Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
2024-01-16 SPDC Packet
CITY OF SOUTH LAKE MEMORANDUM January 12, 2024 TO: Southlake Parks Development Corporation Parks and Recreation Board FROM: David Miller, Director of Community Services SUBJECT: Agenda Item Comments for the Joint Southlake Parks Development Corporation and Parks & Recreation Board Meeting — Tuesday, January 16, 2024, at 4:00 P.M. Please Note: The meetina will beain at 4:00 PM. Located at Southlake Town Hall in the 3rd Floor Training Rooms. 1. Agenda Item 1: Call to Order 2. Agenda Item 2: Public Forum: Public Forum is the public's opportunity to address the Boards about non -agenda items. During Public Forum, board members will not discuss or take action on any item brought up at this time. 3. Agenda Item No. 3A. Consent: Approve the minutes from the Southlake Parks Development Corporation meeting held on November 7, 2023, — Please make any corrections to the minutes part of the motion for consideration. (SPDC Action) 4. Agenda Item No. 3B. Consent: Approve the minutes from the Parks and Recreation Board meeting held on November 13, 2023, — Please make any corrections to the minutes part of the motion for consideration. (Park Board Action) 5. Agenda Item No. 4A. Consider: Recommendation on SPDC funding for landscaping services with O'Donnell's Landscape Services, LLC, dba Yellowstone Landscape, for an amount not to exceed $499,000— The purpose of this item is for SPDC to consider funding for landscape services for parks funded by the SPDC. (SPDC Action) • The City contracts landscape services for many areas owned and maintained by the City such as Southlake Town Square, parks, medians, rights -of -way, DPS Headquarters, DPS North, DPS West, Public Works service center, Bob Jones Nature Center & Preserve, The Southlake Tennis Center, The Southlake Pickleball Complex as well as various other municipal sites and properties owned by the City. • The scope of services includes mowing; edging; trimming; fertilization; trash pick- up; maintenance of trees, turf, shrubs, and ground cover; landscape bed City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Southlake Parks Development Corporation Parks and Recreation Board Meeting Date — January 16, 2024, at 4:00 pm Page 2 of 2 enhancements; seasonal color; pruning; mulch; ryegrass; chemical application; and irrigation audits and repairs. • The SPDC will consider this item only for the contract services related to SPDC- funded parks in the amount of $500,000. The City Council considered the overall contract in its entirety during their September 19, 2023, meeting. • The contract is an annual contract that includes a provision for up to four (4) one- year renewal options. This will be the third renewal with a 1 % rate increase. The SPDC and City Council will authorize the renewals and funding annually. 6. Agenda Item No 4B. Consider: Recommendation on the proposed FY 2024-2028 SPDC Capital Improvement Program Priorities — Public Hearing —A copy of the proposed FY2024-2028 CIP is included within your packet and Director Miller will present the proposed CIP at your meeting and CFO Sharen Jackson and Director of Public Works Rob Cohen will be on hand to answer questions — (SPDC and Park Board Action). 7. Agenda Item No. 5A. Discussion: Sales Tax Report — The Sales Tax report is included in your packet. Chief Financial Officer Sharen Jackson is available if you have any questions. 6. Agenda Item 6. Adjournment As always, we appreciate your commitment and service to the City. If you have any questions regarding the agenda or materials, please feel free to contact me at (817) 748-8018. DJM STAFF CONTACT INFORMATION: David Miller, Director of Community Services (817) 748-8018 Sharen Jackson, Chief Financial Officer, (817) 748-8042 Rob Cohen, Director of Public Works (817) 748-8097 City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork CITY OF SOUTHLAKE JOINT SOUTHLAKE PARKS DEVELOPMENT CORPORATION AND PARK & RECREATION BOARD MEETING Tuesday, January 16, 2024 4:00 P.M. LOCATION: Southlake Town Hall 311 Floor Training Rooms A-C 1400 Main Street, Southlake, Texas 76092 TIME: 4:00 P.M. REGULAR AGENDA: Call to Order 2. Public Forum: (This is the Public's opportunity to address the Boards about non -agenda items. During Public Forum, board members will not discuss, consider or take action on any items presented. The Boards respectfully ask anyone speaking during Public Forum to limit remarks to three minutes or less.) 3. Consent: A. Approve the minutes from the Southlake Parks Development Corporation meeting held on November 7, 2023 (SPDC only) B. Approve the minutes from the Parks & Recreation Board meeting held on November 13, 2023 (Park Board only) 4. Consider: A. Recommendation on SPDC funding for landscaping services with O'Donnell's Landscape Services, LLC, dba Yellowstone Landscape, for an amount not to exceed $499,000 (SPDC only) B. Recommendation on the proposed FY 2024-2028 SPDC Capital Improvement Program Priorities (Park Board and SPDC action item) 5. Discussion: A. Sales Tax Report 6. Adjournment A quorum of the City Council, Board, Commission, or Committee may or may not be present at this meeting. City of Southlake Values. - Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Joint Southlake Parks Development Corporation and Parks & Recreation Board Meeting Date — January 16, 2024 Page 2 of 2 CERTIFICATE I hereby certify that the above agenda was posted on the official bulletin boards at Town Hall, 1400 Main Street, Southlft,%106 '141} Friday, January 12, 2024, by 6:00 p.m. pursuant to %AmS 551 of the Texa s'$%te`� ri`4'��tJ�. 0 • '� Ile TRMCm etary '• a If you plan to attend this public me4*;pg ansf°. -I@jL;e �.Oi bii'That requires special needs, please advise the City Secretary 48 hours in advance at 817.748.8016 reasonA' % cgpr nodatio \ ill be made to assist you. ��'//lllll►\9\� City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork CITY OF SOUTHLAKE SOUTHLAKE PARKS DEVELOPMENT CORPORATION MEETING MINUTES NOVEMBER 7, 2023 LOCATION: Southlake Town Hall, City Council Chambers, 1400 Main Street, Southlake, Texas SPDC MEMBERS PRESENT: Members Tamara McMillan, Lori Palmer, Secretary Frances Scharli, Kathy Talley, Ronell Smith, Amy Torres-Lepp, and Randy Williamson. STAFF PRESENT: Director of Community Services David Miller, Director of Public Works Rob Cohen, Chief Financial Officer Sharen Jackson, and City Secretary Amy Shelley. REGULAR AGENDA: 1. CALL TO ORDER Southlake Parks Development Corporation President Randy Williamson called the SPDC meeting to order at 4:33 p.m. 2. PUBLIC FORUM President Williamson opened the public forum at 4:33 p.m. There being no one wishing to speak, President Williamson closed the public forum at 4:33 p.m. 3. CONSENT 3A. APPROVAL OF THE MINUTES FROM THE SOUTHLAKE PARKS DEVELOPMENT CORPORATION MEETING HELD ON OCTOBER 17, 2023. President Williamson presented Item 3A, and there were no questions from the board. APPROVED A motion was made to approve the minutes from the Southlake Parks Development Corporation meeting held on October 17, 2023, as written. Motion: McMillan Second: Smith Ayes: Talley, Palmer, Williamson, McMillan, Smith, Torres-Lepp, Scharli Abstain: None Approved: 7-0 Southlake Parks Development Corporation Meeting Minutes — November 7, 2023 Page 1 of 3 Item 3A-1 4. CONSIDER 4A. RECOMMEND APPROVAL OF FUNDING FOR THE PURCHASE OF CAPITAL EQUIPMENT FROM FORD AUDIO -VIDEO SYSTEMS LLC IN AN AMOUNT NOT TO EXCEED $337,000. Director of Community Services David Miller presented Item 4A and answered questions from the Board. APPROVED A motion was made to approve Item 4A, funding for the purchase of capital equipment from Ford Audio -Video Systems LLC in an amount not to exceed $337,000. Motion: McMillan Second: Smith Ayes: Talley, Palmer, Williamson, McMillan, Smith, Torres-Lepp, Scharli Abstain: None Approved: 7-0 4B. RECOMMEND AUTHORIZATION OF ADDITIONAL EXPENDITURES WITH NORTH ROCK CONSTRUCTION, FOR THE CONSTRUCTION OF THE SOUTHLAKE PICKLEBALL COMPLEX PROJECT FOR AN AMOUNT NOT TO EXCEED $3,900,000 AND RATIFY CONTRACT CHANGE ORDERS THAT HAVE BEEN ISSUED TO DATE. Director of Public Works Rob Cohen presented Item 4B and answered questions from the Board. AppRnVFn A motion was made to approve Item 4B, authorization of additional expenditures with North Rock Construction, for the construction of the Southlake Pickleball Complex Project for an amount not to exceed $3,900,000 and ratify contract change orders that have been issued to date. Motion: McMillan Second: Smith Ayes: Talley, Palmer, Williamson, McMillan, Smith, Torres-Lepp, Scharli Abstain: None Approved: 7-0 4C. RECOMMEND APPROVAL OF FUNDING FOR A PURCHASE WITH KUBOTA TRACTOR CORPORATION FOR A KUBOTA S SV75 SKID -STEER FOR AN AMOUNT NOT TO EXCEED $62,000. Director of Community Services David Miller presented Item 4C and answered questions from the Board. APPROVED Southlake Parks Development Corporation Meeting Minutes — November 7, 2023 Page 2 of 3 Item 3A-2 A motion was made to approve Item 4C, funding for a purchase with Kubota Tractor Corporation for a Kubota S SV75 Skid -Steer for an amount not to exceed $62,000. Motion: McMillan Second: Smith Ayes: Talley, Palmer, Williamson, McMillan, Smith, Torres-Lepp, Scharli Abstain: None Approved: 7-0 5. DISCUSSION 5A. SALES TAX REPORT Chief Financial Officer Sharen Jackson provided an overview of the sales tax report, and no action was required. 6. ADJOURNMENT Meeting was adjourned by President Williamson at 4:48 p.m. MINUTES APPROVED BY SPDC ON THIS, THE 5T" DAY OF DECEMBER 2023. Randy Williamson, President Southlake Parks Development Corporation ATTEST: Amy Shelley, City Secretary Southlake Parks Development Corporation Liaison Southlake Parks Development Corporation Meeting Minutes — November 7, 2023 Page 3 of 3 Item 3A-3 CITY OF SOUTHLAKE PARKS AND RECREATION BOARD MEETING MINUTES: November 13, 2023 LOCATION: THE MARQ SOUTHLAKE Legends Hall — Boardroom 285 Shady Oaks Drive Southlake, Texas 76092 TIME: 6:00 p.m. PARKS AND RECREATION BOARD MEMBERS PRESENT: Chair Frances Scharli, Chad Bedwell, Magdalena Battles, Deanna Kienast, John Thomas, and Kevin Klaas PARKS AND RECREATION BOARD MEMBERS ABSENT: Board Members Paul Venesky STAFF PRESENT: Director of Community Services David Miller, Pickleball Manager Eric Clay, Pickleball Coordinator Sean Cornelius REGULAR AGENDA 1. CALL TO ORDER: Chair Frances Scharli called the regular Parks and Recreation Board meeting to order at 6:00 p.m. 2. CONSENT AGENDA: 2A. APPROVE MINUTES FROM THE REGULAR PARKS AND RECREATION BOARD MEETING HELD October 09, 2023 The minutes of the October 09, 2023, regular Parks and Recreation Board meeting were approved with no changes or corrections. Consent Agenda items are considered to be routine and are enacted with one motion by the Board. APPROVED A motion was made to approve the Consent items, including the minutes of the regular Park Board meeting held October 09, 2023. Motion: Battles City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 3B-1 Minutes of the November 13, 2023 Parks Board Meeting Page 2 of 4 Second: Bedwell Ayes: Battles, Thomas, Kienast, Scharli, Bedwell, Klaas Nays: None Abstain: None Vote: 6-0 Motion carried. 3. PUBLIC FORUM: Chair Scharli opened Public Forum at 6:00 p.m. There being no one to speak, Chair Scharli closed Public Forum at 6:00 p.m. 4. CONSIDER: 4A. G� RECOMMENDATION ON FY24 RATES FOR THE SOUTHLAKE PICKLEBALL COMPLEX Director of Community Services David Miller presented on the rates of the Pickleball Complex and was available to answer questions. APPROVED A motion was made to recommend the FY 2024 Rates for the Southlake Pickleball Complex with suggested changes. Changes included notating that the drop -in rate have a 0-2 hour timeframe and the addition of an asterisk notating that private and group rentals may not initially be offered. Motion: Battles Second: Bedwell Ayes: Scharli, Bedwell, Battles, Kienast, Nays: None Abstain: None Vote: 6-0 Motion carried. DISCUSSION: 5A. PICKLEBALL FACILITY OPENING UPDATE Thomas, Klaas Director Miller and Pickleball Manager Eric Clay presented the Pickleball Facility opening update and were available to answer questions. 5B. TURF PROJECT UPDATE City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 3B-2 Minutes of the November 13, 2023 Parks Board Meeting Page 3 of 4 Director Miller presented the Turf Project update and was available to answer questions. 5C. TOWN HALL PLAZA PARK CONCEPT DISCUSSION Director Miller presented the Town Hall Plaza Park Concept and was available to answer questions. 5D. PARKS AND RECREATION UPDATE Director Miller presented the Parks and Recreation update and was available to answer questions. 6. ADJOURNMENT Chair Frances Scharli adjourned the meeting at 7:58 P.M. Frances Scharli, Chair Parks & Recreation Board David Miller, Director of Community Services An audio recording of this meeting may be available upon request from the Office of City Secretary. City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 3B-3 CITY OF SOUTH LAKE MEMORANDUM January 12, 2024 TO: Southlake Parks Development Corporation FROM: David Miller, Director of Community Services SUBJECT: Recommendation on SPDC funding for landscaping services with O'Donnell's Landscape Services, LLC, dba Yellowstone Landscape for an amount not to exceed $499,000 Action Requested: Recommendation on SPDC funding for landscaping services with O'Donnell's Landscape Services, LLC, dba Yellowstone Landscape for an amount not to exceed $499,000. Background Information: The purpose of this item is for the SPDC to consider funding for landscape services related to parks funded by SPDC. The City contracts landscape services for many areas owned and maintained by the City such as Southlake Town Square, public parks, medians, right-of-way, DPS Headquarters, DPS North, DPS West, Public Works service center, city trails, Bob Jones Nature Center & Preserve, The Southlake Tennis Center, the new Southlake Pickleball Complex, as well as various other municipal sites and properties owned by the City. The scope of services includes mowing; edging; trimming; fertilization; trash pick-up; maintenance of trees, turf, shrubs, and ground cover; landscape and hardscape enhancements; seasonal color; pruning; mulch; ryegrass; chemical application; and irrigation audits and repairs. The contract is an annual contract that includes a provision for up to four (4) one-year renewal options. This renewal will be the third of the four (4) one-year renewal options. The contract allows for a 1 % increase at the time of renewal which has been requested. On September 19, 2023, the City Council approved funding for landscape services with O'Donnell's Landscape Services, dba, Yellowstone Landscape as part of the new City Council funding City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 4A-1 Southlake Parks Development Corporation Meeting Date — January 16, 2024 authorization process. Staff is now asking SPDC to approve the SPDC portion of that funding. Financial Considerations: Funding for contract landscape services is included annually within the City Council -adopted Budget. For FY 24, City-wide expenditures are budgeted at $1,700,000. FY 2024, expenditures for contract landscape services related to SPDC parks will not exceed the $499,000 allocated within the adopted FY 2024 SPDC Operating Budget. Strategic Link: Approval of the contract renewal is linked to the City's Strategy Map related to the focus area of Performance Management and Service Delivery and meets the corporate objectives to invest to provide and maintain high -quality public assets and collaborate with select partners to implement service solutions. Citizen Input/ Board Review: City Council authorization September 19, 2023 SPDC recommendation January 16, 2024 Legal Review The contract for landscape services has been reviewed and recommended by the City Attorney. Alternatives: Alternatives may include: • Approve as presented • Approve with changes • Decision not to approve Attachments: Contract renewal with O'Donnell's Landscape Services, LLC dba Yellowstone Landscape. Recommendation: Recommendation on funding for landscaping services with O'Donnell's Landscape Services, LLC, dba Yellowstone Landscape for an amount not to exceed $499,000. City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork IM1'ItYTM ORIGINAL DOCUMENT CITY OF CITY OF St lU'ITH,%K E SOUTHLAKE Council Actim -1 Ord. es, o C 19 Date Approvedv 4w alb — November 15, 2023 O'Donnell's Landscape Services, LLC., dba Yellowstone Landscape 240 Timberline Lane Southlake, Texas 76092 Attn: Mr. Scott O'Donnell Subject: Notification of Contract Renewal for Landscape Services for City of Southlake RFP201 OB540JC200011 Dear: Mr. O'Donnell: The City of Southlake is providing notification of contract renewal, pending City Council approval, for "Landscape Services for City of Southlake RFP2010B540JC200011". This renewal shall become effective January 19, 2024, and shall continue in full force based on the terms and conditions of the initial award. As a condition of contract renewal, a price adjustment may be requested by the vendor and considered by the City. Price adjustments 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 vendor's cost, not profit. Per the original documents, your company will be requesting a one percent (1%) increase in overall contract rates with this renewal. This increase has been approved and updated pricing is included with this renewal. The terms and conditions proposed and accepted in this renewal agreement are as follows: 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: Junior Camacho 817-748-8357 Send all billing to: City of Southlake accountspLayable@ci.southiake.tx.us (preferred) or 1400 Main Street, Suite 420, Accounts Payable, Southlake, TX 76092 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, B City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tsfifka@.ci.southlake.tx.us Contract R n wal Accepted: j Signed: , Date: / ��-11� �� 1) a Yelverton, City Manager ity of Southlake Item 4A-3 Pricing Information for O'Donnell's C-t Coat updated Cost FYI z324 Increase Percentage GROUP 1- FINISH MOWING AND LANDSCAPE SERVICES Town Hall Building- Mowing Services Per Scope of Services $ 21.21 $ 21.42 1.0% Town Hall Building- Landscape Services Per Scope of Services $ 8.08 $ 8.16 1.0% Rustin Park - Mowing Services Per Scope of Services $ 75.75 $ 76.51 1.0% Rustin Park - Landscape Services Per Scope of Services $ 30.30 $ 30.60 1.0% Family Park - Mowing Services Per Scope of Services $ 80.80 $ 81,61 1.0% Family Park - Landscape Services Per Scope of Services $ 30.30 $ 30.60 1.0% Central Park - Mowing Services Per Scope of Services $ 45.45 $ 45.90T1.0% Central Park - Landscape Services Per Scope of Services $ 25.25 $ 25.50 1.0% Summit Park- Mowing Services Per Scope of Services $ 113.12 $ 114.25 1.0% Summit Park - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% Frank Cornish Park - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% McPherson Park - Mowing Services Per Scope of Services $ 90.90 $ 91.81 1.0% McPherson Park - Landscape Services Per Scope of Services $ 20.20 $ 20.40 1.0% DPS Headquarters - Mowing Services Per Scope of Services $ 75.75 $ 76.51 1.0% DPS Headquarters - Landscape Services Per Scope of Services $ 25.25 $ 25.50 1.0% Garden District - Mowing Services Per Scope of Services $ 75.75 $ 715,F 1.0% Garden District - Landscape Services Per Scope of Services $ 2525 $ 25.50 1.0% Garden District Park - Mowing Services Per Scope of Services $ 90.90 $ 91.81 1.0% Garden District Park - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% Tree Wells on Any Named Street - Landscape Services Per Scope of Services $ 20.20 $ 20.40 1.0% Town Square Beds on Any Named Street - Landscape Services Per Scope of Services $ 84.84 $ 85.69F 1.0% Town Square FM 1709 Right -of -Way - Mowing Services Per Scope of Services $ 121.20 $ 122.41 1.0% North Carroll Avenue Medians and Right -of -Way - Mowing Services Per Scope of Services $ 42.42 $ 42.84 1.0% North Carroll Avenue Medians and Right -of-Way - Landscape Services Per Scope of Services $ 25.25 $ 25.50 State Street Right -of -Way - Mowing Services Per Scope of Services $ 15.15 $ 15.30 1.0% Bicentennial Park - Mowing Services Per Scope of Services $ 1,439.25 $ 1,453.64 1.0% Bicentennial Park - Landscape Services Per Scope of Services $ 80.80 $ 81.61 1.0% The Marq - Mowing Services Per Scope of Services $ 318.15 $ 321.33 1.0% The Marq - Landscape Services Per Scope of Services $ 60.60 $ 61.21 1.0% Southlake Tennis Center- Mowing Services Per Scope of Services $ 176.75 $ 178.52 1.0% Southlake Tennis Center - Landscape Services Per Scope of Services $ 35.35 $ 35.70 1.0% GROUP 2- SEMI ROUGH MOWING AND LANDSCAPE SERVICES DPS West - Mowing Services Per Scope of Services $ 156.55 $ 158.12 1.0% DPS West - Landscape Services Per Scope of Services $ 2020. $ 20.40 1.0% Royal & Smith Park- Mowing Services Per Scope of Services $ 222.20 $ 224.42 1 1.0% Item 4A-4 Royal & Smith Park- Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% Southlake Sports Complex - Mowing Services Per Scope of Services $ 419.15 $ 423.34 1.0% SoulhlakeSportsComplex- LandscapeServicesPerScopeofServices $ 10.10 $ 10.20 1.0% Southlake Sports Complex Fields Only - Mowing Services Per Scope of Services $ 176.75 $ 178.52 1.0% DPS North - Mowing Services Per Scope of Services $ 313.10 $ 316.23 1.0% DPS North - Landscape Services Per Scope of Services $ 2020. $ 20.40 1.0% Public Works Operations- Mowing Services Per Scope of Services $ 212.10 $ 214.22 1.0% Public Works Operations - Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% Southlake Activity Center- Mowing Services Per Scope of Services $ 237.35 $ 239.72 1.0% Southlake Activity Center- Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% Stone Lakes Walkway - Mowing Services Per Scope of Services $ 17.17 $ 17.34 1.0% Stone Lakes Walkway - Landscape Services Per Scope of Services $ 8.08 $ 8.16 1.0% Pump Station M 1 - Mowing Services Per Scope of Services $ 217.15 $ 219.32 1.0% Pump Station 0 1- Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% Pump Station M 2- Mowing Services Per Scope of Services $ 191.90 $ 193.82 1,0% Pump Station 0 2 - Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% East Haven Park - Mowing Services Per Scope of Services $ 38.38 $ 38.76 1.0% East Haven Park - Landscape Services Per Scope of Services $ 2.02 $ 2.04 1.0% Koality Park - Mowing Services Per Scope of Services $ 121.20 $ 122.41 1 0% Koality Park - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% Liberty Park at Sheltonwood - Mowing Services Per Scope of Services $ 202.00 $ 204.02 1.0% Liberty Park at Sheltonwood - Landscape Services Per Scope of Services $ 20.20 $ 20.40 1.0% Lonesome Dove Park -Mowing Services Per Scope of Services $ 156.55 $ 158.12 1.0% Lonesome Dove Park - Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% Noble Oaks Park - Mowing Services Per Scope of Services $ 186.85 $ 188.72 1.0% Noble Oaks Park - Landscape Services Per Scope of Services $ 5.05 $ 5.10 1.0% Bob Jones Park - Mowing Services Per Scope of Services $ 1,010.00 $ 1,020.10 1.0% Bob Jones Park - Landscape Services Per Scope of Services $ 20.20 $ 20.40 1.0% Chesapeake Park - Mowing Services Per Scope of Services $ 252.50 $ 255.03 1.0% Chesapeake Park - Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% North Park - Mowing Services Per Scope of Services $ 707.00 $ 714.07 1.0% North Park - Landscape Services Per Scope of Services $ 3030 $ 30.60 1.0% Gateway Park - Mowing Services Per Scope of Services $ 56.56 $ 57.13 1.0% Gateway Park - Landscape Services Per Scope of Services $ 5.05 $ 5.10 1.0% Oak Pointe Park - Mowing Services Per Scope of Services $ 101.00 $ 102.01 1.0% McPherson Branch Channel - Mowing Services Per Scope of Services $ 20.20 $ 20.40 1.0% McPherson Branch Channel - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% Vvr 11 r/ x V GROUP 3 - ROUGH CUT/RIGHT OF WAY MOWING North Kimball Lot - Mowing Services Per Scope of Services $ 15.15 $ 15.30 1.0% Shady Lane Lift Station - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Torian Lift Station - Mowing Services Per Scope of Services $ 20.20 $ 2040. 1.0% Torian Lift Station - Landscape Services Per Scope of Services $ 5.05 $ 5.10 1.0% Shumaker Lot - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Lonesome Dove Lots - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Lonesome Dove Lift Station- Mowing Services Per Scope of Services $ 35.35 $ 35.70 1.0% Dove Estates Lift Station Peninsula Drive) - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Harbor Court Trailhead - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Quail Run Lift Station - Mowing Services Per Scope of Services $ 15.15 $ 15.30 1.0% Quail Run Lift Station - Landscape Services Per Scope of Services $ 5.05 $ 5.10 1.0% North Carroll Lot - Mowing Services Per Scope of Services $ 25.25 $ 25.50 1.0% Loch Meadow Lift Station - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Dove Tower Lots- Mowing Services Per Scope of Services $ 101.00 $ 102.01 1.0% Lot Across from Bob Jones Park - Mowing Services Per Scope of Services $ 28.28 $ 28.56 1.0% North White Chapel Lift Station - Mowing Services Per Scope of Services $ 28.28 $ 28.56 1.0% Homestead Lot - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Bob Jones Nature Center & Trails - Mowing Services Per Scope of Services $ 212.10 $ 214.22 1.0% Bob Jones Nature Center & Trails - Landscape Services Per Scope of Services $ 25.25 $ 25.50 1.0% West Bob Jones Lift Station - Mowing Services Per Scope of Services $ 15.15 $ 15.30 1.0% Sutton Place Lot - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Florence Tower - Mowing Services Per Scope of Services $ 60.60 $ 61.21 1.0% Pine Lot - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Miron Tower- Mowing Services Per Scope of Services $ 65.65 $ 66.31 1.0% Gateway Lift Station - Mowing Services Per Scope of Services $ 25.25 $ 25.50 1.0% Gateway Lift Station - Landscape Services Per Scope of Services $ 5.05 $ 5.10 1.0% Bank Street Lift Station - Mowing Services Per Scope of Services $ 30.30 $ 30.60 1.0% Westlake Lift Station - Mowing Services Per Scope of Services $ 20.20 $ 20.40 1.0% Westlake Lift Station - Landscape Services Per Scope of Services $ S.05 $ 5.10 1.0% Shady Oaks Lift Stations 2) - Mowing Services Per Scope of Services $ 10.10 $ 10.20 1.0% Shady Oaks Lift Stations 2) - Landscape Services Per Scope of Services $ 5.05 $ 5.10 1.0% Hi way 114 Right -of -Ways & Bridges - Mowing Services Per Scope of Services $ 505.00 $ 510.05 1.0% Highway 114 Center Areas - Mowing Services Per Scope of Services $ 3,030.00 $ 3,060.30 1.0% Item 4A-6 Right -of -Ways North of 114 - Mowing Services Per Scope of Services $ 1,313.00 $ 1,326.13 1.0% Right -of -Ways South of 114 - Mowing Services Per Scope of Services $ 1,515.00 $ 1,530,15 1.0% GROUP 4 - BRUSH HOG MOWING Foxfire Lot - Mowing Services Per Scope of Services $ 50.50 $ 51.01 1.0% East Highland Lot- Mowing Services Per Scope of Services $ 151.50 $ 153.02 1.0% GROUP 5- ROUNDABOUTS AND PORTALS - LANDSCAPE SERVICES ONLY Roundabout Carroll - Continental - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% Roundabout White Chapel - Continental - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% Roundabout White Chapel - Dove - Landscape Services Per Scope of Services $ 15.15 $ 1S.301 1.0% Roundabout Carroll- Dove - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% Roundabout Sam School Road - Dove - Mowin g Services Per Scope of Services $ 25.25 $ 25.50 1.0% Roundabout Sam School Road- Dove - Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% White Chapel - Highland - Mowing Services Per Scope of Services $ 20.20 $ 20.40 1.0% White Cba el - Hi land - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% Zena Rucker -Tower Blvd - Mowing Services Per Scope of Services $ 75.75 $ 76.51 1.0% Zena Rucker - Tower Blvd - Landscape Services Per Scope of Services $ 10.10 $ 10.20 1.0% Hwy 114 Monument Si - Landsca eServices Per Scope of Services $ 15.15 $ 15.30 1.0% Pe tonville Portal at 1709 - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% White Chapel Portal at 1709 - Landscape Services Per Scope of Services $ 15.15 $ 15.30 1.0% GROUP 6 - MEDIANS - SEMI ROUGH MOWING AND LANDSCAPE SERVICES Hwy 114 Corridorat 1709-Mowing Services Per Scope of Services $ 60.60 $ 61.21 1.0% Hwy 114 Corridor at 1709 - Landscape Services Per Scope of Services $ 30.30 $ 30.60 1.0% FM 1709 Medians - Landscape Services Per Scope of Services $ 858.50 $ 867.09 1.0% Carroll Avenue Medians - Mowing Services Per Scope of Services $ 60.60 $ 61.21 1-0% Carroll Avenue Medians - Landscape Services Per Scope of Services $ 20.20 $ 20.40 1.0% Kimball Avenue Medians - Mowing Services Per Scope of Services $ 60.60 $ 61.21 1.0% Kimball Avenue Medians - Landscape. Services Per Scope of Services $ 50.50 $ 51.01 1.0% West Kirkwood Blvd Medians and Dove Medians - Mowing Services Per Scope of Services $ 40000 $ 408.04 1.0% West Kirkwood Blvd Medians and Dove Medians - Landscape Services Per Scope of Services $ 50.50 $ 51.01 1.0% East Kirkwood Blvd Medians - Mowing Services Per Scope of Services $ 40M $ 40.80 1.0% East Kirkwood Blvd Medians- Landscape Services Per Scope of Services $ 50.50 $ 51.01 1.0% FM 1938 Medians and Right -of -Ways - Mowing Services Per Scope of Services $ 404.00 $ 408.04 1.0% FM 1938 Medians and Right -of -Ways - Landscape Services Per Scope of Services $ 75.75 $ 76.51 1.0% Nolan Street Medians - Mowing Services Per Scope of Services $ 25.25 $ 25.50 1.0% White Chapel Medians - Mowing Services Per Scope of Services $ Item 4A-7 White Chapel Medians - Landscape Services Per Scope of Services $ 35.35 $ 35.70 1.0% GROUP 7 - MISCELLANEOUS SERVICES OR PRODUCTS - TO BE PART OF EVERY GROUP Hourly Labor Rate for "As Requested" Services $ 30.30 $ 30.60 1.0% Code Enforcement Abatement Mowing Per Scope of Services $ 30.30 $ 30.60 1.0% Hand Watering Services $ 35.35 $ 35.70 1.0% Park Hardsca a Mason Lead $ 101.00 $ 102.01 I 1.0% Park Hardsca a Mason $ 55.55 $ 56.11 1.0% Soil Preparation Services Per Scope of Services - Per Individual for Hydro -Mulching Services $ 30.30 $ 30.60 1.0% Light Grading Soil Preparation Services Per Scope of Services for Sod and Hydro Mulching Services - Per Individual $ 30.30 $ 30.60 1.0% Line Trimming and/or Edging Services for Additional Sidewalk and Fence Lines Added Throughout City per Scope of Services. $ 0.01 $ 0,01 1.0% Core Aeration of Turf per Scope of Services $ 0.03 $ 0.03 1.0% Removal and Disposal of Core Aeration Plus per Scope of Services $ 0.05 $ 0.05 1.0% Machine Verticutting of Turf per Scope of Services $ 0.01 $ 0.01 Top Dressing Services Including Labor Per S . Ft. $ 0.01 $ 0.01 Vendor Material Cost. Vendor Discount off of List Price. 2% 2% Provide and Apply Hardwood No -Float Mulch as Required/Requested per Scope of Services. $ 3.03 $ 3.06 1.0% Provide and Apply Cedar No -Float Mulch as Required/Requested per Scope of Services. $ 2.53 $ 2.55 1.0% Color Change Out of Flower Beds Per Provided Flat Price Based on a 4" Pot Plant Size Quantity of 18 Plants Per Flat Per Scope of Services. $ 35.35 $ 35.70 1.0% Rye Grass Over -Seeding. Price to Include Labor Related Charges Only per Scope of Services. $ 0.07 $ 0.07 1.0% Landscape Services for Additional Tree Wells as Requested, $ 2.02 $ 2.04 1.0% Acorn or Leaf Removal Services $ 0.05 $ 0.05 1.0% Delivery of Plant Materials, Mulch, Landscape Materials $ 151.50 $ 153.02F 1.0% Hydro -Mulching Services (Does not include seed cost or prep services cost but does include mulch, fertilizer, water and installation services.) $ 0.21 $ 0.21 1.0% GROUP 8 - IRRIGATION SERVICES TO BE PART OF EVERY GROUP Licensed Irrigator $ 75.75 $ 76.51 1.0% Irrigation Tech $ 75.75 $ 76.51 1.0% Irrigation Helper Removed from Contract per Amendment q 2 Irrigation Audit Per Controller and Required Repairs. All Locations. $ 75.75 $ 76.51 1.0% Parts Cost. Vendor discount from List Price %for Irrigation New or Repair Parts 2% 2% GROUP 9 - FERTILIZATION AND WEED CONTROL SERVICES - TO BE PART OF EVERY GROUP Fertilizer Application Per S . Ft. of Chemical Applie4.jjabp%Cps0j$ 0.01 $ 0.01 1 L%-1 1 1 T/ % V $ Fertilizer Application Per S . Ft. of Granular Applied. (Labor Cost) $ 0.01 $ 0.01 Vendor Discount off of Mfg. List Price of Chemical Fertilizer Product Applied 5% 5% Vendor Discount off of Mfg. List Price of Granular Fertilizer Product Applied 5% 5% Pesticide or Herbicide Application Per Unit of Measure of Chemical Applied (Labor Cost) $ 0.01 $ 0.01 Pesticide or Herbicide Application Per S . Ft. of Granular Applied. (Labor Cost) $ 0.01 $ 0.01 Vendor Discount off of Mfg. List Price of Chemical Pesticide or Herbicide Product Applied. 5% 5% Vendor Discount off ofMfg. ListPriceofGranularPesticideorHerbicideProductA plied. 5% 5% Item 4A-9 UTHUAKE ORIGINAL DO('vN,fFNj T CITY OF Sot 114 LAKE Council Action: V19) 19 Ord./Rcs. No. Navetmber 7,;, 2M Dale Ai)pruvcd it IiT� _5 00onnelft; Landbespe S1res,,, lh, a. T� Z40 Min fhertlne:Lan, a South lake;, Mexers =92' Suoloct.: Cc Amemdterot # 1 for Landscape, Seneiees for, city, of 90>vti Wba A D'earr!Wr: ofmonnellt: Tithe! City! of, 5iautihlhlWs, con, tmet for Landscape; Services for City, of South, lake: RPP20410864.0=20II0itl1i regP ests: tlhe: follawi rrg�: 1L Rem avail Oft conhwrt &m. ,1 X &3 Irrigation Helper Groups &- Irrigation Services - To, BLe Marta of Everiyi; �wp! at ai =stofrseuenf:y-five! dollars, ($75.00), c 2. Nolan wchangpsamregpestedt. Diieftr, Firrance Bpi sigmhgI ttirie am, an, vendor Is; acknowledging ands ag0miWagl to, hire- addition, s. made ten the terms an, condWinas as; sbtedi in, tfhe: existing( contract. Vendor must, aeknowledge r mlotof1 hi6i amen, dtnentt lby returning; signed) arrnendmentt vie ernaif to:..tslifka(ddi:southlakeAx.us or, vie. maS ta: CitV! of' Sot��liIHI3lte Fihance © ti 1►400' IWtaiin Street Swits 420' Sbraflhfelte;. liexas 76092 AttlgntiQn Trn, Sllflta: Signed: �_ _ , , Printed; Name Ttf Mar, .,er Company- Name,O't0l"\V&�e. ase.� lee.lailn,,,g; IDat+ed: Please: calll EN17i-7/4&8342" wife, any/ gwestinns. sincerely/, Tian Slifka PUrclhasingl Mianagorr CPPO;, CPPB tslifka(grii sautlhlekebL us, �v1 H LA kF f% S o �� AM E Y, TRMC CIT CRETARY 'v'• �'. • `IS ' Item 4A-10 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos, 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2023-1094443 O'Donnell's Landscape Services, LLC Southlake, TX United States Date Filed: 11/14/2023 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Southlake Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP2010B540JC200011 Landscaping Services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is No Interested Party. ❑ X 6 UNSWORN DECLARATION My name is 5 c c3 kt V-- 0� C) and my date of birth is UA ` 1 01 llv� My address is 21,40 E. Su g\J. S�,- Lloo �l Sp A.N.1,,- 7)( -166 t2 , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in �` ���'�� County, Stale of �t Xa t on the tI-\ day of ��t^r`��, 2o2.r�, . (month) (year) C � Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.OMKab6 Item 4A-11 December 6, 2022 O'Donnell's Landscape Services, LLC 240 Timberline Lane Southlake. Texas 76092 Attn: Mr. Scott O'Donnell SOU 11, Uf KE QRIGIT`rAL DOCUN-1ENi T CITY OF SOUTI tLAKE 19 Council Action:(F)v Ord./Res. No. -- Date Approved Subject: Notification of Contract Renewal l'or Landscape Services for City of Southlake RFP201 OB540JC20001 I Dear: Mr. O'Donnell: The City of Sauthlake is providing notification of contract renewal, pending City Council approval, for "Landscape Services for City of Southlake RFP201OB540JC20001 1". This renewal shall become effective January 19. 2023 pending City Council approval (CC Award date 1J- 2) and shall continue in lull force based on the terms and conditions of the initial award. As a condition of contrdct renewal, a price adjustment may be requested by the vendor and considered b% the City. Price adjustments 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 vendor's cost, not profit. Per the original documents, your company will be requesting a one percent ( 11•0) increase in overall contract rates with this renewal. This increase has been approved and updated pricing is included with this renewal. The terms and conditions proposed and accepted in this renewal agreement are as follows: 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 Tern of Contract: Shall be effective for twelve months from date of renewal and is eligible for up to two (2) more one (I) year annual renewals. Cite Contact: Junior Camacho 817-748-8357 Send all billing to: City of Southlake accounts yayable(&ci.south Iake.t:x.us (preferred) or 1400 Main Street. Suite 420. Accounts Payable. Southlake. TX 76092 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, terns 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 Slitk� Purchasin 6 Manager CP O, CPPB 1-1%" 1 H LAI City ofSouthlake `��`QV,. •..k� ��� 1400 Main Street, Suite 420 : •'••, Southlake, Texas 76092 (slitka-, i)ci.southlake.tx.us Attes . _ =>-' ; cn= Fax: 817-748-8010 m el e¢V1C City Secretarp Contract Rene al A ce ted: �� "'•••• `�` Signed: _ l r%F__.�— : j o?3 )pproved to F rm #ali I%%%, 4Vor-4ohrr+Itrlftrran 00J_e*-,_ City of Southlake " Ld i k[,a kSW- C ty Attometi Item 4A-12 Timothy Slifka From: Scott ODonnell <scottod@teamols.com> Sent: Thursday, December 1, 2022 7:27 PM To: Timothy Slifka Cc: JuniorCamacho; Marcy Haddadi; Michael Reasoner, Rose Ferguson Subject: RE: Contract Renewal Importance: High Tim, Thanks for the communication. In today's economic uncertainty getting a 1% is much needed. O'Donnell's will very much be requesting the 1% increase at this renewal. I will complete the spreadsheet and required justification for the increase. All the best, Scott E. O'Donnell From: Timothy Slifka <tslifka@ci.southlake.tx.us> Sent: Thursday, December 1, 2022 4:33 PM To: Scott O'Donnell <scottod@teamols.com> Cc: Junior Camacho <fcamacho@ci.southlake.tx.us>; Marcy Haddadi <mhaddadi@ci.southlake.tx.us>; Michael Reasoner <MReasoner@ci.southlake.tx.us>; Rose Ferguson <RFerguson@ci.southlake.tx.us> Subject: Contract Renewal Good afternoon Scott. Our Parks department reached out to me seeking to renew our landscape contract. Will O'Donnell's be requesting the 1% increase at this renewal or will pricing remain the same for this next renewal period? If your company will be requesting an increase, please complete the Excel Spreadsheet and return to me at your earliest convenience along with the required justification for the increase. Thank you in advance! Tim Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 5outhlake. Texas 76092 Phone. 8,17-748-8312 Fax; 817-748-8010 tslifka(c)ci.south lake. tx.us Item 4A-13 Pricing Information forO'DOnnell's range n,.1 Urdatcd Cmt IN _� zi Increase Percentage GROUP I - FINISH NIOWING AND LAN DSCAPE SERVICES Town Hall Solldln - Ninwing Services Per Scope of Servic" S 21.1N) 5 21 _' I 1.011. Fawn hall Building - Landscape Services Per Swope of Services S d.1N1 j N.INi Ltt', Rustin Park - %lowing Services Per Scope of Services 5 )NI 3 :7•: y Ltl't'. Rustin Park- landscape Services Per Scope of Services S VIM IIIJO Family Park - klowing Services Per Scope of Setvices i .14M l) i BOAJ) IAI'. Tamily Park - Landscape Services Per Scope of Services W.tlU i 10'.10 Central Pak • Mowing Services Per Scope of Services S .14SN1 i 0: 15 Central Park • Landscape Services Per Scope of Services S 75.th) 5 2?.13 LU'1 Summit Park - plowing Services Per Scope of Services S 112 tk1 5 I M 2 Ld"re Summit Park - Landscape Services Per Scope of Services j I5.00 i 15.15 1 tv Frank Cornish Park- Landscape Services Per Scope of Services S BoIl j 15.13 1 10 McPherson Park -Shoving Services Per Scope of Service, j 'a1.aFi •it!`.§+ i.O o McPherson Park - Landscape Services Per Scope of Services i 2V.tll1 i 20.2O 1.1) DPS Headquarters • Mowing Services Per Scope of Services i Ta -- 1.11 e, DPS Headquarters - Landscape Services Per Scope of Scrvicrs S .500 i25,n I.tv Garden District -Mowing Services Per Sco a of Services S 3All I S 1.0"= Carden Dletrict - landscape Services Per Scope of Services i Li r>f I i 23 ?; 10 Carden District Park - Alowin Services Per Scope of Services i Ahmp j '041) TA Garden Uistrict Park - Landscape Services Per Scope of Service. i Ow S 1 S 1 i 1 U"I Tree Wells on Any Named Street • Landscape Services Per Scope of Services i 211.tN) . 20.211 Town Square Reds on Any Named Street - landsca pe Services Per Scope of Services i N.UO 5 -4.dt 1.11- Town Square FM 1 iM Hight-af-Nay - Mowing Services leer Scope of Services North CarroIt Avenu a hledians and Ri•ht-of-Way-NIowin g Srrvices Per Scu peof Services i i2.4M1 i -12: 12 itl" North Carroll Avenue Ntedians and Right -of-Way - landscape Services Per Scope of Services 2.7 Slate Street Right -of -Way - Mowing Services Per Scope of Services S ISOO j 15.15 Ln"„ Bicentennial Park - Mawing Services Per Scope of Services 1.125.11O s ).•t]11.2s 1.0", Bicentennial Park - Landscape Services Per Scope of Servict! i NUM S So'40 111', .... .".. the 1Iu -Mowing Services Per Scope of Srn'ius S i1 i.twI S 11.1.1p 1 1). The Alarq - Landscape Services Per Scope of Services 5 (d)AU S lull-oti 10:; Soothlake Tennis Center - Nlowing Services Per Scope of Services i 175.I41 Soulhlake tennis Cent r - Landscape Services Pcr Scupe of Services i ii t* 0 1� GROUP2- SEMI ROUGH MOWING AND LANDSCAPE SERVICES MIS W"I -Mowing Service% Per Scope of Services i IFL.IA) j DPS West -Landscape Services Per Scope ofServices 20.00 j .0.N Iir. Royal & Smith Park -Mowing Services Per Scope of Services 5 22U.1u) MAP III,-, Royal & Smith Park -landscape Services Per Scope of Services i IIIAM) j IO. 111 Item 4A-14 Suuthlakr S url, Cumplev -Mowing Srrvlar 1'er Scope of 5rrvicrs 11 i,p) � IPI 1; 1 ,p;, Soulhlake 5 orls Com Les - lrndsca a Services I'er Scope of Service.+ j 0Lt10 5 U1.1D I11" Souddake Sports Comp ley Ptelds Onl -Mowin Services l'er Scope of Services 5 17;,00 j 176.71 DPS Nurth - Mowing Services Pcr Sco a of Services p 110,0g0 s lll'S Nnrth - I.,o.lscap.• %,-ia•s 1'«1 S.•n „• of Serv1.•es 5 Nl INI S N) A) Public Works O ratiom -Mowing Services I'er Scope of Service, 3 1I11.00 i 211.10 Public Works Operation,. - Landscape Services Per Scope of Services i I0,N1 • 1111ol I tl"d _ Soolblake Activity Center •MowingServices Per Scopeof Services Soulhlake Adiv'ity Center- Landscape Services I'er S,u a of Services 5 I01N1 i 10. 11) LU'S Stone Lakes Walkway - Muwing Services Per Scope of Servim 5 1" till 3 17 1: Stone Lakes Walkway - Landscaa Services Per Scope of Services 5 ,,.,k) 5 a,1H Pump Station N 1 -Mowing Services 1'er Scope of Services 3 -1 � 1,1) S 21713 Pump Station 0 1 - Landscape Services Per Scope of Services S I0110 5 10.10 1 tl"• Pum Stalian 0 2 - SWwin • Servims I'er Scope of 5rrvicrs i I-MI10) a I'H "0 1 1 nR, Pump Station 0 2 - Landscape Services Per Scope of Services S 101N) j 111.10 UP,. Fist Haven Park -Slowing Services Per Scope of Services j ;y 0" i pp 18 101 East Haven Park- Landscape Services Per Scope of Servic +ty) S 2,Q I0'i� KoAly Park - Mowing Services Pes Scope of Services 3 120.tr) S Koalil Park -Landscape Services Per Scope of Services F ,N) i 1; 1; 10' , Liberty Park at Shellunwood -Slowing Services Per Scope of Services i 21u),NI 3 .Ot rM) i ti t. liberty Park at Sheltonwood - Landscape Services I'er Scope of Service's 211 t;' : ;) y) 1 0 Lunesume Dove Park - Nluwing Services Per Scope of Services 1 155 kill s 1: ;5 1 11':, Lonesome Dove Park - Landsa Services Per Scope of Services Gl tN) i IU 1 U 1 u•. Noble Oaks Park -Mowin Services Per Scope of Services Ih].IV Iyn:95 11i•, Noble Oaks Park - Landscape Services Per Scope of Services j ; p0 s [lob lungs Park -Slowing Services Per Scope of Services i LtNs).00 j LDID.tN) Lu"•, Bob Jones Park - Landscape Services Per Scope of Services '11ill 1 d..• Cbesapeake Park - Mowing Services Per Scope of Services _iONI 3 152 50 1.0't, Chesapeake Park . Landscape Services Per Scope of Services - 10111 j I0 Ill North Kuk . NI —in Srrvir«s I'«r Snap« of S«ruite" 'O ulll F -,r,f, I,prc, North Park - Undsc,t a Servkes Per Scope of Services 34, 0ti j h1 ]0 Galeway Park -Mowin Services Per Scope of Services :u ,I,1 ,g; Ga atewaf'ark. Landsca a Services Per Scope of Services ; INI i 10 Oak 111jinle Park - Itloiving Services Net Scopc of Services i ❑N1,NI 3 I11I.1N) iD McPhrrsan Branch Channel - \lowing Services Per Scnpe of Services S 10.,10 j McPbersun Branch Channel -Landscape Services Per Serape of Services 3 I51N1 j 13.I 1.0':, GROUP 3 • ROUGH CIPr RIGirrOF WAY MOWING _ North Kbnball i o? 1lili 111•G Item 4A-15 Shady Lane Lift Station - Mowing Services Per Scope of Services li dl] 10 to 1 Lift Station -Mowing Services Per Scope ofServiees i i S]Jln i _'t7?U lay'. _"•"-T,•,Torian_ Torian Lift Slatiou • Landscape Services Per Scope of Services 7 +%I i i0* Shumaker Lot - Slowing, Services 1'er Scope of Services S SrT.11+3 ` 110.34) LE)".. Lonesome Dove Lots - \lowing Service• Per Scopeof Services llkt111 S to V i.i7"•, Lone,%omv Drive Lift Station -Mowing Services Per Scope of Services 1''.INI i ia.?S I.0". Dove Estates Lift Station 11'eninsula Drivel • Mowbrig Services Per Scope of Ssrvi — - — 7 YS,IriI i Ul :d 3 al",• Harbor Court rrailhead-hlowineServicesPerScopeofService% 5 .;tl.lhi i }11.3r1 Lq", Quail Run Lift Station • Mowinu Services Per Scope of Services 5 15,00 E. 1 i.1-1 LU". Quail Run Lift Station- Landscape Services Per Scope of Services i ixO i 5.16 North Carrell Lot- Mowing Services Per Scope of Sery Ices Loch Meadow Lift Station - %lowing Services Per Scope of Services i 11LU i N] .}d Lll 1, Dove Tower Lots- Mowing Service Per Sco eof Services 5 NOW - 101,01 I.111. Lot Asps from Bob Jones Park - %lowing Services Per Scope of Services =Y �NI _y-=N l.r}�• Narth White Chavel Lift Station -Mowing Services Per Sco eof Services i IMIAI i `Qll f.41 Homestead Lot - Mowing Services Per Scope of Services il+ht D 311, 41 Lrr'• Bob Jones Nature Center & +rafts - Mowing Services Per Scope of Services _Inge' 112.1-1 1 i? • Hob Jones Nature Center & Trails - Landscapeservices Per Scope of Services 1, tx+ i 25 wS LJ", West Rob loner Lift Station -Malvin-Molving Services Irer Scope of Services I iSh1 i L-li l rl :• Sutton Place Lot -Mowing Services Per Scope of Services AIM $ Za..it) Florence rower -Mowing Services Per Scope of Services 7 tallMl a „r+. cal lu•:. Pine Lail • %tuwin g Services P-Scope of Services i :IL+NI i 111'U 1 u-:, Mimn rower -Miuving Services l'er Scope of Services 'AM s li`x Galewav Lift Station - Mowing Services Per Scope of Service's i tiJh1 - - ill Gateway Lift Station - Landscape Services Per Scope of Services I 1}"•. .......(tank Street Lilt Station -blowing Service Per Scope of Services i 4t rN! 3 to it) 1.0 Westlake Lift Station —'slowing Services Per Scope of Services r ;11"rNi i =1} N 1 r} ••, Westlake Lift Station • Landscape Services Per Scope of Services ++11 5 .01 1 I}", Shady Oaks Lift Stations W _Mowing Serv'fces Per Scope of Services i Io JAr ur Irl 1 Ir. . Shady Oaks Lift Stations Q - Landscape Services Per Scope of Services "Al 5 1.11; tJt +, Highway 114 Ri ht-nf-Wa s & Rrid - Nlowing Services Per Sco p of Services 'i i itt0.IN1 } 5t151N1 1 r1", Hi wav 114 Center Areas -Mulvipli Services Per Scope of Services 4 1,rhN7+.Nt - V,i V.Op 11) Ri hi -of -Ways North of 114 _Mowing Services Per Scope of Services i 1. u,l}axl i 1.1l011 1 1+", _ Rieht.of-Ways South of 114 - MowinS Services Per Scope of Services i 1 1GU tIU I SN INt 1 n", Item 4A-16 GROUP i - BRUSH HOG MOWING Foitfire Lul - Mowing Services Per Scope of Services 3LN1 S M43t1 i it . Eust Higldand Lot • Atuwing Services Per Scope of Services i 00AN1 i 1315U 1 tl"- GROUP S- ROUNDABOUTS AND PORTALS - LANDSCAPE SERVICES ONLY Roundabout Carroll - Cunfinental - Landscape Services Per Scope of Services i 1,5011 S 1 i I + l''"• RppodaboatWhile Clw I-Continental-Landsca eSenicei Per Scopeuf Services I:1-ih! S CN1i Rowidabo of While Chapel - love- Landscape Services Per Scope of Services 191k1 li.l? I rl"• Rotmdaboul Canoll - Bove - Landscape Services Per Scope of Services i I �.i10 i I i. l i 1 1) Roundabout Sam Schwl Road -Cove- Mowing Services Per Scopeuf Service Roundabout Sam School Road - love- Landsca Services Per Scope of Services S 10 tw 10 10 I rr White Chapel -Highland - Mowing Services Per Scope of Services :Ir 1111 - ]0 :lr While Chapel - Hie_hland - Landscape Services Per Scope of Services Zena Rucker - Tower Blvd - Mowing Services Per Scope of Services -` rlri 1 r� Zena Rucker- Tower Blvd -Landscape Services Per Scope of Services IoaNt 4 10.10 1 bl t- Hwv lli Mununtenl Sign- Landsca a Seiviae Pet Sco eof Services I3.1� I it t• Pe lonville 1'odalal 17M- Landscape SenSces Per Sco eof Services i i7.00 131; While Chapel Purtal at 1709- Landscape Services Per Scope of Services 5 I im i 1; 15 10- GROUPS- MEDIANS -SENH ROUGH MOWING AND LANDSCAPE SERVICES Hwv 11J Corridoc al 1-M- Mowin Services Per Scope of Snviees lo dl r,il 1.0', Hwy 114 Cunidor al 1709 • Landscape Services Per Scope of Sen•Ices !r1.iN1 } --amp F%f 1709 Medians - landscape Services Per Scope of Stmicty '15VANI i r!iiS. WI 1 01, Camrll Avenue Medians - Nfo%ving Semicas Per Scope of Services y LIMI m) nu I rl'i Carroll Avenue Medians - Landscape Services Per Scope of Services '0 h) i 2020 1 ,1`. Kimball Avenue Medivrs- Mowing Services Per Scope of Services 5 d!aNl i bit no I.il!'+ Kimball Avenue Medians - Landscape Service^: Per Scope of Services 41 rN1 i a) r! 10:,., West Kirkwood Blvd NIrJians and Drive Median- \lowin Services Per Scope of Services ;1090) i AU-1 M ! W'.. West Kirkwood Blvd Medians and Dove Medians - Landscape Services Per Scope of Services 'u Irll i ir1 �rl I r}`� l East Kirkwood Blvd Medians. Slowing Services Per Scope ofServices d41•10 6 .111AII Iff, East Kirkwood Illvd ,%IeJians - Landscape Services Per Scu a of Sen•ires 3 %!eN} ;0 :ip LO`, Fkt i93B Medians and Rtgh4uf-Wavy •Mowing Services I'er Scope u( Services i -hlWW 4 40•1 M I o.." Fht 1930 Medians and Ri hl-of-Wa s- Landscape Services Per Scope of Services 5 : i W i : i "i 1.11"„ Nolan Street hledlans - :Mowin Services Per Sco euf Services S ;.+.Ott S ri.:i IAP• While Chapel hledlans- M aw i ng Servfc=- Per Sca a of Services i i White Cha el Medians - Landsc a Services Per Scope of Services ^ 10 i ii ti lrh. GROUP 7 -MISCELLANEOUS SERVICES OR PRODUCTS - TO RE PART OF EVERY GROUP Item 4A-17 Hourly Labor Rate fur "As Re ue wd" Services i 1001 'i W M Code Enforcement Abatement blowinti re.5cupe of Services _ 5 411011 i 1030 13)'S Hand Watering Services S IS 10 iL 3i ti 1.111.4, Park Hardsca a Mason Lead i IU1L191 ItIL1Y1 Lll`t, Park Hardsca a Mason ;;ero 5 -leis 1-Ir„ Soil Preparation Services Per Scope of Services - Per Individual for Hydro-Mulchin i Services V1011 s 10.30 1'0% I.ighl Grading Soil Preparation Services Per Srupe of SC1virel for Sad and Hydro Mulching Services - Per Individual 5 41111) 'i 141.30 1.0 ; Line Trimming andlor Edging Services for Additional Sidewalk and Fence Line% Added Tluoughout City per Scope of Services. i 11.111 7 D.t)Itll iu'. Cure Aeration of'Turf per Scope of Services i o 03 i 00..111.i L0".. Removal and Dis uul of Core Aeration Plug, per Scope of Services i 005 } 11.11501 LLY.' Machine Verticulting of Turf perScope of Services i 11-111 ti 11r11t11 L!I''. Top Dre sinla Services Including Labor Per S . Ft. 4 0.01 i 110101 Vendor Material Cost. Vendor Discount off of List Price- Pmvidemd Apply Hardwood No -Float Mulch as R uirerl/Requested per Scope of Services. 3.00 s ) i)3 I. Provideand Apply Cedar No-Flaat Mulch as RequireWRequested per Scope of Services. 5 2.30 s 2.31 1 1? Color Change Out of Flower Beds Per Provided Flat Price Based on a 4" Pol Plant Size Quantity of is Plants Per flat Per Scope of Services. > ii iR) Rye Grms Over-5eedin K. Price to Include Labor Related Charges Onlv per Scope of Services. 5 '1.117 5 u.0"Ir oy. Landscape Services for Additional Tree Welly as Requested. ,rlr 5 :0I ( p"+ Acorn or Leaf Removal Services i u 11i i 11A30 Delivery of Plant Flaterialy.Mulch. Landscape Alalerials > t=o,{$1 i 151.A) 1.11"r Hydro-Mulching$ervices (Does not include seed coat or prep vrvices cost but does include mulch, fertilizer, water and installation services.) C.ROL118 - IRIM 'A I illN SE IVR ES It'1 CL P,\I( 1 4)F I:F ER1 GIIOLI' Licensed Irrigator 5 75 W) s 7S - Lark Irrigation Tech S —.du 'i Irrigation Helper 5 7,04) 7375 Lu'., Irrigation Audit PerConl.ollerand Required Repairs. All Locations. i 9.00 Lfn. Parts CosL Vendor discount front List Price 9', for Irri gatlun New or Re air Parts w t;Rt)GP9•FERTILIZA1'10%ANDW Ft)t'(L/Xlilt11.SF1IVI('ES-10REPAR1'01:EVLIt) GRo)L P Fertilizer A Ilcalion Per 5 . FL of ChrmicaLt r lied. Labor Cosl 5 rWl i 110111) 1 0--„ Fertilizer Aigglicalion Per Sq. FL of Granular Applied. Labor Cost '� �,LUI 'i 11I01 1 0 Vendor Discount off of Mfg. List Price of Cheml cal Fertilizer Product Applied 'n O r °' ° 0.11`.. Item 4A-18 Vendor Discount oft' of Slf • List Price of Granular Wlrtilizer Product Applied U.U"=• Pesticide or Herbicide Application Per Unit of Nleasure of Chemical Applied (Labor Cast) i ,.Adl Pesticide or Herbicide Application Per 5 . FL of Granular Applied. j labor Cost 11,01 > 0.01 0.0111 Vendor Discormt off of Mf • List Price of Clremicai Pesticide or Herbicide Product Applied. a Vendor Discount off of Mfg. List trice of Granular Pesticide or Herbicide Product Applied, Item 4A-19 CrlY Vt SOLUMAKE December t i. 202 I i)'Donnell's Landscape Servicr>. I.I_C '-lu Timberline Lane Southlake. Texas 7609' \tut Mlr Scutt O*Donnell t )RIGIN \t . D(A.U%it. V f CITY OF SOU I I L XKE Council Action:WN Ord. Res. No. Date Approved `uhtect. Votttication of Contract Itene\val for Landscape 5er\ ices for Cit\ of Southlake Rl.P'_OIUBi-40JC_000I I Dear MIr O'Donnell Hie CaN of Southlake is providing notiticatiun of contract rene\\al. pending Clt\ Council approval. fir "Landscape tier\ ices for CuN of Southlake RH1;_0l IBi-40JC''000I I' This rene\val ;hall became efleta\e January 19. 2021' pending Cn\ Council approval WC :\\ward date d l and ;hall conunue in lull force based tin the tern[+ and conditions of the initial award. As a condition at contract renev\a[. a price adjustment ina\ be requested b\ the \endor and considered h\ the Cit-, Price ;adjustments ina\ onl\ occur at the time tit renewal and onl\ upon securing the approval of the C a\ in %%ritutg. Requests for price adjustments must he solel\ for the purpose tit accommodating an Increase in the wendor'S curt. not profit. Per the original documents \our conlpan\ \\ill nut he requesting an Increase at thi> rene\\al The terms and conditioni proposed anti accepted in the, rene\val agreement are as follo%%S Payment Tenns diet 30 da\s i F`ness otherwise noted - Such as pre- and or partial paymentl Method of Payment. Shall he made b\ purchaaim, card or purchase order Deh%en TeMIS. FOB Destination Deli\en Locations IF STA rED IN' RFB Dt )CI MEti1 rerm of Contract Shall be effecu\e ['or txveke month, from date of'renewal and iS eligible for up to uhree i I) more one i I t \ear annual rene\\ak Cit\ Contact: Junior Catnacho317-"•IS-8',�' `lend all hilling to Cm, tit Southlake acwuntsu a\ ahlt ti <i.southl ake.t.\.us t preferred► or 1400 Main Street. Saite 420. Accounts Pa\ ahe. Southlake. I \ 76092 t )ther (. haruCs_ Flit C it\ of Sauthl,,ke tiS a tax-exempt municipal corporation and t> e\empt tram all lederul. Slate. and laical :ales taxes \II otter specifications. term, and condition; shall he a pro\ided in (he original procurement document: fit.) other attachments to ar in respon t: to this agreement \\ ill he accepted unless apprt,\ ed in vv rung h\ the Purchasing Manager or an authorized representative of the C,it\ (i( tiouthlake rhank you liar participating in our procurement process Please call 81 *7-'148-3312 \\ ith an\ que,.tions Sincerth rim Slifka �� 6 Purchasin= Mana-er CPPt ), C PPB Con ol'Southlake 1 4111) Main Street. Suite -t_'tl Southlake, Te%a.c WY2 (Ailkaaci. outlllake.l.vu; Fa\.317-748-8010 Unlfact h�le\4 l �\i;cl!pt .� MaFCir,lohn �luftinan — Cit\ of Southlake \v�H LA KF 1�� �,. Q) '��, � 0 tl ' ' • A : — :\ shift\. h _MC F" (. Ill Secret'<ary . Dale �,i r .0 *t%\ Xp caved as io irm n ealin t. r C'in Atturtte� Item 4A-20 c ORIGINAL DOCUMENT SOUTHLAKE CITY OF SOUTHLAKE Council Acdm(: N OirtJRa. No.,� Dtu App�wtad _ a L.i_ January 19, 2021 O'Oonnell's Landscape Services. LLC 240 Timberline Lane Southlake, Texas 76092 Attn. Mr. Scott O'Donnell Subject, Award Notification of Contract for Landscape Services for City of Southlake RFP201OB540JC200011 Dear Mr. O'Donnell: The City of Southlake is pleased to inform you that O'Donnell's Landscape Services, LLC of Southlake. Texas ,s the awarded vendor for Landscape Services for City of Southlake RFP20106540JC20001 V The award and this agreement are based on your proposal to the City, copy enclosed This is a single vendor award contract. Your company's award is attached This award was approved by the City of Southlake City Council on _I 1l The terms and conditions proposed and accepted in this agreement are as follows 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 Terns FOB Destination Delivery Locations Vendor Delivery or City employee pick-up Term of Contract The term of awarded contract shall remain in effect (or twelve months from dale of award and is eligible for up to four (4) one (1) year annual renewals City Contact: Junior Camacho 817-748-8357 Send all billing to: City of Southlake 1400 Main Street, Suite 420, Accounts Payable Southlake, TX 76092 or via email to accountsoayableQcr.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 Drocess. Please call 817-748-8312 with any questions Sincerely. Timothy Slifka _ "i '_.7.a: Tim Slifka, CPPO, CPPB Purchasing Manager City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifkaa ci.southlake.tx.us Contract and Award Accepted. Signed: ~I :'I" J. Mayor Laura Hill City of Southlake Date 16` 2,t, C Amy elle C City Secretary, _ Approved as to F 'iirn a l - - dy Attorney �( Item 4A-21 L 1 7 , r SOUTHLAKE 9 December 8, 2020 O Oonnell's Landscape Services LLC 240 Timberline Lane Southlake, Texas 76092 Attn Mr Scott O'Donnell Subject: Award Notification of Contract for Landscape Services for City of Southlake RFP20108540JC20001 i Dear Mr. O'Donnell The City of Southlake is pleased to inform you that O Donnell's Landscape Services LLC of Southlake. Texas is the awarded vendor for Landscape Services for City of Southlake RFP2010B540JC200011 The award and this agreement are based on your proposal to the City copy enclosed. This is a single vendor award contract. Your company's award is attached. 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 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 ;n effect for twelve months from date of award and is eligible for up to four (4) one (1) year annul renewals City Contact Junior Camacho 817-748-8357 Send all billing to: City of Southlake 1400 Main Street, Suite 420, Accounts Payable Southlake, TX 76092 or via email to accounts pay abletaci.south lake. 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 ?he City of Southlake Thank you for participating in our procurement process Please call 817-748-8312 with any questiors Sincere % , Tim Slifka. CPPO. CPPB Purchasing Manager City of Southlake 1400 Main Street. Suite 420 Southlake, Texas 76092 tsU&a(a@ci. southlake. tx. us Contract and Accepted ,4 Signed Ma or Laura Hill City of Southlake Date 0 )- 0 Z' Z 1 U" 4end,`J Attest. (J@rOyh".J �,Y t J, TRMC Depuk City Secretary App owed as Fo m and Legality ity Attor ey Item 4A-22 Appendix B — Proposal Submittal Checklist: (To determine validity of proposal) __✓ Appendix B (pages _163 through 25 ) must be included in the proposal submittal J .appendix C Conflict of Interest Form (page _25_) must be included in the proposal submittal. J Form 1295 Certificate of Interested Party must he included in the proposal submittal. See page 2. % HB 89 and SB 252 acknowledgement. See Page _22_. —f Vendor Equipment List Vendor Licenses (as required) RFP2O1OB54OJC2OOO11 RFP Number: Project Title: Landscape Services for City of Southlake Submittal 3:00 P.M. (CST), Friday November 20, 2020 1 Deadline: Submit Electronically* to: https://southlake.bonfirehub.com/login * Requires email account login and password. Proveser Information: Proposer's Legal Name: �� ot.1 a ELLS S I,ANa Ser•P+< S 1� 0.N`1[ E S L.L.C. Address. -LyQ iZr+��EtL�.itJE LA*3E City, State & Zip S o aXT IAL.A ILL E "C x f� S o q I. Federal Employers Identification Number # - ., tr, Z. q O bog O Phone Number: �. 9� Coll � S �✓ `�� , F:iN a�-t. S C.-L.tiq 00 1 E-Mar7 Address: \ r% co le, * e m— cis. cc, e^ Proposer Authorization i, the undersigned, have the authority to execute this Proposal in its entirety as submitted and enter into a contract on behalf of the Proposer. Printed Name and Position of Authorized sentative_ Searltt E. O'bbo'nw -k Signature of Authorized Representative: Signed this _(P (day) of_ M cWt—Obf- (tnonth), 7eZ0 (year) l learned of this Request for Proposals by the following means: _. Newspaper : d\ ernsement Southluke Website i'vlatled idle it Copy Bonfire Ca\ 1--mall 'Notification Cold C all to Cll� _. Other City of Southlalte - UP201(IB-540.IC20001 l f'a;-r I o cat ?h Item 4A-23 Primary Responses Srrersar. N 4fa k vYYI Group 1 • Finish Mowing and Landscape Services Bid a,.. Town Hall Building - Mowing Services Per Scope 5: a zdcm 5arv:cn 5392.00 of Services Did Town 11.11 Balding - Landscape Services Per + Bann igntq Scope of Services Srrrw�aclMr�ItwewuriMti Rustin Park - Mowing Services Per Scope of aq. c'x� Snr:+ca S 3'CU co Services SFreseee /rlrNie�weeiy Rustin Park - Landscape Services Per Scope of Services ai.� ] i2 S 9t}ile 9ueercNtrAme/iii`d. Family Park - Mowing Services Per Scope o/ a r eacn _gr.,ex x s a +eo ^.0 Services •... Family Park - Landscape Services Per Scope of+, _�•,+ ,� ,�•, . Services I SoeeeecAffiiiki}iwYYt Bid Central Park, - Mowing Services Per Scope of ]�• _ _aU 'ogr.¢u Services ~ Central Park - Landscape Services Per Scope of services B:sAll WWo Vp W" Bida .3 Summit Park - Mowing Services Per Scope of 'a• 2acn=vr.icq Services '®`p WomP - Sid t, Summit Park Landscape Services Per Scope of Services sainaiiiWAN. *An ve No Bid Yt , • Frank Cornish Park - Landscape Services Per Scope of Services snieagNri�Vrwii`/ Bid McPherson Park • Mowing Services Per Scope of Services ,: ; h; :a £ � ago •�a Sucani Allallf-50 die Bid t,. •1 McPherson Park - Landscape Services Per Scope of Services suewa;AtMxYump-01 dd Bid s•.•.i OPS Headquarters . Mowing Services Per Scope _ I.. •, of Services i S1s :G Sa22i'n_AthiarsRwwd Bid a .,; CPS Headquarters - Landscape Services Per Scope of Services SuceaseAtvaiirapaiMod Bid ,+. Garden District . Mowing Services Per Scope of Services Sunce :ANvaMim prwtiJ Bid a Garden Oistrict • Landscape Services Per Scope al Ea'a• EI:::M or Servtces i is-n; ;.i•;aa Ni Succm: Atvahm pevWW Bid y+ Garde, District Park - Mowing Services Per Scope of Services Item 4A-24 Suwa:: Ad WNira Bid 41,19 Garden District Park - Landscape Services Per $ -aa':e - - - Scope of Services &=mcANvr m WavNed Bid x, Tree Wells on Any Named Street -Landscape 2,c^ , „d . :,� , . .�. Services Per Scope of Services - See�@:A d vMrat+rovl- tad-. - - Bid a+-. i Town Square Beds on Any Named Street - •. + 53 ae, earn &er.Ke ; as oo s a sea CO _. . .. Landscape Services Per Scope of Services e,..,.miwwrkraff vilni Big! J ; , Town Square FM 1709 Right -of -Way • Mowing i i;ad i Services Per Scope of Services 8uccesc .Vairaprai+idte Bits d+ 2i North Carroll Avenue Medians and Right -of -Way • Mowing Services Per Scope of Services Bid n,-_ a North Carroll Avenue Medians and Right -of -Way • s - Landscape Services Per Scope of Services su@oiiiMA111%oh al@euN�i Bid d• +s State Street Right -of -Way - Mowing Services Per a _ ., -_xn aerv•ce S +5 :] 3 -'A _O Scope Of Services Bicentennial Park • Mowing Services Per Scope of Services suemm AlluiMnriluYoil6d Bid a+-: - Bicentennial Park - Landscape Services Per = .•_ -, .•,�, $cr<.,ce i sa .1 s a •61] cc Scope of Services 'lj110}@C A/lraitaa�rOtiMr� 4•.:9 The Marq - Mowing Services Per Scope of .. •. _atr :. �•r� i Pn :C 5'S 1K :< Services Sutler hwinf#�tA�d BW s+-rs The Marq - Landscape Services Per Scope Of cc - - - Services Southlake Tennis Center - Mowing Services Per _ „ , _,�,. ,��_..� S „° �-: i - , _�, +• Scope of Services p"hm • _, ^+ Southlake Tennis Center - Landscape Services _ Jc Per Scope of Services Group 2 • Semi Rough Mowing and Landscape Semites Su=*=NddtreapoeI - Bid 12 • OPS West - Mowing Services Per Scope of _ •} Services Sexaar.NvO naprewileA Bid ay : OPS West • Landscape Services Per Scope of a$ o Services SursetetAvaYru pretikYB- - Bid --- Royal & Smith Park - Mowing Services Per Scope of Serilces Sucomw AftvaMtes pr'eekMd -Bid d=-•i Royal S Smith Park - Landscape Services Per +; :a so. Ears ia,:eo s in :o i are::a Scope of Services SuccomNValues; rovkNd Bid .- Southlake Sports Complex - Mowing Services , ,.. s i,. -•.: _ Per Scope of Services • - - _ _r . Su¢psi All values peovldW Bid pp.; Southlake Sports Complex • Landscape Services i +e ao ;lee cc - Per Scope of Services Item 4A-25 NvaYnapmvfd�d. Bid Southlake Sports Complex Fields Only - Mowing 4-3 co S j aCO.tu Services Per Scope of Services succe". As vakuk prevkMl Bid J7.d DPS North - Mowing Services Per Scope of .13 ,;, 5,rn 3i•r,:ce s ra eo 5 la 380 X Services S_=a--- AIIvaYrii;ptnvktntl Bid :r_ y DIPS North •Landscape Services Per Scope of _ s Sec cc Services Sacc"a:NwlliftFSO W -. Bid r2.10 Public Works Operations - Mowing Services Per 3' >e, g,u, S—ce 521000 5 s :oo x - Scope of Services SUaaasc Allid11rt010� , .Bid Public Works Operations -Landscape Services Per Scope of Services - Soeeaae:Nfrdtra/101II/ Bid %2- +2 Southlake Activity Center - Mowing Services Per cacn Ser:,c0 S 11_5 Ja i :+ 2907e - - Scope of Services 9rsarcgeiY�a�ai� a2 • , Southlake Activity Center - Landscape Services - . r - Per Scope of Services - SYespl. ArlliPAMd Bid i2•+.1 Stone Lakes Walkway - Mowing Services Per 24 aN -r cacn 4er.ce 5 +' :0 5 3?07Q Scope at Services Saseaas: JiwitrraFCafYt ab'S Stone takes Walkway • Landscape Services Per >. :..rn ;•„-. ca i?'•_ - i?9a _i Scope Of Services �*•'�� - Bid qi-?5 Pump Station S i - Mowing Services Per Scope :S is S N5:e S 1D?20 X - - OI $QNICes $1CGAi11�L Bid Pump Station # 1 - Landscape Services Per > .... i 1r_Q :t, Scope of Services Su�aa:.Mairrpiigiir� Pump Station X 2 - Mowing Services Per Scope 2!i 43 rr e3cn =er,cn > Nl i 9 124 00 01 Services SueuaeAfiialkaapralM BN a2•'i Pump Staticn S 2 _ Landscape Services Per oa_ Ser.=_ _ >.o,_c - Scope of Services Sirteriaa: MVAM oiti�il Bid 12 ,,2 Fast Haven Park - Mowing Services Per Scope of 324 CG Services SuagvaY,as paerrYdad Bid . 'East Haven Park - Landscape Services Per Scope of Services &KI:aa: Altrpio"d: Bid 47 22 Koality Park - Mowing Services Per Scope of _N ,a 5 +2o ao S i %eo or - Services Sueii:wrr Bid y, : i Koality Park - _andscape Services Per Scope Of Services _ Suraxas.:Ativagraproyidad Bid e2•a� Liberty Park a: Sheltonwood - Mowing Services ;c! 1» eau. _:.r,:ca i 2:.o ao ; hero _o Per Scope of Services Suaeasa:NvaWaaprvvFlyd- Bid a-�; Liberty Park at Sheltonwood - Landscape as -_ Services Per Scope of Services ' quccesvANC Wwkled - - Bid �7•_tl Lonesome Cave Park • Mowing Services Per +.r 1d `75 ' - - Scope of Services r ? un -nrncn i Se i 1:0 :f 5lR'CQl3:�vakrs Prievkked - Bid .. J '-. .' Lonesome Dove Park - Landscape Services Per :'i -i••;', '; Scope of Services ... - ir.^[] i ., j,H•„ :': lim'iitl_dQ91 56eens:.A3trdi jWr,4*q ;Bid 3226 Noble Oaks Park - Mowing Services Per Scope of n Services SuecawAittiahiMptrM d r2-2R Noble Oaks Park - Landscape Services Per Scope of services SueeeAlMYraplUlert Bid z; ae Bob Jones Park - Mowing Services Per Scope of 12 Services Bob Jones Park - Landscape Services Per Scope _ of Services reosC�.. 51NY�MMfpiiOeTNd :Bid a:-JZ Chesapeake Park - Mowing Services Per Scope '.a of Services x2)1 Chesapeake Park - Landscape Services Per - Scope of Services taisNril77, a� North Park - Mowing Services Per Scope of U Services SgrsrcAiwY�i�ianiiid BW aa.75 North Park - Landscape Services Per Scope of a Services Srsme:Attr�Yils}wi Bid r2?s Gateway Park - Mowing Services Per Scope of Services Gateway Park - Landscape Services Per Scope of ), Services Suecus:Attralir*iieriid. BW sZ ia Oak Pointe Park -Mowing Services Per Scope of Services SrrxarcAff�,iii jaotti�it - a: ,w McPherson Branch Channel - Mow ng Services Per Scope of Services 9ueeescmii.h."'rb i�id' - .Bits 42:n McPherson Branch Channel - Landscape _ Services Per Scope of Services Group 3 - Rough Cut Mowing ? Right -of -Way Mowing Suepo Ailia�altierYW B s North Kimball Lot - Mowing Services Per Scope of Services SlrewecRlraAwape6iil�id _ na1 Shady Lane Lift Station - Mowing Services Per D5 Scope of Services Saminiv.,11,11vallawWwAdid. Bid y.� , Torian Lift Station - Mowing Services Per Scope of Services Snecaea: ANv)MiiollrvWdM Bid 43-4 Torian Lift Station - Landscape Services Per 16 Scope of Services Sucee":ANValiUapw!elikld Bid. Ii •_ Shumaker Lot - Mowing Services Per Scope of 1 - Services SuaewANvakwsfarwMfnd - Bid aS.d Lonesome Dove Lots -Mowing Services Per 1 Scope of Services Success A$valira Pittv � n Lonesome Dove Lift Station - Mowing Services Per Scope of Services ae _r _au Sarnco S 195 :O S 9 deo 70 Ss Pa, cacn Sarnce $ 1 aco. CO S as •Jco 0 .19 °a�n jgP.'Gl S N; ]0 S M CL 01 e, =..= Sar,.m S �Saa llo S 12 =-'W CID 46 .r aac+caO—ce S'G 80 5430 Z0 Ad aer aim .ir.�ce S'W CO S33 ECOX .A r ACr i,'V,Ze S :v _'V S 1 S.le-_G :C ae, _ao+Ser," S:670 $?3e000 5e, earn iar; ,ce i ,.70 �:0 s SyJ C ad c lc- Sir: ce a .9 :"a S ?60 10 ae Pq,S ' 5 1�10 :r. j 450 :C .0 y, E� ie,na, S S0 )0 j 900 -.10 -013 Per _acn Se—e S sac S 240 :Q ea -,.r Eacn SeNme 3 tU `0 S 4C0 -'C S':_C.. Item 4A-27 SiKCpa: AtYatluraprovkl�d Bid q5-d Dove Estates Lift Station (Peninsula Drivel as !U nr c.+rs iamce S IU UG i 300 CO . Mowing Services Per Scope of Services Suixan:AvawM�Providird Old x}g Harbor Court Trailhead - Mowing Services Per ,:: : Bacn9••^,t•! - Scope of Services SUCpfac: gwNias�rwid�d. Bid a7-10 Quail Run Lift Station - Mowing Services Per .03 !G - •.r L.tC1 eN4e S +5 u0 i 450 CU .. Scope of Services suammA/vehirMtwfdrd 13M a �, � Quail Run Lift Station - Landscape Services Per W - " _ �•, �.rcr San,ce , ; G S e5a e - - Scope of Services Surseaf:A�gfiN/�i:OeiiU11. xa•+z North Carroll Lot - Mowing Services Per Scope of a' SO %%ar=,,enzei,,me i:SJU 750 Services All allsostj � y_"._ Loch Meadow Lift Station - Mowing Services Per s,! ,.•• -,rn ;er;•ca i Scope of Services SeW>f MVil l/I�OYIIr%' OpR d n1 s1 Dove Tower Lots - Mowing Services Per Scope of 35 l' 5 icoju 3 3::CO G - - Services SraCCOcARtlah sIPpd i! y , ,- Lot Across from Bob Jones Park • Mowing - Services Per Scope or Services succemmviiw'rwii nd Bid #I— 3 North White Chapel Uft Station - Mowing L, ae, s ze m s.iao On Services Per Scope of Services Homestead Lot - Mowing Services Per Scope of ^.,u• ;er.au ) 3G 3G 33:0 [ti . . . . Services Snrxus:NlhMniapnvld a} ? Bob Jones Nature Center 6 Trails - Mowing '3 , , am 8�cr. Serace s :'G :t! i i }6U GG - - Services Per Scope of Services Suixp�MviiirtMialdiMi. Bird Bob Jones Nature Center S Trails - Landscapea.�r,:ca > ;5 ;r. i 'w Services Per Scope of Services SA/taiiw�a6iAii! B� a�`J West Bob Jones Lift Station - Mowing Services -' ��c >en.ca S•i -.;G ia_:J;G Per Scope of Services SU=@MAtbahw'ia iied Bid z'Z, Sutton Place Lot - Mowing Services Per Scope of lc Suaee>C AN VAM txe Bid 2 a%._ Florence Tower , Mowing Services Per Scope of = „ E,m 3en ce s • oG $ t aty :G Services Success, iANvilurepeNAail Bid Pine Lot, Mowing Services Per Scope of !, , i Li 10 - Services i :n :.. i iA Sueem: A/valseepewliled. Bid 11,14 Miron Tower - Mowing Services Per Scope of :e r: a.,r acn Sery ce s in Services Suoeaas ANvaMra peevl0ad Bid n:%i : Gateway Litt Station • Mowing Services Per ' - - - Scope of Services Success: AtigArepiwkMd Bid 43175 Gateway Litt Station - Landscape Services Per 55 `•) r `;icnrr. ¢c i 5 Jr Scope of Services Suecaea; Agvabmplo,. tl Bid , Bank Street Uh Station - Mowing Services Per •, Scope of Services r =,cr _'•.r-"' S �n ;., •sG .:G Success: AN vaNrs ptovfMd' Bid x;i-:B Westlake Lift Station - MowingServices Per , le,_act, Scope or Services la _m•. ca 4297, ihM CG Item 4A-28 SUOMS, Am Valium Pea! Bid at-2�; Westlake Lift Station -Landscape Services Per , f a,,, Fir„ 3an.ce 55 -�.) S s„) x . Scope of Services ,M1 .. Bild Shady Oaks Lift Stations (2) -Mowing Services Q cacn sea-ce S is Co S 3eo iU Per Scope of Services SIIe+Ceri:Ar wlets PrRYd�d { Bid ai-a Shady Oaks Lift Stations (2) • Landscape 9; tt =.,. ;acn 5ar.•ca i 5 2n i Services Per Scope of Services SpemmAllwiIi iiiiii :lK Bid e1 v Highway 114 Right -of -Ways & Bridges - Mowing dJ .ic a Earn so -en T NCA oo S 15 . w :w - - - - Services Per Scope of Services NwluwpnnYlui.. as• 33 Highway 114 Center Areas - Mowing Services Per .,� -� =acn sane." , :" .:c• T Scope of Services $uttna: Ntlelivat e(wid - B - - syaa Right -of -Ways North of 114 - Mowing Services .!:=,V !mrth -0 v?, _acn �--Me 5 t 4000 S 39 Cco a0 Per Scope of Services StiOc: ♦�MMl�tfllaA�ll. - a:3.15 Right-ot•Ways South of 114 - Mowing Services 47 :i0 i1 -- Per Scope of Services Group 4 - Brush Hog Mowing Su=A - Sid a� 1 Foxfire Lot - Mowing Services Per Scope of as t: �cr .acn Sarv.ca S 50.•a s-CO=U Servic05 SrrmexlMMin�fMeWet gjd ra-; East Highland Lot - Mowing Services Per Scope Eacn Stir, ca ; •�o -0 S , 314 ce of Services Group 5 - Roundabouts and Portals Mowing and Landscape Services Somss:Mr�itas�rwli�t. Sid aSt Roundabout Carroll - Continental - Landscape 37 57 �wEarrSaro¢e Tt5J0 5'BO:0 Services Per Scope of Services 9+eee lit+taieia�iwjd�i Roundabout White Chapel -Continental - S -w — Landscape Services Per Scope of Services p= Roundabout White Chapel - Dove - Landscape :]Ch sUhiCe T 1500 i:PA Va Services Per Scope of Services Saeeeat�4vrW lelA91 a-ra Roundabout Carroll - Dove • Landscape Services Per Scope of Services qfY�'. I'i� Yii Roundabout Sam School Road - Dove - Mowing 52'cr _yr, jarriCa i 25 ,;<] ; r )aa W Services Per Scope of Services $IICCIit:L. �vikko I""+w^`. Bid J a.:. rir.:.Kf Roundabout Sam School Road - Dove =•lr.:::. .... i 5In _r _ Landscape Services Per Scope of Services - _ - ' " Sucoes All-Amom*bd Bid ate- White Chapel - Highland - Mowing Services Per ,., =acn iarv¢a ; ? a s t aao co Scope of Services S+xenaeAfvrlresprevfdW - - Hfd-. ' '`4 White Chapel - Highland - Landscape Services c ,•..ce Per Scope ofServices -- ...,c. Sixcafsi All Pr �t4ded Sid a5-B Zena Rucker - Tower Blvd - Mowing Services Per %1 i? Earn oarnca 4 'S 0 S 1 e ro Scope of Services Success. ANvakes rwA&d P Bid #. r Zena Rucker - Tower Blvd - Landscape Services _ _ "" a-1U• _•.,r,•cr. ; +a zr: S iz^. 7] Per Scope of Services '_ Item 4A-29 Sumns:ANveM«n - 8 n5 11 Hwy 114 Monument Sign - Landscape Services a :2 a9f _ cQcn Se ce S 15 -10 S 'NoC4 ' Per Scope of Services Sumse:MtreMie�pwith! .Bid i5.•.> PeytonvillePortal at17O9-Landscape Services ,_ -,.-,r�_e.:-Q i•=.o io- - Per Scope of Services Stieotw:.NvekwspevWd. Btd a5.17 White Chapel Portal at 1709 - Landscape '] SF SrSL'�] 3'30.10 Services Per Scope of Services Group o - Medians Mowing and Landscape Services Bid , Hwy 114 Corridor at t7O9 . Mowing Services Per , - Scope of Services ,,,.Wjy Slltiiaieesfai�r�ei p� '.01Y Rb-:.)QrC.1GI1jer.rCQ Hwy 114 Corridor at 1709 . Landscape Services >;0 i`rooaC Per Scope Of Services sucess- la, �iii BW FM 1709 Medians . Landscape Services Per _ Scope of Services SIIGI✓lC�elw�Oel '.Bjd so-.1 Carroll Avenue Medians - Mowing Services Per ae r=,tcn _anca i^:A ':0 523dG 2O - Scope O1 Services - Saccoso:Allhoolloniproalded f1Y Bid _. xbo Carroll Avenue Medians - Landscape Services • �icn' �"r - J•'n7 Per Scope of Services .._. Suo4ecA•�.l..w�-. 7o--i Kimball Avenue Medians - Mowing Services Per 90 ae -nr Eacn 5er.•cQ 57.)h7 i23'11 .,R Scope of Services succom ltvd�pevidlf -- 'BII� CP-, - Kimball Avenue Medians - Landscape Services _ 3,cr-•,_-:cQ S .,r. _„- S - - Per Scope of Services S17Wrsc~e��r~� West Kirkwood Btvd Medians and Dove Medians a' ai '� �en:f9 5 ia: .:e s !SM?WJC Mowing Services Per Scope of Services -.1Lh Soccr=M* *RVW@iti n ; West Kirkwooc Blvd Medians and Dove Medians Landscape Services Per Scope of Services - Sutcomll/silLfteO,riril%�t - Bid- x6.11 East Kirkwood Blvd Medians . Mowing Services _ mar ' - Per Scope of Services 32 43 _jU �tn•Gr S ie JO -. 'Bid East Kirkwood Blvd Medians . Landscape = _ Services Per Scope of Services '' -- - `�� sir-•ce ,•� �t 2 _cG ;[ $eR!>ti:ItttveMReproYkMd. Bid # tz FM 1939 Medians and Right -of -Ways gf-Ways - Mowing i.? id _dr^. S.er..ee iiCO CO 515M-1.30 - - Services Per Scope of Services _ • Suesess, t�l iplYeiippeideA _. Bld xr,, FM 1938 Medians and Rightof-Way; -Landscape Services Per Scope of Services -" S'S :+; S i x-X Success. AN vokow piwii7ed. Bid yl 14 Nolan Street Medians - Mowing Services Per _ Scope of Services 1.1 i� _ cacn r, rrco S?5 03 S; 1�G UE Suctim. Old .-,,J White Chapel Medians - Mowing Services Per _ _, -,c ;,,_-,w S: x Scope of Services -_ , _ ,_ Suce*+r A/v111lumprwkfed Bid 914- 11 White Chapel Medians - Landscape Services Per '9i Scope of Services �� -- ^acn 3:rtnce S 35 :n7 S ` 320 .Y Item 4A-30 Group i • Miscellaneous Services or Products - To Be Pan of Every Group Sueaus M V*00F wMMd Bid aT ' Hourly Labor Rate for "As Requested" Services or .lo a 3 70 to S '_e J.) Succus• /lvakirpn►vldsd - Bil� a;.; Code Enforcement Abatement Mowing Per Scope -nur 530,10 370 Ce - of Services -Suem+eNwknetarwiY'd. - Old Hand Watering Services as S 35 •:o Susevw:Nvakwe.�nivils0. .Bid a:-r Park Hardscape Mason Lead 3 +co ae 31 uw SuecvrcA/vakaispfuvidas _ Bid a'-` Park Handscape Mason `- • - �� $�5 %u 345:•' SueovacMvalw�egriUii Bid a' o Soil Preparation Services Per Scope of Services ties 3 .o cu S 10 oe - Per Individual for Hydro -Mulching Services Light Grading Sod Preparation Services Per Samsa:Mvdmmpoilibd Bid a--' Scope of Services for Sod and Hydro Mulching '•n -� r i w x 3 sa ;o - - - - Services - Per Individual Line Trimming and/or Edging Services for guceem ARiialim Bid ar-� Additional Sidewalk and Fence Lines Added Throughout City per Scope of Services. %=*RiczMvdWiI*0viid Bid I--' Core Aeration of Turf per Scope of Services :u Ye ool i o a. , % .3 eiieeiiee-M Mew _ IM Removal and Disposal of Core Aeration Plugs _ 4 - - per Scope Of $efvlreS Su=OwASnlinaprwiliilM - a_ Machine Verticutting of Turf per Scope of _ _ „ ,r., :,; , ,•. • ,• Services Summ : ille, vdinIeekld- Bid .. a7. 12 Top Dressing Services Including Labor Per Sq. •' ^ -.r �e„Ya FL 2% 2'a MPaties Bid a. ,.1 Vendor Materlal CosL Vendor Discount off of List -�r-wage _:n S.),%_ $ :.i2 Price. uy _m =-ca 511CCalseMI: Bid a--'! Provide and Apply Hardwood No -Float Mulch as 333C 33::17 Required/Requested per Scope of Services. Su=ns:ANvakrespawI Bid. a.,,_. Provide ano Apply Cedar No -Float Mulch as ,_., .,. __ = i _ _•_ Required/Requested per Scope of Services. - Color Change Out of Flower Beds Per Provided 5ue>aacAtYakwspwsldad Bid y' +,5 Flat Price Based on a 4" Pot Plant Size Quantity °,-^ far Insi:111m� =tat s Je :N $ 75 :a of ill Plants Per Flat Per Scope of Services, a , e -ia�ls Success: AnvskrnpovMW - Bid a' ,., Rye Grass Over -Seeding. Price to Include Labor ,i _ „ ;a..are c..c+ ;. ;: 3., Related Charges Only per Scopo of Services. Suca;*%%. AM values Pi'a+!i� - Bid I'.,9 Landscape Services for Additional Tree Wells as r >er=„anen.0 Requested. Suaeen. ANvakrnprovidad Bid I L - Acorn or Leaf Removal services �� - _ :,.are ��•.r $ t �s ,, Svccasa. AS vakiesprovided- Bid a' z, Delivery of Plant Materials. Mulch. Landscape , o 'sc s so .a w co Materials Item 4A-31 Hydro -Mulching Services (Does not include seed Sueeeo:Miriilinspnnided Bid a' : cost or prep services cost but does Include a,,, yq,,:ve =,e, s ) z 1 s : _+ mulch, fertilizer, water and Installation services.) Group 8 - Irrigation Services - To Be Part of Every Group ro—NvNiirspa#0" Bid Licensed Irrigator w oar new 3:Sv) 5:5Je Sueeee:M•vdreapNtlMldlnl. Bid. ae•= Irrigation Tech a 5 '5 J SueeasrA/raMtaapinMrla�. Bhl.- 4'&3 Irrigation Helper 't;- aa,-!cw $ISM 5'5011 Suea�cNtaRas orlif' , .� as a Irrigation Audit Per Controller and Required S 75 � 5 'S Jo -- . - Repairs. All Locations, 2% 2% Sueaare Alvu�irt}fMMl , s8 5 Parts Cost Vendor discount from List Price % v; ae.cenrage ;n 3 a u. i) ]2 for Irrigation New or Repair Parts a+rg LIst ante Group 9 • Fertilization and Weed Control Services - To Be Part of Every Group S+eeettAvaMrtr Y{il� ^� Bid Fertilizer Application Per Sq. FL of Chemical a , eoct j 3 d+ s 3 Applied. (Labor Cost) SueoerrKMvelaw}Mwi�d' Od es z Fertilizer Application Per Sq. FL of Granular +., o�, Spoare -'oa $a:7r S 7 Jr Applied. (Labor Cost) will Vendor Discount off of Mfg. List Price of ?u ro rtege 7tt - Chemical Fertilizer Product Applied —t>^ca i°6 S°6 Vendor Discount off of Mfg. List Price of lr.a ae,c, ve ,n SJILS 37y5 Granular Fertilizer Product Applied urq ;st trace stxc" J*Vdwspellda ,, .Will zy V Pesticide or Herbicide Application Per Unit of Measure of Chemical Applied (Labor Cost) suewrlrvdirai _ Pesticide or Herbicide Application Per Sq. FL of y '^r naua a r:cc 3) c s •7 0+ Granular Applied. (Labor Cost) 5% 5 SoscNvaieotai8 ��; Vendor Discount off of Mfg. List Price of •t >.• rnr.fage ,,+ j Chemical Pesticide or Herbicide Product Applied. -•-I C' SIN 5% Suoeea� ANvakuipniddSd Bid a&a Vendor Discount off of Mfg. List Price of ae¢en x3e On 5 t75 5 7 95 Granular Pesticide or Herbicide Product Applied. +nrq L,zt ante Item 4A-32 Appendix B — Proposal (continued) I. REQUIRED PROPOSAL I:VFORMATIO.N. IN ORDER FOR A PROPOSAL TO BE CONSIDERED CO;V1PLETE, AND TO BE EI ALL ATED FORA CONTRACT AWARD BY THE. CITY, PROPOSER ,MUST SUBAUT ALL OF THE. FOLLOWING INFOR_ .4 TIO:V: 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 wetion a detailed description of what additional hardware and; or software, if any. would he required by the City in order to hilly utilize the goods and or;er%ides proposed. C. Guarantees and Warranties: Fach Proposer shall submit a complete copy of any warranties or guarantees provided by the manufacturer or Proposer with the Proposal submitted. D. Project ScheduleiDelivery Date: Proposer must provide a project schedule noting all projected completion dates for segrinents 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 Citv's Purchase Order. Cost of Proposed Products and/or Services A. Pricin=: Pricing shall reflect the full Scope of Services defined herein, inclusive of all associated cost for delivery, labor. insurance, taxes, overhead. and profit B. Schedule of Pricing: Proposer ;hall quote unit pricing in accordance with the itemized listing of products or contract se:mients stated in the Scope of Services and using the fallowing formar For this procurement the schedule of pricing is not available in hardcopy. You may access it via the online portal ! awu.;outhlake.buniir:hub.cum). To submit your ;chedule of pricing, please download the Bid Table and till it in accordingly, per the sample below. For instructions on how to complete Bid Tables, leave toter tu_this article on Bontire's Support WebSitO. Please note: even it you do not have additional responses, you must download and re - upload the blank document. "Chi, is to confirm that you do not require any additional costs. if you hav;, any additional items, please till out the .Additional Responses template accordingly. Term of Contract and Option to Extend Any contract resulting loom this RFP shall he etfcctive for twelve months from date of award. The City anticipates that contract shall be renewed pursuant to the availahility of Funds and at the discretion ofthe City. The following clauses :hall he included in the contract: City of Southlake RFP20l0B_540.IC'20001 1 Patie P of 2b Item 4A-33 Proposed Products and/or Services A. Product or Service Description: O'Donnell's is licensed by the Texas Department of Agriculture for lawn care applications and the Texas Commission on Environmental Quality for irrigation repair and installation work. Several employees are members ofthe Texas Nursery and Landscape Association (TNLA). and our Senior Vice President of Operations holds a Masters DeUree in Horticulture from Oklahoma State University. Our company believes in the investment and utilization of state of the art equipment whenever possible whether it be the latest zero turn radius mowers, our large area mowers utilized For finish cut mowing. our heavy duty tractors for field mowing, or our riding lawn care equipment. These pieces of equipment give us the capabilities of doing a lot of work in a shorter period of time reducing our overall cost to our clients. B. Additional Hardware Descriptions: U'Donnell's mentioned our investment and utilization of state of the artequipment. We also believe instate of the art communication with our clients. All of our managers are provided a Smart Phone in order to take pictures, send emails, send texts, and talk directly with our clients. Communication in our service business is one the most crucial ingredients to our success with our clients. The city will not need any additional hardware and/or softNvare to do business with O'Donnell's. C. Guarantees and Warranties: O'Donnell's Cluarantees 100% satisfaction with our service delivery. All irrigation parts will carry the manufacturer's warrant}. All trees and/or plants carry a three month %varranty, unless water restrictions are in effect. D. Proiect Schedule/Delivery Date: O'Donnell does and would continue to adhere to the schedule provided by the City of Southlake since the schedule is ever changing_ based on plant growth and need. Historically. as your current provider the city has provided a monthly schedule which is broken down weekly for each month. O'Donnell's schedules the work prior to the coming week and manages the schedule daily Burin, the week making any changes as necessary based on weather, special request. etc. O'Donnell's has a proven track record ofcompleting all the weekly/monthly scheduled services. O'Donnell's will complete all weekly work no later than Friday afternoon unless vve have vveather delays that cause us to work on Saturdays. The scheduled maintenance work should take no more than rive (5) days each week to complete based on the number of crews vve have in the city. For any projects requiring landscape installation or irrigation installation. O'Donnell's has met all deadlines. Our company is large enough to handle any and all of these services in any given week. Because we have greater than 125 employees. there is no service request we can't meet. At the time of start up. O'Donnell's can provide the services on a weekly bash or as required per the request of the city. L•J Item 4A-34 A. Option Clause: It is agreed that City will hayc the option to extend [lie contract for up to tour I CI additional years, in one-year intervals. To exercise tilts option, the City shall serve nonce 30 days prior to contract tenninatiwn or to the end ofany one-year extension. The Option to Extend will not be considered if fundin4_ is unavailable or it' the contractor's past performance is not within the industry standard. C3 Escalation Clzuue: Should market conditions prevail which dtctatz an increase, the tiuccessful contractor may submit documentation requesting permission to increase pricing, no later than 30 days after receivinu notice from the City of its intent to extend the agreement. Escalation may only occur at the time of reneyval and only upon securing the approval or the City in writing. Requests for price adjustments must he solely for the purpose of accommodating an increase in the contractors cost. nor profits. Vendors ;hall show in this quote their anticipated percent of escalation if'when the option to extend is exercised Tine percent quoted will be a maximum. in acdition, the percentage proposed will be a ractor in determining the best Yaluc to the City. it is the average price over the period of the contract that will be the price factor considered in the evaluation or this quote. Quotes in which negative or no escalation is shown will be considered as 0°„ escalation. C. Price Increases Upon Extension. If approved by the City. the Contractor shall modify the rates charued by the Contractor to reflect anv changes shown in the comparative statement delivered to the City-. The maximum increase allowed under this provision ,hall be four percent I41,a! per year. The City shall have authority. in it reasonable discretion. to determine the validity of any change in Contractor's rues. 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 Escalation Percentage .............................................. % Second Additional Year Escalation Percentage ............................................ Third :additional Year Escalation Percentage ............................................ Fourth Additional Year Escalation Percentage ............................................ 4. Proposer's Experience / Staff A. Project Tzam: Identit all members of the Proposers, team (including both team members and management) who will he providing any m services proposed and include information which details their experience. B. Removal or Replacement of Staff: If an assigned staff person must he removed or replaced for any reason. the replacement person must be approved by Civy prior to I„inin = the project. C. Business Establishment: State the number of years the Proposer'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 ether husinesses or changed the Ic,,al status or form of the husiness within the last five 11 years, all narncs, of predecessor business names, affiliated entities, and prey ions business entitic, operated by the: principals, if different than present. must he proVidCd: 'state the nunnbcr ol' years' experience the husinvss has: 'LO t , and the number or employee,: _ N*ttinber of employees anticipated to he assigned to this contract D. Project CZ�late�i hx�erience. .\Il Proaosals must indtide detailed information that details the Proposers experience and cxpartise in pro\Idin! the I"egtleStCd yel'Y'ICc, that demonstrates the Proposer's ability to logically plan and complete the requested project. Cit} of Southlake RIP201111 540.1C2t11i111 I Paste la of 26 Item 4A-35 Proposer's Experience I Staff A. Proiect Team: The following, members of O'Donnell's key personnel will be directly involved with the management. communication, and daily oversight of our service delivery: Scott E. O'Donnell. Owner - 3 I years. Emmanuel Carrena, Senior Vice President Operations; Lawn Care Division vianaaer - 41 years; Jeremy Foster, Vice President of Operations - 0 years; Cifers Hamilton. Irrigation Division Manager - 40 years; Tim McCommas, Quality Control Manager Landscape Enhancement Div ision Manager - 26 years; and Juan Ramirez, (duality Control Manager ' Landscape Enhancement Assistant NIanaF,er - 19 years. The key personnel that will be involved with the City of Southlake alone are more than 178 years of experience. A majority of our salaried field staff that will provide our services for the City of Southlake have been with our company for more than eighteen years. These individuals are our maintenance foreman. detail foreman. irrigators, lawn care applicators. and our landscape enhancement foreman. O'DonneWs commits to providing only our most skilled workers to provide our services for the City of Southlake. B. Removal or Replacement of Staff: O'Donnell's recently celebrated our twentieth anniversary this past June. Prior to starting his own company. Mr. O'Donnell had served as National Accounts Manager for ValleyCrest Companies. Regional Sales Manager for TruGreen LandCare. and Vice President of Minor's Landscape. Because of the amount of key personnel. including the owners involved in the day to day management. we are consistently monitoring our employees. providing, onsite quality control meetings. and rev iewing service delivery requirements in our weekly "tailgate" meetings. If For whatever reason the City deems that any employee shall be removed or replaced. O'Donnell's will ensure that the City has approved the replacement before joining the project. C. Business Establishment: O'Donnell's was incorporated as an S-Corporation in the State oFTexas in June 2000. In 2002. O'Donnell's amended their ownership with Sharma L. O'Donnell becoming a 31% majority owner and Scott E. O'Donnell a }9% owner. In February of 2020. O'Donnell's tiled a certificate with the Secretary of State of Texas and was found to conform and we are now recognized as an LLC. (O'Donnell's Landscape Services. LLC). Our tax identification number and all connpany operations and ownership positions remain the same. The change from an S_Corp I,) LLC was done in accordance with our financial and attorney for better protections due to laws changing since our initial incorporation. Shanna and Scott have resided in Southlake. Texas since 1998 and have two children ages 19 and 14. Scott and several of the key personnel have worked together for more than thirty-one years. O'Donnell's has been in business For more than twenty (20) years and employs more than one -hundred twenty-five ( 125) employees seasonally. D. Proiect Related Experience: O'DonnelI's currently provides our services fur the City of Southlake at most parks. today. O'Donnell's employs more than one -hundred twenty -five t 125) employees during the growing season (March - October) and they are easily identified by contpnaissued Uniforms and safety vest, Our maintenance Fleet consists of more than fifty-five (55) professionally marked vehicles. Most vehicles are equipped vvith global positioning Systems as a means of efficiency and providing us the ability to offer competitive pricing. Our growth over the past twenty plus years is attributed to our list of satisfied clients to whom we provide our award winning services for properties that range from yen high profile to simple right-of-way rnowinu. Today. we provide movvintj,ervices for a large municipality and school district where it is necessary to schedule our services around vehicle and pedestrian traffic, spirting events, recess periods. early release. and TAKS studying and testing. (YDonnzll's has s111niticant experience in providing oar services un projects similar to the City of Southlake. Our expertise is second to none and vve are experts at public area large mowing projects with our investments in state of the art equipment. (YDOnnell's stepped in effective January 2014 and began maintaining Town Square properties for the City ol'Sauthlake when the previous vendor chose not to renew. After providing our services at Town Square. the local management company. RPAI hired ()'Donnell's to maintain all of the n Item 4A-36 areas surrounding and within Fown Square. Over the year,. O'DonnelI's has added more than fifteen( 15) additional properties with RPAI across the metroplcx. (YDonnell', management team has more than one -hundred seventy-eight (173) years of combined experience in providing the requested services, The many years of service delivery to the City of Southlake which we are currently the service provider along with providing our services at more than thirty-five (35) campus locations fora large school district demonstrates O'DonneII's ability to logically plan and complete our weekly ser\ ices requested per project. Each month, -week is different in the landscape world and O'Donnell's recognizes the challenges vvith weather. pandemics, special request, events, testing, health. holidays. etc, to schedule our work to be completed in order to satisfy our clients. Due to the size of our fleet and equipment, there is never a time that O'Donnell's can't accommodate any special request regardless of the sere ice needed. Other Pertinent Information: The owners of O'Donnell's Landscape Services are residents of Southlake. We have been activef\ involved in our community whether it is the Bob Jones Nature Center. Carroll Education Foundation, our children's local schools, or city youth leagues such as soccer. football. basketball, and baseball. Our children have participated in various sporting practices/games at Bob Jones, koality. Noble Oaks, Southlake Sports Complex, and Bicentennial Parks. Scott O'Donnell was a volunteer on the Southlake Baseball Association Board of Directors for more than six \ears and has a vast experience in sports turf management. O' Donnell's donated their services to install two new baseball fields at Bicentennial Park. These fields were a necessity due to the expansion ofthe Southlake Tennis Center where t\vo baseball fields were eliminated. Our family frequents Tov\n Square for shopping, lunches, dinners, all festivals including Art in the Square. Fourth of Jul\ celebration, and Oktoberfest. In 2004, O'Donnell's volunteered their services for the Southlake Senior Citizens facility and we were honored with a special luncheon attended by several city council members at that time. O'Donnell's was a Gold Leaf Sponsor for the Bob Jones Nature Center to help support the preservation. conservation. and education of our local natural resources and the Cross Timbers ecosystem. We share all of this information as evidence that O'Donnell'; are present and involved within the Southlake community. O'Donnell's Landscape will take pride in our work because \tie are proud to call Southlake our home both personally and professionally. Item 4A-37 5. References Proposer ,hall provide 1`01-11- (4t references where Proposer has performed similar to or the Sallie tVpCh 01 Services its described herein. Plione and email 1111.1st be prw, iced for contact. Client ; Company Name: C. Contact Name: >M; W4L ILt Q-SOe%e4- M*-o,0,-tLr Phone: Email. %,-A U06 coso m re a, s4a doer ca ► th Date and Scope of Work Pro,, idzd: La, r. 4 jret. MA Lo,.%#Isa Reference 1-2 Client , Cornpanv Name - Contact Name: Contact Title: 73 . 1401 q5 ^406 ^c e- Phone: Email: • so.LXLre Date and Scope of kVork- Prop id,:d: k1j C,J,P L& ft4Tbe4qc ONNa A.W. N%c..%* L4 I.,r r,* a. A- C Reference Client Cornpan% Name - Contact -Name: Contact Title� 61r 46"\ �f-n!?Cc N%la A 6. e- C OIF Phone: Email, Date and Scope of Work Provided. wj -T C--O- C- CO% T C. the n Reference �4 Client 'CompaW,7Narne. Contact Name Contact Title YY\N-A A-jer Phone CVA7. IAIAS 7-16S-L 4 � (04A. fOW%eA kC n— ^i. el,' �M Da-e and Scope of1Vork Pro\ idv-d ",rL-rr--^N- . .... ...... . it i r f� ;�, IFIBMIA1 City of Southlake RFP2010B54().1C200011 Pass 19 tilt' 26 Item 4A-38 i. References Proposer shall provide four (4) reference, where Proposer has performed similar to or the same type, of ,ervices as described herein. Phone and email must be provided for contact. Reference #5 Client ' Company Name: Contact Name: Contact Title: vVia ,N o- 2'i Phone: Email: 96 Date and Scope of Work Provided: � o c��b�-r� zc� �S - ca �' �c,•�.a v �..,.�m� (5 { y ea�s� t„e�•�e�3e.�st IMa►y�as�err•-y.� 1..a..�sa.,ta� Y.t�r1loA�sn "�.rr �aVia, l.dwnCoVr Client! Company Name: Contact Name: Contact Title: Phone: Email: Dare and Scope or Work Pro% ided: Client Company Name: — I Conraet name: v umac� nir 1 Phone: Email: Date and Scope of Work Provided {ieferene�+�: Client % Company Name - Contact Name Contac Title: Phone: Email: i Date and Scope of Work Provided: I Cite of Southlake - RFP20111B-540,1C200011 Pale I `/ of 20 Item 4A-39 h. 7 Gj Trade Secrets and/or Confidential Information r Trade Secrets and;or Confidenual ofo-MaLion; Phis proposal ✓ (does) _ )does nut) contain trade secrets and/or confidential intiinnation. it' applicable. descrihe such wade secrets and confidential information. and the basis tier your atisettiun that such material cµr►l►lies for legal protection from di9CIOSUre. Federal, State and/or Local Identification information A. Centralized Master Bidders List reut-;trauon numher: -AS 7-Z9O q0 B. Prime contractor HUB \l\\BE registration uumber: C. An individual Proposer actin`, as a sole proprietor must also enter the Proposer's Social Security Number: - Emergency Business Services Contact Notice Uurima a natural disaster, ur homeland security event. there may be it need for the City of Southlake to access vour business tar products or services after normal business hours and or holidays. The City may request City employee pick up or vendor deli%er,. of product or services For this purpose. a prunan and secondary emergenev contact name and phone number are required, It is critical the vendor's emer,encv contact information remains current. Lint ihall be contacted by E- mail with any change to a contact n ime or phone number of these emergency contacts. Updates may be emailed to vendorsw ci.southlake.tx.us, .all products or services requested during an emergenc\, event are to be supplied as per the established contract prices. terms and condition;. The vendor :hall pro%iJe the fine ipricing f for an after-hours emer�,ency opening of the business. if anv. In general. orders will be placed using a City of Southlake procurement card (Master Card) or City usucd Purchase Order. I'he billing is to include the emergency opening fee. if applicable. The contractor shall prop tde the names. phone numbers and tee t pricing ). if anti. for an after-hours emergency opening of the husiness listed belcm. Business Name: Q' t *4pa & L44 ' s 'S>E #w z e- E S t- L G T-- Contract R: Description: Lo,,% rv;taSo -iQr C, oC Iau.Aa-a•1�'�¢ Primar•;; Contact (Name): ts Primary Contact Phone Numbers: Home10Ato Secondary Contact ( Vanier Z e r c— `\ r o S" C Secondary Contact Phone \umhcrs Home- 1..t c1 (e4p L % IS 3 -L After Iiloursemergencv opening fee. ifappiicahle: ti IS0`0 Cell. Sri C6tit ALLt— Cell b1'i Sid lo'sl Cit} of iouthlakc - IZhP�Q IUB� t11.1C?t)tltl l t fair c _'U ki I _'i, Item 4A-40 9. Cooperative Governmental Purchasing 'Notice (Other governmental entities matntsintna interlucal agreement~ kith the City, tna�. desire. but are riot obiiLyaled, to purchase goods and services defined in this RFP from the suCcessful Bidder. All purchases by uovernmcnial entities, other thall the City, %011 br billed directly it, and pairs L,v that sovv.,rnmental entity. The City will not be responsible for another �-'ilvernntentit I entity's debts. Each au%ernmental entity will place their o%vn orders with the successful Bidder and be responsible for ensurin-full compliance with the RFP speciticarons. Prior to other goernmental entities placing orders. the City will notify the successful Bidder oftheir intent. Please indicate below if you will permit other gmernmemal ennttca ro purchase from your agreement with the City. [X1 Yes, Others can purchase I j No, Only the City can purchase If. CO:VTR.4CT TER.b/S .4,VD C'ONDITIO.VS. EXCEPT ff'HERE PROPOSER MAKES SPECIFIC Et'CEPTIOrV IN THE SUBMITTED PROPOS-!L..4AT CO.VTRACT RESULTI.VG FRO;1I T1-11S RFP WILL CO.VT-1/N THE FOLLOWING TERMS 4iVD C'O:VDITIOAS, WHICH PROPOSER HEREBY AC'K.VOWLEDGE.S, 4AD TO WHICH PROPOSER AGREES BY SUBMITTING.-1 PROPOSAL Delivers• of Products and/or Services A. Pavment Terms, Unless otherrxtse specified to the Scope or Services or otherwise agreed to in writing by the City. payment terms for the City are Net 10 days upon receipt of in',oice B. Warranty of Products and Services: ]I produCts furnished under this contract shall be warranted to be merchantable and good quality and fit for the purposes irtended as described in this Proposal. to the satisfaction of City and in accordance with the -,pecificcuions. terms, and conditions ofthe Scope of Services, and all services performed shall be warranted to be of good and %workmanlike duality. in addition to. and not in lieu of:, anti other express written warranties provided. C. Late Delivery or Performance If Proposer rail; to cleltVer acceptable good, or services within the timeframes established in the Project Schedule. the C ItV shall be authorized a, purchase the goods or services from another ,ource and as ess any increase to costs to the dCtaulting Proposer. who agrees to pay such costs within ten days of in%dire. D. Title to Goods and Risk of Loss. For goods to he provided by Proposers hereunder, it any, the title and risk of lass of the goods ,hall not pass to City until Cim aCruallV receives. takes possession, and accepts the goods and the installation of such goods. ha, tested the ivitern. dnd determined that it is in good and acceptable working order Miscellaneous A. Independent Contra tor: Propu,er agree, that Proposer and Proposer's employees and agents have no employer- lllplovice rclatioaship twtth Or,, Proposer a�grces that if Proposer is ;eheeted and awarded a contact. City shall not he responsible for the Fcdcral Insurance C'ontrihution Act (FICA) payments. Federal or State uncmploymcni taxes, Income tax tt ttllholdill2, Workers Compensation Insurance payments. or aw, ether tnsuranc,: pir ments. nor will CII furnish any r-nedlcal or retirement benefits or any paid � aCation or sick Ica%e B. Assignments. The rights and dosses awarded the successful Proposer shall not he assigned to another Without the written consent tit the Purchasing Mana&r. Such consent ;hall not relieve the assigner ofliability in the event ofdefault by the as,ignce 00 of Southlakc - RI- P201IIBS-I0JU211t11111 face 21 of'_r, IIM"11MA I C. Liens: Proposer shall indcninif .aid save harmless the City against any and all liens and encumbrances for all labor, roods, and serviccs «-hick may be provided to the CM, by Proposer or Proposer's vendor(,). and it' 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 tuna of entertainment, gifts, or otherwise, were offered or given by the successful Proposer, or its agent or representative, to any Cary 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 ,hall he arrtunds far voiding of the contract. E. Financial Participation: Proposer certifies that it has not received compensation from the City to participate in preparing the speciticanons or RFP on which the Proposal is based and acknowled+ues that this; contract may he terminated and/or payment \kithheld if this certification is inaccurate. F Required Licenses. Proposer certifies that he holds all licenses required by the State of Texas Ior a provider of the troods and/or set tees described by the Scope ol`5er�ices herein. G Authority to Submit Proposal and Inter Contract: The person stoning on behalf of Proposer certifies that the sioner has authority to submit the Proposal on behalf of the Proposer and to bind the Proposer to any res skim! contract. Fl. Compliance with Applicable Law: Proposer agrees that the contract will be subject to, and Proposer will strictly comply %vith, all applicable federal, State. and local laws, ordinances. rules. and re,ulation,. I. Compliance with I-lB 89: Proposer agrees per FIB 89 vendor ;hall not boycott Israel at any time while providinLg products or services to the City of Southlake. O(] Yes, we agree ( ( No, we do not agree (( N/A J. Compliance with SB 252, Proposer agrees per SB 252 vendor ,hall not do business with Iran. Sudan or a forei,n terrorist oruanization while providing products or sen.ices to the City of Southlakc. ( XI lies, we agree ( ( No, we do not agree 3. Financial Responsibility Provisions =k. Insurance: The Proposer, con>istent with it, status as an independent contractor, shalt carry, and shall require any of its subcontractors to carry, at least tile: following insurance in such form, with such companies. and in Such amounts Iunless otherwise Specified) a City may require Worker's Compensation and Employer's Liability insurance. mcludinu All States Endorsement. to the emcnt required by federal km and complying with the laws (if the State of Teas; it, Commercial General Lntbiliry Insurance, Including Blanket Contractual Liability. Broad Form Property Dama,,e, Personal injury, Completed operations, Products Liability, Premises Liability. Mcr:lical Payments. Interest of Employees as additional insureds. and '•6?Broad Form General Liability Endorsement;, fin' at least One Million Dollars (`51.000.000i Combined Single Limit Bodily Injury and Property Damag,; on an Occurrence basis. fii. Comprchenslyc Automobile Liability uIsurance cwerinu all owned, non -awned or hire(] automobiles to he used by the Contractor. with co%craue tier at least ()tie Million Dollars ISI ,000.000 i Combined Sin, -,le Limit Bodily injwy and Property Damage. Cit) of Southlake RFP201013-5403C20001 1 fa« __' of 26 Item 4A-42 B Indemnification: Proposer agrees to defend- indemnify and hold harmless the (. "', all of its officers, Council members, agents and emplo}ees from and against all claims, actions, suits, demands, proceedings, costs, damages and liabilities, including reasonable attorne}s' fees, court costs and related expense,, arising, nut of. connected llith, or resulting; from an'N acts or omissions of Proposer or an} agent, employee. subcontractor. or supplier of Proposer in the execution or performance of this contract l%ithuut regard to whether such persons are under the direction of Cite agents -or emplot ecs. Band Requirements: Prior to iile c .r.nllenccrlent or ,.kork on tht• Protect. Proposer :h,ill dch%er it, the Ott the follo\\ing bondi ti'ilied h'. ,i -_r,wd .toil -Lwtk:iciv hirer\ licewied h\ ill,: Stale ul T_vi, and ianilacior\ to the Clt\ A payment bond i{i the fluff tim .)i Itmw, Ill tilt: mial conmict aniouni `Il>lirinul the full and hr�llllPt Ila\nlent It Ili persoil: 1[10" :111d or turni}hinu, nl.iic;l'?C{I• ill �tll?Ileetlt)". �\ ith this Project performance bond -. '!l _U"_�t 'ili �f -i: 't_�i;i .c?nrr,1t l .Inl._H.I:'.I ill yilrli?Ltii tX(llrl.11. and prompt perrornumcC 0' ae contained in thii contract withitl the nnle parameters pro\idc { herein ( in of 5uuthlakc - RFP201013440-K 200011 a ? - ; ,i 't, Item 4A-43 Appendix C — Form CIQ INFORMATiON REGARDiNG I ENDOR CONFLICT OF INTEREST OUESTIONNAIRE \X HO: The tblltm im, person; mutt file :I ( onllwi of Inluc.t [hteitrin}naire ,kith the Cus, it' rho; hti; an ,nipinynlent nor huslie, s rcIanonill ip %%it[I an officer ot'Ill e 1 it\ that re;uIt: In tax.ihIc inconle :XCUCdinLI S2J;00 .luring the preceding meIve - month period. ,I- mi oftit,ei ur .l mtnIll CI- ut' the 00ice:r'r hJ-. 3Cceplctt 111s :kith I?1 ,: `arc,ata value of more: than S_-il) durint: the pock luu; M Cl\; - nitmth lcrn?d and the per;un eng t,es in\ of the tullo\\ ing actions, contracts or ;eek.N it) contract for tilt ;aIC Or pUn:hitic of prorlcr't\. I-rUUJS Or icr\Icc?'.Vlth !lie l Itk. nlcludin,t anv of the Colltm imr a \cntten and Implied contricts. uuht\ pLlrt:haiei, Ilurcha;e orders. credit card purcha;e�, and am; purchase of t1oods and ier\ Ice; h\ tilt: C It\ h contract; for rile purch.l;c -rl ,ale Of roll I,ropert}, perioncil propk:rn ulcludin:::?n auction 01 propert% i �. tax abatenlenl and rcononuc dektfonnlent ngreenlew,'. 5tlbllllli a bid it) ;ell goods or icr% iccs. or responds to A r,;ef«C4l ftir props+;al iUr ier\ enterti into negotiations with ncc t, itk for a contract: or applies for a tax abatement and or economic development ncenh\e that kvill rciult Ill a contract with the City THE FOLLOWiNG ARE CONSIDERED O)FFiCERS OF THE CiTY- Mayor and C It,, C ouncil M mbei•s. IN Manauer: Board and Commission member; and appointed members bN the Ma\ or and City Council: 4 Directors of 4A and 413 development corporations. The executi\edirectaxs or manager; of 4•\ and 4B de\clopnlcnt tlrporarions. and 0 Directors of the Cm of Southlak;: who hit%L Juthorlt\ to ingm contracts on bellall of the CIr\ EtCLUSiONS: A tlticsnonnairc itatenlcnt need not be filed if the Inone\ pairs to a local govcrnn?ent c+fticial kkas a political contribution. a sift to a rnCmberof the officer'i tamil\ front i li nul\ nletnber; a :untract or purchase of than ti1.500 ar a transaction at a price and inhlcci to tcmt; .v-idahL: to file puhlic. a pa\mcnt for ibod. loduni . :r:ln.;portalion of, entertainment: or a transdcuon itinlecl ;it riite of fcc rv,.!u atlon I %, a -,o".:nllllcntal Cnillk of \t HAT: A person or business that contracts with the (- ity or who ;ccki to contract with the City must file a "Conflict ,,I Interest Questionnaire" I'FORNI CIQ) which is available online: at www.cihies.state.mus and a copy of which is .utached to this guideline. The for}n :onianli mandatory dISClo;arcs r,:gardim; "etnplo) mcnt or business "Clamollilllps- with a municipal officer ()fftciak Islay bt: :Bk%_d Io clan(or Interpret \anon; portions of file -1t?c;tlonmaire. WHEN: The person or husinesi must file the questionn:ure -fto Iawr than ie\ cn Jv,\ ;after IIIC date the person or business begins cl1?}tl•llt:i dKcllsSions or negotiations \\ Ith the I11UnicipallC..ter imhtllit; all _ttlllrcatton, responds it) a request 11ir proposak or bids. correspondence. or other %k ritin_L' reused to a polenual _ontract or a,i•CClllcllt \kith tilt ( Irk. alhl ul updated questionnaire within 4C`.Cn da\ after the date of .Im CVcrl( that v%oold nlaly 161.d gt?csuonnaire Incomplete or Il;iccur:ttc it does not matter It the iuhnuttal :it a hid �.il' prJ p,l;;l) rc alit; in .I ,ol nacl I'll,: statute require': 3 k'?ndor to file ,t 1-ORN4 CIQ at (Ile time a proposal IS Stilimitted (+r Ilc`otlalloi}; cnI11I17cncC \1 HERE: The vendor or putentlal ,vnebar plait mall or ,12lt\vr ;I ctmlplt:ted gttcStionnalre to the 1=inarlec Department, The Finance Department is required by lass, to (fast the vtutenteuts on the Cup's srehsite. ENFORCEMENT: 1=ailurc to tilc a qucsntnul:iu a (I t. lass ( nuidcmlcarn+rpunlihahlc he a fin_ nor. ti. eXC"d S-500 It IS ail cxcCption to pro:;CCU11011 that the perion hies I f•( slt:\I (h) not iLII::I' Ih;L'1 ;C'. Il ht1�111Css dips after+hc person rccei\eel notice' of i '. uilan\m. 'NO 1 E: I he (. ItY doei not ha'. c a dot\ its _•n:<tin: Ihat .I perti,m life; I t_ontlicl of Interest (,)LICitliillnJlre Ciry of Southlake RFP2011lB-541O.1C 201101 i Pagr'_4 of 26 Item 4A-44 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H 6 1491 80th Leg. Regular Session. OFFICE USE ONLY This questionnaires being flied In accordance ,: ith Cnapter 76. Local Government Code r:„� Derai; it by a person • vho has a business relationship as defined by Section 176 001, 1-a I -pith a local governmental entity and the Person meets requirements under Section 176.006(a I By la. this questionnaire must be filed -=ith the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes a,. are of facts that require the statement to be filed. See Section 1-6.006. Local Government Code. A person commits an offense if the person kno•..ingry violates Section ' 76.006 Local Government Code. An offense under this section is a Class C misdemeanor 1 Name of person who has a business relationship with local governmental entity. QIA aCheck this box if you are filing an update to a previously filed questionnaire- Tilt- io.v f�I¢jn!�� rh•r• ;'_u tii uG;l:i!af nil;.wt�•a jt, h rni,Ut :Wrl th= :IDpr`�:rl_1b- h,uha autnont n,,t 1a19r th:ln "re it, Cush?.; acv, -ittdt tho -.;ar;-• t, `,iii;lrt•llt/ fli�,a itr�;tri:nn.2u- C _COnte?S in-: :hmptete or ;Gdr-rur•lie 3 Name of local government officer with whom filer has employment or business relationship. �sIA i i TnIS ;-;r;hOr,Ron-. u1,:N;.:iliJ ;ub,:ia(15 -. C ': _"cla .om flat-••2 �a,a >1itn=r :•:rth ,�hnn; ?hr ni�r ha; �tr -?,if or „oi�i Cush s r ,Ianunsnlf i-• f •nil t , ;� -. ,,n ? - lr 1 TO thi; Forni I'd ,1 n .. :is.]r•r I _ s !h= L,-,rpi t,, yr.,r;ant ;ificet nun,.,.; �r, t, _ . ar,n - - ,1 �; n I.{.- . - -'.;,,.. ']A r,•I:• In.- ;n:.: )th?r than I C;'r„•=' `fi)C, 117� il!ri si rl?N tU?j(h:Irndll� a E-1 h; itirl rilMr of ih • Il,�stir:nnalr? r�,_er,u ,a r lik •I, :r,ltt- h<m� °•1ul h u h, -; r'�nt :nCr_,m rcrnn of tt :r:= d,r? p:1n -A th ti-W9r In 'h u':,-nm- rc t rr _ •,ail from the Ir:_ti ;werrni�nt.il ?ntrr. i the filer .-,r rh:; 1u •Ur,ni:]r Sri :l,,rgr1 C, ::I r., r.,Itr::r ..,r _rh�r Guar _ �n!lt, ;nit' - •D?,: rr• Mlich !h= :w:.il i an•,m�nt •iffir•.r ,ter,_. -:_ -gin �filr_�r _I �:r�a, i•1, �n _ •,u,-r•:lilt. ,i _ r;?r•_r' _r ,_,=r- L-scrit—e,irh Ir+;l,rrr�w+ll 'r tt.,ln,-. rul:_�n;fu; silt rr•�I�„ I-nml-in )(fit �,, I 1 j. � �-till � qtill•_ _c•r:k;ri S a3 1 P, i itA Signature of per ,,-)n r;rlrtg Juslnes- moo 'he. rni iy ate Cite of Southlake - RFP20108540.W200011 Page 25 of 1-6 Item 4A-45 SOUTHLAI<E v \1)1)FNhl �,I N1 NIBER = I Tu: All Proposers Date: November ;, 2020 Request for Prnposal: RFP2010135a0.IC'200011 Landscape Senices for C'it% of Southlake Proposal Due Date: 3:111) p.m.. Noember 211, 211211 1. Addendum No. 1, dated November ;, 2020. per \ddt:ndum »I. the C Its ,,t SUl11111ahe is ansk�enmg vendor iuhmitted questions QL ESTION: -tire %,,it ;urrewk u,In_ multiple pn', tdcr, to ,en Icr these prupertie,' -iNSW ER: \t, QL ESTION: the bid ,rite, that ,cn ICC; ,ire to he pert-Orriwd as requested (page 7). Please ,hare hock man\ nt,n�; there sNcre thl, pa,i �c;lr I ,,r rumple. %%ere: there t. evkll I1IOM., or n1,,\%, , NSW ER: local numher ,�I ;cr,,+ce, t„r all ,Irca, I, not readll,. a%Ailabie and does not 'rldlcate Future required reyue,ted ,er%ice, ,,,roe .Irea. t,.crc ,crvlced and sortie area, +\ere ,CR IcCd Per the pnlpo,al d+,cnnlent: 1 endor will be paid on an "AS Performed As Requested" basis. t its ,hall ,_Ieiennine Micn ,ery i,.es are to he pertormcd. l_,!in`AtCd ,Ct%ICC, t11 hC rQytlC,tcd He indicated In the Schedule ,t prrCtn',: Bld fable Srrvl e t'rcyucnclr. ,hoMn arc e,tlrna:Cd ,,nl% and In n,, «a% are a 'auar:.lnteed atn, mw oI* er\ Ice, t(, he oct-formed QL ESTION: fk, a; allo ti the tl,c •`I ic:r\ I,c I).tnner,, ,tilit o tractor, , OSW'ER: the t` It_\ prefer an c,(ahl"llet.l "mlp.-ur'.i;I "'111 Its crv�� and equipment the prc,p,,,er + ,LIh1111„I„fl I, liea�dk ,It 2\pertericc and ahilit\ th'`o) n, pn,',Ide _III requlrCd .er%L•, II pn,fit .,er I-. plaIInIn_ ,n Iitiliiln ;Cr%i_e partner ,,r ,uhcontractor, t,, prw.+de %(InwCd ,cr�Ic ,. fhr, chef nnl,i he clearfti indicated ul the pr(tpo,ai ;ulimlt sI„il .Ilid .lil required Iltlorwation Illu,t he pi-m Ided h,r each uJRICC partner i,r ,uh-contract,.,r it, he Milli,,cd in the perl,,rnlallcc �4 thi, e(,ntracl QL ESTION: \\ ill `• lit puhll,h :111 ylle,i n,n, tr tit ,ther \ rndor. %NSW1, R; Per the original document: Re,pt,n,c, 1- Iny!ttrle, \%hich direclk ,Ilieet an Interpretation ,r tlret a chin t 1; Ohl, KI P '.%ill h,: 1„twd ill ��ritiriu h\ addendtnn Hosted t(, 1. Itv \\ch,lte 1, ':1 _.r lrHe? rr :r.it,.. -.L n,-('- a Ji f, 11. Item 4A-46 QL ESTION: Landscape tier\icc, Ooc, lhl, include ;11»111a1 v.niter cuthack .II Perennial, and t;ra;:r,' 1 ;ut \ Iu ,pcclll (tic .ulpc oll thl•, 1VSWER: 1 Ir \lap = \" I \I +;\ \Ic,Ilarl, ` kt1\\ lanti , ipc ,er\Ise, .iwIi Include Illnx I;f cutback, on _ra„ and plan( material .uld should he Included In \ oor land,caping cll;t; for tills area \11 Tither area \\ Inter cutback, art: non Included ill I.alldscape Scr\ IeC;':ost. I he hlutrl\ labor rate t;Ir \, Reyue,led" ;er\ic,c, ,hall he used I,Ir the,c ,cr\Ice, in Ilther Moral lui, Qt ESTION: Push \Itl\\in at 1 Ir\ Hall. l'unik P:Irk. Ktutln Park. t_ entral Park - I dill rcarhnu that rhe,e entire area; are (,I he ru,11 1111+\\ed. 11 (hilt ce)l'rCet ' \NIAWER: \ e,. QLESTION: Irri ation-1LIILI , - (he,c <ire prlceJ Al ,111 huurl\ rate IIn hid >heet 1 orrcct' Ilmuanl}n audit per controller and riyulred repair, \II I ocauun,l Bid lit' K--t ANSWER: 1 es QUESTION: I, there a pre\ it+us hill tab that \ ILI can prll\ ids ANSWER: I )mmial Bid tabulation Included 2. There are no other changes. Mai-, Vortian Deput, Director Finance I It\ , ""Ilthlake hl the ;tIbmisNion III their rl`OPOnBl. Pn1po,er ntu,i 1ckno%0edle receipt III this addendum. l'ropo,cr ,hall .IikiAl\\led`_e this adilclldt1111 h\ il'1nI11'! mid returnlll-_' -f1C �I'h\ �`t Ihl- li,e \\Ilh their pnlpll,al ;tlhllll„1`Ill - f- - NlL tatcd � i I t"1 I Lea 20 t .Impam Vant4 C '©ohri�ii, l.awd; ,T+1—k.C. !� / Igln�dea `r'31i:', _..).q •r�=rr • LLr,i' ,. -''I ,:ai:. _ � .:afPt�, :.35 'y.'!. Item 4A-47 Kev Personnel Position: OWNER Name: SCOTT E. O'DONNELL Education: B.S. KINESIOLO(A UNIVERSITY OF NORTH TEXAS Experience: Thirty-one years of experience in the landscape industry. Scott is a Texas Certified Landscape Professional 0318). a Licensed Chemical Applicator 1=314 469). a Licensed Irrigator (=L10020038), a member of the Texas Nurser} and Landscape Association (TNLA). and a member of the Associated Landscape Contractors of America ( ALCA ). Position: OWNER Name: SHANNA L.O'DONNELL Education: M.S. iMARKETING LOUISIANA STA I E UNIVERSITY Experience: Twemt years of experience in a management capacity %4ith several diverse roles. Shanna is a member of the Texas Nurser,. and Landscape Association (TNLA). and a member of the Associated Landscape Contractors of America 1 ALCA I - Position! SR. VICE PRESIDENT ()PERATEONS ' LAWN CARE MANAGER Name: EiNUMANUEL CARRENA Education: il,S. HORTICULTURE ()K1.AIIONIA STA IT IINIVF:RSI FY Experience: Forte -three year, of experience in the landscape industry. Emmanuel is a Texas Certified Landscape Professional (460), a Certified Nursery Professional (2380). a member ofthe f'exas Nurser` and Landscape Association (TNLA), and a member of the As-,ociated Landscape Contractors of America (ALCA ). Primarily responsible tier ntana,ement and production of all operation-, of the conlpan4 l Item 4A-48' Position: VICE PRESIDENT OF OPERATIONS ; BUSINESS DEVELOPMENT Name: JEREMY FOSTER Education: B.S. BUSINESS MANAGEMENT UNIVERSITY OF PHOENIX Experience: Nineteen years of portfolio management with client service and sales experience. He is a member of the Texas Nursery and Landscape Association (TNLA), and a member of the Associate Landscape Contractors of America (ALGA) Position: IRRIGATION MANAGER Name: CIFERS HAN1 LTON Experience: Forty years of experience in the landscape industry. Cifers is a licensed irrigator in the state of Texas, ;Vlaxicorn certified. a licensed Backilow Prevention inspector. a member of the texas Nursery and Landscape Association (TNLA), and a member of the Associated Landscape Contractors of America (ALGA) Position: LANDSCAPE DIVISION MANAGER / CLIENT SERVICE MANAGER Name: TIM McCONENIAS Experience: Twenty-six years orexperience in the landscape industry. Tim is a member of the Texas Nursery and Landscape Association (TNLA), and a member orthe Associated Landscape Contractors or America (AL.CA) Position: QUALII-Y CONTROL_ MANAGER' ASSISTANT LANDSCAPE Name: JUAN RANTIREZ Experience: Juan has nineteen kears ofexperience in the landscape industry. lie is a member orthe I"eras NnrScr\ and Landscape ;\ssociation (LNLA). and a member or the ,-associated Landscape Contractors of ;\merica (ALCA ) Item 4A-49 Field Supervisor is Alvarez Sr Mechanic / Float Javier Munoz O'DONNELL'S LANDSCAPE SERVICES LLC ORGANIZATIONAL CHART for CITY OF SOUTHLAKE Ownore Scott & Sharma O'Donnell Sr. VP - Operations FIN VP - Sales & Operations DFW Emmanuel Carlene Jerson, Foster Office Manager/Payroll Lawn Caro Dept Mgr. hrigallun DupL Mgr. Landscape Dept. Mgr. Quality Control Emmanuel Cairene Cifers Hamilton Tun McCommas Juan Ramirez Applicator Irrigation Tech Landscape Foreman Maintenance Foreman Dame/ Love Jose Reyes Geraldo Castro Enunanuel Jtmenez Applicator irrigation Tech Landscape Foreman Maintenance Foreman r Alejandro Ortiz Jose Platas Jose Lomas Miguel Perez Irrigation Toch Maintenance Foreman Maintenance Foreman Jose Zumga Miguel Ruvalcaba Lazard Garcia Irrigation Tech Dotall Foreman Maintenance Foreman Armando Ruvalcaba Jose Chavez Melesio Hernandez Irrigation Toch Maintenance Foramen Benford Peavy Augustine Hernandez Irrigation Tech Dotail Foreman Luis Hernandez Gilberto Sancen 3 Item 4A-50 , „<qY.1, I , . Who We Are Scott E. O'Donnell. Owner has more than thirty- one years of experience in the landscape industry. Scott maintained yards and several commercial properties for Hall Financial Real Estate during his early college years. During his final year of college. Scott became serious about the landscape industry and accepted a job with a large landscape maintenance provider in (he DFW Wetroplex. Scott became passionate about the landscape industry and chose this field as his profession after graduating from The University of North Texas. Positions he has held during his career are as follows: Gardener, yrlaintenance Foreman, Chemical Applicator. Residential ' Commercial Manager, Area Manager. Salesman. Sales Nlanaaer. Vice President of Sales. Regional Sales & �larketino Nlana:ter. and National Accounts Manager. As an Area Manager. Scott managed a portfolii, of more than two million dollars in landscape maintenance re\enue. Several of his properties were recognized nationally. regionally. or on a statewide basis with an award for their landscape appearance. A few of these properties were: Omni ,Llandalay Hotel in Las Colinas. Dallas - Fort Worth Freeport Development. and DM Marriott Hotel, In his -ole as Vice President of Sales. Scott was responsible for the sales and marketing of a twelve million dollar company w ith rmo branches located in the Nietroplex. In April 1998. a national company acquired Scott's employer. where he assumed the role of Regional Sales & Marketing i10ana�,er for a seven state area. During his tenure with the national company. he saw a recurring trend. The trend was a general lack of care for the clients as \\ell as the employees. translating to a non-existent level of ownership. The focus on pro%idin` quality landscape ser%ices to clients was lost in an attempt to satisfy stringent corporate budgets. Scon's philosophy has and always will be to take care of his clients as well as his employees and they in turn w ill de the ,ante. In 2000. O'Donnell's Landscape Services was incorporated in the state of Texas. Complete landscape manaszement services are provided such as: mowing. edging. trimming, fertilizing, seasonal color installation. irrigation monitoring/repairing, and plant installation. Scutt is a Texas Certified Landscape Professional (14318). a Licensed Chemical Applicator (4314461)). and a Licensed Irrigator (L100200 8). The company is proud to be outstanding members of the fexa Nursery and Landscape Association ( i NLA), and the Associated Landscape Contractors of America (.-PLCA'). Item 4A-51` Risk Management / Safety / Training In today's society it has become increasingly important to manage your client's investment by evaluating the repercussions of various liability issues. Below please find a listing of items that O'Donnell's Landscape Services, Inc. does to insure that you and \our client's assets are billy protected. Our employment screening and hiring process protects our clients. • We randomly administer drtt�: and alcohol testing to our staff on an ongoing basis • We require proper documentation of citizenship and/or work papers of all our staff • We require all of our employees to strictly adhere to our uniform and personal appearance policies We have complete insurance coverage on all ofour employees includin`, an umbrella policy of over tyro million dollars. We require proper certification and licensing of all of our technical staff. subcontractors. and most importantly we adhere to the strict la\4s in texas. We have a safety program that is endorsed by the Associated Landscape Contractors of America (ALCA) organization. A safety meeting is held monthly covering numerous topics within the Green Industry. A tailgate meeting is held weekh to ensure all proper training is adhered to on our clients properties. All of the above are items. which tie think allow us to deliver added value for our clients. Although there are opportunities to provide Service at a lower cost. we would unfortunately have to sacrifice mam of'the positive thins we do for our clients. wl Item 4A-52 The O'Donnell's Difference There is a difference in landscape companies. Frankly. vve feel we provide the finest landscape services available in the Metroplex. Our small more personalized work teanis, combined with our central location are tough to beat. I . O'Donnell's is responsive. Simply put. if you need us we are there. We maintain projects throughout the Metroplex. Throuah our network of smart phones and global positioning systems we're seldom more than minutes away. We take great pride in our ability to solve our customers problems in a responsive manner ?. O'Donnell's delivers quality. Our management staff has received numerous national. state, and local avvards for landscape maintenance. and colorscapin;. Whether you're a high profile municipality, a commercial property or a residential community. one thing is certain: O'Donnell's delivers quality service. O'Donnell's delivers value. Our company strives to deliver true value for our client's investment. We lionestiv feel that there is no comparison in value. Our goal is to have the best price on every proposal, but what vve concentrate on is delivering value. ; he best way to describe the value of O'Donnell's Landscape Sery ices is by sharing our mission statement. That mission statement is as follovvs� "Our goal is meeting, or exceeding our clients' needs by delivering quality landscape sery ices at a reasonable cost, while cultivating lasting relationships with both clients and employees." As we "live" our mission statement, we deliver value for our client's investtttent. �v Item 4A-53 The Certified Landscape Professional O'DonneII's Landscape Services. Inc. is pleased and proud of our ability to offer the services of a Certified Landscape Professional. Certification is a voluntary peer rev iew process that identities and acknowledges individuals possessing high levels of professional ability. The program requires broad knowledge of horticultural and management standards set by the Texas Nursery and Landscape Association and is accepted throughout the landscape industry. I he certification process for landscape professionals in Iezas includes extensive testing covering over twenty topics. These topics range in diversity from landscape and irrigation design to resource efficiency. buildinul materials, botany, turfeulture, and pruning. Professionalism is a key to success.. . Advancing technology has made landscape contracting much more than a horticultural abilit\. Landscape contracting has become an advanced skill in the management of science and business. A careful blend of education and experience is required before this skill is refined. The certification process is a measure of these accomplishments. Benefits of using a Certified Landscape Professional are many and include: Confidence in the knowledgre and Skill le%-vl in hurtictdttire and landscape Science Protertiott of t-ottr landscuhe itnVesttnent PreserwWon of the integriti• oJ:rour lantAcalte dvvii n Extension of professiontilisnt thrott-,hoot exert asltect nj vour project ,Sigtifrcunt payifive affects on the qualirr til'your environment Certified Landscape Professionals set high standards. which are passed on to you in terms ofjob quality and efficiency. Landscape contractors who are not certified do not represent the very best the industry has to offer. Protecting, the public trust by establishin!, certification sets apart skilled professionals. Item 4A-54 rt rr '40� j/J ell -1' fadii-I(Ot 1 ii•nir're /M There are many factors that should be taken into consideration during the selection process of a qualified contractor. Below is a list of recommendations that should be considered in selecting O'Donnell's Landscape Services, LLC as the contractor to provide landscaping services. Ownership involvement is extremely crucial. The owners of O'Donnell's Landscape Services, LLC are actively involved in even aspect of the day-to-day functions of the company. Our company is family owned, and privately held. The owner personally toured all of the desianated areas in this RFP. Fie assisted in the estimation of actual hours required per service per location and physically walked most of the locations himself. The owner will be the direct point of contact and is readily available via email, telephone, or in person. Location of the contractor's maintertrtttce facility is important. O' Donnell's Landscape maintenance facility and yard is located along the city borders of Fort Worth and Keller. Texas. Our location is less than twelve miles from the City of Southlake. Safeo• is a must. O'Donnell's has invested a lot of time and money in the training of all our employees. Because O'Donnell's employees have such avast amount of experience providing our landscaping services in the public sector/schools, we have priced our services accordingly with safety being our number one priority fir all persons and property, including our employees. O'Donnell's has been recognized nationally by the Associated Landscape Contractors of America for our safet- record. 4. AccountabiGn, is a requirement that must be adhered to in order to be employed at O'Donnell's. O'Donnell's has invested in a five ;lobiil positioning sjtstetit which is installed in most company vehicles. With this system, our tearn is able to create numerous reports. This systems has proved to be a critical cost savings tool for O'Donnell's which enables our pricing structure to be more competitive. E.rpertise and experience are major considerations for selecting O'Donnell's Landscape. There are several key elements as to why O'Donnell's should be chosen as your long-term partner. The management team of O'Donnell's has more than orte linndred seventy eiglayears of combined e_vperience. The owner, senior vice president, three of the client service managers, and two department managers have all worked together for more than ttventvyears. If we were to consider our field staffin the above combined experience, the number ofyears would be more than double. Most of0'Donnell's salaried employees are all past employees ofa company that sold to a national compan% in 1998. Maul `uthlakv Blvd.',1r I r,rr' `,,,u!hlak I'. adr) \1,rr, " - Item 4A-55 O'Donnell's was established to brin- back the Family/company culture we were all accustomed to. O'Donnell's has the experience of ntany years, but more importantly expertise that is hard to beat when it comes to maintenance services. O'Donnell's Itas five Certified Landscape Professionals, and our Senior Vice President of Operations holds a Master's Degree in Horticulture (Turf Grass) trom Oklahoma State University. O'Donnell's is in good standing as a member of the Texas Nursery and Landscape Association, as well as the Associated Landscape Contractors of America. 6. The scheduling of O'Donnell's Landscape maintenance services was carefully considered when all pricing was established. O'Donnell•s did a thorough evrduativn so our crews would be out of the �vav during the heavy pedestrian and vehicular traffic times. All locations will be maintained in accordance with a minimum of inconvenience to the general public. O'Donnell's commits to working with all City of Southlake personnel to ensure that the general public will not be inconvenienced by our maintenance services. The ease of communication between all interested parties should be considered in today's busy workplace. O'Donnell's offers several options for an open line of communication with our clients. We leave the option of communication up to each individual. All members of O'Donnell's management team are equipped with Smart Phones and Laptops which are capable of receivim, email, text, and telephone communication. O'Donnell's website is one additional option to communicate via email at wwn•.teumols.cunr. N Getting the job done on time will not be an issue for O'Donnell's. Because O'Donnell's is solely a landscape maintenance company our team of more than one hundred twenty-five employee,, our Fleet of more than fifty -fire trucks. and our proven years expertise and professionalism should ensure the City of Southlake that when we say. *,O'Donnell's can complete the entire nee(Ls of the city in one week as retluired ", we mean it. We are large enough to serve you but most importantly. we are small enough to•know you and your needs. I-t t: ',oullihket31vd.Ste tr,ti' ,nItItLlI;r \I,.rrn t !':ri'.lyt • •. •• u1t�11t1c'lltil;lntl�:ial?C.�;��n' Item 4A-56 SOUTHLAI<E v City of Southlake REQUEST FOR PROPOSALS Proposal Reference Number: UP-201OB34OX20001 1 Project Title: Landscape Services for the City of SOUthlake Proposal Closing Date: 3:00 P.MACST), Friday, November 20, 2020 Item 4A-57 TABLE OF CONTENTS Tableof Contents ..... ....... . _..........__.. ... .... _ .... ..... .....__ .............. ....._ ............... Paae I Request for Proposals ( I ) Introduction ................................................ .................... ........ ... Page (2) Definitions ................ ........_........ ..._.....,.................... ..._-Paoe I (�) General Infornation ...... .. _ .. Page ? (4) RFP Withdra%%als and „r ,-amendments......_ .............................................. .._ ......... Page (5) Estimated Quantities ................... ....... Passe ((i) Proposal Submittal Requirements . _ ......................................... .... .... PaVe ? (7) Proposal Evaluation and Contract Award- _ ___ ...._ ... .......... ... ...... Pase -i Appendix A — Scope of Services ( I ) Project Title .............. _ ................. ...... ......... _ ............. ............... Page 6 ('_) Scope of Services Contact........ _....__.......................... ............... ...... ..... —...... ..... Passe 6 (3) Special Condition:._.... .._ .......... ... ...... Pa,e 6 (4) Proposal Evaluation Factors.. _... _ ... ...... . ..._ ..... Paae h (5) Brand 'Manufacture Ret'erence...._ .... ........ ... _ Pate 6 16► KeN Events Schedule .......... _...... _ .,......... _ .. ... ............. . ............... ... . ........... Paae n t7) Scope ofService; ._---- . ._._ _... ...... _. ... Pa_se 6 Appendix B — Proposal (-) Label Format for Subrn Mal Packets Scaled Fmelope ................................. _.......... ... Page 16 t Required Proposal Information t I ) Proposed Product . ..... _........ ......._ .... .. _ ......... _...... .._...... _ __..-. Passe 17 (2) Cost of Proposed Product ...— ................... _ ....... ...... ..... ... - . _...... Pasac 17 (3) Term of Contract and Option to 1-I'm nd ... __ ... _...... ............_ .. .. _- ._ _ .. Page 17 (4) Proposer's Experience Staff............. ...... _._ ...._ - -_- ... ... Page 18 (5) References....... _ _. _ ..._ ..... _._._. Paae 19 (6) -trade Secrets and, or Confidential Information.__ ................ ............... ...... Paige 20 (7) Federal. State and/or Local Identification Infornation................................................. Page 20 (8) Emer_ency Business Seri ices Contact Notice _ ... _ ........... _ ...... ... _ _ ..... Ptue _'o (Q) Cooperative Governmental Purchas in_ Notice ................................... _....... . Pagre 21 11 Contract Terms and Conditions ( I ► Delivery of Pruducts ant or Servi�r>.... _ ........... .._ _ ....... _._...... Page 11 (2) Miscellaneous ...... _ ................ _ _ .. _ ..... Page 21 (3) Financial Responsibility PrOViiiUns ......... Page 2' Appendix C — Form CIQ ......................... ...... _. ...... _...._..... Page 24 Appendix D — No Intent to Submit Form ......... .._.... ................. — .... . ........ . . _.. Pane 2'6 M .attachment A — aerial flaps and Photos ..... ................................... City ofSuuthlake UP2010B-5Jt1.IC200011 Pace I ul,26 Item 4A-58 Southlake, Texas Request for Proposals 1. Introduction A, Project Overview Fhe City of Southlake is requesting Proposals %kith the intent of a%%ardu)g it contract for the purchase of-oods and ser% ices contained in Appendix r1 - Scope of Services. B.Questions: Following are contacts [Or questions as identified. i. RFP Clarifications: All questions related to requirements or processes of this RFP should he submitted in writins to the Purchasing Nlanawaer identified in section '_ below. ii. Scope ofscr\ ice Questions: All qucstioni related to the scope cif services should be submitted in writing to the contact person(-,) noted in \ppendix A - Scrape ot'Service, iii. Replies: Responses to inquiries which directh affect an interpretation or effect a change to this RFP will be issued in writing, by addendum posted to C'iv, \wh,ite. All such addenda issued by City prior to the submittal deadline shall he considered part of the RFP. The City shall not he bound b\ atn_ reply to an inquiry unless such reply is made by -such formal written addendum Iv Acknou ledgement of Addenda: The Proposer must acknovv ledge all addenda by signing and returninL, such document(s) or b\ Initialing appropriate area of the Proposal. Notification of Errors or Omissions: Proposer, shall promptly notih the Cit\ of anv omissions. anibi>zuin. inconsistency or error that (lieu rna\ ilieover upon exar77tna[lon of this RFP. 'fhe Pity shall not he responsible or liable for am errors andi'tx misrepresentation that result From the solicitations which are inadvertently incomplete. aunbiguous. inconsistent or obv mush erroneous. D. Conflict of Interest Questionnaire I Form Clt-)): A person or business_ and their agents. who seek to contract or enter into an agreement with the Cin. are required by Texas: Local Government Code. Chapter 176. to the a conflict c+f intere>t questionnaire (FORM 7R41 Clt,)1 v%hich is found in Appendix C 'rite farm must he tiled «ith the City Secretar\ no later than seven (7) days after the date The person or business beuins contract discussions or netuotiations, %\ith the C'it\. or submits an application. response to a request for proposals or hills. correspondence. or other w ritin,j related to and potential at,rcement �� ith the C'itN E. Form 1295 Certificate of Interested Parties. In 2015. the Fexas Legislature adopted House Hill 1295. which added section 2252.908 of the Government Code. 1-he law states that a governmental entity or state agency man not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to thegovernmental entit\ or state agency at the time the business entity iubmits the ilt!ned contract it) the governmental entit\ or Slate agency The law applies only to a contract ofa governmental entity or state agency that either i I ) requires an action or vote by the govenun!, body of the entity or agency before the contract may be signed or (2 ) has a v alue of at least $ I million. rile disclosure requirement applies to a contract entered into on or after January 1. 2016- Please uo to the Texas Ethics Commission vvehpage tw.cthics.statc.tx.us) for full instruction.; and to complete the required steps For creation of Form 1?1)5 Once the form is completed online. printed and si4_ned please return the lirrm vt ith your proposal submission. City of Southlake RFP2U I013-540.1C'20001( Page 2 oil 20 Item 4A-59 2. Definitions Proposal: The signed and executed �uhmittal cif the entiret} ol' appendix B - Proposal. Prop( scr: The Proposer and the Propo er's designated contact '.it nine the first page ofthe Proposal. City of Southlake ("City"): Tile Cif\ of Southlake, Texas. City Secretary'; Office: The office of the Cit\, Secretan. of the Cit\. IUCated at 1400 Main Street. Suite »270. Southlake. fexas 76092. i'll (817) 748-8016: Fax. 1817) 7-18-9170 Proiect: -(lie name of this Request far Proposal, as identified on the cover sheet and first pare of .-Appendix A - Scope of Sere ices. Purchasim: Nlanaaer: The Cit} of Southlake Purchasing N1anauer i; Tintoth\ Slifka CPPO. CPPB. Phone: (817) 748_811'_. E-Nlall taifl.a a ci.southlake.tx.us: fax (817) 748-8010. Request for Proposals (RFP): The entiret-\ of this docunient. including all AppendiCell and :addenda. Scope of Services-. The entiret\ of .Appendix A - Scope of Set-\ ices. 3. General Information A. Tax Exempt Status: City purchases are exenipt from State gales Tax and Federal Fxcise Tax. Do not include tax in the Proposal. CO gill furnish FAcke Tax Exemption Certificate upon request. B Public Inspection of Proposals: The Cttx ,trictl\ adheres to the I exas Public Inforniation :Act ( Texas Go\ernment Code Chapter 552.001. et seq.) and all other 2o\ermn2 statutes. re_ulations_ and laws regarding the disclosure of RFP information. Proposal, are not a%ailable for public inspection until after the contract a\vard. If the Proposer has notified the Cit\. in \\r[ting. that the Proposal contains trade secrets or confidential infi,rniation. the Cit\ will �,eneralk tale reasonable Steps to prevent disclosure of such information. in accordance \vith the Public intorniation act This is a statement of general policl onk. and in no) e\ent shall the Cit\ be liable fix disclosure of such information b\ the City in response to a request. regardless of the C'it\'s failure to take any such reasonable step;. even if the Cit\ is negligent in t'Ailim_ to Flo .0 a. RFP WithdraNvals and/or Amendments A. RFP Withdrawal The LIT\ reser\es the riudit to \\ ithdraa this RFP l'or iui\ reason B. RFP Amendnents: The Cit} reser\ es the nrht to amend an\ aspect of this RFP b\ formal \\rtten Addendum prior to the Proposal submittal deadline and will endeavor to notify all potential Proposers that have registered with the Cit\. but tailure too notif\ shall impose nir nbli2ation or liabilit\ on the Cit\ +. Estimated Quantities Tile City does not guarantee to purchase art-, tninirnunl or niaximuni lluantit\ but does contemplate purchasing, exclusively during the terni M the contract troni the successtill \endor 6. Proposal Submittal Requirements A. Submittal Packet - Required Content. All proposals niust be submitted electronically. The Proposer niust visit https://southlake.ii,mlirehub.conllogin and register. Once registered for this City of Southlake Pa`e ; o1 -'h Item 4A-60 complimentary service. the Proposer ntav subunit Proposal Documents electronically by selecting the appropriate Proposal Identification. B. Submittal Deadline: The deadline for submittal of Proposals shall he as identified on page 17 (seventeen) of appendix B-Proposal. It Is the Proposer's responsibility to have the Proposal Documents correctly electronicall\ submitted by the submittal deadline. No extensions will be granted and no late submissions will be accepted. C. Proposals Received Late: Proposers are encouraged to submit their proposals as soon as possible. The tithe and date of receipt as recorded within the Bonfire electronic system shall he the official time of receipt. The City is not responsible for late submission regardless of the reason. Late Proposals will not be considered under am circumstances. D. Alterations or Withdra\vals of Proposal Document: \nv suhntincd Proposal nua he withdrawn or a revised proposal substituted prior to the submittal deadline. Proposal Document.; cannot he altered. amended or withdrawn by the Proposer after the submittal deadline. unless such alteration. :amendment or withdrawal notice is appro� ed in \yritinu by the Purchasing_ Manager E. Proposal Document Format: 111 Proposal Documents must be prepared to single-space type, on standard 84'2" x I F vertically oriented pages. numbered at the bottom. The Cit} only accepts electronic submissions via htttu:i.'southlake.bon lirehub.cotnllogin. An\ other fornrtt (\ia telephone. fax. email. etc.) max he rejected by the Cite at its discretion. F Validity Period: Once the submittal deadline has passed. any Proposal Document shall constitute, an irrevocable bid to provide the commodities arid, or sery ices yet forth in the Scope of Services at the price(s) sho\vn in the Proposal Document. Such proposal shall be irre\ ocable until the earlier of the expiration of ninerti (91)) days front the submittal deadline. tw until a contract ha., been awarded by the C ittt. Proposal Evaluation and Contract Award A. Proposal Evaluation and Contract Award Process. An av\ard of a contract It provide the goods or services specified herein will be made usim> vomlpetitive sealed proposals, in accordance with Chapter 252 of the Texas Local Government Code and with the Cit-\'s purchasing policy. The City will evaluate all proposals to detemtine which proposers are reasonabh qualified for the award of the contract. apply ing the anticipated e\ aluation factors and emphasis to be placed on each factor as identified in the Scope of Services. 1-he City ma\ . at its option. conduct discussions with or accept proposal revisions from an\ reasonably qualified proposer f he Civ, reserves the right to determine which proposal will be most advantagecnrs to the Cit\ B. Completeness. Il" the Proposal is incomplete or other\% ise fails to cunfonn to the requirements of the RFP. City alone «ill deternune whether the variance is so significam as to render the Proposal non- responsive. or whether the variance nra% be cured by the Proposer or wai\ ed by the City. such that the Proposal ntay be considered for award. C_ ambiauity: Any ambiguity in the Proposal as it resell of omission. error. lack of clarity or non- compliance by the Proposer w itlt specifications. instructions and all conditions shall be construed in the favor of the Cite in the event ota contlict between these standard RFP rcquirenients and details pro\ ided in appendix .A — Scope of Sen ices or .Appendix B — Proposal. the .Appendices shall prevail. D. Unit Prices and Extensions: If unit prices and their extensions do not coincide. the City ntay accept the price most beneficial to the (_'it\. and the Proposer will be bound thereby. Cif} of Southlake RFP20101154MIC20001 I Pa_c -t of _n Item 4A-61 E. additional Information: City may request any other inturmation necessary to determine Proposer's ability to meet the minimum standards required by this RFP. F. Partial Contract Award: City reserves the right to award one contract for some or all the requirements proposed or award multiple contracts for various portion. of the requirements to different Proposers based on the unit prices proposed in response to this request. or to reject any and all Proposals and re -solicit for Proposals, as deemed to be in the best interest of City. G. Terminate for Cause: The occurrence of any one or more of the following events will justify tenmination of the contract by the City of Southlake for cause: i) The successful proposer fails to perform, in accordance with the provisions of these specifications: or ii) The successful proposer violates an,. tit the provisions of these specifications: or iii) The successful proposer disregards laws or regulations of an,, public body having jurisdiction, or iv) The successful proposer transfers, assigns, or conveys any or all of its obligations or duties under the contract to another without written consent of the City. v) if one or more of the events identified in Subparagraphs G i) through i%) occurs, the City of Southlake may. terminate the contract by 1:iving the successful proposer seven (7) days written notice. In such case. the successful proposershall only be entitled to receive payment for goods and services provided before the effective date of termination. The successful proposer shall not receive any pay merit on account of loss ofanticipated profits or revenue or other economic loss resulting from such terminatiort. vi) When tite contract has been so terminated by the City of Southlake. such termination shall not affect arty rights or remedies of the City then existing or which may thereafter accrue. IL Terminate for Convenience. this contract may be cancelled or terminated at any time by giving vendor thirty (30) days written notice. Vendor may be entitled to payment for services actually performed: to the extent said services are satisfactory City of Southlake - RFP201OB540JC'200011 Pace i of 2h Item 4A-62 Appendix A — Scope of Services I Project Title: Landscape Services for City oi'Southlakc M Scope -of Services Contact Questions about the technical nature of the Scope of Services, etc. may be directed to TtN1 SLIFKA, Phone. 3 17.748.831 2. e-mail: Witka ii ci.Southlake.ix.us. Special Conditions The following special conditions shall prevail over areas of conflict in previous pages: Vendor will be paid on an "As Performed/As Requested" basis Proposal Evaluation Factors Emphasis Factor 30% Vendor Overall Price for Services 30% Vendor Experience Providing All Required Services 3 5 % Vendor Ability to Provide All Required Sen ices 5% Vendor Past E:x erience with Ciri Brand Manufacture Reference The CitN has detennined that an\ manufacturer's brand defined in the Scope of Sery ices meets the City's product and support need. "The manufacturer's reference is not intended to be restrictive and is only descriptive of the type and quality thr City desires to purchase. Quotes for similar manufactured products of like quality will he considered ifthe Proposal is fully noted with the manufacturer's brand name and model. The City reserves the ri�,ht to determine products and support ofequal value. and whether other brands or models meet the Cily's product and support needs. Key Events Schedule Proposal Release Date Deadline for Submittal of Written Questions Sealed Proposals Due to and Opened by City Anticipated Committee Evaluation Review Date Anticipated Award Date Scope of Services October 16. 2020 November i. 2020 Shown on First Paue of this RFP November -December 2020 .January 2031 The City of Southlake is seeking vendor(s) to provide landscape services for various City locations. These services shall consist tit', but not be limited too. finish cut mowing. semi -rough cut mowing. rough cut mowing. Right-of=Way mowing. Brush Hog inowing, landscaping services. irrigation services. fertilizer. weed control and pesticide applications. Definitions of these types of mowing and other required services are provided w ithin the Scope of Services. Vendor shall provide all materials equipment and labor required to perform all requested work identified within the Scope of Services. Vendor pricing for individual items shall include all associated costs. City of Southlake RIT20II1B540.ICZ0001I Item 4A-63 Page 6 ot*26 Vendor shall maintain current licenses and certifications. as required, to pertiOrm all requested services during the contract period and period of any renewals. Vendor must submit copies of all valid, currently held licenses required to perform requested services with their proposal submittal. These include but are not limited to Landscape Irrigation license and Commercial applicators license. Proposals submitted without current valid licenses ma\ be deetned non -responsive: at the (1kcretion of the City_ Vendor shall submit yearly updates of license renewals as required. rile ('it-\ shall perforttt random vendor required license checks as it deems necessan•. Vendor ,hall provide copies of current license status as requested by the City throughout the term of this contract Vendor shall adhere to all Federal. State and local la -,es governing requested sere ices. The Citv reserves the right to award this contract individually or by group. Set -Nice frequencies shown are estimated only and in no way are a guaranteed amount of services to he perforated. Vendor may indicate -no-bid' in the Bid fable for areas they do not w ish to bid on. The City shall provide vendor with a contact person who ;hall oversee the landscape related services with the City. This person shall be the point ofcuntact for the vendor fur all landscape service -related questions or issues. Vendor will be paid on an "As Performed / As Requested" basis. City shall determine when services are to be perforated Vendor will supply City with anticipated weekly mowing schedule once services are awarded. City may modit� sche dole to tit Or% needs, City will coordinate any movvin,, or service schedule chances with vendor. Vendor must provide to City contact a weekly mowing list of all areas sen iced to be confirmed by C'itt to alle.>w for payment approval Vendor shall provide the following services A. Mowing Services Finish Cut Wowing: this stn le of mowing, service shall consist of the f_�Ilowin�:: • ,all visible debris picked up prior to mowing, • Vendor shall nit mow when area is too wct to prevent turf -damage or create ruts. * 5ttaight Level Cut • All grass clippings should be mulched utilizing proper equipment. Desw fated areas in certain groups require clippings to be hagged. At this time this includes Famih Park. Rustin Park. Town Nall. and The Nlarq. Additional areas may be added as required and will be coordinated with vendor. • No visible thatch or clipping,--, left behind. All vrsihle thatch or clippings shall be collected and disposed ofbv vendor. Clippings will not be blown into drain inlets. If sen ices cannot be performed due to rain or other cireumstances. multiple passes may be made at the Citv', discretion and additional cost • All sidewalks. edges. borders, fences. and tree areas shall be line trimmed or stick edged as required. • Mowing and trimming around trees must be done with caulion as to avoid any dania--,e to tree trunk. • 111 areas sen: iced shalls he tree ofanv related debris lollowinservices. • Replacement of dead or dying landscape: materials and.or turf will be at Otv expense unless Caused by vendor neagliaence • Grass height shall he as determined by Cir:y based on C aN requirements. Citv of Southlake RFP2010B540.1C'200011 Page 7 of 26 Item 4A-64 Semi -Rough -Cut Mowing: This sty Ic of ntowing �.cry ice shall consist of the t�olluwinn!. • All v isible debris picked up prior to ntm\ ins: • Vendor shall not nto\\ when area is too wet to prevent turf'dantage or create ruts. • Strai,ht (.cv cl Cut • No visible piles of thatch or clippings left behind. All visible piles of thatch or clippings shall be collected and disposed of by vendor. It' services cannot be pertoormed due to rain or other circumstances. multiple passes may he made at the Cit-Cs discretion and additional cost. + \II sidewalks. edees. boarders. Fences. and tree areas ;hall be line trimmed or ,tick edged as required. + iVtowina and trimntins around trees must be done with caution as to avoid an., damage to tree trunk. • All areas son iced shall be Free of am related debris follovy ina sec\ ices. • Replacement of dead or dying, landscape materials ancLor turt' «ill he at Cit% expense unless caused by vendor neeligcnce + Grass hewltt shall be as detennined by City based on City requirements Rough-Cut/Right-of-Way Mowing: This ,t ie of mowing service shall consist of the ti.>Ilo%%ina: • :111 visible debris picked up prior to mowin`, • Vendor shall not non when area is tug wet to prevent turi'damage or create ruts • Ifservices cannot be performed due to rain or other circumstances. multiple passes may be made at the Citv'S discretion and additional cost. • .-\II areas shall not exceed :t maximum ve,;etatiun height of live 0) inches. this vy ill include open area. fence line, trees. h\lants. utility easement. etc ... Please refer to individual maps included in Attachment A. • All sidewalks. edges. boarders, fences. ditch lines and tree areas shall be line trimmed or stick edged as required to maintain maximum allowable vegetation hehAt. In ;elect areas vendor will be required to maintain a minimum silt} inch (fill") mowed strip on zither side of sidewalk. These mowed strips ;hall be maintained at a five (5) inch height. Cit} contact shall coordinate with vendor as to mowinw_ schedule. • 'ti9ovyiru, and trimminu, around trees must be done pith Cau(ion as to avoid ally damage to tree trunk. • Vendor must immediately notif\ C'it\ contact of any debris removal issues identified durnw, mo%%ijw services which obstruct vendor'. ability to perform required right of wad mowing_ services. • All areas serviced shall he free ofanv refitted debris 1011owinu Services • Replacement of dead or dv ing landscape materials and. or turf will be at City expense unless caused by vendor ne,liuence. • Not all identified Right of \bay areas are maintained by the City. Some areas stay he maintained by Fli)A, homeowner or business owner City will coordinate vyith vendor on required sell ices I'or these areas • IJrideveloped properties that are on the R(-A' strcrts and roads should also he included in your costs. Most businesses or Companies that manage business properties maintain their property and should not be included in ROW costs. These areas are subject to change. Once property is developed. lando%\ner is then required to ntztintain property Fliese areas will then be removed from the contract and pricing adjusted accorrdiw lv Cite of `;outhlake RFP2010135411MC200011 fate 3 of' 26 Item 4A-65 5choul property, parks. and cit\ facilities should nut he included in your ROW costs. These costs are already incorporated into the individual area costs except tier school property which is not included in this proposal. Ilorne o\vners are required to maintain their own right of \va\ except Mien the\ are pre%ented because of ditch or public easement such as Do\e Road hetween kVhae Chapel and C arroll A\ enue. In this case \endor shell he responsible for these areas. These areas are sriblect to change and shall he coordinated with awarded \endorr liar increase or reduction in contract pricing as required. Code Enforcement Abatements: These rnowin,, sen ices shall consist of the kl)Iluwinu: Vendor must he able to pertorm Code Compliance mok\-Ing for the cif\ and be available to sere ice an area «ithin 481irs (_ husines, da\ s) of notice from the cite. This r\pe of Rougli-Cut mowing \\ill include nh,%\ins. line trimming and ed,!inu, tit am areas as needed which exceed a heia:ht of 1' inches or is o\erl-Mmil unto a public side%%alk. walking, path or street. 'When serti ices are completed. all public sidewalk. walking path. or street must be clear of thatch and debris. Visible thatch left on L=rasp areas is not required to he bagged or remu%ed. Determination of area to be serviced will he at the Code Officers discretion. All listed ser%ice_s are to be included in hourl\ rate. Brusly "oo Mowing: these mo\N m2 sen ices shall consist of the 1i011uw ing: • All \ isib►e debris picked up prior to rno\\ iris! • Vendor shall nut mo\\ \\ hen area is too \\ et to pro ent Curt' damage or create ruts • I f sen ice: cannot be perfumed due to rain or ether circumstances. multiple passes ma-, he made at the Cit\'s discretion and additional cost. • Thatch and clippin�,s may he lets behind • All areas .hall nut exceed a maximum \egetation height of t\\elve ( 12") inches. l his \\ ill include open areas, fence lines. trees. h\ drants. etc... :areas to be identifier! b\ Girt • Vendor musr inuriediatch noel',, Or\ contact of anv debris removal issues identified during brush hog mo\rirr, scnices \\hich obstruct \endor's ahilit\ to perform required sen ices. • 11 areas sen ices shall he tree of an\ related debris follo\\ in,, muwina ser\ ices • Vendor shall inimediatel\ notif-, C it\ contact of am mowing related issues the-, encounter drain! mow iris sen ices. B. Landscaping Services Vendor sliall pro\ ide all services \vhich include. but are not linuted it,. matenak, equipment and labor required to prrtorm Fkmer and Landscape Reds maintained and Free of\reeds. Am damages caused h\ \endor to drip irrigation lines \\hile vendor is performing :en ices v\ithin the beds is to he repaired inunediatel\ by \endor and at no additional cha i-2C. Provide \\ eed control in all expansion Joints and cracks of \aalk\va\ s. pavers. parking lots. buildings. curbs, fence lines. around walls. manhole structures acid drain inlets required within nitming areas. Color change out ul tlo\ cr hells as requested. titandard llo\\cr t\pes. depending on season or time of requested change shall he used 'Spacin, and t\ pe of plant City of Snuthlake RFN01QB-540,K-2111g11 Pa'je A of 26 ; aAJ_M61 material as directed b� Citx. Flat of plants ,hall be considered eighteen ( 18) 4" pets- Prig should include all required scn ices including. but not limited to, renunal, disposal. tilling. installation. and fertilization of new color. Additional bed prep materials and labor required to rare or recondition beds as required. to be included it) O�crall per plant flat cost. • O\er Seedinli Math perennial Double F'agie or eklimalent R�.egrais in requested areas. Areas Ina\ chanue front %car to \ear due to water restrictions and at C'ih_ discretion. Includes scalping • Replacing dead :areas of -rags h} seeding or sod per Cit} direction • [IN dro-Scedin.rMulchirI_-Services Anticipated rnlninrum requested service area is one thousand ( I MOO) square feet. ( Doe, not include seed colt or prep ;en ices cast but does include mulch. fertilizer. eater. and installation scn ices). • Replacing dead landscaping \\ ith C'it, approval Vendor .hall inform Citv contact inlnaediatel} of identified dead or db ing landscaping,. • Replacement of dead or d\ ing landscape materials and: or turf «ill he at Cif\ expense unless caused b, vendor negli,,ence. • Free. shrub. and other planting sery ices as requested. • Shrub, ornamental oras:es. «round cm ers. alad hedge tr►nuninu, yen ices as required to maintain desired appearance. Vlav require weekl} trimming in high profile areas. • I ree maintenance is pro% tdcd h♦ another contracted %endor. Vendor shall perform safety related pruning to remo\e small branches overhan,tinu N%alk%%a\N or pedestrian areas which rnav_ cause in'ry ju(8' clearance). This cost \%ill he included in landscape or rnomn� co,t,. A separate charge nla} not he listed for this incidenud pruning. • Mulch should he no -float shredded hardwood or cedar mulch. Small area mulching will be at the discretion of the contractor. while lamer area mulCIllm2 "Ill need approval from the City 's contact. Special care needs to be glNen around plant material and a -I"' gap around the tree trunk will need to be maintained within the tree well,. City contact w ill specih depth of the mulch • Vendor shall immediateh notify City contact of an\ landscape or tree related issues identified while performing landscape services Whether it be plant related or insectdisease related. recommendations or a plan of action needs to he submitted to C it, contact. • Pond Maintenance is not required at ,in\ location. Vendor shall be responsible for _rounds maintenance and litter remo%al. up to mid including_ debris washed up to the shoreline ed,,e Inot to exceed 6' into w,ltcrt of a pond located within awarded area. Disposal of debris is the � endor's responsibility • Bicentennial Park Pla\ Lround and other hiull traffic areas require special time restrictions when sen ices can be performed See Vendor �k ork f lours Section C;. • free 11 ells sery ice, w ithin Coen Square are Identified as am tree well on it named Greet �4ithin the Town Square perimeter which has been included within other designated areas. See `lap , I t) Estimated amount is four hundred tift�, (450). • Landscape beds ser4 iced within I own Square are Identified as any bed ort a narned street w ithin the Cown Square perimeter which has not been included within other deswrlaled areas See ~'lap _I I _ m Estiated anlotlnt, One e hundred thI1l1 ( 130). • Vendor is responsible to keep work area clean and allow safe and unobstructed passage In public areas inCluding. but not limited to. sidek+alks, streets and pathways. Vendor ,hall lave area of am project or IuCatlun w here ser,, ices ha\,c been performed in it Clean and safe condition C ity of Southlake - RH201013540-IC'20001 I Pa,-2 10 of _n Item 4A-67 Soil Preparation Sen'ices rur Hydro-Seeding/Mulching or Sod Services: Chess sere, Ices ;hall include. but not he limited it), 6 Renio%al of e\litin_ sod it) requested depth. nurnlalIN 1 inches in depth • Adding ctmipvsl or fresh tmpsuil as required • LeNeling ,oil %%hich %%ill %arN %%ith slope ur Contour t>t' ground 4endor ;hall pr(i%ide additional topsoil tir compost materials required and be responsible tier the addition and the corllhininu of these materials with exlstmu surlace. • The CIIN nun Aso-) request "Light Grading- sere Ices I hese service. shall he delined a, li_ht hand raking to renim e small rucks. break up dirt clump; etc l hese light ,radmg sen ices shall be on an ai requested hasis. C. Irrigation Services .all irrigators shall compl with Texas Administrative Code subsection G. Chapter 3+4.7L' Contracts. .Anr' questions related to this .administrative Code should be addressed to Mr. Paul Ward. Chief Building Official, City of Southlake at pHardw ci,southlake. Ix. us or 817-748-8278. Vendor should perfixm weekh spot check of irrigation s,stems during_ inown , or other services and notiN C'in contact of ant, Irrigation related issues found (i.e.. brol%n Spots. dN mg plant material. washout. or u%erwaterin_ conditu)n. etc -. f Vendt,r shall be required to i)perate area irrigation ;%stems ai assigned b% till' C It\ it) clonllrtil S\Sleni performance to maintain landscape and. tir turf areas. f ii, includes scheduling w illin mandator\ hater restrictions, i'he t*requenct, o1-these checks is at the discretion of the t,endor The %ender is responsible it, maintain the %ariou., as-ii ned Irrigation -,\,iteins in proper k%orkin_ order. Failure to confirm irrigation system operations in render assigned areas shall be considered vendor negligence. Assi,med areas shall be coordinated \\ith al%arded vendor and currcntl\ include ,elect area, of Group I and Group 6. Other areas mat, be as assigned at C in discretion and coordinated w ith aaarded \,endor • Detailed Irrigation audit lint mint be submalvd. bo, email, tO the Cit\ contact ithin 2.1 hvurs identify ing irrication area, needing repair or areas of concern. • Detailed list of performed Irrigation repairs ;hall submitted to City contact within -18 hours of completion to include- t\ pe of repair. hours ;pent, wind suppliea used. • Monitor rain quid freeze Scn.or Operation. Vendor ,hall he responsible fix monitoring these sensor operation, in assiLmed arca, to enNure correct pertonmance. • Vendor shall pru�lde C'n\ with irrigation schedule in assigned area., and ;hall nt)16 Clt\ ofam chan,es to IrriLyatton schedule. • 1lie C'nt-\ Illanales nlan\ of their ctonn-01ler, through aI central control s\Stem. Notification of am chanties at the controller i, critical to a%otd ❑n� cliam,cs that contradict each other. It I,; tip to the FCndor Ito inllorm file C'I14 contact otany chances in v.;ndur aisi,ned areas immediately The C'it\ ;hall int6nii vendor of an\ C'it\ initiated changes as required. • C It\ Shall Coordinate \� ith l endur am k:11a: ,c., to;cliedide of Irrigation fur special L.vents as required. This may require system; to be turned tiff at the. amtrollers and double checks. and then hlctd ;vstem prior in the e%ent City contact Shall courdinate \kith vendor to turn the s,itenl hack on and check for an\, issues tiller c\enll,l. • Replacement tut dead or d,.in, landscape materials and.t,r turf \\ill 'lie at C'itt expensc unless caused b\, vendor negligence C'it} ol'Soutlilake - RF112111113541LIC'20111111 I'a;e I I of 16 Item 4A-68 • Vendor will need to pro% ide "Irrigation \udit in Progress- sign; Mbile pre tiirminLI am y\ork outside ofthe %%aterina restrictions. • Irrigation audits -,hall not he performed on 'Okndays or during peak tinges in high tr profile areas ('it\ contact :hall coordinate these sery ices \\ ith vendor • Cit} ntaN provide \ endor \\ ith audit form or use %endoi- Supplied irrigation ,,. stem audit form. as approved b\ Cite, for the \endor to complete and Submit to Cite contact • Replacement parts, i.e brand. Specilicatdons, t\pes shall be pre -approved b% Cite. )-ltis include-.. but iS not linuted to. \al\es. controllers. and hetids • Irrigation Repairs or vem, Installations consisting of. but not hiltited to: • Spray nozzle replacement • Leaking suppl} pipe repair • Controller repairs or replacements as required • Raisin,, or toy\ ino, sprinkler heads as required or requested • Ney\ Installation or expansion of ,ery ice in existing areas • Sen ice call for repair o► sy stein • System controller programming • Vendor shall immediately notify City contact \ is entail of am, identified irrioation repairs detailing repair required and location intilrmatiun. • In \ endor as iianed irriubon areas • Prior appro\ al of 311 minor irrigation repairs is not required. Vendor shall Inform Ot\ contact via email as soon as possible of required repairs. • Mawr Irrit_,ati,m repairs texceedin�� tine thousand dollars 'S1.000) Shall be coordinated \\ith Gm contact mintediatek [mail or phone contact is required City contact t\ III respond \\ ithin 24 hours or less \y ith appro\ al or denial of major Irrigation repair request. • Emer_ency imitation repairs ;hall he coordinated through Cit'. contact. Emer,enc% irrigation repairs are defined to include. but not limited to. main water line break. stuck rake. \\atering during a snoyv or ice event. creation ofan\ public hazard situation. etc . Vendor shall immediately notify Cit\ contact via email and phone of any required emergency irrigation repairs and shut dimn water SupplN. as required. until repairs are aulhorized through City contact. • Replacement pans. i.e brand. Specifications. t\ pe shall he pre -approved b\ Cit\ . Ihis includes. but is not limited to_ \akcs_ controllers. and head,,- D . Fertilizer, Pesticide, and Herbicide Application Services Vendor :,hall. • No productis) containing Glyphosate to he used on any cit♦ property or work heing performed for the cit}. • All fertilizer. pesticide. and Herbicide control applications must comply \\ith Texas Uepannlent of \gricuIttire t l'DA) rules and regulation.. • Single or small lertilizer. pesticide. or herbicide application services may be charued at *A , ReelLICSIVC 11OUrk labor rate. ]'his i�, at the discretion of the Cit1 Applied product cost IS not ntcluded in this rate. • Pruy iLIC k%ritten or entail notice to City contact. for non-emer_genc\ applications. 48 hours prior to an\ application Ifentergenc\ application services are re(uired. \ endor ITILISI coordinate \\ A CIt\ contact prior to appllcatlUll C ity of Southlake RFP211111B5411-IC21111111 I Pwo 12 of 26 Item 4A-69 • I-alILire to pr, \ Ide prior appIicatlon informatttn prior to ser\ ices nla\ re,3trlt in \endor non-payment for an\ \\ork pertirrtned. • Vendor shall proside application scr%Ices in progress �I_gnage. ninlinium size 18-1Iz24"\\ (sample picture included in Attachment A). indicating area is being treated. Si,nage shall he posted prior to ,tart cif application process and should be left in place until services are completed. `endor is responsible for all costs associated \y ith pro\iding this :ignaee. Signage shall he posted at all entrances or areas as determined by the C'its, and coordinated with vendor • Pre-enlen ent. llo t-enlergent_ and fertilizer mixes applied a, required or requested b\ the Cot\ . • Pro\ ide NISI)S sheets for an% products utilized \\ hile prow tding these sen ices. • Chemical application logs per applicatione location nla\ he requested h\ the city. E. Other Vendor Provided Services Core Aeration. Vendor shall perfl)rnl cure aeration on ;elect areas as requested. Plugs r»a\ require rerno\al and disposal. as detenllined h\ the C it\ tilachine Verticuttint/[)e-'fhatchink. Vendor shall perfOrrn machine verticutting on select areas as requested. All thatch clippings shall he renewed and disposed ,)f. F. Vendor Responsibility • Vendor ;hall report to Cit\ contact within ?-t hours. b\ email. am areas which cannot be ser-\ iced duain,, a re,:ularl\ scheduled :er\ ice and the reason ror the inahi lit\ of \ ender to ,er\ ice area C iri \\ ill re\ Ie\\ issue and ado ise vendor t\ ithin '-I hours of notification as It) required vendor or C it\ course of action. • Trash, Litter and Debris Removal: Litter shall he collected on each site prior to vendor enlplo\ees conducting nlmwing or landscape services. Litter includes. but is not limited to. paper. glas., can;. etc. (senerall\ items 2- or larger) All litter collected must be disposed of b\ the \endor and is included in all pro\ided serl'rces. An extra fee ma\ not he charucd fur disposal Debris AICh :is organic plant material. crass clippings. sticks. fallen limbs. etc. must be renlo\ed from the grirunds. parking lots. sidewalks and drain inlets the same da\ of ser\ ices and dispo ed of b\ the \ endor as required b\ Indi\ (dual sere Ice t\ pe ,cope of service, All plant beds :hall be maintained 100 tree of hoer and dQhrls (items lar_er than grass clippings and mulch). • Vendor ,hall provide ,Upervisor\ le\cl contact person \oho can successfull\ COMMUltCal . with C'it\ contact. to pertorrn weekly or monthl\ walk through of all see, ice areas with C'it\ contact as requested. to identity an\ issues or potential issues and Con inrl contract compliance, this is an Included cost of awarded contract An additional fee ma\ not he charged for thi, required walklhrou_gh. • Weekly checklist pros, ided to Cih_ contact detailing all work performed by vendor during the previous \seek. fhis checklist is to be submitted to C'it\ COntaet b\ Tuesday of the \\eek tollo\vinu service. Checklist :hall he prrwided to \endor b\ City 0 Vendor _shall he respon.ilble for ati\ \,,;ndor caused damage to property or landscape. l his \endor reponsibilit\_ nla\ include replacement or repair of damaged propert\ or Ian&CapC to before damaged Condition • All \ endor enlplu\ees while \\orking an City propertN \\ ill wear unifilrnls to ser\ c as a means of identiCving the \urldor'; employees, t.'nlflrrn> are to be clean and in wood condition C it\ of Southlake - RFP20IQB54(UC2000l I P;t_e I" of _o Item 4A-70 • Vendor ,hall be considerate of surroundings/people in public area_; during .nty %endor services. II' people are present or trmelin.t tltr0u1h an area being maintained. treated. or otherwise serviced. %endor shall ,top ser% ices and allo%% dwin to pass or Ica\. c area, lietOre rolIIll ing ;orvices, as necessar\ or appropriate. Vender shall report an\ Issues or concel•ns tli this requirement to Cmv, contact a. heeded G. Vendor Work Hours Vendor work hours shad not begin earlier than 7:00 ;\1 l and must complete services b., 8:00 PNI unless otherwise agrced to in \\sting h} the City Some locations shall have more restricts%e mowing and seroce time, (Group I See Belo\%), These locations shall he identified individuall} and hours for ser-, ice shall be coordinated %\ ith %endor. No %cork shall be perfonlled tin \%eekends without prior written appro\al of City. Vendor shall zoordinate schedule of all services with Cit\ contact Group t area mowing schedule: To\\n Flail - Map I - Completed b} 9am Rustin Park -flap ' - Completed b\ yam Famil% Park - :\lap 3 - Completed b\ yam BIC' Park Pla\around Area -flap 1; - Inside Fence in Pla%-,round (lI be completed b\ gam The Mary Front Entrance; - Map Its Front Entrances ONLY at Le__end; Hall and Champion Club to be completed b\ 9am Tennis Center - flap I' - Completed b\ 8:;t)ant H. Invoicing and Billing Vendor must submit detailed in%oicina, to Accounts Pa%able. Inwice should list in detail the location(,). services performed. and date sen ices performed. The C'it\ ;hall prmode vendor ith a monthk checklist (sir services to be performed and to reconcile for billing purposes. All orieinal in%oices must he suhntitled it) City of Southlake Attn: Accounts Payable 1400 Hain Street, Suite 421) Southlake, Texas 76092 Or via c-mail to accountsna%able!a ci.suuthlake.ts.us A cup} of the invoice ;could be additionally submitted to Ot\ contact to allow department to <<rifv anal appro%e imoiOng. Vendor percentage off manufacturer list price for product. I'his bid table item is delined as manufacturers list price ininua an} discount the %endor is pa;sinu, alorw, to the (_ it_y No discount _ U°n. Cit} of Southlake R111201013.541M '20001 1 Pane 14 of 26 Item 4A-71 1. Vendor Equipment Vendor's equipment shall be clean and maintained in proper operating condition at all tinter. All imards and safety- devices shall be in place and in proper working order. Vendor must submit with their Proposal a list of all available equipment. This list_ at a minimum, should include equipment description. model number. age. and number of available units. Vendor shall identih on this list the equipment the\ anticipate using during the performance of this contract. Vendor shall be required to drop off equipment and move: transport vehicles to another location in certain service areas. These areas will be as identified by City'. Transport vehicles are not to be left in retail areas except for drop off and pick up of required equipment. Vehicles are to park towards the back of a parking lot away from the front spaces at any location. Vendor may coordinate with City contact special parking accommodations for equipment and materials drop off. Blocking of handicap spaces is prohibited. J. Miscellaneous Medians The City has multiple medians located throughout the City. Vendor shall be responsible for the mowing (as required), landscaping, and irrigation systems of these medians. These areas may require various methods of mowing services. Vendor shall provide all required advance notice, equipment, and manpower to comply with all TOOT rules regarding lane closures and safety equipment, signage. and lights. K. Additional Areas or Services as Required The City. as part of normal gro%th. adds additional and ntav remove areas to be seer iced on an annual basis. Additional areas shall be added to the contract using a contract amendment and shall be based on established current contract pricing. If no current equivalent contract price is available or appropriate. City and vendor shall work.to establish pricing of additional areas. L. Aerial Views and Photos The City has provided aerial views and photos. as available, of all areas to he serviced anti is attached as 'Attachment A'. ((laps may have additional details regarding sere ice areas. Vendor is responsible to confirm areas to receive mowing and landscape services prior to submitting their Proposal. Most of the areas to be serviced are accessible by the public and do not require vendor to be accompanied to review. Secure areas, such as DPS Headquarters. DPS West and DPS North will require City staff to accompany proposer to view sections_ The City has included detailed photos foreach ofthese areas and dues not anticipate providing a special viewing. If an in -person viewing is requested. please email Tint Slifka at tslitlta+ci,ti,southl:tke.tr.us The City may schedule a day and time when interested vendors ntav review these locations. This date and time may be scheduled at the discretion of the City, . City (if Southlake - UP201OH-540.1C200011 Page 15 of _B Item 4A-72 CITY OF SOUTHLAKE FY 2024 PURCHASING AUTHORIZATION FORM Date: 11/15/23 Department: Parks Request Type: New Contract Contract Renewal V( Spend Authorization Description Of Request: Contract renewal for O'Donnell's Landscape Service LLC„ dba Yellowstone Landscape. This is the 3rd renewal for this contract and vendor has requested the allowed 1 % increase in contract rates. Your signature approves the increase request and this renewal. Funds are budgeted for these services through the FY2024 General Fund, Strategic Initiative Fund, and SPDC Fund (SPDC funds set for SPDC Board approval in January 2024). This contract provides landscape services throughout the City. This completed checklist and required materials must be included with your request for City Manager Approval to be considered. If materials are determined to be inadequate, they will not be accepted and will be returned to the submitting department. Yes No • Item ❑ ❑ Requested item included on Attachment A approved September 19, 2023, as part of Resolution 23-022 El ❑ All bidding requirements have been met and required documentation included (i.e., RFP, RFB, RFQ documents, Sole Source Letter, Cooperative Summary, Exemption Memo, etc) ❑ ElDescription matches information found in backup documents (e.g., contract amounts, budget information, etc.) ❑ ❑ a Legal Review Completed El El attached materials demonstrate how proposed expenditures are within budget, or clear) justify the variance and the Finance department has been consulted. ❑ ❑ Form 1295 Required (Form Will Be Requested By Finance) ReceiYI-r-7 is-zozs L kBudget\Purchasing Authorization ment Director 1/ V IS wry Manager anager Item 4A-73 CITY OF SOUTHLAKE MEMORANDUM January 12th, 2024 To: Southlake Parks Development Corporation Parks & Recreation Board From: David Miller, Director of Community Services Subject: Recommendation on the proposed FY 2024-2028 SPDC Capital Improvement Program Priorities. PUBLIC HEARING Action Requested: Park Board and SPDC review and recommendation of the proposed FY 2024-2028 SPDC Capital Improvement Program Priorities Background Information: At the joint meeting of the SPDC and Parks & Recreation Board in August of 2023 the City of Southlake's new CIP calendar beginning with FY 2024 was introduced by Assistant City Manager Alison Ortowski. This new structure changes the way the SPDC and Parks & Recreation Board approach the CIP process mainly in terms of prioritization of projects within the CIP. The new structure is as follows: 1. August: Funding for the SPDC Capital improvement program will continue to be approved as part of the City's annual budget process. For example, 5.5 million was approved at the joint meeting in August for the FY24 SPDC CIP. 2. August: Initial CIP priorities will be presented as part of the budget approval process, and this will allow the SPDC and Parks and Recreation Board an opportunity to weigh in as staff work to finalize the CIP. 3. September to December: Staff will work with other departments to finalize the CIP recommendations to present to the Assistant City Manager and City Manager for review. City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 4B-1 Southlake Parks Development Corporation Parks and Recreation Board Meeting Date — January 16th at 4:OOpm Page 2 of 3 4. January: The SPDC and Park Board will review proposed SPDC CIP priorities and make a formal recommendation to the City Council. 5. February: City Council will review and consider all City - Wide CIP Priorities. The projects included in the proposed FY 2024-2028 SPDC CIP are the projects that are recommended and prioritized within the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. A copy of the proposed CIP recommendations are attached for your consideration, and staff will provide a detailed presentation at your upcoming joint meeting. Financial Considerations: CIP projects are placed in the appropriate year of the proposed CIP budget. Those projects not funded in FY 2024 are typically placed in the next available fiscal year by priority for the remaining four years, with consideration of available funding by project year. The proposed plan is subject to available funding, future sales tax revenue, and annual review. Strategic Link: This item is linked to the City's Strategy Map related to the focus areas of Quality Development and Infrastructure, and meets the corporate objectives to Invest to Provide and Maintain High -Quality Public Assets, Provide Attractive and Unique Spaces for Enjoyment of Personal Interests, and Provide High Quality Customer Service. Citizen Input/ Board Review: Park Board & SPDC recommendation January 16th, 2024 City Council consideration in February 2024 Legal Review: Not applicable Alternatives: Include: • Recommendation for approval as presented • Recommendation for approval with input as desired Supporting City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 4B-2 Southlake Parks Development Corporation Parks and Recreation Board Meeting Date — January 16th at 4:00pm Page 3 of 3 Documents: Proposed FY 2024-2028 SPDC CIP Priorities Multi -Year CIP Cycle Staff Recommendation: Park Board and SPDC recommendation for approval of the proposed FY 2024-2028 SPDC Capital Improvement Program Priorities City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Item 4B-3 March/April October15 Capital budget funding process. February - 2nd regularly scheduled City Council meeting City Counar corsiderat on of capital budgetand mCti-year plan. February -1st regularly scheduled City Council meeting • City Council Work Session. February 1 Capltal Budget and Multi -Year CIP filing deadline. Item 4B-4 CAPITAL MULTI' C1l r November Governance Committee reviews requests for project quaJty. Departments submit capital budget and multi year plan recommendations, ■ BUDGET 'EAR CI P CLE } PROPOSED FY 2023 - 2027 SPDC CIP and CAPITAL BUDGET PROJECT SCOPE Total Prior Funding FY 2024 Capital Budget FY 2025 FY 2026 FY 2027 FY 2028 Beyond / Unfunded Total Annual Operating Budget Impact Funding is requested for the design and development of Southlake Sports Complex improvements as per the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. Scope includes: synthetic turf at expanded large field, synthetic turf on baseball fields, demo of existing metal building, concession/restroom building, pavilions and shade structures, parks maintenance and storage building, fully accessible playground, trail Southlake Sports Complex development and connectivity, fitness $1,600,000 $0 $2,000,000 $27,000,000 $24,675,000 $0 $0 $55,275,000 $325,000 stations, batting cages, entry feature, field and common area improvements, parking, two park entrances, drop off zone, fencing, landscape & irrigation enhancements, public art, park amenities, the inclusion of the current Public Works Service Center site as additional park and open space to include pickleball courts, sand volleyball courts, drainage enhancements, pond and pond amenities, playground, trails, pavilion and shade structures, and park amenities. Item 4B-5 PROPOSED FY 2023 - 2027 SPDC CIP and CAPITAL BUDGET Funding is planned for the design and development of future improvements at Family Park within Southlake Town Square as per the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. Current project scope includes: Complete park redevelopment, landscape, hardscape, park amenities, fountain enhancements, bollards at Fountain Place and outdoor Town Hall Plaza Park collaborative workspace. The total prior $1,500,000 $4,550,000 $0 $0 $0 $0 $0 $6,050,000 $10,000 funding amount of $1,500,000 was previously allocated in the CIP for purchase of land. 4.8 million for FY24 reflects the rest of the CIP funds that will be transferred in less the $700,000 for SPDC matching funds. This 4.8 million represents seed money into the project for design and does not represent a total cost amount. No Funds are yet allocated beyond FY24. Funding has been approved by council to establish a project fund for the implementation of high impact park enhancements, such as the conversion of athletic fields from natural grass to artificial turf, as recommended within the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. FY 2024 is Bob Jones Park Softball Fields 3-6, Bob Jones Multi -purpose fields 4-6 and Bicentennial Park Baseball Fields 3, 6-7.The prior year funding of $11,600,000 are the CIP funds that were reallocated from prior year funding of Annual Park Enhancements _ the SSC project. Athletic Fields Turf Funding is also planned for the design and $11,600,000 $250,000 $4,050,000 $1,102,500 $1,157,625 $1,215,506 $1,276,282 $20,651,913 $10,000 Conversion development of future improvements at turf fields throughout the city's park system. This project will assess existing sites to determine whether existing infrastructure will be able to support increased impervious area associated with the replacement of existing grass to synthetic turf. This effort will also include engineering support for dug out and back stop design and other ancillary improvements to include improvement to fences and installation of mow strips. Item 4B-6 PROPOSED FY 2023 - 2027 SPDC CIP and CAPITAL BUDGET SPDC Matching Funds The purpose of this item is to provide for a minimum balance of $200,000 annually within the Southlake Parks Development Corporation (SPDC) Capital Budget in support of the City's SPDC Matching Funds Program as per the recommendations of the Parks and Recreation Board and SPDC. The current available funding is shown in the "Total Prior Funding" column. $301,680 $700,000 $0 $0 $0 $0 $0 $1,001,680 TBD Funding is planned for the design and development of improvements at Bob Jones Park as per the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. The project scope includes improvements such as: park aesthetics; softball complex spectator areas, restrooms and concession building; soccer complex restrooms and concession/park maintenance building; athletic fields; equestrian area; shade structures; Bob Jones Park parking; landscaping; tree planting; Improvements irrigation; water elements at equestrian $0 $0 $0 $0 $0 $0 $26,575,000 $26,575,000 $225,000 area and dog park; softball complex playground; fencing; trail connectivity and marking; park and wayfinding signage; enhanced park entrances; park and parking lot lighting; park amenities; park maintenance/storage building improvements, new pavilions/restrooms, public art, expanded trails, water bottle refill stations, additional parking, pickleball courts, expansion of athletic fields, and conversion of grass athletic fields to synthetic turf where appropriate. Item 4B-7 PROPOSED FY 2023 - 2027 SPDC CIP and CAPITAL BUDGET Funding is planned for the design and development of improvements at Liberty Park at Sheltonwood as per the as per the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. The project scope includes: water well Liberty Park at Sheltonwood for pond, park amenities, playground, $0 $0 $0 $0 $0 $0 $4,350,000 $4,350,000 $25,000 Improvements expand parking, trail connectivity and improvements, volleyball court improvements, park and educational signage, expand existing pond, exercise stations along trail, trail distance markers, and pedestrian corridor from parking to center of the park. Funding is planned for the design and development of improvements at North Park as per the as per the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. The project North Park Improvements scope includes: additional parking, $0 $0 $0 $0 $0 $0 $2,350,000 $2,350,000 $20,000 potential fourth athletic field, trail connectivity and distance markers, water bottle refill station, shade structure, additional public art, and park amenities. Funding is planned for the design and development of improvements at Koalaty Park as per the adopted Southlake 2035 Parks, Recreation & Koalaty Park Improvements Open Space Master Plan. The project $0 $0 $0 $0 $0 $0 $1,500,000 $1,500,000 $20,000 scope includes: park restroom, shade structures, seating areas, park amenities, vehicle drop off, decorative bollards and lighting where appropriate, and landscape improvements. PROPOSED FY 2023 - 2027 SPDC CIP and CAPITAL BUDGET Funding is planned for the design and development of improvements at McPherson Park within Southlake Town Square as per the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. This project would be driven by future Town Square development adjacent to the Granite office building. Current project scope McPherson Park includes: park redevelopment, $0 $0 $0 $0 $0 $0 $10,350,000 $10,350,000 $10,000 reshaping pond to increase usable space, promenade, gateway park entry features, hardscape path and seat wall around pond, terraced steps to the pond, great lawn, crushed stone pathways, stronger connection to the hotel, water features, feature fountains in pond, sculptures, and enhanced parking and access to the park. Funding is planned for the design and development of improvements at Chesapeake Park as per the as per the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. Chesapeake Park The project scope includes: park Improvements restroom, pavilion, tennis, pickleball $0 $0 $0 $0 $0 $0 $4,050,000 $4,050,000 $45,000 and/or basketball courts, trail connectivity, park signage, landscape improvements, playground shade structure, fence improvements, additional parking, exercise stations, bike racks and other park amenities. Funding is planned for improvements at Lonesome Dove Park as per the adopted Southlake 2035 Parks, Lonesome Dove Park Recreation & Open Space Master Plan. Improvements The project scope includes: exercise $0 $0 $0 $0 $0 $0 $700,000 $700,000 $7,500 stations, pedestrian bridge improvements, wayfinding and educational signage, and park amenities. Funding is planned for the design and development of improvements at Royal & Annie Smith Park as per the adopted Royal & Annie Smith Park Southlake 2035 Parks, Recreation & Improvements Open Space Master Plan. The project $0 $0 $0 $0 $0 $0 $850,000 $850,000 $7,500 scope includes: passive uses such as frisbee golf or other, signage, trail connectivity, park restroom, water bottle refill station, and park amenities. Item 4B-9 PROPOSED FY 2023 - 2027 SPDC CIP and CAPITAL BUDGET Funding is planned for improvements at Carillon parks as per the adopted Carillon Parks (Corporate Southlake 2035 Parks, Recreation & Park, Lake Park, The Open Space Master Plan. Project $0 $0 $0 $0 $0 $0 $700,000 $700,000 $0 Preserve Park, Villa Park scope includes: trail signage, lighting North & Villa Park South) and distance markers, park signage, water bottle refill stations, tree planting/irrigation, and park amenities. Funding is planned for improvements at Noble Oaks Park as per the adopted Noble Oaks Park Southlake 2035 Parks, Recreation & Improvements Open Space Master Plan. The project $0 $0 $0 $0 $0 $0 $135,000 $135,000 $2,000 scope includes: park and educational signage, additional park amenities and water bottle refill station. Funding is planned for the design and development of improvements at Oak Oak Pointe Park Pointe Park as per the adopted Improvements Southlake 2035 Parks, Recreation & $0 $0 $0 $0 $0 $0 $155,000 $155,000 $2,000 Open Space Master Plan. The project scope includes: trail expansion and connectivity and park amenities. Funding is planned for the design and development of improvements at The Cliffs Park as per the adopted Southlake 2035 Parks, Recreation & Open Space Master Plan. The project scope The Cliffs Park includes: trail connectivity and distance $0 $0 $0 $0 $0 $1,700,000 $1,700,000 $30,000 Improvements markers, off street parking, pedestrian crossing at White Chapel Blvd., water bottle refill station, tree planting, irrigation, gazebo, trail lighting, playground, park signage and park amenities. TOTALS $17,001,680 $7,500,000 $6,050,000 $28,102,500 $25,832,625 $1,215,506 $54,691,282 $140,393,593 Item 46-10 SOUTHLAKE PARKS DEVELOPMENT CORPORATION 1/2% SALES TAX REPORT 2024 Collected Budget Balance Budget to Date Balance Percent $ 9,898,000 $ 1,702,033 ($8,195,967)-82.80% FISCAL FISCAL FISCAL YEAR % Inc YEAR % Inc YEAR % Inc MONTH 2O22 -Dec 2023 -Dec 2024 -Dec October $ 821,929 26.18% $ 924,613 12.49% $ 835,266 -9.66% November $ 841,928 26.20% $ 923,897 9.74% $ 866,767 -6.18% December $ 1,251,441 23.22% $ 1,277,303 2.07% $ - -100.00% January $ 816,278 17.74% $ 784,281 -3.92% $ - -100.00% February $ 707,532 37.32% $ 731,863 3.44% $ - -100.00% March $ 1,006,221 69.84% $ 935,411 -7.04% $ - -100.00% April $ 873,307 65.11% $ 870,350 -0.34% $ - -100.00% May $ 879,169 49.64% $ 889,340 1.16% $ - -100.00% June $ 913,290 30.32% $ 926,941 1.49% $ - -100.00% July $ 818,878 35.07% $ 825,615 0.82% $ - -100.00% August $ 845,223 34.49% $ 1,333,769 57.80% $ - -100.00% September $ 835,797 15.85% $ 1,002,789 19.98% $ - -100.00% $ 10,610,994 $ 11,426,173 TOTAL $ 1,702,033 Three Year Revenue Comparison by Month $1,600,000 - $1,400,000 - $1,200,000 $1,000,000 $800,000 - $600,000 $400,000 $200,000 met ,pec ,pec atJ a�a tr Qi� aJ Jc¢ �J�a �yti sec Q 41, FISCAL YEAR 2022 FISCAL YEAR 2023 ■ FISCAL YEAR 2024 Actual Budget Actual Estimated (budget-est.) % 2023 2024 2024 2024 Difference Change MONTH October $ 924,613 $ 800,000 $ 835,266 $ 835,266 $ 35,266 5.43% November $ 923,897 $ 840,000 $ 866,767 $ 866,767 $ 26,767 4.91% December $ 1,277,303 $ 1,100,000 $ - $ 1,100,000 $ - 0.00% January $ 784,281 $ 710,000 $ - $ 710,000 $ - 0.00% February $ 731,863 $ 670,000 $ - $ 670,000 $ - 0.00% March $ 935,411 $ 850,000 $ - $ 850,000 $ - 0.00% April $ 870,350 $ 788,000 $ - $ 788,000 $ - 0.00% May $ 889,340 $ 800,000 $ - $ 800,000 $ - 0.00% June $ 926,941 $ 850,000 $ - $ 850,000 $ - 0.00% July $ 825,615 $ 750,000 $ - $ 750,000 $ - 0.00% August $ 1,333,769 $ 850,000 $ - $ 850,000 $ - 0.00% September $ 1,002,789 $ 890,000 $ - $ 890,000 $ - 0.00% $ 11,426,173 1 $ 9,898,000 1 $ 9,960,033 1 $ 62,033 TOTALI 1 $ 1,702,033 1 0.77% Item 5A-1