Loading...
Item 4J MemoItem 4J Page 1 of 2 M E M O R A N D U M (January 19, 2021) To: Shana Yelverton, City Manager From: Rob Cohen, Director of Public Works Subject: Approve a contract renewal for concrete services to Apex Concrete Construction Inc. in an amount not to exceed $950,000. Action Requested: Approve a contract renewal for concrete services to Apex Concrete Construction Inc. in an amount not to exceed $950,000. Background Information: On February 24, 2017, sealed proposals were received from four vendors for concrete services. On April 18, 2017, City Council awarded this contract to Apex Concrete Construction Inc. with four one-year renewal options; this is the fourth and final renewal option. This contract provides concrete related services such as street reconstruction and repairs, curb and gutter repairs and new installations, sidewalk new installation and repairs, retaining wall installation and repairs, and drainage flume installations. These services are necessary to maintain City streets and drainage infrastructure in good condition. Some service highlights from this past year have included: construction of a drainage flume at Northridge Drive; a berm construction to improve drainage at T.W. King Road; street improvements on Killdeer Trail from Redwing Drive to Egret Lane; and most recently the street reconstruction of South Carroll Avenue. Financial Considerations: Apex Concrete Construction, Inc. will not increase their pricing for this period of performance, February 2021 through February 2022. Funding for concrete services are available via the FY 2021 Streets & Drainage Operating budget and part of the approved Capital Improvement Program. In FY 2020, the City spent $716,200 on concrete related services with Apex Concrete Construction, Inc. Expenditures will not exceed budgeted funds. Item 4J Page 2 of 2 Strategic Link: This item links to the City’s Strategy Map strategic focus areas of Mobility, Infrastructure, and Partnerships & Volunteerism. It specifically relates to the City’s Corporate Objectives, B2: Collaborate With Select Partners To Implement Service Solutions, and F2: Invest To Provide & Maintain High Quality Public Assets. The Critical Business Outcomes are, CBO2: Enhance Mobility Through Aggressive Traffic Management Initiatives And Capital Project Implementation, and CBO5: Improve Quality Of Life Through Progressive Implementation Of Southlake’s Comprehensive Plan Recommendations. Citizen Input/ Board Review: None. Legal Review: The City Attorney reviewed original proposal documents as to form. Alternatives: The City Council may approve or deny the contract renewal. Staff Recommendation: Approve a contract renewal for concrete services to Apex Concrete Construction Inc. in an amount not to exceed $950,000. Supporting Documents: Attachment A: Contract extension documents Staff Contact: Rob Cohen, Director of Public Works Jack Thompson, Operations Manager December 28, 2020 Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 Attn: Mr. Danny Porter Subject: Notification of Contract Renewal for Concrete Services for City of Southlake RFP1701B200TS170002 Dear: Mr. Porter: The City of Southlake is providing notification of contract renewal, pending City Council approval, for “Concrete Services for City of Southlake RFP1701B200TS170002”. This renewal shall become effective April 18, 2021 pending City Council approval (CC Award date _________). Your company has not requested an increase in contract rates at this renewal. Therefore, all pricing, terms and conditions shall remain in effect per the original award. The terms and conditions proposed and accepted in this renewal agreement are as follows: Line Items Awarded: All Items Payment Terms: Net 30 days (Unless otherwise noted – such as pre- and/or partial payment) Method of Payment: Shall be made by purchasing card or purchase order. Delivery Terms: FOB Destination Delivery Locations: IF STATED IN RFP DOCUMENT Term of Contract: Shall be effective for twelve months from date of renewal City Contact: Tim Slifka 817-748-8312 Send all billing to: City of Southlake 1400 Main Street, Suite 420, Accounts Payable Southlake, TX 76092 or Email: accountspayable@ci.southlake.tx.us Other Charges: The City of Southlake is a tax-exempt municipal corporation and is exempt from all federal, state, and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO, CPPB City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifka@ci.southlake.tx.us Attest: ________________________ Fax: 817-748-8010 Amy Shelley, TRMC Contract Renewal Accepted: City Secretary Signed: ____________________ Date: ______________ Approved as to Form and Legality: Mayor Laura Hill _____________________ City of Southlake City Attorney 1 Timothy Slifka From:Apex Construction <apexconstruction57@gmail.com> Sent:Tuesday, December 22, 2020 8:00 AM To:Timothy Slifka Subject:Re: Contract Renewal for City of Southlake No Increase Requested. Thank You. On Mon, Dec 21, 2020 at 2:38 PM Timothy Slifka <tslifka@ci.southlake.tx.us> wrote: Good afternoon Mr. Porter. Our concrete contract is coming up for renewal. Will you be requesting an increase at this renewal? If no increase is requested, please respond with “No Increase Requested” and I will prepare the renewal document for City Council approval. If you will be requesting an increase I will need to send you additional paperwork and have a discussion about a possible renewal with a requested increase. Please let me know at your earliest convenience. I have this renewal tentatively scheduled for City Council approval on January 19th. Have a great rest of the week and Merry Christmas. Tim Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake, Texas 76092 SOUTHLAKE el ORIGINAL DOCUMENT CITY OF SOUTHLAKE Council Action:iN January 27, 2020 Ord./Reels.No. Date Approved C;q0KVApexConcreteConstructionInc. 1080 Katy Road Keller, Texas 76244 Attn: Mr. Danny Porter Subject: Notification of Contract Renewal for Concrete Services for City of Southlake RFP1701B200TS170002 Dear: Mr. Porter: The City of Southlake is providing notification of contract renewal, pending City Council approval, for "Concrete Services for City of Southlake RFP1701B200TS170002". This renewal shall become effective April 18, 2020 pending City Council approval (CC Award dated Your company has not requested an increase in contract rates at this renewal. Therefore, all pricing,terms and con itions shall remain in effect per the original award. The terms and conditions proposed and accepted in this renewal agreement are as follows: Line Items Awarded: All Items Payment Terms: Net 30 days(Unless otherwise noted—such as pre-and/or partial payment) Method of Payment: Shall be made by purchasing card or purchase order. Delivery Terms: FOB Destination Delivery Locations: IF STATED IN RFP DOCUMENT Term of Contract: Shall be effective for twelve months from date of renewal and is eligible for up to one(1) more one(1)year annual renewal. City Contact: Tim Slifka 817-748-8312 Send all billing to:City of Southlake 1400 Main Street, Suite 420,Accounts Payable Southlake,TX 76092 or Email: accountspayablerd,ci.southlake.tx.us Other Charges: The City of Southlake is a tax-exempt municipal corporation and is exempt from all federal, state, and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. SincerelyL/ iTmSlifka Purchasing Mager CPPO, CPPB I111111o,/, City of Southlake v-\-1LAKE , 1400 Main Street, Suite 420 Southlake, Texas 76092 Z 4. :7 '..Ay I , • tslitka(/ci.southlake.tx.us O; k/0,ttes . Fax: 817-748-8010 Z toiii Amy Shelley, TRMC Contract Rene Accepted: City Secretary y' It ••% ' ** `` Dr '/1 11111 Signed: Date: JV Approved as to Form and Le lity: V1:011fLjMayorLauraHill City of Southlake City Attorn 1/27/2020 Ci.southlake.tx.us Mail-Contract Renewal for City of Southlakle 13 SOUTHLAKE Timothy Slifka<tslifka@ci.southlake.tx.us> Contract Renewal for City of Southlakle 3 messages Timothy Slifka<tslifka@ci.southlake.tx.us> Mon, Jan 27, 2020 at 11:38 AM To:Apex Construction <apexconstruction57@gmail.com> Cc:Jack Thompson <Thompson@ci.southlake.tx.us> Good morning Danny and thank you for your time on the phone this morning. Per our conversation we are seeking to renew our contract for concrete services with Apex. If you will not be requesting an increase at this renewal please respond with "No Increase Requested"and I get start top process the renewal paperwork for City Council approval. If you will be requesting an increase please let me know as I will have to send additional paperwork for you to complete and return. Thank you in advance! Tim Timothy Slifka,CPPO,CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake,Texas 76092 Phone: 817-748-8312 Fax: 817-748-8010 CityofSouthlake.com Current Bidding Opportunities * Please take a moment and click on the appropriate link below to complete our Purchasing Department Survey. Your answers will help us to continually improve our services. City Staff Survey * Internal Staff Bid Survey * Vendor Survey - How are we Doing? * Achievement of Illto In Procereermeent 2019 Award Winner Pi__ Jack Thompson <jthompson@ci.southlake.tx.us> Mon, Jan 27, 2020 at 11:52 AM To: tslifka@ci.southlake.tx.us Danny Porter<apexconstruction57@gmail.com> Mon, Jan 27, 2020 at 1:06 PM To:Timothy Slifka<Tslifka@ci.southlake.tx.us> No Increase Requested https://mail.google.com/mail/u/0?ik=1 dc9780fd9&view=pt&search=all&permthid=thread-a%3Ar2004543644815823761&simpl=msg-a%3Ar-661357258... 1/2 1/27/2020 Ci.southlake.tx.us Mail-Contract Renewal for City of Southlakle Sent from my iPhone On Jan 27, 2020, at 11:38 AM,Timothy Slifka<Tslifka@ci.southlake.tx.us>wrote: Quoted text hidden] https://mail.google.com/mail/u/0?ik=1 dc9780fd9&view=pt&search=all&permthid=thread-a%3Ar2004543644815823761&simpl=msg-a%3Ar-661357258... 2/2 SOUTHLAKE ORIGINAL DOCUMENT 0CITY OF SOUTHLAKE Council ActionaN Ord.Rcs,Na March 1 l,2019 Date `.prove I la J I 5 Apex Concrete Construction Inc. ATIiY"''"`"`"' 1080 Katy Road Keller,Texas 76244 Attn: Mr. Danny Porter Subject: Notification of Contract Renewal for Concrete Services for City of Southlake RFP 1701B200TS170002 Dear: Mr.Porter: The City of Southlake is providing notification of contract renewal, pending City Council approval, for "Concrete Services for City of Southlake RFP1701$200TS170002". This renewal shall become effective April 18, 2019 pending City Council approval(CC Award date 3 It i ). Your company has not requested an increase in contract rates at this renewal.Therefore,all pricing,terms and contitions shall remain in effect per the original award. The terms and conditions proposed and accepted in this renewal agreement are as follows: Line Items Awarded: All Items Secondary Vendor Payment Terms: Net 30 days(Unless otherwise noted-such as pre-and/or partial payment) Method of Payment: Shall be made by purchasing card or purchase order. Delivery Terms: FOB Destination Delivery Locations: IF STATED IN RFB DOCUMENT Term of Contract:Shall be effective for twelve months from date of renewal and is eligible for up to two(2)more one(1)year annual renewals. City Contact: Tim Slifka 817-748-8312 Send all billing to: City of Southlake 1400 Main Street, Suite 440,Accounts Payable Southlake,TX 76092 or Email:accountspayable()ci.southlake_tx.us Other Charges: The City of Southlake is a tax exempt municipal corporation and is exempt from all federal, state,and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. Sincer 0-7v-`- Tim Slifka Purchasing Manager CPPO,CPPB City of Southlake 1400 Main Street,Suite 440 1111111ttrll Southlake,Texas 76092 c H LA#(6- 1/, tslitka@ci.southlake.tx.us Attest: ; O' 6- O Fax:817-748-8010 f.7‘• Shelley,TRMC Z.01 _1/ cn Contract Renewal Accepted: City Secretary o Signe, A - . / 'Ir•Date: 5\l9,‘5 Appro d as to Form and LegaliO• l/ 111l1111111 Mayor Laura Hill l V. (,/ v Y City of Southlake City Attorney C•ry O SOUNLAKE Timothy Slifka<tslifka@ci.southlake.tx.us> Contract Renewal for City of Southiake Concrete Services Danny Porter<apexconstruction57@gmail.com> Mon, Jan 28, 2019 at 12:59 PM To:Timothy Slifka <tslifka@ci.southlake.tx.us> No Increase Requested. Thank you. Sent from my iPhone Quoted text hidden] Apex Concrete Construction Inc. -Contract Renewal, 18-Concrete Services.pdf> CITY of ORIGINAL DOCUMENT SOUTHLAKE CITY OF SOUTHLAKE Council Action:Y® Ord./Res.No. Date Approved 9 August 30,2019 Apex Concrete Construction Inc. 1080 Katy Road Keller,Texas 76244 Subject Contract Amendment * 1 for Concrete Services for City of Southiake RFP1701 B200TS170002 Dear Mr. Porter: The City of Southiake's contract for Concrete Services for City of Southlake RFP1701B200TS170002 requests the following: 1. Change vendor status from Secondary vendor to Primary vendor. All other terms and conditions of original contract are unchanged. 2. The City does not guarantee to purchase any minimum or maximum quantity but does contemplate purchasing the awarded items exclusively during the term of the contract from the successful vendors. 3. No other changes are requested ai)2112 11/ Mary Morgan Deputy irec for Finance,City of Southiake By signing this amendment, vendor is acknowledging and agreeing to the additions made to the terms and conditions as stated in the existing contract Vendor must acknowledge receipt of this amendment by signing d returning one signed amendment to: City of Southiake Finance Department 1400 air =' •= Suite 420 Southlake,Texas 76092 Attention Tim Slifka. Signed: Printed Name:, l/ ti-A/N.Lt Title: Company Name: 1 6/ (.6S Dated: 9/ L Please call 817-748-8312 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO, CPPB tslifka@ci.southlake.tx.us Fax: 817-748-8010 Croy car SOUAKE ORIGINAL DOCUMENT CITY OF SOUTHLAKE Council Action, N January 12,2018 Ord./ResNo. Date Approved Apex Concrete Construction Inc. 1080 Katy Road Keller,Texas 76244 Attn: Mr.Danny Porter Subject: Notification of Contract Renewal for Concrete Services for City of Southlake RFP1701B200TS 170002 Dear: Mr. Porter: The City of Southlake is providing notification of contract renewal, pending City Council approval, for "Concrete Services for City of Southlake RFP 1701 B200TS 170002". This renewal shall become effective April 18, 2018 pending City Council approval(CC Award date rna). Your company has not requested an increase in contract rates at this renewal.Therefore,all pricing,terms and conditions shall remain in effect per the original award. The terms and conditions proposed and accepted in this renewal agreement are as follows: Line Items Awarded: All Items Primary Vendor with arborist per department needs Payment Terms: Net 30 days(Unless otherwise noted-such as pre-and/or partial payment) Method of Payment: Shall be made by purchasing card or purchase order. Delivery Terms: FOB Destination Delivery Locations: IF STATED IN RFB DOCUMENT Term of Contract:Shall be effective for twelve months from date of renewal and is eligible for up to three(3) more one(1)year annual renewals. City Contact: Tim Slifka 817-748-8312 Send all billing to: City of Southlake 1400 Main Street,Suite 440,Accounts Payable Southlake,TX 76092 or Email:accountspayable(a,ci.southlake.tx.us Other Charges: The City of Southlake is a tax exempt municipal corporation and is exempt from all federal, state,and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents_ No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO,CPPB City of Southlake 1400 Main Street,Suite 440 Southlake,Texas 76092 f>, tslifka@ci.southlake.tx.us Attest: "d' `rel !t-1L2 .1' )74 Fax:817-748-8010 Carol Ann Borges,TRMC Contract Renew.I Accepted: City Secretary f Date: v{Gl ,;0/ 01°";;;L44.Signed: proved as to Form and Le lity: wr Mayor Laura HillY City of Southlake 1 ,» City Attorney 12/29/2017 Ci.southlake.tx.us Mail-Contract Renewal for City of Southlake Concrete Services CfrY ot.'f 1LA(E Timothy Slifka<tslifka@ci.southlake.tx.us> Contract Renewal for City of Southlake Concrete Services Apex Construction<apexconstruction57@gmail.com> Fri, Dec 29,2017 at 4:35 PM To:Timothy Slifka<tslifka@ci.southlake.tx.us> No Increase Requested. Quoted text hidden! haps://mail.google.com/mail/u/Onui=2&ik=1 dc9780fdAsver=l QCYKm IiAi4.en.&view=pt&msg=160a46a94739ecc6&search=inbox&type=16oa3bcf45... 1/1 ORIGINAL DOCUMENT CITY or CITY OF SOUTHLAKE SOUTHLAKE Council -; Ord./Res.No: Date Approved 41, g f zot7 March 9,2017 Apex Concrete Construction Inc.Concrete Sawing 1080 Katy Road Keller,Texas 76244 Attn: Mr.Danny Porter Subject:Notification of Contract Award for Concrete Services for City of Southlake RFPI701B200TS 170002 Dear Mr.Porter: The City of Southlake is pleased to inform you that Apex Concrete Construction Inc.Concrete Sawing Keller,Texas is the Secondary awarded vendor for "Concrete Services for City of Southlake RFP1701B200TS170002". The award and this agreement are based on your proposal submission,copy enclosed.This is a multiple vendor award contract.Your company is the Secondary vendor for this contract.This award was approved by the City of Southlake City Council on ' i /7 The terms and conditions proposed and accepted in this agreement are as follows: Line Items Awarded All items Secondary Vendor per department needs. Payment Terms: Net 30 days(Unless otherwise noted—such as pre-and/or partial payment) Estimated Quantities: The City does not guarantee to purchase any minimum or maximum quantity but does contemplate purchasing the awarded items exclusively during the term of the contract from the successful vendors. Method of Payment Shall be made by City procurement card or purchase order Delivery Terms: FOB Destination Delivery Locations: Vendor Delivery or City employee pick-up. Term of Contract The term of awarded contract shall remain in effect for twelve months from date of initial City Council approval and is eligible for up to four(4)one(1)year annual renewals. City Contact: Tim Slifka 817-748-8312 Send all billing to: City of Soutblake 1400 Main Street,Suite 440,Accounts Payable Southlake,TX 76092 or via email to accountspayableOci.southlake.tx.us Other Charges: The City of Southlake is a tax exempt municipal corporation and is exempt from all federal,state, and local sales taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. erely, 40. Tim li PPBB Purchasing Manager City of Southlake 46° 161471) k* t1400MainStreet,Suite 440 pSouthlake,Texas 76092 tslifka@ci.southlake.tr.us Attest: Fax:817-748-8010 Lori Payne,TRMC Contract• • 'd A ,City Secretary 14‘ 4444. Signed: èS+ : p„,,4 Date: —Oval7 App ed rm Laura Hill 3 City of Southlake City Attorne Appendix B—Proposal Sub$t l CheekMot: (To determine validity of proposal) B(pages_34 through 44J must be included is the proposal submit C Conan of Interest Form(page 44J must be included in the proposal submittal. Form 1295 Certilleate of Interested Party must be included is the proposal subadttaL See page 2 Paragraph E. 111 prv.pu.,il..ulhtnitt,(I r ,the( its ultinulhlahe skill include thi.p.1U,N.iill Itit .tllnrit(t(i Pt opus tl. RFP Number: RFP1701B200TS170002 Project Title: Concrete Services Submittal Deadline: 3:00 P.M. (CST), Friday February 24, 2017 Submit electronically* to: www.securebidusa.com Requires email account login and password. Preooser Information_ Muter%Lela)Name: 4j".. epAic?Ere. Wr.l5 i-iitc f),1' 7:-.)r- . Address: / KA It I 70,0 City,state&Tip Ki--leu_ I,,,v44 Idee ee adOaE= erYerfli 4 f — `nl h 5- .3 2,L0 Phone Number: 117/-- S 19 Fix Number: /7".. 3;1--15-'95-- E-Maf Address: l_ eD4 ,Fp cum&3 51 e 9.0AAr I d aril heinettAMbengatka 1,the andenigned,have the authority to execute this Proposal In its entirety as submitted and eater into a contract on behalf of the Proposer. Printed Name and Position of Authorized R 1 . . e' 4P...511 l- Signature of Authorized Representative: di,te — Signed this GIBal. r day)of re tJEUf4Pti monib 11(year) I learned of this Request for Proposals by the following means: Newspaper Advertisement i City E-mail Notification XSouthlake Website E Cold Call to City Mailed Me a Copy E Other SecureBid City of Southlake RFPI701B200TSIMOM Page 34 of 45 Appendix B—Proposal(c..n..ed) I. fEOUIRED PROPOSAL INFORMATION. IN ORDER FOR A PROPOSAL TO BE CONSIDERED COMPLETE AND TO BE EVALUATED FOR A CONTRACT AWARD BY THE CITY,PROPOSER MUST SUBMIT ALL OF THE FOLLOWING INFORMATION: 1. Proposed Products and/or Services A. Product or Service Description: Proposers should utilize this section to describe the technical aspects, capabilities, features and options of the product and/or service proposed in accordance with the required Scope of Services as identified in Appendix A. Promotional literature, brochures,or other technical information may be used. B. Additional Hardware Descriptions: Proposers should also include in this section a detailed description of what additional hardware and/or software,if any,would be required by the City in order to fully utilize the goods and/or services proposed. C. Guarantees and Warrantiet: Each Proposer shall submit a complete copy of any warranties or guarantees provided by the manufacturer or Proposer with the Proposal submitted. D. Protect ScheduldDeivery Date: Proposer must provide a project schedule noting all projected completion dates for segments of the Project,from start-up to completion,and all delivery dates for goods covered by the RFP. The Proposal must show the number of days required to deliver and install the product or equipment after the receipt of the City's Purchase Order. 2. Cost of Proposed Products and/or Services A. Pricing: Pricing shall reflect the full Scope of Services defined herein,inclusive of all associated cost for delivery,labor,insurance,taxes,overhead,and profit. B. Schcule of Pricing: Proposer shall quote unit pricing in accordance with the itemized listing of products or contract segments stated in the Scope of Services and using the following format Item Unit of Price Per One Each Measure Description Per Unit of Measure 4"Thick(1-500 SF) Flatwork to perform all concrete work/ 1. Square Foot _NO REMOVAL OR DISPOSAL S W . 00 6"Thick(1-500 SF) Flatwork to perform all concrete work/ 2. Square Foot NO REMOVAL OR DISPOSAL S 7•i(7 8"Thick(1-500 SF) Flatwork to perform all concrete work/ 3. Square Foot NO REMOVAL OR DISPOSAL S 'g. 7 5" 4"Thick(500 and up SF) Flatwork to perform all concrete work/ 4. Square Foot NO REMOVAL OR DISPOSAL S 5', 50 6"Thick(500 and up SF) Flatwork to perform all concrete work/ D5. Square Foot NO REMOVAL OR DISPOSAL 5 1 8"Thick(500 and up SF) Flatwork to perform all concrete work/ 6. Square Foot NO REMOVAL OR DISPOSAL S City of Soutbiake RFP170113200TS170002 Page 35 of 45 Unit of Price Per One Each Item# Measure Description Per Unit of Measure 6"Thick(1-500 SF) Flatwork to perform all concrete work/ 8. Square Foot INCLUDING REMOVAL AND DISPOSAL S /0 ,?n 8"Thidc(1-500 SF) Flatwork to perform all concrete work I 9. Square Foot INCLUDING REMOVAL AND DISPOSAL S !2 , 50 4"Thick(500 and up SF) Flatwork to perform all concrete work/ 10. Square Foot INCLUDING REMOVAL AND DISPOSAL S g, 5-D 6"Thick(500 and up SF) Flatwork to perform all concrete work/ f G11. Square Foot INCLUDING REMOVAL AND DISPOSAL S ! ), ce 8"Thick(500 and up SF) Flatwork to perform all concrete work/ 12. Square Foot INCLUDING REMOVAL AND DISPOSAL S / 2 2,5- 13. Square Foot . Exposed Aggreg_atc Finish S 15- 14. Square Foot Colored Concrete - S 15. Square Foot Stamped Concrete S !1. 75- Installation 5Installationofbrickpaversandtruncateddomes- 16. Square Foot Labor Only S 4, 7.5- 17.517. Cubic Yard Wall footings S — 0 — 6"thick,Vertical Retaining Wall (to Perform all 18. Linear Foot concrete work)For projects of 1-2'High Wall 02 ie 6"thick,Vertical Retaining Wall (to Perform all 19. Linear Foot concrete work)For projects of 2-3'High Wall S 5 CO 6"thick,Vertical Retaining Wall (to Perform all 20. Linear Foot concrete work)For projects of 3-4' Hier Wall S 3 D, DO 8"thick,Vertical Retaining Wall (to Perform all 21. Linear Foot concrete work)For projects of 1-2'High Wall S c.24, /90 8"thick,Vertical Retaining Wall (to Perform all 22. Linear Foot concrete work]Forprojects of 2-3'High Wall S co 8"thick,Vertical Retaining Wall (to Perform all 23. Linear Foot concrete work)For projects of 3-4' High Wall S 3 2..co 1'thick,Vertical Retaining Wall (to Perform all 24. Linear Foot concrete work)For projects of 1-2'High Walt S Q_ 00 1'thick,Vertical Retaining Wall (toPerform all 25. Lamar Foot concrete work)For projects of 2-3'High Wall S 3 2.. DO 1'thick,Vertical Retaining Wall (to Perform all 26. Linear Foot concrete work)Forprojects of 3-4' High Wall S 3/2_, a O 0-100 linear feet of 6"curb and 18"gutter.NO 27. Linear Foot REMOVAL OR DISPOSAL S 101 -500 linear feet of 6"curb and 18"gutter.NO e,e 28. Linear Foot REMOVAL OR DISPOSAL S 501 - 1,000 linear feet of 6"curb and 18"gutter.NO v o 29. Linear Foot REMOVAL OR DISPOSAL S j, City of Southlake RFP17018200TS170002 Page 36 of 45 Unit of Price Per One Each Item It Measure Description Per Unit of Measure 1,501 3,000 linear feet of 6"curb and 18"gutter. 30. Linear Foot NO REMOVAL OR DISPOSAL S 00 101-500 linear feet of 6"curb and 18"gutter. 31. Linear Foot INCLUDING REMOVAL AND DISPOSAL S 5z._00Z-0D 501- 1,000 linear feet of 6"curb and 18"gutter. Pc. Linear Foot INCLUDING REMOVAL AND DISPOSAL S 36°• 1,001-1,500 linear feet of 6"curb and 18"gutter. v 33. Linear Foot INCLUDING REMOVAL AND DISPOSAL S 30. 1,501—3,000 linear feet of 6"curb and 18"gutter. A D 34. Linear Foot INCLUDING REMOVAL AND DISPOSAL S of$ D lj`35. Cubic Yard Unclassified Excavation and Disposal S jdj " 36. Linear Foot Four Inch(4")French Drain Installation no S l 7, 37. Linear Foot Six Inch(6")French Drain Installation 38. Linear Foot Eft Inch(8")French Drain Installation S 44" 39. Per Each Manhole Ring and Lid Adjustment Labor Only S 1 131)•.ry ov 40. Per Each Water Valve Adjustment Labor Only S f 9 Other Vendor Charges.Please Describe 41. Per Each Y S Other Vendor Charges.Please Describe 42. Per Each ,S Other Vendor Charges.Please Describe 43. Per Each 60 TOTAL: S cg . 3. Term of Contract and Option to Extend Any contract resulting from this RFP shall be effective for twelve months from date of award, The City anticipates that contract shall be renewed pursuant to the availability of funds and at the discretion of the City. The following clauses shall be included in the contract: A. Option Clause:It is agreed that City will have the option to extend the contract for up to four(4) City of Southlake RFP1701B200TS1701102 Page 37 of45 additional years,in one-year intervals.To exercise this option,the City shall serve notice 30 days prior to contract termination or to the end of any one-year extension.The Option to Extend will not be considered if funding is unavailable or if the contractor's past performance is not within the industry standard. B. escalation Clause; Should market conditions prevail which dictate an increase, the successful contractor may submit documentation requesting permission to increase pricing no later than 30 days after receiving notice from the City of its intent to extend the agreement.Escalation may only occur at the time of renewal and only upon securing the approval of the City in writing.Requests for price adjustments must be solely for the purpose of accommodating an increase in the contractor's cost,not profits. Vendors shall show in this quote their anticipated percent of escalation if/when the option to extend is exercised. The percent quoted will be a maximum. ht addition,the percentage proposed will be a factor in determining the best value to the City. It is the average price over the period of the contract that will be the price factor considered in the evaluation of this quote.Quotes in which negative or no escalation is shown will be considered as 0%escalation. C. Price Increases Upon Extcnsioui If approved by the City, the Contractor shall modify the rates charged by the Contractor to reflect any changes shown in the comparative statement delivered to the City. The maximum increase allowed herder this provision shall be four percent(4%)per year. The City shall have authority,in its reasonable discretion,to determine the validity of any change in Contractor's rates.City cannot exercise the Option to Extend with any price increases unless the Vendor completes the section of the Quote requesting anticipated percentage of annual escalation. FIRST ADDITIONAL YEAR(FY 2017-2018)ESCALATION SECOND ADDITIONAL YEAR(FY 2018-2019)ESCALATION...—...»....... 3 % THIRD ADDITIONAL YEAR(FY 2019-2020)ESCALATION FOURTH ADDITIONAL YEAR(FY 2020-2021)ESCALATION 4. Proposer's Experience/Staff A. Proiect Team: Identify all members of the Proposer's team (including both team members and management)who will be providing any services proposed and include information which details their experience. B. Removal or Replacement of Staff If an assigned staff person must be removed or replaced for any reason,the replacement person must be approved by City prior to joining the project. C. business Establishment State the number of years the Pmposer's business has been established and operating. If Proposer's business has changed names or if the principals operating the business operate any similar businesses under different names, or have operated any other businesses or changed the legal status or form of the business within the last five (5) years, all names, of predecessor business names, affiliated entities, and previous business entities operated by the principals,if different than present,must be provided; State the number of years' experience the business has: and the number of employees: D. Project Related Experience: All Proposals must include detailed information that details the Proposer's experience and expertise in providing the requested services that demonstrates the Proposer's ability to logically plan and complete the requested project_ City of Southlake RPP1701B200TS170002 Page 38 of 45 5. References Proposer shill provide four(4)references where Proposer has performed similar to or the same types of services as described herein. Reference#I: t , Client/Company Name: F ft l e ich i t L( l 11 Contact Name: Contact Tule: iR V€ rJ4 1 -`7;7 /k 2 (pz )L) Phi "17--Z? --1Q irbiSi; ii)Nei-rx. co/14_ Date and Scope of Work Provided: Reference#2: Client/Company Name:----- L1)2&-) OF f IExt 12- AC f Jit ! Contact Name: Contact Tide: 5 Phone: o mt. t2 c Ac1c1' -6 Pcl ce—Wt i;tid Date and Scope of Work Provided: Gird t CCkgA ire - re c i`7 - /c t,14 lL_ eta , Reference#3: Client I Company Name: n ; 17 t F Contact Name: i Contact Title: 11ei aeLt_p-e-t_c_ irpt J SU T Phone: 48eihq 0 b7-3 2- Email:, 011 •Le - Date and Scope of Work Provided: 6,14 P.entckcr rc e y--, Reference#4: Client/Company Name i f !/, IF r 5 t /1 r Contact Name: l ( Contact Title: IctlY16,1 More:1-n A_J Phone: j1 - 2 1 I -/p I LI-3 Emailti,,A. 'S. A-k! t. V i t t/, IZ°C1tCcf5 Date and Scope of Work Provided:i1t°t eOA.C,eeT ?k, L.D+5— St d e 04.1) ) e-tc, City of Southlake RFP17018200TS170002 Page 39 of 45 6. Trade Secrets and/or Confidential Information Trade Secrets and/or Confidential Information:This proposal_(does)_(does not)contain trade secrets and/or confidential information. If applicable, describe such trade secrets and confidential information. and the basis for your assertion that such material qualifies for legal protection from disclosure. 7. Federal,State and/or Local Identification Information A. Centralized Master Bidders List registration number. B. Prime contractor HUB/MWBE registration ntunber. C. An individual Proposer acting as a sole proprietpr must also enter the Proposer's Social Security Number.#t !fr 8. Emergency Business Services Contact Notice` f During a natural disaster,or homeland security event,there may be a need for the City of Southlake to access your business for products or services after normal business burs and/or holidays. The City may request City employee pick up or vendor delivery of product or services. For this purpose,a primary and secondary emergency contact name and phone number are required. It is critical the vendor's emergency contact information remains current. City shall be contacted by E- mail with any change to a contact name or phone number of these emergency contacts.Updates may be emailed to vendorsiii ci.southlake.tx.us. All products or services requested during an emergency event are to be supplied as per the established contract prices, terms and conditions. The vendor shall provide the fee (pricing) for an after-hours emergency opening of the business,if any. In general,orders will be placed using a City of Southlake procurement card (Master Card) or City issued Purchase Order. The billing is to include the emergency opening fee,if applicable. The contractor shall provide the names,phone numbers and fee (pricing), if any.for an after-hours emergency opening of the business listed below. n Business Name:___41cr u2u j-io,I J Contract#: /7 0 113 `LL Q 7-,5 17 t)o z- Description:e.9 AL Primary Contact(Name): 4AJMr to Primary Contact Phone Numbers:Home Cell: V11-45-4-1?95 Secondary Contact(Name): -R..D 13 El Il4"1 i14fI Secondary Contact Phone Numbers:Home:'n"454-i [ t IL Cell: /17-...j— M 1.4 After Hours emergency opening fee.if applicable:$ LL > City of Southlake RFP1701B200TS170002 Page 40 of 45 9. Cooperative Governmental Purchasing Notice Other goveri mental entities maintaining interlocal agreements with the City,may desire,but are not obligated, to purchase goods and services defined in this RFB from the successful Bidder. All purchases by governmental entities, other than the City, will be billed directly to and paid by that governmental entity. The City will not be responsible for another governmental entity's debts. Each governmental entity will place their own orders with the successful Bidder and be responsible for ensuring full compliance with the RFB specifications. Prior to other governmental entities placing orders,the City will notify the successful Bidder of their intent Please indicate below if you will permit other governmental entities to purchase from your agreement with the City. Yes,Others can purchase No,Only the City can purchase II. CONTRACT_TERMS AND CONDITIONS EXCEPT WHERE PROPOSER MAKES SPECIFIC EXCEPTION IN TAE SUBMI7TED PROPOSAL,ANY CONTRACT RESULTING FROM TRIS RFP WILL CONTAIN THE FOLLOWING TERMS AND CONDITIONS, WHICH PROPOSER HEREBY ACKNOWLEDGES, AND TO WHICH PROPOSER AGREES BY SUBMJTI7NG A PROPOSAL: 1. Delivery of Products and/or Services A. Payment Terms: Unless otherwise specified in the Scope of Services or otherwise agreed to in writing by the City,payment terms for the City are Net 30 days upon receipt of invoice. B. WArnatairminiainsiSiDillW All products furnished under this contract shall be warranted to be merchantable and good quality and fit for the purposes intended as described in this Proposal,to the satisfaction of City and in accordance with the specifications, terms, and conditions of the Scope of Services,and all services performed shall be warranted to be of a good and workmanlike quality,in addition to,and not in lieu oty any other express written warranties provided. C. Late Delivery or Performance: If Proposer fails to deliver acceptable goods or services within the timeframes established in the Project Schedule,the City shall be authorized to purchase the goods or services from another source and assess any increase in costs to the defaulting Proposer,who agrees to pay such costs within ten days of invoice. D. Title to Goods and Risk of Loss: For goods to be provided by Proposers hereunder,if any,the title and risk of loss of the goods shall not pass to City until City actually receives,takes possession, and accepts the goods and the installation of such goods,has tested the system,and determined that it is in good and acceptable working order. 2. Miscellaneous A. Independent Contractor:Proposer agrees that Proposer and Proposer's employees and agents have no employer-employee relationship with City. Proposer agrees that if Proposer is selected and awarded a contract, City shall not be responsible for the Federal Insurance Contribution Act FICA) payments, Federal or State unemployment taxes, income tax withholding, Workers Compensation Insurance payments, or any other insurance payments, nor will City furnish any medical or retirement benefits or any paid vacation or sick leave. B. Assignments: The rights and duties awarded the successful Proposer shall not be assigned to another without the written consent of the Purchasing Manager. Such consent shall not relieve the assigner of liability in the event of default by the assignee. City of Southlake RFP1701B200TS170002 Page 41 of 45 C. liens: Proposer shall indemnify and save harmless the City against any and all liens and encumbrances for all labor,goods,and services which may be provided to the City by Proposer or Proposer's vendor(s),and if the City requests,a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. D. Gratuities / Bribes: Proposer certifies that no bribes in the form of entertainment, gifts, or otherwise,were offered or given by the successful Proposer,or its agent or representative,to any City officer,employee or elected representative,with respect to this RFP or any contract with the City,and that if any such bribe is found to have been made this shall be grounds for voiding of the contract E. financial Participation: Proposer certifies that it has not received compensation from the City to participate in preparing the specifications or RFP on which the Proposal is based and acknowledges that this contract may be terminated and/or payment withheld if this certification is inaccurate. F. lteanired Licenses:Proposer certifies that he holds all licenses required by the State of Texas for a provider of the goods and/or services described by the Scope of Services herein. G. Authority to Submit Proposal and Enter Contract: The person signing on behalf of Proposer certifies that the signer has authority to submit the Proposal on behalf of the Proposer and to bind the Proposer to any resulting contract H. Compliance with Applicable Law: Proposer agrees that the contract will be subject to, and Proposer will strictly comply with,all applicable federal,state. and local laws,ordinances,rules, and regulations. 3. Financial Responsibility Provisions A. lnn{pngg:The Proposer,consistent with its status as an independent contractor,shall carry,and shall require any of its subcontractors to carry,at least the following insurance in such form,with such companies,and in such amounts(unless otherwise specified)as City may require: i. Worker's Compensation and Employer's Liability insurance, including All States Endorsement, to the extent required by federal law and complying with the laws of the State of Texas; ii. Commercial General Liability insurance,including Blanket Contractual Liability, Broad Form Property Damage, Personal Injury, Completed Operations/Products Liability, Premises Liability,Medical Payments, Interest of Employees as additional insureds,and Broad Form General Liability Endorsements,for at least One Million Dollars(S1,000,000) Combined Single Limit Bodily Injury and Property Damage on an occurrence basis; iii. Comprehensive Automobile Liability insurance covering all owned, non-owned or hired automobiles to be used by the Contractor,with coverage for at least One Million Dollars 51,000,000)Combined Single Limit Bodily Injury and Property Damage. B. Indemnification: Proposer agrees to defend,indemnify and bold harmless the City,all of its officers,Council members,agents and employees from and against all claims,actions,suits, demands, proceedings, costs,damages and liabilities, including reasonable attorneys' fees, court costs and related expenses,arising out of,connected with,or resulting from any acts or omissions of Proposer or any agent,employee,subcontractor,or supplier of Proposer in the execution or performance of this contract without regard to whether such persons are under the direction of City agents or employees. City of Southiakt RFP17010200TS170002 Page 42 of 45 Appendix C —Form CIQ WHO: The following persons must file a Conflict of Interest Questionnaire with the City if the person has an employment or business relationship with an officer of the City that results in taxable income exceeding S2,500 during the preceding twelve—month period.or an officer or a member of the officer's family has accepted gifts with an aggregate value of more than S250 during the previous twelve—month period and the person engages in any of the following actions: 1. contracts or seeks to contract for the sale or purchase of property.goods or services with the City. including any of the following: a. written and implied contracts,utility purchases, purchase orders,credit card purchases and any purchase of goods and services by the City: b. contracts for the purchase or sale of real property,personal property including an auction of property: c. tax abatement and economic development agreements; 2. submits a bid to sell goods or services,or responds to a request for proposal for services: 3. enters into negotiations with the City for a contract;or 4. applies for a tax abatement and/or economic development incentive that will result in a contract with the City THE FOLLOWING ARE CONSIDERED OFFICERS OF THE CITY: I. Mayor and City Council Members: 2. City Manager. 3. Board and Commission members and appointed niernbets by the Mayor and City Council: 4. Directors of 4A and 4B development corporations; 5. The executive directors or managers of 4A and 4B development corporations:and 6. Directors of the City of Southlake who have authority to sign contracts on behalf of the City. EXCLUSIONS: A questionnaire statement need not be filed if the money paid to a local government official was a political contribution,a gift to a member of the officer's family from a family member,a contract or purchase of less than$2,500 or a transaction at a price and subject to terms available to the public:a payment for food.lodging, transportation or entertainment:or a transaction subject to rate or fee regulation by a governmental entity or agency. WHAT: A person or business that contracts with the City or who seeks to contract with the City must file a Conflict of Interest Questionnaire"(FORM CIQ)which is available online at www.ethics.state.tx,us and a copy of which is attached to this guideline.The form contains mandatory disclosures regarding"employment or business relationships"with a municipal officer. Officials may be asked to clarify or interpret various portions of the questionnaire. WHEN:The person or business must file: 1. the questionnaire—no later than seven days after the date the person or business begins contract discussions or negotiations with the municipality,or submits an application,responds to a request for proposals or bids,correspondence.or other writing related to a potential contract or agreement with the City:and 2. an updated questionnaire—within seven days after the date of an event that would make a filed questiormatre incomplete or inaccurate. It does not matter if the submittal of a bid or proposal results in a contract.The statute requires a vendor to file a FORM CIQ at the time a proposal is submitted or negotiations commence. WHERE: The vendor or potential vendor must mail or deliver a completed questionnaire to the Finance Department The Finance Department Ls required by law to post the statements on the City's website. ENFORCEMENT:Failure to file a questionnaire is a Class C misdemeanor punishable by a fine not to exceed 5500. It is an exception to prosecution that the person files a FORM CIQ not later than seven business days after the person received notice of a violation. NOTE:The City docs not have a duty to ensure that a person files a Conflict of Interest Questionnaire. City of Southl*ke RFP1701B200TS170002 Page 43 of 45 CONFUCT OF INTEREST QUESTIONNAIRE FORM CIO For vendor or other person doing business with local governmental entity This queerierinsini reflects changes made to the law by M.S. 1411.110th Leg..Regular Session. OFFICE USE ONLY This questionnaire is being 1Med In=cadence with Chapter 176.Local Government Code Die WmoKd by a person who hes a business relationship as defined by Section 176.001(1-at v.ith a local governmental entity and the person netts requirements under Section 176.0061a). By law this questionnaire must be fled with the records administrator of the local governmental entity not leer then the 7th business day after the date the person becomes aware ot facts that require lite statement to be filed. See Section 176.006.Local Government Code. A person commits an offense if the person knowingly violates Section 176.006. Local Government Code.M offense under this section is a Class C misdemeanor. 1.1 Name of person who has a business relationship with local governmental entity. Check this box If you are filing an update to a previously Med questionnaire. The law reautr-s that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally Ned questionnaire becomes incomplete or inaccurate• J Name of localg 4nt* Mewwith whom flier has employment or business relationship. Ly Narrl e of Offi.sr This section !Item including subparts A 6 C Il Cir must be completed for each officer^.ah whom the Tiler has an employment or business relationship as defined by Section In 001.1.a, Local Government Code Attach additional pages to this Form Cul as necassary A Is the local government officer named in this settttm retervmg or Itkeh to receive to abte income other than rnvestmen: Inceme,horn the bier of the queSiwnnarte' ri,.rc l 8 Is tree her of the questionnaire receiving or Neely to receive taxable income rnher than investment income from or at the direction of the local government officer named,n this section AND the tarot* income is not received from the local governmental cretin') nye, AN., c IS the filet of MK 7uestlonnalxe employed by a con:oration Or other business entity with respect to which the local government oncrer serer as an officer e,director or holds tin ownership of 10 percent or morel El ;esNo egi' D Describe each employment or business retationshlp with the local government office, named in this section ii LOJ,'w ,2—a 3— r1 ggrtarure Of Person doing businessash the governmental entity Date Adopted 06.29.7007 City sr Seellfiake RFP1701B2Y0TS170N2 Page 44 of 45 cm-Or CSOVa, las Ys, lW ADDENDUM NUMBER k 1 To: AU Proposers Date: Febnary 21.2017 Request for Proposal: RFP17018200TS170002 Concrete Services Proposal Dae Dot= 3:00 p.m.,February 24,2017 1. Addendum No. 1.dated February 21.2017,per Addendum M1,the City of Southlake is adding missing items to the Schedule of Pricing. providing a ievised pricing schedule and extending the submission deadline.Proposer must subunit addendum I I with revised pricing schedule. Revised Schedule of Pricing Unit of Price Per One Each Item I Measure Description Per Unit of Measure 4"Thick(1-500 SF) Flatwork to perform all concrete work/ 00 I. Square Foot NO REMOVAL OR DISPOSAL S Ia. 6"Thick(1-500 SF) Flatwork to perform all concrete work/ i 2. Square Foot NO REMOVAL OR DISPOSAL S a 8"Thick(1-500 SF) Flatwork to perform all concrete work/S. 153. Square Foot NO REMOVAL OR DISPOSAL 4"Thick(500 and up SF) Flatwork to perform alt concrete work/ 4. Square Foot NO REMOVAL OR DISPOSAL S 5.50 6"Thick(500 and up SF) Flatwork to perform all concrete work I p1 5. Square Foot NO REMOVAL OR DISPOSAL S l.i 8"Thick(500 and up SF) Flatwork to perform all concrete work/ O6. Square Foot NO REMOVAL OR DISPOSAL CeyofSoetbte•Finance Department• )NQOWnSorel Sae 440• Scalar.Texas 1092 1117.74.02 Unit of Price Per One Each Item 8 Measure Description Per Unit of Measure 4"Thick(1-500 SF) Flatwak to perform all concrete work/ O7. Square Foot INCLUDING REMOVAL AND DISPOSAL T 6"Thick(1-500 SF) Flatwork to perform all concrete work/ 1 •O8. Square Foot INCLUDING REMOVAL AND DISPOSAL T V 8"Thick(1-500 SF) Fiatwork to perform all concrete work/ 9. Square Foot INCLUDING REMOVAL AND DISPOSAL S la 50 4"Thick(500 and up SF) Flatwork to perform all concrete work/ C 10. Square Foot INCLUDING REMOVAL AND DISPOSAL 6"Thick(500 and up SF) Flatwork to perform all concrete work/ 11. Square Foot INNCLUDING REMOVAL AND DISPOSAL S 1C) .00 8"Thick(500 and up SF) Flatwork to perform all concrete work/ 12. Square Foot INCLUDING REMOVAL AND DISPOSAL S I •. 5 13. Square Foot Exposed Aggregate Finish S F,95 14. Square Foot Colored Concrete S r-95 15. Square Foot Stamped Concrete S 11. 7S Installation of brick pavers and truncated domes- [ 16. Square Foot Labor Only S 17. Cubic Yard Wall footings 5 ` 0 — 6"thick,Vertical Retaining Wall (to Perform all 18. Linear Foot concrete work)For projects of 1-2'High Wall S c2 t2 DO 6"thick,Vertical Retaining Wall (to Perform all 19. linear Foot concrete work)For projects of 2-3'High Wall S R5 .00 6"thick,Vertical Retaining Wall (to Perform all 20. Linear Foot concrete work)For projects of 3-4' High Wall S 30.00 8"thick,Vertical Retaining Wall (to Perform all ' t f 21. Linear Foot concrete work)For projects of 1-2'High Wall S ' r thick.Vertical Retaining Wall (to Perform all o 22. linear Foot concrete work)For projects of 2-3'High Wall S ayarsorhare• Mame Dep to err• MOO i1 ,Sten Sine ITO• SautMale Teas 76192 8777481312 Unit of Price Per One Each Item 8 Measure Description Per Unit of Measure 8"thick,Vertical Retaining Wall (to Perform alt 23. Linear Foot concrete work)For projects of 3-4' High Wall S 3 2.00 1'thick,Vertical Retaining Wall (to Perform all 24. Linear Foot concrete work)For projects of 1-2'High Wall S 30-00 1'thick,Vertical Retaining Wall (to Perform alt 25. Linear Foot concrete work)For projects of 2-3'High Wall S 32.00 I'thick,Vertical Retaining Wall (to Perform all 26. Linear Foot concrete work)For projects of 3-4' High Wall s 3(9.00 0-100 linear feet of 6 curb and 18"gutter.NO O O27. linear Foot REMOVAL OR DISPOSAL S 101-500 linear feet of 6"curb and l8"gutter.NO 5-.0028. Linear Foot REMOVAL OR DISPOSAL S 501- 1,000 linear feet of 6"curb and 18"gutter.2 5'OO29. Linear Foot NO REMOVAL OR 131SPOSAL S 1,001- 1,500 linear feet of 6"curb and I8"gutter. ri 3 0030. Linear Foot NO REMOVAL OR DISPOSAL S 40 1.501-3,000 linear feet of 6"curb and 18"gutter. 31. Linear Foot NO REMOVAL OR DISPOSAL S J3.o 0 0-100 linear feet of 6"curb and 18"gutter. 33-0032. linear Foot INCLUDING REMOVAL AND DISPOSAL S 101-500 linear feet of 6'curb and 18"gutter. CO 33. Linear Foot INCLUDING REMOVAL AND DISPOSAL S 501-1,000 linear feet of 6"curb and 18"gutter. 2 a O 34. Linear Foot INCLUDING REMOVAL AND DISPOSAL S J 1,001-1,500 linear feet of 6"curb and 18"gutter. 3 0.°C 35. linear Foot INCLUDING REMOVAL AND DISPOSAL S 1,501-3,000 linear feet of 6"curb and 18"gutter. n 36. Linear Foot INCLUDING REMOVAL AND DISPOSAL s 1;48"Cal 37. Cubic Yard Unclassified Excavation and Disposal 6. 00 38. Linear Foot Four Inch(4")French Drain Installation 11.00 39. Linear Foot Six Inch(6")French Drain Installation C2°7-00 40. Linear Foot Eight Inch(8")French Drain Installation 02 4 'O C) al'o(Sou.ate' France 1 p ineol• 144:0f Sveet Sure 440• Soubble.leas 76092 817.7811712 Unit of Price Per One Each Item* Measure Description Per Unit of Measure 41. Per Each Manhole Ring and Lid Adjustment tabor Only S 10 0.00 42. Per Each Water Valve Adjustment Labor Only 1 00• Other Vendor Charges.Please Describe 43. Per Each Other Vendor Charges.Please Describe 44. Per Each Other Vendor Charges.Please Describe 45. Per Each TOTAL: $ 955 O 2. Extending Submission Due Date The deadline for submission is being revised.The revised deadline for submission is 3:00PM Wednesday March I,2017. 3. There are no other ehanees. Si 11,117.11;r Sharon tikkson Chief Financial Officer City of Southiake In the submission 'r poral, Proposer must acknowledge receipt of this addendum_ Proposer shall acknowledge this urnSigning and ret ing one copy of this notice with their proposal submission. Signed: Q Dated: 02 - 7 Company Name: 0 1.at 4(4r - el.I •_ cirydseanese•Finance Oeporment• MOO Mate A're Sale 440. 5o m'a a Texas 76092