Loading...
Item 4M - MemoCITY OF SOUTHLAKE Item 4M MEMORANDUM (October 19, 2021) To: Shana Yelverton, City Manager From: Rob Cohen, Director of Public Works Subject: Authorize expenditures with Apex Concrete Construction Inc. for concrete services in an amount not to exceed $750,000. Action Requested: Authorize expenditures with Apex Concrete Construction Inc. for concrete services in an amount not to exceed $750,000. Background Information: In January 2021, the City renewed its contract for concrete services to APEX Concrete Construction Inc. 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 past service highlights include: construction of a drainage flume at Woodbrook Lane; construction of a concrete drainage channel to improve drainage at Gray Lane; street improvements on Market Loop and Commerce; and sidewalk improvements at various locations at Town Square. Financial Considerations: In FY 2022, several projects are expected to be completed with APEX Concrete Construction such as the reconstruction of Garden Court and Killdeer Trail, as well as sidewalk improvements. In FY 2021, the City spent $691,830 on concrete related services with Apex Concrete Construction, Inc. Therefore, staff is requesting authorization up to $750,000 to complete these scheduled projects. Funding for concrete services are available via the FY 2022 Streets & Drainage Operating budget and part of the approved Capital Improvement Program. Expenditures will not exceed budgeted funds. Page 1 of 2 Item 4M 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, 132: 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: None. Alternatives: The City Council may approve or deny the request. Staff Recommendation: Authorize expenditures with Apex Concrete Construction Inc. for concrete services in an amount not to exceed $750,000. Supporting Documents: Attachment A: Contract — Concrete Services Staff Contact: Rob Cohen, Director of Public Works Jack Thompson, Deputy Director of Public Works — Operations Page 2 of 2 Attachment A CITY OF SOUTHLAKE December 28, 2020 Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 ORIGINAL DOCUMENT CITY OF SOUTHLAKE Council ActionoY N Ord./Res. No. Date Approved , I q_ Attn: Mr. Danny Porter Subject: Notification of Contract Renewal for Concrete Services for City of Southlake RFP170113200TS170002 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 I q1 2 1)• 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: accountspayablegei.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 aao�,® Southlake, Texas 76092 O ; tslifka cgci.southlake.tx.us _ ! Atfes . Fax: 817-748-8010 O �. �my Shelle , RMC Contract Rene a Accepted: iJ•. •'e ®$City Secretary Signed: M1 Date: '/®®i p 1 11 11%o%A1pproved M to For0andLe y: Mayor Laura Hill City of Southlake City Atto 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 19tn 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 .9 January 27, 2020 Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 ORIGINAL DOCUMENT CITY OF SOUTHLAKE Council ActiongVN Ord./Res. No. Date Approved Attn: Mr. Danny Porter Subject: Notification of Contract Renewal for Concrete Services for City of Southlake RFP1701 B200TS 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 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 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 and is eligible for up to one (1) more one (I) 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: accountswable(2ci.southlake.tx.us Other Charges: The City of Southlake is a tar -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 Sincerer -film— Slifka Purchasing Mae(ager CPPO, CPPB t 1 t ���� City of Southlake `����► 1.-N J�HLAKF ��i 1400 Main Street, Suite 420 Southlake, Texas 76092 01 •� N 6!:�:Q—�— tslitkal'Ii:ci.southlake.tx.us _' lttes . Fax: 817-748-8010 %• Shelley, TRMC Amy Contract Rene a Accepted: �i� .....•••' `�� City Secretary Signed: 1111��� Date: Approved as to Form and Le lity: Mavor Laura Hill City of Southlake City Attorn 1/27/2020 Ci.southlake.tx.us Mail - Contract Renewal for City of Southlakle 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 <jompson@ci.southlake.bt.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? Ac�eae�t of E� Yf)19 Award canner Jack Thompson <jompson@ci.southlake.tx.us> To: tsl'lfka@ci.southlake.tx.us Mon, Jan 27, 2020 at 11:52 AM 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://maii.googic.comimail/u/0?ik=1 dc9780fd9&vievr-pt&search=all&permthid=thread-a%3Ar2004543644815823761 &simpl=msg-a*/`3Ar-661357258... 112 1 /27/2020 Sent from my Phone Ci.southlake.tx.us Mail - Contract Renewal for City of Southlakle On Jan 27, 2020, at 11:38 AM, Timothy Slifka <Tslifka@ci.south[ake.tx.us> wrote: [Quoted text hidden] https:llmait.google.comimaiilul0?ik=1dc9780fdg&view=pt&search=all&permthid=thread-a%3A2004543644815823761 &simpl=msg-a%3Ar-661357258... 2/2 SOUTHLAKE ORIGINAL DOCUMENT CTPY OF SOUTHLAKE Cmmd1 Actiar(j?)N March 11, 2019 OraJRes. No.DaW P 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 RFP1701 200TS170002". This renewal shall become effective April 18, 2019 pending City Council approval (CC Award date 210111 ). 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 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: accot►ntspayablera�ci.southlake.L`.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 Sincerer Tim Slifka Purchasing Manager CPPO, CPPB City of Southlake 1400 Main Street, Suite 440 Southlake, Texas 76092 tslitka@a)ci.southIake.tx.us Fax: 8 17-74 8-80 10 Contract Renewal Accepted: Signe Date: Zi lg `1 Mayor Laura Hill City of Southlake LA K Attest: &�� O� - ��y tt .f� JF Amy Shelley, TRMC O= City Secretary iJ %o App/royL�d as to Form and Legal% •---"'� +� ���� City Attorney, ("T-Y OF BOUT LAKE Timothy Slifka <tsIifka@ci.southlake.tx.us> Contract Renewal for City of Southlake Concrete Services Danny Porter <apexconstnjction57@gmaiI.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 Fhone (Quoted text hidden) <Apex Concrete Construction Inc. - Contract Renewal, I &- Concrete Services.pdf> ary of ORIGINAL DOCUMENT - LJHLAKE CITY OF SOUTHLAKE Council Action: Y® Ord./Res. No. 19 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 Southlake RFP1701B200TS770002 Dear Mr. Porter: The City of Southiake's contract for Concrete Services for City of Southiake RFP1 701 B200TSI 70002 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 exdusN* during the term of the contract from the successful vendors. , 3. No other changes are requested Mary Morgan Deputy Director Finance, City of Southlake By signing this amendment, vendor is ad mwledging and geeing to the additions made to the terms and conditions as stated in time existing contract. Vendor must acknowledge receipt of this amendment by signing am retuming one signed amendment to: City of Southlake Finance Department 1400 ain Suite 420 Southlake, Texas 76092 Attention Tim Sli&a. r Signed: Printed Name: Title: Company Name: Dated: 9 �� / 19 Please calf 817-748-8312 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO, CPPB tsli&a@ci.southlake.tx.us Fax: 817-748-8010 CUTCW SOUI1iLAICE ORIGINAL DOCUMENT CITY OF SOUTHLAKE Council Actio January 12, 2018 OrdAes. No. Dare Approved=_ Dn 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 RFP1701 B200TS 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. 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@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. Sincere Tim Slifka Purchasing Manager CPPO, CPPB City of Southlake 1400 Main Street, Suite 440 Southlake, Texas 76092 tslifka(@ci.southlake.tx.us Fax:817-748-8010 Contract Renew Accepted: Signed:'V' Date: dtG10/ •����� �� Mayor Laura Hill City of Southlake t Attest: �` lt4 `'}� Carol Ann Borges, TRMC City Secretary as to Form and ( City Attorney .. . IMW017 Gi.souMke.tx.us Mail - Contract Renewal for City of Southlake Concrete Services 1UCkT-Y (* S(XYfTiL4J(E Timothy Slifka <tsIifka@ci.southIake.txus> Contract Renewal for City of Southlake Concrete Services Apex Construction <apexconstruction57@gmaiI.com> To: Timothy Slifka <tsrjfka@ci.south1ake.tK.us> No Increase Requested. [Owted text hidden] Fri, Dec 29, 2017 at 4:35 PM https:/Imail.google.com/maiUu/oMi=2&ik=1 dc9780fdg&jsver-- I OCYKmliAi4.en.&mevr--pt8msg=l6Oa48a94739ecc6&search--inbox&tyPe=l6Oa3bcf45-.. 111 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 RFP170IB200TS170002 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 RFP170IB200TS170002". The award and this agreement are based on your proposal submission, copy enclosed This is a multiple vendor award contract Your COMOMY is the Secondary vendor for this contract. This award was approved by the City of Southlake City Council on The terms and conditions proposed and accepted in this agreement are as follows: Line Items Awarded All items Secondary Vendor per department needs. Payment Tents: Net 30 days (Unless otherwise noted — such as pre- andlor 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. Tenn of Contract Tbc 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 $17-748-8312 Send all billing to: City of Soutblake 1400 Maltz Street, Suite 446, Accounts Payable Soutblake, TX 76M or via email to accountspavable�ci.southlake.tcus 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 spe6rwadons, 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 S 17-748-8312 with any questions. lY. T"un 1CP PPB Pure hasmg Manager City of Southlake 1400 Main Street, Suite 440 AA Sout Bake, Texas 76092 tsli&a(@ci.south1ake.tx.us Attest: Fax: 817-748-9010 Lori Payne, TRMC Contract A City Secretary Signed: Date: 'Ot/�1'7 App�ed * Mayor Laura Hill " City of Southlake City Attome Appendix B — Proposal Svb� ChftUI f. ao detesnlre.aWly of WoposaR t/ B (pates 3a tbnmO "-) mum be hWu&d is the proposal aobinkW C CmdW of Interest Fon (pope "ti _) onn I be Web" to e propaat sabeduaL an 12" Cadflate of hanweed Party otaa be 1. f Wa is the propual srbalttaL See pope 2 Pareg apb L R" Number: fm RFP170IB200TS170002 Project Title: Concrete Services SDe dli�ne. 3:00 P.M. (CST), Friday February 24, 2017 Submit electronically* to: www.securebidusa.com * Requires email account loglogm and pwsword. PropoeteslAzaiNamr. G Addrmc Spec & Feieral Fapigen weawadon Nattier 1'foae Nttmbor: _ Fax Noraber: NIL F.-Maa Address. f 1, fire aedeav%wedr have the aotharity fo esecvee this Proposal In Its entirety as sob"ted ad eater Info a on behalf of the Proposer. Priotcd N me wad Position of Audwrizcd R P � Sigosoue of Au6orized RepteseMdm signed this " (day) or be-b&44ey(momhj�QL�-(yam) i learned of this Request for Preposals by the following mean: Newspaper Advadsonant Xsoudil Website _ Mailed Me a Copy _ SetmeBid Q City E-mail Noaficniou CCold Cali to City E Otha City of Southmm - RFP170IB200TS170082 - Page 34 of 45 Appendix B — Proposal (-.n.-d) L REODlRED PROPOUL INFORMATION Ld ORDER FOR A PROPOSAL 7O BE CONSMERED COMPLETP AND TO BE EVALUATED FOR A CONTRACT AWARD BY THE CLTY, PROPOSER MUST SVBMIrTALL OF THE FOLLOWINGINFORMA770N: 1.1 Proposed Products &@&or Services A. Product or Service DcacrilMm.. Proposers should utilize this section to describe the mchnical aspects, capabilities, feataaes an& options of the product and/aa service proposed in accordance with the required Scope of Saviors as identified in Appendix A. Promotional literature, brochures, or other technical information may be used. B. Additional Hardware Des¢rim ms: 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 Warranties: Each Proposer shall submit a complete copy of any warranties or guarantees provided by the mmnfactruer or Proposer with the Proposal submitted. D. Proiect Scbndukc/DdiM Date: Proposer must provide, a project schedule noting all projected completion dates for segmmts of the Project. from start-up to completion, and all delivery dates for goods covered by the RFP. The Proposal most show the number of days required to deliver and install the product or equipment after the receipt of the City's Purim Order. 2. Cost of Proposed Products and/or Services A. PricinlF Pricing shall reltect the full Scope of Services dcfined herein, inclusive of all associated coat for delivery, labor, inw=e, taxes, over6e4 and profit. B. SdmdWe of Pricing: Proposer shall quote unit pricing in accordance with the itemized listing of products or contract segments stand in the Scope of Services and using the following format: Item Unit of Prise Per One Each # Mcastue Desmytion Per Unit of Measure 4- Thick (1-500 SF) (Flatwod: to perform all concrete worst / I Squaw Foot NO REMOVAL OR DISPOSAL S (Q . 6" Thick (1-500 SF) (Flatwoh to perform all concrete work / 2. Foot NO REMOVAL OR DISPOSAL S 0 8" Thick (1-500 SF) (Flatwork to perform all concrete work / 3. Square Foot NO REMOVAL OR DISPOSAL S C Thick (500 and up SF) (Flatwork to perform all concrete work / 4. Square Foot NO REMOVAL OR DISPOSAL S 6" Thick (500 and up SF) (Flatwork to perform all concrete work / 5. stare Foot NO REMOVAL OR DISPOSAL S ,'�'D 8" Thick (500 and up SF) (Flatwork to perform all concrete work / 6. Square Foot NO REMOVAL OR DISPOSAL S CW of Southlake - RFPI701 B20MI70M Page 35 of 45 Unit of Puce Per One Each Item # measure Description Per Unit of McLwm 6" Thick (1-500 SF) (Flatwork to perform all concrete workk 8. Sware Foot INCLUDING REMOVAL AND DISPOSAL S 8"Thick (1-500 SF) (Flatwork to perform all concrete work / 9. Square Foot INCLUDING REMOVAL AND DISPOSAL S 4" Thick (500 and up SF) (Flatwork to perform all concrete work / 10. Square Foot INCLUDING REMOVAL AND DISPOSAL S 6" nick (500 and up SF) (Flatwork to perform all concrete work / 11. Foot INCLUDING REMOVAL AND DISPOSAL S r' 8" Thick (500 and up.SF) ktwmk to perfom all concrete work 12. Foot INCLUDING REMOVAL AND DISPOSAL S 13. Square Foot Exposed Agomle Finish S 14. Square Foot Colored Concrete S 15_ Square Foot Sminped Concrete S Installation of brick pavers and truncated domes - 16. Square Foot Labor Only S 17. Cubic Yard Wall footia S — — 6" thick Vertical Retaining Wall (to Perform all od 18. 1 Linear Foot concrete work) For Projects of 1-2' lEsh Wall S ' 6" thick, Vertical Retaining Wall (to Pmfam all 19. Linear Foot concrete walk) For pwiects of 2-3' High Wall S 6" thick Vertical Retaming Wall (to Perform all 20. Linear Foot concrete work) For projects of 3-4' High Wall S fj DO 8" thick, Vertical Retaining Will (to Perform all 21. 1 Linesr Foot concrete work) For proiects of 1-2'Ifisth Wall S 8" thiclr, Vertical Retaining Wall (to Perform all 22. Linear Foot concrete work) For prOects of 2-3' High Wall S Ov 8" thick, Vertical Retaining Wall (to Perform all 23. Linear Foot concrete work) For miects of 3-4' High Wall S V thick, Vertical Retaining Wall (to Perform all 24. Linear Foot concrete work) For projects of 1-2' High Wall S D P 1' thick, Vertical Retaining Wall (toPerform all 25. Linear Foot concrete work) For projects of 2-3' High Wall S 1' thick. Vertical Retaining wall (to Perform all 26. Linear Foot concrete work)For projects of 3-4' High Wall S 0 -100 linew 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 o0 29. Linear Foot REMOVAL OR DISPOSAL is 501 - 1,000 linear feet of 6" curb and 18" gu ter. NO p o 29. Linear Foot I REMOVAL OR DISPOSAL S City of Souddake - RFP1701B200T8170062 - Page 36 of45 I 3. Unit of Fnm Per one Each hem li blease De*cfipdm Par Unit of Measum 1,501— 3,000 linear fret of 6" curb and I gutty. 30. Linear Foot NO REMOVAL OR DISPOSAL S , 101- 500 linear feet of 6" nab and 18" gutter. 31. Lbww Foot INCLUDING REMOVAL AND DISPOSAL S 501- 1.000 linear Stet of 6" curb and I S" gutter. o0 32. Linear Foot INCLUDING REMOVAL AND DISPOSAL S 1,001-1,500 linear feet of 6" curb and I8" gutter. 33. Linear Foot INCLUDING REMOVAL AND DISPOSAL S Ito. 1,501— 3,000 linear feet of 6" curb and 18" gutter. 34. Linear Foot INCLUDING REMOVAL AND DISPOSAL S D D 35. 1 Cubic Yard Unclassified Excavation and DjVosal ov too 36. Linear Foot Four Inch 4 French Drain Installation S i 37. Linear Foot Sic Inch French Dram Imtallation S ZZ- 6 a 38. Linear Foot Ei Inch French Drain installation s a2 39. Per Each Manhole Rim and lid AOnuncnt Labor Only s VQ, 40. Per Each water Vahrc Ad" Labor Only s vv Other Vendor Charges. Please Describe / 41. Per Each $ Other Vendor Charges. Please Describe / 42 Per Each S Odmr Vendor Charges. Please Describe 43. Per Each S CO TOTAL: IS - Term of Contrea and Option to Extend Any contract resulting from this RFP shall be et%ctm for twelve mortlu from date of award. The City anticipates that contract shall be tiatewed pursuant to the availability of funds and at the diuretioa 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 conhact for up to four (4) CUT of Swddake - RFP1701B200TS170M - 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 fundiog is unavailable or if the contractor's pest performance is not within the industry standard. B. ESCWWin Clause; Should matimt conditions pttvaii which dictate an increase, the successfirl contractor may submit documentation requesting permission to increase pricing no later than 30 days after receiving notice fim 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 as it crase in the ocsnnactor's cost, not profits. Vendors shall show in this quote their anticipated percent of escalation iffwhen the option to eatead is exercised. The percent quoted will be a maximum. In 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 well be the price &ctor considered in the evaluation of this quote. Quom in which negative or no escalation is shown will be considered as Me escalation. C. Price h wrertses Uvon Extension: If approved by the City. the Contractor shall modify the roes charged by the Contractor to reflect any than shown in the comparative statement deUvetsd to the City. The maximum increase allowed tinder this provision shall be four percent (4%) per yen• The City shall have authority, in its reasonable discretion, to determine the validity of any change in Contractor's tales. City cannot exercise the Option to Extend with arty price inc ases unless the Vendor completes the section of the Quote requesting anticipated percentage of arrmW escalation, FIRST ADDMOMAL YEAR (FY 2017-2019) ESCALATION ......................»�Y. SECOND ADDITIONAL YEAR (FY 2018.2019) ESCALATION..._...._ �x THIRD ADDITIONAL YEAR "21i19-2020) ESCALATION ......................-2—Y• FOURTH ADDITIONAL YEAR (FY 2020-2021) ESCALATION ................... 3—Y. 4. Propesees Experience / Staff A- Protect Team: Identify all members of the Proposer's scam (including both team members and management) who will be providing any services proposed and include information which details their experience., B. Removal or Reoiacemeat 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. Btasroess Establishment: Side the number of years the Proposer's business has been established and operating. If Proposees business has changed names or if the principals operating the business operate any similar businesses under dif%ent names, or have operated say other businesses or changed the legal states or form of the business within the last five (5) years, all names, of predecessor business names. affiliated cnwxs, 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: /,91 _- D. Proiect Related . All Proposals must include detailed information that details the Proposer's experience and expertise in providing the requested services that demonstrates the Proposef's ability to logically plan and complete the requested project City of Souddake - RFP170IB200TS170M - Page 38 of 45 S. References Proposer shell provide four (4) references where Proposer has performted similar to or the same types of services as described herein. R.ti...." III - Chat / Company Nam: F e tc1�1 Contact Name: Contact Title: As �iv Phones 174Z-7 — Eamil: f Date and Scope of Work Provided et Rik....... an• r% : � . ra . 1/y .A .�Z • r ' Refexnrl si- Client / Catapaay Name: KF 1 e Contact Name Contact Title: Phone Email: + .. Date and Scope of Work Provided: Refeenm #4: Client 1 Co►npaay Name_ i Contact Nana: Contact Title: . Phone Emai1:.T e Date and Scope of Worst Provided: City of Southlake - RFP17N1B2WYS17ooN2 - Page 39 of45 I-ledeA010 et'nn 1r-.-�Cku15 /tk--1 i. Trade Secrets and/or Confidential Information Trade Secret and/or Confidential Information• This proposal _ (does) _ (does not) contain trade secrets and/or confidential information_ If applicable, describe such auk secrets and confidential unfosnation. and the basis for your assertion that such material qualifies for legal protection from disckrsure- 7. Federal, State and/or Local identification Information A. Centralized Master Bidders List registration number. _ 14 B. Prime contractor HUB / MWBE registration number. C. An individual Proposer acting as a sole proprietor must also enter the Proposer's Social Security Number. # - - n i lT >L Emergency Business Services Contact Notice During a natural disaster, or homeland security event, there may be a need for the City of Soul lake to access your business for products or services after normal business boars and/or bDhdays. The City may request City employee pickup or vendor delivery ofprodu t:t or services. For this purpose, a primary and secondary emergency contact name and phone number are requirej it is critical tlm vendor's emergency contact information remains current. City shall be contacted by E- =0 with any change to a contact tame or phone number r of these emergency contacts. Updates may be ernailed to vendorsiii ci.southlake.m.us. All products or services requested during an emergency event ace to be supplied as per the established contract Frices, terms and cooditioms. The vendor shall provide the fee (pricing) for an after-bours 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. Business Name: Contract ._, Primary con i Primary Contact Phone Number. Home: JW(I - 42� 5-- Cell: Secondary Contact (Namc)�' Secondary Contact Phone Numbers: Home: — LLrI Cell.-[�'�-��Cf I i After Hours emergency opening fec, if applicable: S City of Southiske - RFPl79111200TS170002 - Page 40 of 45 1 9. Cooperative Governn iental Purchasing Notice Other governmental entities maintaining tumdocel agreements with the City, nay desae, but are not obligated, to purchase goods and services defined in this RFB from the succesafol Bidder. All Purchases by governmental entities, other than the City, will be billed directly to and paid by that governmental entity. The City wtU not be responsibk for another governmental entity's debts_ Each governmental entity will place their oven orders with the sueccsdnl Bidder and be responsible for cam full compliance with the RFB specifications. Prior to other governmental entities phlong orders, the City will notify the successful Bidder of their intent Please indicate below if you wiU permit other govemmenw entities to purchase from your agreement with the City. A Yes, Others can purchase [ ] No, Only the City can purchase LL' CO mcr TERMS AND CONDIii01VS EXCEPT WHERE PROPOSER MAm ,SPECIFIC EXCEPTION 1N TM SUBW TMD PROPOSAL, ANY CONTRACT REM TDW FROM THIS REP WILL CONTAIN nN FOLLOWING TERMS AND CONDITIONS, W Cff PROPOSER HEMY ACENOWLEDGFS, AND TO WJUCH PROPOSER AGREES BY SilNAa77I7VG A PROPOSAL: 1.1 Delivery of Products and/or Services A. ftn of Tt rms: 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. wkmly of Products and Services All products ftnaisbed under this comma shall be warranted to be marhantabk and good quality and fit for the purposes intended as described in this Proposal, to the satisbcdon 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 of any other express written warranties provided. C_ Late Delivery oEPafa mane: ff Proposer fails to deliver acceptable goods or services within the timefiames established in the Project Schedule, the City shall be authoriad to purchase the goods or services f um another source and assess any use in costs to the defsuhing Proposer, who agrees to pay such costs within ten days of invoice. D. Title to Goods and Risk of Lass: 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 acttutly receives, fames 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. Miscdlaamus A. bdaMdW Proposer agrees that Proposer and Proposers employees and agents have no employer -employee relationship with City. Proposer agrees that if Proposer is selected and awarded a contact, City shall not be responsible for the Federal hmancer Contribunon Act (FICA) payments, Federal or State unemployment taxes, income tax whhholding, Workers Compensation hmmance payments, or any other insurance payrneM nor will City finish any medical or retirement benefits or any paid vacation or sick leave. B. : 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 5outhlake - RFP170113200TS170002 - Page 41 of 45 C. lM& Proposer shall iudeaatify and save harmless the City against any and all liens and subraom for all labor, goods„ and cervices which may be provided to the City by Proposer or Pttrpoaer's vendor(s). and if the City requests, a proper release of ail liens or satisfactory evidence of ftecdom frown Hens shall be delivered to the City. D. Gratuities / Bn`bes: Proposer certifies that no bribes in the form of enaxiainmeat, gft or otherwisS 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 babe is fotmd to have been made this shall be grounds for voiding of the contract E. FIWMgal Particioa on: Proposer certifies that it has not received compensation from the City to participate is pupating the specifications or RFP on which the Proposal is based and acknowledges that this contract may be terminated and/or payment withheld if this ca tificaticm is inaccurate. F. RRtM "geed Liccom: Proposer ratifies that he holds all licenses required by the 5bme of Term for a ptovid+a of the goods and/or services described by the Scope of Services herein. G. AaMaaity to Submit Ptvnasml mad Extra Contract: The persm signing on behalf of Ptopoaer catifrcs that the signor has authority to submit the Proposal on behalf of the Proposer and to bind the Proposer to any resulting arutraet. IL t zMWUna with AsroGcable Lour Pwposa agrees that the conics t will be subject to, and Ptopow, will strictly comply with, all applicable federal, state. and local laws. ordinances, rules, and rsguh dons. 3. Fivaoclai Responsiblllty Provistous A. IMMM "The Proposer, consistent with its staters as an independent connector, 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 (tmiess otherwise specified) as City may require i. Worker's Cmpemation and Employer's liability insurance, including All Star Endorsement, to the eaten 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, Ptemses Liability, Medical Payments, Interest of Employ= as additional insureds, and Broad Form General Liability Endorsements, for at least One Million Dollars (SI,000,000) Combined Single Limit Bodily Injury and Property Damage on an occurrence basis; i HL Comprehensive Automobile Liability itmttance covaimg All owned. truer -owned Or hired autoroobiks to be used by the Cootrretar, with coverage for at least One Million Dollars ($1,000,000) Combined Single Limit Bodily Injury and Property Damage- 3. Indtmatfiaa ' n. Proposer agrees to defend, Indestaify and bold harmless the CRY. AN of Its oculars, Gttwdl members, sgents and employees f vm and against all claims, actions, suits, demands, proceedings, costs, damages and liabilities, including reasonable attorneysfees, court cash and T&ttd expenses, arislsg out ot; connected witF►. or resul asfrom any acts or orabdaus of lropow or any agent, tmploye ey subcontractor, or supplier of Propntcr der tht esecutba or performance of this contract without regard to whether sneh persons are under the dkvcdom of City agents or employers. City of Southfalm _ RYP17611120M17OW2 - 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 32,500 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 S2 50 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 propery= c tax abatement and economic development agtt emcnts; 2. subunits 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 trtd'or economic development incentive that will result in a contract with the City THE FOLLOWLNG ARE CONSWERED OFFICERS OF THE CITY: 1. Mayor and City Council Membem: 2. City Manager. 3. Board and Commission members and appointed members by the 6hayor and City Council: 4. Directors of 4A and 4B development corporations; 5. The executive directors or numgers of 4A and 4B development corporations: and 6. Directors of the City of Souddake who have authority to sign contracts on behalf of the City. EXCLUSiOINS: ?► questionnaire statement Deed 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 fancily member. a contract or purchase of less than S2,500 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 roust file a "Conflict of bmrest Questionnaire IFORM C1Q) which is available online at www.cthicsstate.tK.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 questiomaire—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 cone= or agreement with the City: and 2. an updated questionnaire — within seven days after the date of an event that would make a filed questionnaire incomplete or inaccurate. it does not matter if the submittal of a bid or proposal results in a contact. The statute requires a vendor to file a FORM CIQ at the time a proposal is submitud or negotiations commence. WHERE: The vendor or potential vendor must mail or deliver a completed questionnaire to the Finance Department. The Finance Departn ew is required br Jaw to post Ar smteusnts on the 01r 5 websita ENFORCEMENT: Failure to file a questionnaire is a Class C misdemeanor punishable by a fine not to exceed S500. It is an exception to prosecution that the person Mrs a FORM CIQ not later than seven business days after the person received notice of a violation VOTE: The City does not have a duty to ensure chat a person files a Conflict of Interest Questionnaire. coy of gou"ke _ RFP1701B200TS170M - Page 43 of45 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor or other person doing business with local governmental entity n" 9r95d6"wlaim f$GBM dnrlpaa reaM as 00 law by KID. 114111. Ulk Lee.. Regular least OFFICE WEONLY TMs quesfionnake is bOV fled In sttadanca with Chapter 176. Local Govemment Code by a person rho has a business ralefiortsttip fls defhtod by Sedon 176=l (t-al %.ith a tt N goveasMft ardltyandfM person mans mgi*nnlwfts under Section 176.006re). By Irxt11bg1nstio A*e must be filed -11h fie fa00rdS adme+ai raw ortne local govern entity net Warl ien the 71h bushNss dey alterfhe date the parson becomes aware of fads that ragWra the etalarrtant to be fled. Sae Section 176.006. Local Government Code. A person comatNs an offense it the person ktto•.vingly vloetes Section 17fs.006. Local Gover nnrtt Cods M oAaraa under thb sadion is a Class C misdemeanor. 1 Items of Wilen who has a businew relationahw with local pwernniental entlty. T -t c. 7-1d Check Oft box f you as fHhg an update to a previously Aled quesumnafre. i7he Ww toqurd s that tau fila an updated crmpleOid questionnaire with the s; proprlare filing autnWd', not later than flit 7th brWness day after the .late the otllprofty filed wiisucmnaire tt"orr*s Incomplete Or Inaccuraae � 1 Name of Foal of offesr with wham flW hw employment or Wetness reladonshlp. Name of 011w er //Ilan ihK secbon Inctudmg subparts A 6 C & D, must be completed for each afhcer , whom the whothe Ater has an wtPloyment o busness ielahorrship as drsAr+ed by Section 176 001. I.as Local Guarrim&M Cod* Attach additional pagfs to Mrs Fum Ca) as necassary A is it* local qDvernmcnf Officer named in yeS ic-cum recttvwv ar tikeb to re -ewe raKa le tnCrin!? Other than mvgsm*w. aKO"*. from trip Net of the puestwnnagre? o..s >fa-, B is me titer of me M.tstrxx+are receiving or iaeit to resew taxable income other than investment MOM* from or at aie WeCDW of the local govemmeM officer named in lhrs Section AND the laratit rncrme. is not reserved from the local ryJvtrri7m6nW1 ellbt)'� YtS PW Is OK- Wei Of this 3ueStlowaKe ampbyrd " a corporation w olW business anldy wtm tejpe(Z to Wfirch ilia local -)av rrment oftrcx ser.es as an oflter or drractrx or holds m owrrer.hip of 10 Percerrt or more-) If --Is P Describe each empl%Pwat oor/Ous`ness rehrtionship -arch am local aoretnrrw.nr officer nanwl ri sus section a Sg=wc of person danq bteness am are goaewwwal Croy taste Adopted 06.29%2007 C11y et Sevehas - R"1781B29M17AM2 - Pose 44 of 45 ie i Crry OF �r SOU LAKE 6 ADDENDUM NUMBER M 1 To: All Proposers Date: February 21, 2017 Request for Proposal: RFP17018200TSI70002. Concrete Services Proposal Dae Date: 3:00 pm- February 24, 2017 1. Addaadun No. 1. dated February 2I. 2017, per Addendum fl, the City of Southlake is adding mining items to tie Schedule of Pricing, providing a kviscd pricing schedule and ca a rm1g the submission deadline. Proposer must submit adds duos S 1 with revised pricing schedule. Revised Scbeduie or Pricing Mid of Price Per One E-K h ]tsar 0 Measure Description Per Unit of Measure 4" Thick (1-500 SF) (Fletwork to perform all connote wort: f � O 1. Square Foot NO REMOVAL OR DISPOSAL S . 8' Thick (1-500 SF) (Flatwork to perform all concrete work I 2. Square Foot NO REMOVAL OR DISPOSAL S 7. �� d" Thick. (1-500 SF) . (Flatwork to perform all conaetc work, 3. Square Foot NO REMOVAL OR DISPOSAL S 4•' Tlhick (500 and up SF) (Flatwork to perform all concrete work / rr 4_ Square Foot NO REMOVAL OR DISPOSAL S �• U 6" Thick (500 and up SF) (Fhmvork to perform all concrote work / 5. Square Foot NO REMOVAL OR DISPOSAL S 7.50 r Thick (500 and up SF) (Flatwork to perform all concrete work 50 6. Square Foot NO REMOVAL OR DISPOSAL S - CMyOr5Wftfe I FAWVB garner • 14WAh rrSof Sc&4r0 • 599A fe TeMM f97 IWAF nz Unit of Price Per One Each Item d Measure Description • Per Unit of Measure 4" Thick (1-5W SF) (Flatwork to perform all concrete work, 7. Square Foot INCLUDING REMOVAL AND DISPOSAL $ 6" Thick (1-500 SF) (Flatwork to perform all concrete wort: / j�1 O S. Square Foot INCLUDING REMOVAL AND DISPOSAL s 6v •16 r Thick 6-5o0 SF) (Flatwork to perform all concrete work / ' a. 50 9. Square Foot INCLUDING REMOVAL AND DISPOSAL S 4" Thick (S00 and up SF) (Flatwork to perform all concrete work / p, � O to. Square Foot INCLUDING REMOVAL AND DISPOSAL S b 6" Thick (500 and up SF) (Flatwork to perform all concrete work / O0 11. Square Foot INCLUDING REMOVAL AND DISPOSAL S L1 r Thick (SW and up SF) (Flatwork to perform all concrete work / 11 1 S 12. Square Foot INCLUDING REMOVAL AND DISPOSAL S 13. Square foot Exposed Aggregate Finish 14. Square Foot Colored Concrete $ 15. Square Foot Stamped Concrete Installation of brick pavers and truncated domes - 16. Square Foot Labor Only $ 17. Cubic Yard Walt footings S O 6" thick, Vertical Retaining Wall (to Perform all Do l8. Linear foot concrete work) For projects of 1-2' High Wall S p2 G' thick, Vertical Retaining Wal I (to Perform all o c) 19_ Linear Foot concrete work) For projects of 2-3' High Wall S (5 • 6" thick, Vertical Retaining Wall (to Perform all 3 o oo 20. Linear Foot concrete work) For projects of 34' High Wall S . S" thick, Vertical Retaining Wall (to Perform all r r O `i 2L Linear Foot concrete work) For projects of 1-2' High Wall S $" thick Vertical Retaining Wall (to Perform all 0 12. linear Foot concrete work) For projects of 2-3' High Wall. S Grydsaior�mrr • FhWW D4Vffaer • MM AV SMW SyAe J V • saafte rends 7M dIT.74M2 j Unit of Price Per One Each Item Measure Description Per Unit of Measure 8" thick, Vertical Retaining Wall (to Perform all 23. Linear Foot concrete work) For projects of3-4' High Wall S 3 2--oQ I' thick, Vertical Retaining Wall (to Perform all 36.00 24. Linear Foot concrete work) For pn jcch of 1-2' High Wall S I' thick, Vertical Retainng Wall (to Perform all o 25. Linear Foot concrete work) For projects of 2-3- High wall S ;3 I • thick. Vertical Retaining Wall (to Perform all 3 26. Li ear Foot concrete work)For pcoom of 3A' High Wall s (o . o 0 0 - 100 linear feet of W curb and 18" gutter. NO 27. Linear Foot REMOVAL OR DISPOSAL � O o S 95.0o l 0 t - 500 linear feet of 6" curb and IF gutter. NO ,��•• o 28. linear Foot REMOVAL OR DISPOSAL SO l - 1,000 linear feet of 6" curb and W gutter. 29. Linear Foot NO REMOVAL OR tkSPOSAL S ' O o 1,001- 1,5001atear feet of 6" curb and 18' gutter. r! OO 30. Linear Foot NO REMOVAL OR DISPOSAL S C ( 1.501 - 3,000 linear feet ofG curb and 19" gutter. 3 0 3L linear Foot NO REMOVAL OR DISPOSAL S J •o 0 - 1001iriear fat of 6" curb and 18" gutta. 3 o 0 32. Linear Foot INCLUDING REMOVAL AND DISPOSAL S 101- 500 linear feet of 6' cub and 18" gwter. 3 x oo 33. Linear Foot INCLUDING REMOVAL AND DISPOSAL S 501-1.000 linear fat of 6" curb and 19" gutter. 30 - o 0 34. Linear foot INCLUDING REMOVAL AND DISPOSAL s 1,001-1,500 linear fee of 6' curb and 18" gutm. o 35. Linear Foot INCLUDING REMOVAL AND DISPOSAL S 1,501 - 3,000 linear feet of 6" curb and 18" gutter. O 36. Linear Foot INCLUDING REMOVAL AND DISPOSAL S o0 37. Cubic Yard Unclassified Excavation and Disposal S 38. Linear Foot Four Inch (4) French Drain installation 39. Linear Foot six Inch (6") French Drain Installation S A . o o 40. Linear Foot Eight Inch (8") French Drain Installation k]ryd'ReAl e - FmXrDrp"ww - r4wmwsrmksew 4w • sa dm" leas AM 817.7481711 flesh ti Unit of Measure Description Price Per Ooe Ead► Per Unit of Measure 41. Per Each Manhole Ring and Lid Adjustment tabor Only $ ! Q Q - O o 42. Per Each Water Vahre Adjustment Labor Only $ 00 . '(Y� 43_ Per Each Other Vendor Charges. Please Oesvibe $ 44. Per Each Other Vendor Charges. Please Describe / $ 45. Per Each Odw Vendor Charges. Please Describe / $ TOTAL: $ `5 5 . 5 0 2. Extending Submission Due Date The deadline for submission is being revised. The revised deadline for submission is 3:00PM Wednesday Match 1.2017. 3. There are no other ebanees. ,SI Sharon d Chief Financial Ofrwer City of Southlake in the submission r . Proposer must ack-nowledge receipt of this addendum. Proposer shall acknowledge this um Ring and ing one copy of this notice with their proposal submission. SignedAz Dated: Company Name: CgarSaw w" • Fa is L>gii 9w * w4ho Ace! Sue to • SGUOUM ran 7riw /rl14012 CITY OF SOUTHLAKE ORIGINAL DOCUMENT CITY OF SOUTHLAKE Council Action Y® Ord./Rss" No•„�� Date Approved ___--- a j� 4 December 6, 2019 Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 Subject: Contract Amendment # 2 for Concrete Services for City of Southlake RFP1701B200TS170002 Dear Mr. Porter: The City of Southlake's contract for Concrete Services for City of Southlake RFP1701 B200TS170002 requests the following: 1. Add Item # 46 for additional services to remove and replace 0" to 36" headwalls including apron, footing, wing walls, material, labor and equipment at a cost of two thousand eight hundred and fifty dollars ($2850) each. 2. Add Item # 47 for additional services to remove and reset 0" to 36" reinforced concrete pipe (RCP) at road crossings including labor and equipment at a cost of seventy-seven dollars ($77) per linear foot. 3. Add Item $ 48 for additional services for rough and finish grading services including labor and equipment only at a cost of fifty cents ($.50) per square foot. (Materials required not included). 4. Add Item # 49 for additional services for general laborer services including required equipment at a cost of one hundred twenty-five dollars ($125) per man, per hour. 11�,,rTi 5. Add Item # 50 for additional services for installing 4"-6" rip -rap includin ),II 4AO'd;'qt material, labor, and equipment at a cost of three dollars ($3) per square fps.:' �A'� 6. No other changes are requested ; ►— ; : >t D = *-i-v LLEY, T C 1 ary Morgan r"rRFTAR Deputy Director Finance, City of�outMake•••• By signing this amendment, vendor is acknowledging and agreeing to the additions ii�g Rkr• ����� terms and conditions as stated in the existing contract. Vendor must acknowledge rerceiop YFMiS���` amendment by signi and retuming one signed amendment to: City of SouthlaiKKe'�ii►ance Department 1401 a' treet 420 Southlake, Texas 76092 Attention Tim Slifka. Signed: Printed Name: —= Title: Company Name: '��� SZ� Dated: /,;z As — �1 Please call 817-748-8312 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO, CPPB tslifka@ci.southiake.tx.us, Fax: 817-748-8010