTotal Invoice AmountAccount number chargedEach project or service request shall be invoiced separately. The Contractor shall submit invoi

city of tucson department of procurement request for proposal no. 120550 255 w. alameda, 6th floor, tucson, az 85701 page 3 of 31 cherie.odeski@tucsonaz.gov senior contract officer: cherie odeski, cppb ph: (520) 837-4126 / fax: (520) 791-4735 scope of work i. general information