Loading...
2024-04-16 SPDC PacketCITY OF SOUTHLAKE MEMORANDUM April 12, 2024 TO: Southlake Parks Development Corporation FROM: David Miller, Director of Community Services SUBJECT: Agenda Item Comments for the Southlake Parks Development Corporation Meeting — Tuesday, April 16, 2024 Please note: The meeting will begin at 4:30 p.m. in the Council Chambers. 1. Agenda Item 1. Call To Order 2. Aaenda Item 2A. Consent: Approval of the minutes from the January 16. 2024 Joint SPDC and Parks and Recreation Board meeting — Please make any corrections to the minutes part of the motion for consideration. 3. Agenda Item 3. Public Forum: Public Forum is the public's opportunity to address the SPDC about non -agenda items. During this proceeding, the SPDC will not discuss, consider, or act on any item presented. 4. Aaenda Item 4A. Consider- Consider recommendation on approval to purchase landscape and irriaation supplies from SiteOne Landscape SUDDly in an amount not to exceed $60,000- The action requested is the consideration of approval for funding to purchase landscape and irrigation supplies from SiteOne to be used for irrigation and sports courts/ field maintenance in SPDC- funded parks. Supporting documents are included in your packet. Please contact David Miller with any questions. Aaenda Item 4B. Consider- Consider recommendation on SPDC fundina for Parks ianitorial services with Pure Service Corporation in an amount not to exceed $100,000- The action requested is the consideration of approval of the funding for Parks janitorial services with PureService Corporation in SPDC- funded parks. Supporting documents are included in your packet. Please contact David Miller with any questions. Agenda Item 4C. Consider- Consider recommendation on approval of a Professional Services Agreement (PSA) with TSK to provide a concept plan feasibility study for the Southlake Town Hall Plaza Renovation Project, in an City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Southlake Parks Development Corporation Meeting Date —April 16, 2024 Page 2 of 2 amount not to exceed $194,800- The action requested is the consideration of the recommendation of approval of a Professional Services Agreement with TSK for a concept plan feasibility study for the Southlake Town Hall Plaza Renovation project. Please contact Rob Cohen with any questions. Agenda Item 4D. Consider- Consider recommendation on approval of contract change orders with GeoSurfaces for a total not to exceed amount of $12,015,000 for work required to complete the synthetic turf, ballfield fencing and amenities project at Bicentennial Park and Bob Jones Parks- The action requested is the consideration of recommendation of approval of contract change orders with GeoSurfaces to complete work on the synthetic turf and upgrades projects in Bicentennial and Bob Jones Parks. Please contact Rob Cohen with any questions. Agenda Item 4E. Consider- Consider recommendation on approval of an engineering services agreement with Baird, Hampton & Brown (BHB) in an amount not to exceed $70,000 for engineering services, structural design, and construction administration support- The action requested is the consideration of the recommendation of approval of an engineering services agreement with BHB for work on the synthetic turf and upgrades projects in Bicentennial and Bob Jones Parks. Please contact Rob Cohen with any questions. 5. Aaenda Item 5. Discussion- Sales Tax Resort- This item allows for a discussion of the most up-to-date Sales Tax Report. Contact Sharen Jackson with any questions. 6. Aaenda Item 6. Adiournment 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. 01"T STAFF CONTACT INFORMATION: David Miller, Director of Community Services (817) 748-8018 Fince Espinoza, Deputy Director of Community Services (817) 748- 8925 Sharen Jackson, Chief Financial Officer, (817) 748-8042 City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork CITY OF SOUTHLAKE SOUTHLAKE PARKS DEVELOPMENT CORPORATION MEETING April 16, 2024 4:30 p.m. LOCATION: Southlake Town Hall City Council Chambers 1400 Main Street, Southlake, Texas REGULAR AGENDA: Call to order 2. Consent A. Approval of the minutes from the January 16, 2024, Joint Southlake Parks Development Corporation and Parks & Recreation Board meeting. 3. Public Forum (This is the Public's opportunity to address the SPDC about non -agenda items. During this proceeding, the SPDC will not discuss, consider, or act on any item presented. We respectfully ask that anyone stepping forward to speak during Public Forum to please limit remarks to 3 minutes.) 4. Consider A. Recommendation on approval to purchase landscape and irrigation supplies from Site One Landscape Supply in an amount not to exceed $60,000. B. Recommendation on SPDC funding for Parks janitorial services with Pure Service Corporation in an amount not to exceed $100,000. C. Recommendation on approval of a Professional Services Agreement (PSA) with TSK to provide a concept plan feasibility study for the Southlake Town Hall Plaza Renovation Project, in an amount not to exceed $194,800. D. Recommendation on approval of contract change orders with GeoSurfaces for a total not to exceed amount of $12,015,000 for work required to complete the synthetic turf, ballfield fencing and amenities project at Bicentennial Park and Bob Jones Parks. E. Recommendation on approval of an engineering services agreement with Baird, Hampton & Brown (BHB) in an amount not to exceed $70,000 for City of Southlake Values: Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Joint Meeting SPDC and Parks & Recreation Board April 16, 2024 Page 2 of 2 engineering services, structural design, and construction administration support. 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. CERTIFICATE I hereby certify that the above agenda was posted on the official bulletin boards at Town Hall, 1400 Main Street, Southlake Texas, on Friday, April 12, 2024, by 6.00 p.m. pursuant to Chapter 551 of the Te' ifent Code. A elley, TRMC City Secretary = If you Ian to attend this�.(���hftc"eP }rYi6 and have a disability that requires special needs Y p NWT�I I��%% g Y q p please advise the City Secretary 48 hours in advance at 817.748.8016 reasonable accommodations will be made to assist you. City of Southlake Values. - Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork CITY OF Item 2A- Minutes SOUTHLAKE SOUTHLAKE PARKS DEVELOPMENT CORPORATION AND PARKS & RECREATION BOARD JOINT MEETING MINUTES JANUARY 16,202 LOCATION: Southlake Town Hall, 3RD Floor Training Rooms, 1400 Main Street, Southlake, Texas SPDC MEMBERS PRESENT: President Randy Williamson, Vice -President, Ronell Smith, Secretary Frances Scharli, Members Amy Torres-Lepp, Tamara McMillan, and Lori Palmer. SPDC MEMBERS ABSENT: Member Kathy Talley PARKS BOARD MEMBERS PRESENT: Chair Frances Scharli, and Members John Thomas, Deanna Kienast, and Magdalena Battles, and Chad Bedwell. PARKS BOARD MEMBERS ABSENT: Vice -Chair Paul Venesky and Kevin Klaas. STAFF PRESENT: Director of Community Services David Miller, Assistant to the Director of Community Services Milenka Lopez, Community Relations Manager Vicky Schiber, Chief Financial Officer Sharen Jackson, and City Secretary Amy Shelley. REGULAR AGENDA: 1. CALL TO ORDER Southlake Parks Development Corporation President Randy Williamson and Parks and Recreation Board Chair Frances Scharli called the Joint SPDC and Parks Board meeting to order at 4:02pm. 2. PUBLIC FORUM President Williamson opened the public forum at 4:02pm. There being no one wishing to speak, President Williamson closed the public forum at 4:02pm. 3. CONSENT 3A. APPROVAL OF THE MINUTES FROM THE SOUTHLAKE PARKS DEVELOPMENT CORPORATION MEETING HELD ON NOVEMBER 7, 2023. (SPDC ACTION ONLY). President Williamson presented Item 3A, and there were no questions from the board. APPROVED BY SPDC A motion was made to approve the minutes from the November 7, 2023, Southlake Parks Development Corporation meeting. Motion: McMillan Second: Smith Ayes: McMillan, Palmer, Scharli, Smith, Torres-Lepp, Williamson Abstain: None Southlake Parks Development Corporation and Parks Board Joint Meeting Minutes — January 16, 2024 Page 1 of 3 Absent: Talley Approved: 6-0 3B. APPROVAL OF THE MINUTES FROM THE PARKS AND RECREATION BOARD MEETING HELD ON NOVEMBER 13, 2023. (PB ACTION ONLY). Chair Scharli presented Item 3B, and there were no questions from the board. APPROVED BY PB A motion was made to approve the minutes from the November 13, 2023, Parks and Recreation Board meeting. Motion: Bedwell Second: Kienast Ayes: Battles, Bedwell, Kienast, Scharli, Thomas Abstain: None Absent: Klaas, Venesky Approved: 5-0 4. CONSIDER 4A. 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 ACTION ONLY) APPROVED BY SPDC Director of Community Services David Miller presented Item 4A and answered questions from the Board. A motion was made to approve SPDC funding for landscaping services with O'Donnell's Landscape Services, LLC, dba Yellowstone Landscape, for an amount not to exceed $499,000, noting staff to monitor the contract services provided. Motion: McMillan Second: Smith Ayes: McMillan, Palmer, Scharli, Smith, Torres-Lepp, Williamson Abstain: None Absent: Talley Approved: 6-0 4B. RECOMMENDATION THE PROPOSED FY 2024-2028 SPDC CAPITAL IMPROVEMENT PROGRAM PRIORITIES (SPDC & PB ACTION). Director of Community Services David Miller presented Item 4B and answered questions from the Board. President Williamson opened a public hearing at 4:43pm. There being no one wishing to speak, President Williamson closed the public hearing at 4:43pm. APPROVED BY SPDC & PB Southlake Parks Development Corporation and Parks Board Joint Meeting Minutes — January 16, 2024 Page 2 of 3 5. 5A. 6. A motion was made to approve Item 4B, recommendation on the proposed FY 2024-2028 Capital Improvement Program Priorities, as presented, but noting staff may need to consider the prioritization of certain projects in the future. SPDC ACTION: Motion: McMillan Second: Smith Ayes: McMillan, Palmer, Scharli, Smith, Abstain: None Absent: Talley Approved: 6-0 PB ACTION: Motion: Bedwell Second: Scharli Ayes: Battles, Bedwell, Abstain: None Absent: Klaas, Venesky Approved: 5-0 SALES TAX REPORT Torres-Lepp, Williamson Kienast, Scharli, Thomas Chief Financial Officer Sharen Jackson provided an overview of the sales tax report, and no action was required. ADJOURNMENT The Joint meeting was adjourned by President Williamson and Chair Scharli at 4:47pm. MINUTES APPROVED BY SPDC ON THIS, THE DAY OF , 2024. Randy Williamson, President Southlake Parks Development Corporation ATTEST: Amy Shelley, City Secretary Southlake Parks Development Corporation Liaison Southlake Parks Development Corporation and Parks Board Joint Meeting Minutes — January 16, 2024 Page 3 of 3 CITY OF SOUTHLAKE MEMORANDUM April 12, 2024 To: Southlake Parks Development Corporation From: David Miller, Director of Community Services Subject: Recommendation on approval to purchase landscape and irrigation supplies from Site One Landscape Supply in an amount not to exceed $60,000. Action Requested: Recommendation on approval to purchase landscape and irrigation supplies from Site One Landscape Supply in an amount not to exceed $60,000. Background Information: The Parks Division purchases landscape and irrigation supplies to maintain the City's parks and open spaces. Annual purchases include herbicides, pesticides, chemicals, fertilizers, mulch, plants, pre -emergent, irrigation controllers, and other irrigation parts. The Parks Division uses SiteOne for irrigation and sports courts/field maintenance of SPDC-funded parks. On September 19, 2023, the City Council approved funding for landscape and irrigation supplies with Site One Landscape Supply as part of the new City Council funding authorization process. Staff is now asking SPDC to approve the SPDC portion of that funding. SiteOne is a BuyBoard contractor and meets the State bidding requirements by utilizing the BuyBoard cooperative purchasing group contract. BuyBoard contracts are awarded using "best value" method to grant contracts under the competitive bid method. Financial Consideration: Funding for the purchase of landscape and irrigation supplies is included annually within the City Council adopted budget. For FY 24, city-wide expenditure with Site One Landscape City of Southlake Values: Integrity Innovation Accountability Commitment to Excellence Teamwork SPDC Meeting Date —April 16, 2024 Page 2 of 2 Supply are budgeted at $125,000. FY 24 expenditures with Site One Landscape Supply for landscape and irrigation supplies related to SPDC funded park will not exceed the $60,000 approved in the adopted FY 2024 SPDC Operating budget. Strategic Link: This item is linked to the City's Strategy Map related to the focus area of Performance Management & Service Delivery and meets the corporate objective of Investing to provide & maintain high -quality public assets. Citizen Input/ Board Review Legal Review: April 16, 2024 N/A Alternatives: Alternatives may include: ■ City Council approval of purchases as presented ■ City Council approval of purchases with modifications ■ City Council denial of purchases Supporting Documents: • Buy Board Proposal Invitation Pricelist • Buy Board SiteOne Landscape Supply Contract Summary Staff Recommendation: Recommendation on approval to purchase landscape and irrigation supplies from Site One Landscape Supply in an amount not to exceed $60,000. City of Southlake Values: Integrity Innovation Accountability Commitment to Excellence Teamwork Item 4A- Attachment 1 Vendor SiteOne Landscape Supply Contact Monique Potts Phone 2164044749 Email bids@siteone.com Vendor Website www.siteone.com TIN 36-4485550 Address Line 1 1385 East 36th Street Vendor City Cleveland Vendor Zip 44114 Vendor State OH Vendor Country USA Delivery Days 10 Freight Terms FOB Destination Payment Terms Net 30 Days Shipping Terms Freight prepaid by vendor and added to invoice Ship Via Company Truck Designated Dealer No EDGAR Received Yes Service -disabled Veteran Owned No Minority Owned No Women Owned No National No No Foreign Terrorist Orgs Yes No Israel Boycott Yes MWBE No ESCs All Texas Regions States All States Contract Name Field and Turf Irrigation Products, Landscaping Products, and Specialty Conditioners/Soils Contract No. 705-23 Effective 06/01/2023 Expiration 05/31/2026 Accepts RFQs Yes 4/9/2024 10:10 AM 1 Wisconsin 8 Wisconsin ❑ Wisconsin (WI) 1 Wyoming 4 9 Wyoming ❑ Wyoming (WY) Bid Lines 1 Section I: Fertilizers, Nursery Products and Soils for Field/Turf Grounds Discount (%) off catalog/pricelist for Field and Turf Fertilizer, Conditioners, Dressings and Chemicals. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 ArborJet Alternate 1 Section I: Fertilizers, Nursery Products and Soils for Field/Turf Grounds Discount (%) off catalog/pricelist for Field and Turf Fertilizer, Conditioners. Dressings and Chemicals. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 10% Page 22 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 1 SiteOne Agronomic Price List 2 Section I: Fertilizers, Nursery Products and Soils for Field/Turf Grounds Discount (%) off catalog/pricelist for Nursery Products (all types of trees, shrubs, and other related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 2 SiteOne Nursery Page 23 of 52 pages Vendor: SiteOne Landscape Supply 705-23 3 Section I: Fertilizers, Nursery Products and Soils for Field/Turf Grounds Discount (%) off catalog/pricelist for Specialty Soils for Athletic Fields, Play Surfaces, or Park Surfaces. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 10% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 3 SiteOne Specialty Soils Page 24 of 52 pages Vendor: SiteOne Landscape Supply 705-23 4 Section I: Fertilizers, Nursery Products and Soils for Field/Turf Grounds Discount (%) off catalog/pricelist for All Types of Landscape Accent Products (metal, plastic, steel, wood, and other related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 10% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 4 SiteOne Accent Products Page 25 of 52 pages Vendor: SiteOne Landscape Supply 705-23 5 Section I: Fertilizers, Nursery Products and Soils for Field/Turf Grounds Discount (%) off catalog/pricelist for All Other Types of Fertilizer, Grounds, and Nursery Products and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 10% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 5 SiteOne Agronomic Price List Page 26 of 52 pages Vendor: SiteOne Landscape Supply 705-23 6 Section II: Irrigation Supplies, Parts, and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Controllers (solid state, light commercial application, 12 to 60 station capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 52% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 6 Hunter Controllers Alternate 1 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Controllers (solid state, light commercial application. 12 to 60 station capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 6 HydroPoint Weather Trak Page 27 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 2 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Controllers (solid state, light commercial application. 12 to 60 station capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 6 Irritrol Controllers Alternate 3 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Controllers (solid state, light commercial application. 12 to 60 station capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 6 Rain Bird Controllers Alternate 4 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Controllers (solid state, light commercial application. 12 to 60 station capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 6 Toro Controllers Alternate 5 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Controllers (solid state, light commercial application. 12 to 60 station capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Page 28 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Item Attributes 7� 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 6 Weathermatic Controllers Section II: Irrigation Supplies, Parts, and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Control Valves (1" to 4" pipe size; glass filled nylon, polyvinyl chloride (PVC) and/or brass construction; electrically controlled; flow control capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 1 45% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 7 Carson Valve Boxes Alternate 1 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off cataloa/Dricelist for Residential/Commercial Irriaation Control Valves (1" to 4" Dioe size: alass filled nvlon. Dolvvinvl chloride (PVC) and/or brass construction: electrically controlled: flow control capability. and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 52% Page 29 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 7 Hunter Valves Alternate 2 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Control Valves (1" to 4" pipe size: Was filled nylon, polyvinyl chloride (PVC) and/or brass construction: electrically controlled: flow control capability, and related items). Cataloa/Pricelist MUST be included or Droaosal will not be considered. Total: 1 45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 7 Irritrol Valves Alternate 3 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/Dricelist for Residential/Commercial Irriaation Control Valves (1" to 4" pipe size: alass filled nylon, polyvinyl chloride (PVC) and/or brass construction: electrically controlled: flow control capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 51 Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 7 Rain Bird Valves Alternate 4 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/Dricelist for Residential/Commercial Irriaation Control Valves (1" to 4" DiDe size: alass filled nylon, polyvinyl chloride (PVC) and/or brass construction: electrically controlled: flow control capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 43% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 7 Toro Valves Page 30 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 5 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Control Valves (1" to 4" pipe size: glass filled nylon, polyvinyl chloride (PVC) and/or brass construction; electrically controlled: flow control capability, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 43% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 7 Weathermatic Valves 8 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Sprinkler Heads (fixed spray pattern, gear drive rotor 1/2" to 1" inlet, various fixed arcs, plastic construction, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 54% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies. Parts. and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 8 Hunter Sprinkler Heads Page 31 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 1 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalogpricelist for Residential/Commercial Irrigation Sprinkler Heads (fixed spray pattern, gear drive rotor 1/2" to 1" inlet, various fixed arcs, plastic construction, and related items). Catalog/Pricelist MUST be included or DrODosal will not be considered. Total: I45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 8 Irritrol Sprinkler Heads Alternate 2 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalogpricelist for Residential/Commercial Irrigation Sprinkler Heads (fixed spray pattern, gear drive rotor 1/2" to 1" inlet, various fixed arcs, plastic construction, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 8 Rain Bird Sprinkler Heads Alternate 3 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalogpricelist for Residential/Commercial Irrigation Sprinkler Heads (fixed spray pattern, gear drive rotor 1/2" to 1" inlet, various fixed arcs, plastic construction, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 8 Toro Sprinkler Heads Alternate 4 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/Dricelist for Residential/Commercial Irrigation Sprinkler Heads (fixed sDrav Dattern. gear drive rotor 1/2" to 1" inlet, various fixed arcs, plastic construction, and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Page 32 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 8 Weathermatic Sprinkler Heads 9 1 Section II: Irrigation Supplies, Parts, and Accessories Discount (%) off catalog/pricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless signal commands to field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 1 40% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Baseline Lg Central Control Page 33 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 1 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless sianal commands to field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Calsense Lg Central Control Alternate 2 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/aricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless signal commands to field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Hunter Large Central Control Alternate 3 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless signal commands to field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Irritrol Lg Central Control Alternate 4 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless sianal commands to field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Page 34 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Rain Bird Lg Central Cont Alternate 5 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalogricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless signal commands to field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Rain Master Lg Central Contr Alternate 6 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless signal commands to field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Toro Large Central Control Alternate 7 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless sianal commands to field satellites and related items). Cataloa/Pricelist MUST be included or proposal will not be considered. Total: 30% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Tucor Large Central Control Page 35 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 8 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Large Commercial/Central Controllers (solid state or digital, computer driven, software to manage water distribution, central location to command field satellites, hard wired, or wireless sianal commands to field satellites and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 9 Weathermatic Large Central 1 Section II: Irrigation Supplies, Parts, and Accessories 0 Discount (%) off catalog/pricelist for Large Commercial Field Satellites (controls water distribution (sprinkler heads); stand alone and/or controlled by a central computer/controller; solid state; receives command signals either hard wire and/or radio link and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies. Parts. and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Page 36 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10 Green Tech Alternate 1 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog//pricelist for Large Commercial Field Satellites (controls water distribution (sprinkler heads): stand alone and/or controlled by a central computer/controller: solid state: receives command signals either hard wire and/or radio link and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10 Hunter Two Wire Alternate 2 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalogricelist for Large Commercial Field Satellites (controls water distribution (sprinkler heads): stand alone and/or controlled by a central computer/controller: solid state: receives command signals either hard wire and/or radio link and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 44% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10 Rain Bird Two Wire Alternate 3 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Large Commercial Field Satellites (controls water distribution (sprinkler heads): stand alone and/or controlled by a central computer/controller: solid state: receives command signals either hard wire and/or radio link and related items). Cataloa/Pricelist MUST be included or proposal will not be considered. Total: 35% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10 Rain Master Page 37 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 4 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Large Commercial Field Satellites (controls water distribution (sprinkler heads): stand alone and/or controlled by a central computer/controller: solid state: receives command signals either hard wire and/or radio link and related items). Cataloa/Pricelist MUST be included or proposal will not be considered. Total: 5% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10 Toro Two Wire Alternate 5 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Large Commercial Field Satellites (controls water distribution (sprinkler heads): stand alone and/or controlled by a central computer/controller: solid state: receives command signals either hard wire and/or radio link and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 30% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10 Tucor Alternate 6 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalogricelist for Large Commercial Field Satellites (controls water distribution (sprinkler heads): stand alone and/or controlled by a central computer/controller: solid state: receives command signals either hard wire and/or radio link and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 10 Weathermatic Page 38 of 52 pages Vendor: SiteOne Landscape Supply 705-23 1 Section II: Irrigation Supplies, Parts, and Accessories 1 Discount (%) off catalog/pricelist for Large Commercial Turf Sprinkler Heads (water distribution (sprinklers) for large turf areas; 31' minimum radius; minimum 12 GPM; minimum 1" inlet; plastic construction and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 11 Hunter Large Sprinkler Alternate 1 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Large Commercial Turf Sprinkler Heads (water distribution (sprinklers) for large turf areas: 31' minimum radius: minimum 12 GPM: minimum 1" inlet: plastic construction and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 11 Irritrol Large Sprinkler Page 39 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 2 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Large Commercial Turf Sprinkler Heads (water distribution (sprinklers) for large turf areas; 31' minimum radius: minimum 12 GPM: minimum 1" inlet: plastic construction and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 35% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 11 Rain Bird Large Sprinkler Alternate 3 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Large Commercial Turf Sprinkler Heads (water distribution (sprinklers) for large turf areas: 31' minimum radius: minimum 12 GPM: minimum 1" inlet: plastic construction and related items). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 11 Toro Large Sprinkler Page 40 of 52 pages Vendor: SiteOne Landscape Supply 705-23 1 2 Section II: Irrigation Supplies, Parts, and Accessories Discount (%) off catalog/pricelist for All Types of Drip Irrigation Products (residential, commercial, and industrial). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 12 Hunter Drip Alternate 1 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for All Types of Drip Irrigation Products (residential, commercial, and industrial). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 12 Netafim Drip Page 41 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 2 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for All Types of Drip Irrigation Products (residential, commercial, and industrial). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 12 Rain Bird Drip 1 Section II: Irrigation Supplies. Parts, and Accessories 3 Discount (%) off catalog/pricelist for All Types of Aerating Fountain Products, Equipment and Lighting (residential, commercial, and industrial). Catalog/Pricelist MUST be included or proposal will not be considered. Total: 1 15% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 13 Aquamaster Fountain Page 42 of 52 pages Vendor: SiteOne Landscape Supply 705-23 1 Section II: Irrigation Supplies, Parts, and Accessories 4 Discount (%) off catalog/pricelist for All Types of Irrigation Bunker Pumps, Equipment and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 43 of 52 pages Vendor: SiteOne Landscape Supply 705-23 1 Section II: Irrigation Supplies. Parts, and Accessories 5 Discount (%) off catalog/pricelist for Water Chemicals and Dyes, Supplies, and Accessories. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies. Parts. and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 44 of 52 pages Vendor: SiteOne Landscape Supply 705-23 1 6 Section II: Irrigation Supplies, Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Aquamaster Parts Alternate 1 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 45% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Febco Parts Page 45 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 2 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 30% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Febco Parts Misc Alternate 3 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 30% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Irritrol Parts Alternate 4 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 25% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 King Products Alternate 5 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalogricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Matco Parts Page 46 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 6 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 30% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Matco Parts Misc Alternate 7 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 NDS Alternate 8 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 20% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Netafim Parts Alternate 9 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalogricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Pro -Trade Parts Page 47 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 10 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 PVCP Alternate 11 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 30% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Rain Bird Parts Alternate 12 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 60% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Spears Alternate 13 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalogricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 T Christy Parts Page 48 of 52 pages Vendor: SiteOne Landscape Supply 705-23 Alternate 14 Section II: Irrigation Supplies. Parts. and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 30% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Toro Parts Alternate 15 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 50% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Wilkins Parts Alternate 16 Section II: Irrigation Supplies. Parts, and Accessories Discount (%) off catalog/pricelist for Irrigation Equipment Repair Parts. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 40% Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". 16 Crestline Page 49 of 52 pages Vendor: SiteOne Landscape Supply 705-23 1 Section II: Irrigation Supplies. Parts, and Accessories 7 Discount (%) off catalog/pricelist for Irrigation Equipment Maintenance Service Agreements (monthly, quarterly, and yearly). Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalogs)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 50 of 52 pages Vendor: SiteOne Landscape Supply 705-23 1 Section II: Irrigation Supplies, Parts, and Accessories 8 Discount (%) off catalog/pricelist for Residential/Commercial Irrigation Equipment and Central Controllers Service Agreements (automatic software updates and technical support). Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE 1: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalogs)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. PROPOSAL NOTE 2: Vendors proposing on Section II: Irrigation Supplies, Parts, and Accessories must be approved by the manufacturer to sell, install, and service the brand of equipment submitted. Proposers responding to this Proposal Invitation should submit an approval letter from each manufacturer. Manufacturer authorization letters must include the regions in which equipment may be sold. Manufacturers responding directly to this proposal invitation, in lieu of an authorization letter, must submit a letter explaining that the company is the manufacturer of the products proposed. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response 1 I Section III: Installation and Repair Service 9 Hourly Labor Rate for Application of Fertilizers, Chemicals, Specialty Soils, Play Surfaces, and Other Related Items - Not to Exceed hourly labor rate for Application of Fertilizers, Chemicals, Specialty Soils, Play Surfaces, and Other Related Items. Quantity: 1 UOM: Hourly Labor Rate No Bid 2 I Section III: Installation and Repair Service 0 Hourly Labor Rate for Field and Turf Preparation Work - Not to Exceed hourly labor rate for Field and Turf Preparation Work. Quantity: 1 UOM: Hourly Labor Rate No Bid Page 51 of 52 pages Vendor: SiteOne Landscape Supply 705-23 2 I Section III: Installation and Repair Service 1 Hourly Labor Rate for Installation/Transplanting of All Types of Trees, Shrubs and Landscaping Services - Not to Exceed hourly labor rate for Installation/Transplanting of All Types of Trees, Shrubs and Landscaping Services. Quantity: 1 UOM: Hourly Labor Rate No Bid 2 Section III: Installation and Repair Service 2 Hourly Labor Rate for Tree and Shrub Service and Stump Grinding - Not to Exceed hourly labor rate for Tree and Shrub Service and Stump Grinding. Quantity: 1 UOM: Hourly Labor Rate No Bid 2 I Section III: Installation and Repair Service 3 Hourly Labor Rate for Installation/Repair Service of Irrigation Equipment and Related Products - Not to Exceed hourly labor rate for Installation/Repair Service of Irrigation Equipment and Related Products. Quantity: 1 UOM: Hourly Labor Rate No Bid Response Total: $0.00 Page 52 of 52 pages Vendor: SiteOne Landscape Supply 705-23 16024 County Road X Kiel � Kiel WI. 53042 Phone: 920.693.3121 Toll Free: 800.693.3144 FOUNTAINS AND AERATORS www.aquamasterfountains.com Timm 2 January 25, 2023 Re: SiteOne Landscape Supply Authorized Distributor To Whom It May Concern, This letter serves as certification that SiteOne Landscape Supply is an Authorized Distributor of all products manufactured by AquaMaster Fountains and Aerators. Your Distributorship is active and in good standing. Please contact me with any questions or comments. Sincerely, Rudi Huber Vice President of Sales AquaMaster Fountains & Aerators OSite0ne- LANDSCAPE SUPPLY Stronger Together Leigh, As a follow up to our conversation today Green Tech is SiteOne Green Tech which is a division of SiteOne Landscape Supply. SiteOne Landscape Supply is the exclusive distributor of SiteOne Green Tech products. Keith O. McGinty iocalsense December 19, 2022 To Whom it May Concern: SiteOne Landscape Supply is an authorized distributor for Calsense, which sells its products throughout the United States. SiteOne is authorized to sell all products on the Calsense price list. Any questions regarding SiteOne's status can be directed to me. Thank you! Sincerely, Mike Haldane Director of Commercial Operations mikeh@calsense.com (760) 891-6907 2075 Corte del Nogal, Suite P, Carlsbad, CA 92011 1 (760) 438-0525 1 w .calsense.com 0 Oldcastle Infrastructure" A CRN COMPANY 7000 Central Park, Suite 800 Atlanta, GA 30328 oIdcastleinfrastructure. corn To Whom It May Concern: SiteOne Landscape Supply is currently an authorized national distributor of products manufactured and supplied by Oldcastle Infrastructure. Please contact me at 336-314-7956 if you have any question. Rick Miller Director of Sales -Distribution Oldcastle Oldcastle Infrastructure Infrastructure"' 3415 Sandy Ridge Road A CRN COMPANY Colfax, NC 27235 C 336-314-7956 E richard.miiier@oldcastle.com oldcastleinfrastructure.com BI13\q? Arcs bxc21gcuf — 29Ic2 BLuq 1* Boaq 2iuccxsla' Cxe2lrue blg2frc brbc Co" Iuc• -Lox Tps sums flullcq 2tutca- ?gcom 17sug2csbc 2nbbla r2 su snfpouscq gl2prpnJox fox bxogncl2 ursunLscurxsq pa Zo mpour It y,Iga Couccxu' Dscsurpex I6'3033 Ensu2Arllc KEbrx io: MMMCl6Zlllu O' COW brVol: 3801 EV21 HIOHMVA 31 C0621CVNb' IEXVe 12103 - IEFEbHONE (803) 9]5-8C12 bf VNl: SIOO 20O1H 321H 218EE1 COONCIf Bf0EE2'IOMV 21201 - IEFEbHONE UMS) 355-5586 bf VNl: SE< 21fAEB 2bbW2 BD' WECHVNIC2BnBC' bENN2AfAVNIV 11020 IEFEbHONE (Ni]) ]EE-S202 bf VNl: 5030 CBE2fWE DBIAE HEMOEB20N' NEHIOCNA 15150 IFFEb HONE IS]O) BS8-8311 COV60BV1E HEVDOOVBIEB2: E00 CB022 bOM1E BEAD' EAVAeAIRE' INOIVNV C]NI2 - 1ErLbHONE MIS) CSB-8300 CF6E2fw brd211C blbE CO" IVC' CVEiriUE. ECMINDUSTRIES 16250 W. Woods Edge Rd • New Berlin, WI 53151 December 20, 2022 To Whom it May Concern, SiteOne Landscape Supply is an authorized distributor for products manufactured by ECM Industries for all US and Canadian Provinces. Please contact me with any questions at 314-496-1072. Best regards, Nate Burns National Sales Manager 636-519-5467 office 1 314-496-1072 cell nate.burns(oecmindustries.com I www.ecmindustries.com '%r GBBender. /LSCO .aERGEN® ECRNINDUSTRIES Gardner necumatrer /NNO✓4T/ON INDUSTRIES,INC. 42 N. Central Drive O'Fallon, MO 63366 GR ASCO K/.YG BERGENe www.ecmindustries.com Gardner connection iter /NNOtfAT/ON® INDUSTRIES, INC. Bender '^a XXIWAI is Watts Water Technologies, Inc. 815 Chestnut Street I North Andover, MA 01845-6098 IT: (978) 688-1811 IF: (978) 794-1848 December 20, 2022 The Local Government Purchasing Cooperative 12007 Research Blvd. Austin, TX 78759 Attention: TASB Asst. Division Director, Cooperative Procurement This letter is to confirm that SiteOne Landscape Supply is an authorized distributor of Watts Water Technologies products in the US under the Watts and Febco brand of products. Sincerely, Rick Kelly National Sales Manager — Fire, Waterworks & Irrigation WTS LISTED NYSE Innovative Water Solutions WattsWater.com Muloqugn2jg 2 Mw J-lB i"-23Co Ws1u I J-doo-eaj-im 1sryu1nl Znbbog lalo olswooq 2aesl 12su nslcro2cv asois I nz HnH1EWIMn21wEe gsu12 'wn11!K!u pnul6uugn2{usz'mw Hnwsi Iugn21us2 2l' Alm b1621g6111' olOp9129162 p6u126 Wn11!K!u 156as1g2' sud dn621!ou2' bls92s ooulscl w6 91.1@0 aJ27 J.1S 2p6ous rsugambs 2nbbld !2 su snlpoussq gre0.lpnloyol blogncl2 w9un1901nsq pd Hn016L lugn2lus2' 11 don psns 10 MPOW if py9d oou0sw' ynanal o'5oss N1111l61.s HydroPoint Date: December 19'h, 2022 RE: SiteOne Landscape Supply — WeatherTRAK Preferred Distributor This letter is to confirm that SiteOne Landscape Supply is an authorized distributor of WeatherTRAK and Baseline irrigation products in the following Regions. Baseline WeatherTRAK SiteOne Region . States/Regions States/Regions SiteOne 2 All All SiteOne 3 All All SiteOne 4 All All SiteOne 5 All All SiteOne 6 All All SiteOne 7 All All SiteOne $ All All SiteOne 10 Southern CA All SiteOne 12 AZ, NM, NV, WA, Northern ID, Canada A7, NM, NV, WA, OR, ID Regards, Chris Manchuck Sr. Vice President Sales HydroPoint Data Systems cmanchuck@hydropoint.com E?A E I E" WaterCompass WeatherTRAK' HEADQUARTERS 1720 Corporate Circle Petaluma, CA 94954 600 362 8774 main 707 769 9695 fax hydropoint.com FIELD OFFICE 10259 W. Emerald St. Suite 160 Boise, I❑ 83704 866 294 5847 main 208 323 1834 fax The Toro Company 5825 Jasmine Street, Riverside, California 92504-1183 • Phone 951/688-9221 P.O. Box 489, Riverside, California 92502-0489 December 20, 2022 This letter is to certify that SiteOne Landscape Supply is an authorized dealer of Toro and Irritrol Residential & Commercial Irrigation products for the United States and Canada. Signed, Orion Goe Channel Marketing Manager, ResCom Irrigation & Lighting orion.goe@toro.com (951) 215-9913 800 Deere Road Prescott, WI 54021 sales@kascomarine.com 715.262.4488 12/21 /2022 To Whom it May Concern SiteOne Landscape Supply is an authorized distributor of Kasco Marine, Inc. products for the USA and Canada. If you have any questions or concerns, please contact us. Sincerely Joe Holz Director of Sales Kasco Marine, Inc. NCaRCA April 29, 2020 To whom it may concern: SiteOne Landscape Supply is an authorized distributor for all Matco-Norca products in all regions of the United States and Canada. Sincerely Jim DiCola National Irrigation Manager 1150 Silber Rd. Houston, TX 77055 c-281-627-4687 o-281-657-6285 ROUTE 22 P.O. BOX 27 BREWSTER NEW YORK 10509 TEL: (800) 431-2082 (845) 278-7570 FAX: (800) 640-2252 (845) 278-9056 matco-norca.com DNE>S We put water in its place December 19, 2022 To Whom It May Concern: SiteOne Landscape Supply is currently an authorized national distributor of products manufactured and supplied by NDS. Please contact me at 413-454-8231 if you have any questions. Sincerely, Jack Delaney Vice President of Sales 21300 Victory Blvd. Suite 215 Woodland Hills, CA 91367 413-454-8231 (mobile) Jackdelaney@ndspro.com +l 228-422-0900 +A 228-4e3-4043 2410 E Howe Vne ' tLeauo' CV a3jSj KcIIp•Conl2f!= IJcfsguJ•COW (,\?A) 81A-Saga usrU113 fl2v gbcqup?, Y1saKcl2 Aslronsl 2slc2 Draccloa KcIIp COrg2huR ,a2 Ipwr aon' MMM'ue(stlwnbs-cow b1cs2c qo uoI pcajlslc to coulscl uJc MIIp sua dnc2lrou2 oa couccau2' baogncl2 III Ipera sacs(2) oLq!aTupngou- flav (Ali), 2?Isous rsug2cubc anbbiX Iz sbbaoneq To baouJolc' 2cII suq\oa 2cu,Icc 14GTSUUJ zllcouc rsug2csbc znbbj), Iz su snlpoarscq gi2larpnloa oLbaogncl2' ru'Rooq 2lsugruR' Loa hclsLIui JLO MIJOW If uJsa COACGW: DGC6mPGL Sp' SASS VVIAUMM., OLP!43 VELIMIM1.6 bash2iOu (E) PRO -TRADE January 27, 2023 To Whom It May Concern: SiteOne Landscape Supply is the exclusive distributor for all Pro -Trade branded products nationwide and is in good standing. If you have questions, please feel free to call me at 770-714-3614. Sincerely, Kristoff Byrd Director of Category Management — Pro -Trade r �! December 20, 2022 The Toro Company 5825 Jasmine Street, Riverside, California 92504-1183 • Phone 951/688-9221 P.O. Box 489, Riverside, California 92502-0489 This letter is to certify that SiteOne Landscape Supply is an authorized dealer of the Toro DXi Central Control System and its accompanying Laguna software for the states of California, Nevada, Arizona, New Mexico and Texas (with the exception of Lubbock, TX). Further, SiteOne Landscape Supply is the authorized dealer of the Toro DXi Central Control System and its accompanying WMS software for the state of Hawaii. Signed, Orion Goe Channel Marketing Manager, ResCom Irrigation & Lighting orion.goe@toro.com (951) 215-9913 RAIN-i December 19, 2022 To Whom It May Concern: This letter is to confirm and validate that SiteOne Landscapes is a Distributor of Rain Bird products. The products that SiteOne Landscapes is authorized to purchase from Rain Bird Corporation include; Turf Products published in the Rain Bird Landscape Irrigation Equipment Price List Specialized Central Control products in specific areas of Texas, Oklahoma and Southern California Excluded products from this agreement are products sold for; Consumer products For a list of all SiteOne Landscape locations, please visit: https://www.rainbird.com/landscape/DistributorReferral.htm To find out more about Rain Bird products please visit www.rainbird.com Sincerely, Jed Price Director — Contractor Division Rain Bird Corporation 6991 East Southpoint Dr. Tucson, AZ 85756 Rain Bird Corporation 6991 E. Southpoint Road, Tucson, AZ 85706 • Phone (520) 741-6100 • www.RainBird.com (800) m-eno j4fff!OU9I VCCOnuI W9u9RGL 2bs9lz® yj9unL9cmuu'R Coulb9uX KGAlu CLOJICF KcRbGcqRIIX' dnG2f!ou2' tpG,t8 Coupgaon2 2[9tG2 9uq H9AA9II' bJG92G IGGI LLGG fO COuf9Cf MG ItXOn p9AG 9uX CoulbsuX' DICurpnFlOu oL 2bGnRg blognct2 pX 2jtGpuc r9ug2csbc 2nbblX mcingG2 IIFuuVL2' zOIAGuI2' A9Inc2 9uq bibs ru9unt9CMLGq pX 2bcttL2® ypun{9cm!uR 2gGpuG rsug2csbc 2nbblX 12 su 9njpoLjscq gi2jupflTOL 9uq LG2cIIGL ottperurobl92Fic 10 )Apom It Y UX COuccur' KE: 2bcnag yqsui7L9cmijuR Courb9uX IiloflcG otyri4louscq Di2FarpnfIou DGCGMPGL 164 3033 MMM'2 GSL2W{ 'COW lelebpOUG (CJC) 3eJ-4@4J • E9X (942) 3Cl-304d WVIFIMe VDDBE22: b'O' BOX 8503 • 2J FVM' CVFIEOBWIV a43aS J2223 OFDEVI 2ibEE1. 2AFINVB' CVFIEOBHIV aJ215 2bEvK2® wvmnLvcinimwe COwbVL4A The Toro Company 5825 Jasmine Street, Riverside, California 92504-1183 • Phone 951/688-9221 P.O. Box 489, Riverside, California 92502-0489 December 20, 2022 This letter is to certify that SiteOne Landscape Supply is an authorized dealer of Toro and Irritrol Residential & Commercial Irrigation products for the United States and Canada. Signed, Orion Goe Channel Marketing Manager, ResCom Irrigation & Lighting orion.goe@toro.com (951) 215-9913 Tucor, Inc. 330 Perry Highway Harmony, PA 16037 Monday, December 19, 2022 To Whom It May Concern, This letter authorizes that SiteOne Landscape Supply is an authorized distributor of Tucor products within all current SiteOne locations in the United States and Canada. Please contact Maggie Sarver, SiteOne Account Manager, at 724.553.9660 with 's any questions or concerns. k Best, � , 1 Maggie Sarver Distribution Account Manager Tucor, Inc. O. 724.935.6850 C. 724.553.9660 330 Perry Hwy, Harmony PA 16037 Phone: 724-935-6850 1 Fax: 724-935-8233 Email: tucormail C(D_.tucor.com ( Website: http://www.fucor.com Weathermatic Save Water. Give Life. To Whom It May Concern: SiteOne Landscape Supply is an Authorized Distributor for products manufactured by Telsco Industries DBA Weathermatic and it's subsidiaries in North America. The Authorized Distributor status is in effect from 1/1/2022 — 12/31/2023. If you have any questions, please contact me at 972-278-6131. Regards, Lex Mason President Telsco Industries, Inc. DBA Weathermatic 972-278-6131 (Office) Lex.Mason@Weathermatic.com 3301 W. Kingsley Road • Garland, TX 75041-2207 • Phone: 972-278-6131 • Fax: 972-271-5710 • www.weathermatic.com 01 January 2023 Subject: Zurn Industries, LLC. Authorized Distributor To Whom It May Concern: All business locations of SiteOne Landscape Supply and any of their acquisition partners are authorized distributors of all products from Zurn Industries, LLC. Regards, Paul D. Wait National Sales Manager Irrigation Zurn Industries, LLC. 805-286-7966 paul.wait@zurnwilkins.com zurnELKAY 511 West Freshwater Way, Milwaukee, Wl 53204 PHONE: 855.663.9876 FAX 414.808.0281 www.zum-elkay.com Item 4A- Attachment 2 Rrtr �Phone: 800.695.2919 Email: info@buyboard.com CopAemlfra Punhasing Welcome Dianne [ Log Off ] Administration I RFQ Reports Shopping Cart Help Search Results Searches: Show 25 v results Narrow Results: Search by Vendor Vendor Description Pricing Sheet Price city Add to Cart Browse Contracts SiteOne 10% Discount OH SiteOne pricelist for Specialty Soils for Athletic Fields, Play Surfaces, or Park Surfaces. N/A $0.00 0 Ada Landscace SUDDIV Line Item 26 Show Details Search: SiteOne 10% Discount Off SiteOne pricelist for Landscape and Turf Care Attachments. Line Item 13 N/A $0.00 EJ Add Landscape Show Details O All SuD.1 O Vendor Discounts Only SiteOne Landscape 10% Discount Off SiteOne pricelist for Landscape and TurfCare Attachments. Line Item 13 N/A $0.00 Add Show Details O Catalog Pricing Only SUODIv SiteOne 10% Discount Off SiteOne pricelist for Hand Held Grounds Maintenance Equipment, Supplies, and N/A $0.00 Add Refine Your Search: Landscape Accessories. Line Item 12 snow Details S Doly Vendors SiteOne 10% Discount Off SiteOne pricelist for Hand Held Grounds Maintenance Equipment, Supplies, and N/A $0.00 Add SiteOne Landscape Supply[X] Landsca Accessories. Line Item 12 aw ShDetails Price Rance SUDDIy Show all prices SiteOne 10% Discount Off SiteOne pricelist for Ground Maintenance Equipment Repair Parts. Line Item 20 N/A $0.00 Add Cam LandscapeShow Detells None Selected SUDDIV Contract SiteOne 10% Discount Off SiteOne pricelist for Field and Turf Fertilizer, Conditioners, Dressings and Chemicals. Line N/A $0.00 Ad9 None selected Landscape Item 24 Show Details SUDDIV SlteOrm 10% Discount Off SitsOne pricelist for All Types of Landscape Accent Products (metal, plastic, steel, wood N/A $0.00 F-1 60 Landscape SUDDIV and other related items). Line Item 27 Show Details SiteOne 10% Discount Off SiteOne pricelist for All Types of Irrigation Bunker Pumps, Equipment and Supplies. Line N/A $0.00 O Add Landscace SUDDIV Item 37 Show Details Additional Resources SiteOne -Candace" 10% Discount Off SiteOne pricelist for All Types of Aerating Fountain Products, Equipment and Lighting N/A $0.00 Add SuoDly (residential, commercial and industrial). Line Item 36 Show Details SiteOne 10% Discount Off SiteOne pricelist for All Other Types of Grounds Maintenance Equipment, Supplies and N/A $0.00 n Add Landscape Accessories. Line Item 19 Show Details S Doly SiteOne 10% Discount Off SiteOne pricelist for All Other Types of Grounds Maintenance Equipment, Supplies and N/A $0.00 Add Landscape Accessories. Line Item 19 Show Details S poly SiteOne 10% Discount Off SiteOne pricelist for All Other Types of Fertilizer and Grounds Chemicals. Line Item 28 N/A $0.00 Add Landscape aw ShDataes DDV SiteOne 10% Discount Off SiteOne pricelist for All Other Types of Fertilizer and Grounds Chemicals. Line Item 28 N/A $0.00 O Add Landscape Show Details SUDDIV SiteOne 10% Discount Off Kichler pricelist for Outdoor Lighting Repair Parts. Line Item 45 N/A $0.00 Ad9 Landscapehftps://www.siteone.com/lighting/c/shll Show Details SUDDIV SlleOne 10% Discount Off FXLuminaim pricelist for Outdoor Lighting Repair Parts. Line Item 45 N/A $0.00 Anp Landscape SUDDIV hftps://www.altoone.com/lighting/e/ahl1 Show Details SiteOne 10% Discount Off Calsense pricelist for Residential/Commercial Irrigation Controllers (solid state, light N/A $0.00 Ada Landscape SUDDIV commercial application, 12 to 60 station capability and related items). Line Item 29 Show Details SiteOne 10% Discount Off Calsense pricelist for Large Commercial/Central Controllers (solid state or digital, N/A $0.00 Add Landscapecomputer driven, software to manage water distribution, central location to command field satellites, hard Show Details Supply wired or wireless signal comma Line Item 32 SiteOne 10% Discount Off Calsense pricelist for Large Commercial Field Satellites (controls water distribution N/A $0.00 F-1 Add Landscape (sprinkler heads); stand alone or controlled by a central computer/controller, solid stale; receives command Show Details SUD.1 signals either hard wire or Line Item 33 SiteOne 10% Discount Off Ames pricelist for Hand Held Grounds Maintenance Equipment, Supplies, and N/A $0.00 EJ Add Landscape Accessories. Line Item 12 Snow Datans S poly SiteOne 0% Discount Off Toumsol Siteworks pricelist for All Other Types of Grounds Maintenance Equipment, N/A $0.00 EJ Add Landscap Supplies and Accessories. Line Item 19 ow snDataes DD V SiteOne 0 % Discount Off SiteOne prcleist for Hydroseeding Equipment, Supplies, and Accessories. Line Item 17 N/A $0.00 Add Landscape Show Details SUDDIV SiteOne 0 % Discount Off SiteOne pricelist for Residential/Commercial Irrigation and Central Controllers Service N/A $0.00 Ad9 Landscape Agreements (automatic software updates and technical support). Line Item 41 Show Details SUDDIV SI. t.One 0 % Discount Off SiteOne pricelist for Nursery Products (all types of trees, shrubs, and other related items). N/A $0.00 O Anp Landscape SUDDIV Line Item 25 Show Details SiteOne 0 % Discount Off Abodet pricelist for Field and Turf Fertilizer, Conditioners, Dressings and Chemicals. Line N/A $0.00 Ada Landscace SUDDIV Item 24 Show Details Showing 76 to 100 of 100 entries First Previous 0 Q O3 O4 Nerd Last Contact us 800.695.2919 Indcx Pagel of 1 Phone: 800.695,2919 9 Fax: 800.211.5454 Board e7 Email: inPo®buyboard.com c"'Migrepasacaiep Welcome Dianne [ Log Off ] Administration RFQ Reports Shopping Cart Help , Vendor Contract Information Back Vendor Name: SiteOne Landscava Supply Searches: Atltlress: 1385 E. 36ih Street Search by Vendor Cleveland. OH 44114 Browse Contracts Phone Number. (800)321-5325 Email: bidailIsiteone.ocm Wabsitl hdo/Avwx steonecom Search: Federal ID: 36-4485550 Contact: Monique Polls ® All Accepts RFOs: Yes O Veldef Dscounh OnN O Catalog Priem OnN Minority Owned: No Women Owned: No Service-0Ieabled Veteran Owned: No Refine Your Search: EDGAR Forms Recelved: Yes Vendors NO Israel Boycott Certificate: No SlleOns tsndswpe SupxdX] No Excluded Foreign Terrorist Orgs: No Prloc Ranae an. ell Picas Contract Name: Grounds Maintenance Equipment, Irrigation Paris, Supplies and Installation Cain Comment: 529-17 None Beaded Effective Date: OB/O1/2017 Contratt None selected Expiration Data: OW31/2020 ' Payment Terms: Nel30 days Delivery Days: 10 Shipping Terms: Pre -paid and added to invoice Freight Terms: FOB Destination Ship Via: Common Carter Additional Rs Region Served: All Texas Regions States Servatl: Texas Additional Info: EDGAR Vendor Certification Form Qelating to 2 CFR Pad 2008 Appendix ll) is included in the Ty, Vendor response document, and can be found in the Vendor Proposal File link near the bottom of the page. Vendor Certification form regarding Texas HB 89 and Texas SB 252 can be found under the "Vendor Proposal Files Documents" link below. Quote Reference Number. 529-17 Return Policy: Contact local branch for alum information Additional Dealers: See Additional Deelen/Disinbutors link for dealer list Contract Documents EDGAR Notice: Gaelic view EDGAR Notice Proposal Documents: Click to view BuyBOard Proposal Document Retaliatory Notice: Click to view Ronald, Repulatory Notice Construction Services Advisory: Click to view the Construction Related Goods and Sarv'ce. Ativtsory Proposal Files: Click to view Vendor Proposal Files Documents Renewal Notice/Lefter. Click to view Vendor Renewal Noticefluafter Documents Additional Dealers Distribulom: Click to view Vendor Additional balers/Dletdbulom Documents Contact us 800.695.2919 https://app.buyboard.conilSearch/Index?SearchTerm=&V cndorld=2315&DiscountProduct... 5/21 /2018 Index Page 1 of 1 R' OFne: Soobg5,z9 i9 BoaMe 54 Eaa 30ylboar Eman: bro�agyaoard.wm coon LOOhtM Welcome Dianne [ Log OR ] mutranon RFQ Repana Shopping Can Help Search Results Searches: Show 25 V results Ned—R.S.R.'. artli�E�nndur gamem Browse Contratts Description Pricing Sheas once pig Adito Carl lz;]0%Oiecoun[Off s[ Ludiffeend Spears 5CH40 prkefat fin Irrigation Equipment Repair Pads Line item 40 pIk1009Ae0 E000 eLe /�f BYPPIC Seari Seui Laraftedum® ]0%Discount Off Cmi SOR21 prlotisl Sir Indatbn Equipment Repair Paris Une Aem 40 rkb She, SON hul cal Boom 96�ngIM_@! 0 Va.oroi—m.ONy 65%Oiswunl Off WlMns ptlwliat parlrai Equlpmem Repair Pals Unsfiesi Nian, SM1J SON Rep La4IlUQRSnw O mmwg Rlpry Only epee ,,b,, di Discount Off Spears SCH611 preset for Irrigation Equipment Repair Paris Line Item 40 oar h. $0. yq Refine Your $<er<M1: Luce sum! iE<nPaYb Veme6 a4A4onp sbeom LenasuPe scpgylzl L,M,,Pfl M%"I count Off Crestirs 6CH60 priwlist for lmgafan Equi iRe Parts Uns Rom 40 pmen pair PfkNg.StJ Eo oa rea _ 2149sO , §V8g SheX.Su. Now ell Piree SmO uieon 65% Discount Off Cresltne SCH40 pricellst tar lmgason Equipment Repair Paris Ure hem 40 Pricing he 5000 cam Him monad ..am a Niel:ame Seen 64% Dismount Off MATCO prianst for Rmanow Equipment Repair Paris Line Mm 40 WA $ON mg RNPR 5]%Diecouni OXXunler pn<elisi far Re dama4Commeroial mention Springer Heads (great spray Phone sheet5000 Red «s�ceu patlem, geardNe tor or iris, various Died arm, plasm construction.) Une hem 31 so- gm�a 6u4 80pne 57%Discount Off Hunbr prisslle tar Rest6entatCammemiel lmgnfan Consulate (solid state, light Nish. SNaet $ON Rae Le"aegeg commercial epplkatsoa 12 to 49 station ppabifty)Line hem 29 am.lmet, Additional Resources $uooN mal 5]%Dlecounl OffHunbr proorM mr ReslCebstr Quand tlIndianan Coilml VeMa(P toS' pipe size, Proud, Shea$0. yq nm Lecaw glass fillad nybn or bass conammon, elNvalry controlled, flow control capability) Line hem 30 gbgyytgW Elums �CL�bcnriricl". SmOna 57%Discount Off Hunter priceltst for Large Tuff Springer Heads Order dlsmbution (sp nklers) for largo prkini Shea $000 Md bffeartdtntmumadIa5.gdnlmum136GPM, mmmvm l"inlet plank conslmNon.) Line hem34 S.N. Lindes1 g 57% Discount Off Hunter prlcellal for lmgati Equipment Repair Paris Line hem 40 Pnerna Sheet SD.00 IN ,RxPSYY Stop { OlieOne Lem 9%Dlecounl Off Hunter poreltA for Drip litigation Produce Line hem 35 PoSIN 46iee $0or eLe r Dram, § SdaOda na, Discount Off Taro prkelist her RestdemapCcmmmtlal lnyetlDn Springer Heads riled splay pasum. Pi duel S0.00 Red "MS., gear drive rose W4'toValat serous bed m<; Sean consWnbn) Line Item 31 a-.. EAW., 53% Discount Off Tom precut tar Rezidarr VComrerdel lmpaOcn Contrasts (sold state, lent Proud sham $0 C0 Red Lenders Burnie wmmemial e,phomid, 12 to 48 station epSd114) Llne Rem 2g eghy.N., Ohe0e 53%Discount Off Toro priceltst be Renderms Constrain Impaled CORSOI VeMe(1"lo 3'gpe asps, Trend She. 50.00 ue glass tiled nylon or brass sonsWNm. eleNtcalty wntroryed, flow control minister) Line hem 30 g moss Suogv 53%o�To. pi Sir e bl NHeads Prmn �$peEOW and lammuce areas, nr 31'' r nmmous.rrdnlmum 13.6 Orenamedmed l"nlet pbsLe co6WdbnO Line 34 µ as sealOP LE n%Thai Off Toro pnabt tar orlp ldriehon Pmduds Lure Item 35 Forms. 00 Ones E0 Red swan. ,6ulbleO SIeCrm 0% Discount Off NDS pricent for Rini Equipment Repair Paris Line Item 40 N/A SO.D0I-S Red gum,v � 53%Olecount Off idol pnellsl tar Dr, lmgalnn Products Une Rem 35 preal.$ Bear 5000 tied 1fs 4h- d�sa O-aws OSRSOq 62% Discount Off Vista priceltp for Decomi Specialty Landscape Lighting Produce. Lim ltem26 WA SON ."St ,eLL�h Leloe52% indeff Discount Off Unique pars"d tar Decomfrve Specblry Landscape Lighting Produce Oneltem26 WA EON Rgq S.Pl, 6heY➢WD gi 52%Dismount Off permit props(for Residentalnommembl Iranian Conlrollers(Solid ands, light pfjDO sheet $000 Red ".a,, commeme2pplaoson. 12 to 48 station capability.) Line Mm 20 ,[ ,a, &my \' Oregon, 62%Oincounl Off Rain bird onceliat for Inge Turf Spnnbw Head$(Water der arson (spnnklers) for large Proud, She $000 Lm Lahti z;]( Laffarem,31'ntmumedlm, Nm minGPM, minimum 136 Gminimum l' in@L plastic wmWarim) Line Item 34 dh Q Sidam L 52%DermotOfRainbiIS pncelist for litigation Produce Line Rom 35 Ppr.mSh,b($0N Oaaav HnaS6llh .1molp 1 b 25 o1 ]O enOues Canon us BN.695.2919 Fiat [E-m7n) ❑1 O'J [Neci] FLant https://app.buyboard.comlSearch/Index?SearchTerm=&Vendorld=2315 &DiscountProduct... 5/21 /2018 Index Pagel of 1 a PM1one 800695.3919 Fax Bury 3115054 Board Email Int o@buyMdN.COm CwM+Xr•M1e<aanl Welcome Dianne [ LD9 Off] Admen .trot on RFQ ..Pon. Shopping Can Help Search Results searclear S1mv 25 V results Narrow Re•uX¢: Search by Vendor Ventlar Description ptl<In95M1eN Price Oy Produced Browse tmnnans 52%Dbcount0fl NicFler pnmlist lor0emreVre bpeNelty LenEeape Llpbtin9 Protlupa. Line Xem 28 WA E000 (gp L-daud aWapeW S ooly armed Search: Saki 52%Oimount Olt F%LUMnelrepfiwllatlorDxontieSpeciaXy LaMscaeLpbtng Pmauds Une X•m NIA E0.00 yl9 Lend W 4wwmulk 01.1 Supply O veMsfimom is ONy mach 5096 Discount ff Hunter Fair for Large Conmeroeueentral connotes polo eYb/agXal, computer Phdr9 SM1_t Sonor yg O dnner,ssedissam to manwateraninl location to mmvnd field missies, hard wired or 6eKbYa CeskpPmryOny i sgnao sage ine Hem33Nlon, 8Xe0m 50% Discount OX Higbliow preeuat he lM9elon Equipment Repair Pans Line Item 40 WA $OW but Refine Your Search: Lam Same!. prywgpy Vend, §yQn@ Sow Discount OR Faho pmelisl for ingaVon Equipment Repair Paris Lino Item 40 N/A $000 Send- Um, svgplNlU Lendsggm Alt•go, gDyd.� W Sued sr<wellprluv Seri Catiamm "Mo., 45% Discount Off Toro pri<elist for Large Comments a Mentral Controllers(solid stoodgtl, computer dioodsoRrverttonamagewalareigbbNian, ansl KKNbn to command field ertellres, hard wued or 21Lyhee SON � eatdIln 3 Now, BeIMM Sued careless signalmmmmds Llne Men 32 Came, alkaline 45% Demand Off Rung Imps r preator for Initiation Equipment Repair Paler Lim stem 40 WA SOW ad Nam owebE Urnmose Eugene g1ww0�u. ShO Law,, 45%Diemunt Off VMOl pnmfsl air large Lommehmanianlnl Conti Hidd ntlWi,rid corryNer tlrnen, wflwan to manage water general antrel location to command field saltine; hard wired or Prn�m gM1y.Oro ygq a Suppy veal... Signal cgmrmntle LineIt.. 33 Ed44ta 40%Di,... at flvxn mduary cam Sir inga4cn Equipment Print, Pane Llne If.. 40 We EON (pg Lgndepary sloe. g@aQefpl9 Adtlitional Resouaes SmOne 40 . WA SOW M Landslides, nebne ormn[relletl byaceMerl mmmkwmntrolleq solid state. meadows command "I reason, 9l.No• a... mudismarradiur link)Limychal 1Tklea'uos Shod)w 40% Discount Off Tom powder he Field Satellites (comply water distributor (murder heads), stand Fusion She 5000 ppq Urdecagq alone ormnValad by a rest ampNer/rontreller, mild state, recetreafter s command signals aer hard wire Studiouslyaiding or radio link) Line Item 33 SASON Lends, Suart, 40% Discount Off Spears ptlal'er foringation Equipment Repair Paid One Rem 40 PrIumlEheal SON Am Persons, Sty) 40% Discount Off Ralnbtd pdallq Mr Field Satellites (controls water institution (sprinkler heads) sound Pricing Shea $0.00 swer LaiMecaw .lone or controlled by a central computer/controller, solid state, remrves command algmle eMer hard win al Bonn a radio link) Line Men 33 SXeOm 40% Diamond O11NNOI trivial for Fund SanllVmtanVale water d[Mmodon(sprinkler heads) Sond rQliorShea EON yd Largannack alone or command bya central compubtlantrolbt solid titan. remives command signals eMrt held any whow.sp apple ormdio link) Lim men 33 $%qn4 LeMvwm 40% Discount Off Corona prialln for Hand Held Equipment, Supplies, and Actesserles Line item 13 Rod., She SOW uni,eprow. small SXbne 6iM4gtPB 35% OlsaUnt Off NCOR Inc prlcefiat for ligation Equipment Repair Pats Line Item 40 Pricing She hest $000 .up,N itaa➢eYla S Ddo 25%Oiymunt Off Tyro prkelbt per inflation Equipment Repair Pans Una Item 40 Felt, She, $00land— (gy EggPIV mrshadays SheOn i0% Oismunt Off Priority pre141 tor Gar and Tud Equipment Supplies, and Access .... a Line Remit limund She,$0.0 Fldd Lam@ Sol 8rawtla% She) 10% Discount Off Yisn Priceasl far minister Lighting Repair Pads. Limmu45 WA 50.00 ddd L°rrhits g Such. Hhvmlelk SmOne Lar9sex 10% Discount 0ff Unique pfirolia for 0utdoor Li9hing Repair Pans Line Xem95 WA $000 A4 soma EtleOnd 10% Discount OXSXeclne Lendsapa Supply pruali¢i for Sprayers, Supplies, and Accessories We Item PHIN She SOW ye La�mare adopt, 11 S9eQ@ L,,d,P.S t0% Discount Off SXeOne Landscape Supplypdrallst for Strategy Soils He Arnold Fields, Play Summer. or Park Surfaces Line Nm 25 WA SON yd pppyyyys SuooN SXeOne IM Discount Oil Smi Landowpe Supply parent for landscape and Tom Can Millennia Lim item Engf,$be. Eo 00 'qg ".SSM- JYtle 14 shownwyy SmC) 10% Discount Off SXeOne Landscape Supply parent for Industrial Among Prcduch, Equipment and Priced Shea E0.00 1aQ Larallg Suoev Lighing Una fan 37 rgye gum Sneom Lands,tl 10% Discount Off SteOne Landscape Supply prominl for Hand Held Equipment, Supplies. and Ameagems Line Rem 13 Pricing She EO.N Ada gstypyfyy Send. Showing 26 to 50 of TO sludge Fins rPrenws 1� O �S Netd Lest WnteR ua aN.fi95.3919 https://app.buyboard.comlSearch/Index?SearchTerm=&V endorld=2315&DiscountProduct... 5/21 /2018 Index Item 4A- Attachment 3 Page 1 of 1 gBoard� Search Results Searches: Show 25 v results Search by Vendor Vendor Description Administration RFQ Repptte Phone: 800.695.2911 Fax: 800.211.545" Email: inillyhoard.ccm Welcome Dianne [ Log Off ] Shopping Can Help Narrow Results Pricing Sheet Price Cry Addtg Carl Browse Contracts 10%c DiscountOff$reOne Landscape Supply pricelist for Gdfand Turf Equipment Supplies. and Pridno Sheet E0.00 _.T._ pee Lands a Landscape Supdv Accessories Line Item 1 snow pets=ls Search: Sinai 10% Dillceuld Off8deons Landscape P Supply pricelistiw Field and Turf Farlilizer, Conditioners. Dressings Pricing Sheet 50.00 ggg Landscape and Chemicals Line Item23 sndwporaH ® al Supoly O Vendor Di.cpunts Only SReOna 10% Discount ON Sitei Landscape Supply pricelist for All Types of Fertilizer and Grounds Chemicals Prcina She $0 0o epp Landscape Line Item 25 $hnw 0¢mlh Catalog Piicirrg Cray Supply Sibiu 10% Discount Off SRl Landscape Supply pricellsl for All Other Types of Grounds Maintenance Pricing Sheet $0.CO patq Refine Your Search: Lsndseao9 SundtV Equipment, Supplies and Accessories Line Rem 20 snow mug. Vendors Stem Lard—pe Supply!%) MaOne 10% Diawurd Off Shill Landscape Supply pricelist for Aerating Fountain Products.E 9 quipment and Pricing Sheet $0,00 'ad Price Range Lerdsed $wooly Lighting Line Item 38 anew o.l.ih Show all rice. Shoone 10% Discount Off S4ti Equipment pricelist for Sprayers, Supplies. and Accessories Line item 11 Pricing She Sow pad Gteggry Landscape anew 0.ta�h None Selected suoory Contract None selected SReOne 10% Discount ON SeeOne Equipment pricalist findscape r Laand Turf Care Admen aehts Lena Item 14 Pricing $heel E0.00 gqg andsca Supply sww pewit. Sil Lerdscaee 10% Discount Oft SReOne Equlpmentpricelisl for Hand Hem Equipment, Supplies. and Accessories Line Rem 13 Priarto She. $0.00 � Amil SFww0.l..e SReOne 10% Discount OR Sheri Equipment pricelist far Golf and Turf Equipment, Supplies, and Accessories Pricing She $0.00 pa4 Landscape Line Rem 1 snow om.ih Additional Resources Suoolr Sol 10%Discount OffSdeOne Equipment pricehst for All Other Types of C,.unds Maintenance Equipment, Pricina She. $0-00 6 Landscape Sunalr Supplies and Accessories Line ltem20 anew n.r.d. -- - along 10% Discount ON Kichler priralist for Outdoor Lighting Repair Pads. Line Ram 45 WA $0.00 amide 9IR MlPB slww—.I, Sal 10% Discount OBF%Luminaim preelistlor0utdoor Lighting Repair Parts. Line Item 45 NIA $0.00 80 Lands,w Supoly 1Rww peLih flifill 0% Discount OR innY.greentechstfau eem for CpMnervial and Central Controllers Service Ag—menh, WA $0.00 AEd Landscape Supply (Actumatic Software Dpdatas and Technical Suppod2417.I Line Rem 42 snow pecan. r5 ti Landscape 0%Disdomt Off Mons priwlist for Specialty soils for Athletic Fields. May Surfaces. or Park Surfaces Line lteri WA to 00 60 Suooiv smwmuae SReOne 0% Discount Oft SdaOne pricelist for Hydroseeding Equipment, BUPPIles, and Accessores Line Rem lS Plicim Sheol $0,00 And Landscape �pfnw Oat.i6 PM SR.One Landscape 0% Discount OR SReOne pricelisticr Bark and Straw Blowers and Crimper Equipment, Supplies, and Accessories Line Item 19 Pricing She $0.00 Asa Supplv craw 0e.e. SReOne 0% Discount OR SASNe Nursery pricelist lot Nursery Products {shade trees, shrubs, and other related Pricina She.[ So co prig Lanciscace Kernel) Line It.. 24 show mmm. Spools 0% Discount OR saeOne Fertilizer& Chemical pricehst for Field and Turf Fertol er, Condtioners, pricing She. $D.00 �!q Landscape su ly Dressings and Chemicals Line Item 23 srwwml.as SRei 0%Dlswunt Off L.T. Rich pdceliat tpr All Other Types of Omunds Maintenance Equipment, Supplies and NIA $0.00 pgq Landscape Suppi Accessories Line Rem 20 s--na, Si Landscape 0% Discount OffArborlet Prlcelist for All Types of Fertilizer and Grounds Chemicals Line Item 26 Priclpa She $000 pea SolY snow p.t.n, Showing Si to 70 of 70 envies Final 0 1❑ � 0 Naxt Last Oontacs us 800.695.2919 https://app.buyboard.com/Search/Index?SearchTerm=&Vendorld=23151DiscountProduct... 5/22/2018 CITY OF SOUTH LAKE MEMORANDUM April 12, 2024 To: Southlake Parks Development Corporation From: David Miller, Director of Community Services Subject: Recommendation on SPDC funding for Parks janitorial services with Pure Service Corporation in an amount not to exceed $100,000 Action Requested: Recommendation on SPDC funding for Parks janitorial services with Pure Service Corporation in an amount not to exceed $100,000. Background Information: The purpose of this item is for the SPDC to consider funding for janitorial services related to parks funded by SPDC. The City's current contract with PureService Corporation provides janitorial services for all park restroom facilities. The scope of services includes cleaning and disinfecting the entire park restrooms, empty trash cans and replace liners, disinfecting misting spray, power washing services, park pavilions porter services and after-hours porter services for special events. In addition to these services, funding was allocated within the adopted FY 24 SPDC operating budget for janitorial services at the new Southlake Pickleball Complex. Pure Services Contract amendment #1 covers weekday and weekend services at the pickleball complex to include small restroom cleaning, litter pick-up, trash bag removal and office cleaning as well as special services to include events and City Tournaments. Porter services will also be available as needed at current contract rates. This will be the third contract renewal with one (1) annual renewal remaining. As a condition of the contract renewal, a price adjustment may be requested and considered by the City. PureService Corporation has requested an overall increase of 3% as part of this renewal. Revised pricing is attached as part of this renewal. All remaining terms and conditions of the original document shall remain in effect for this renewal period. SPDC Meeting Date — April 16, 2024 Page 2 of 2 PureService Corporation has provided satisfactory services to the City for the last eight years through a bid proposal. The State of Texas and the City of Southlake purchasing requirements are met by purchasing this service through a formal bidding process. On September 19, 2023, the City Council approved funding for parks janitorial services with PureService Corporation as part of the new funding authorization process. Staff is now asking SPDC to approve the SPDC portion of that funding. Financial Considerations: Funding for all parks janitorial services is included annually within the City Council -adopted budget. For FY 24, City-wide expenditures are budgeted at $118,00 which include both SPDC and TIRZATIF funded expenditures. FY 24 expenditures for contract janitorial services related to SPDC funded parks will not exceed the $100,000 allocated within the adopted FY 24 SPDC operating budget. Strategic Link: This item is linked to the City's strategy map related to the focus area of Performance Management & Service Delivery as well as the corporate objective to Invest to provide and maintain high - quality public assets. Citizen Input/ Board Review: SPDC consideration April 16, 2024 Legal Review: The contract is a standard form of agreement previously reviewed by the City Attorney Alternatives: Alternatives may include the following: • SPDC approve as presented • SPDC approve with input as desired • SPDC decision not to approve Supporting Documents: • Contract renewal with PureService Corporation • Contract amendment #1 — Southlake Pickleball Complex Staff Recommendation: Southlake Parks Development Corporation recommendation on SPDC funding for Parks janitorial services with Pure Service Corporation in an amount not to exceed $100,000. Item 413- Attachment 1 CITY OF SOUTHLAKE ORIGIN.-V, DOCUMENT CITY OF SOUTEIL.kKE Council Action: Y(: I Ord./Res. No. Date Approved _ February 13, 2024 PureService Corporation PO Box 92909 Southlake, Texas 76092 Subject: Contract Amendment # 1 for Parks Janitorial Services RFP2101 B540JC210008 Dear Ms. Pam Farnsworth: The City of Southlake's contract for Parks Janitorial Services RFP2101 B540JC210008 requests the following: I. Addition of janitorial services for Southlake Pickleball Facility per the following specifications: a. Daily Services to include but not limited to: Small restroom cleaning, litter pickup, trash bag removal, minor office cleaning. b. Special Services to include Special Events/Tournaments c. Service schedule is estimated and the City does not guarantee a minimum or maximum amount of services to be performed. 2. Weekday services (M-F) at a cost of forty dollars ($40.00) per service. Schedule to be determined and may vary. 3. Weekend services (S/S) completed twice per day at a cost of fifty dollars ($50.00) per service, ($100.00 per day). This is an anticipated requirement and may increase or decrease based on City needs. 4. Porter Services: a Per current contra(;. j%MNd terms. �0. pUTH ,t5.No other changes az u`tzsl�d�alter l9�pns and conditions of original contract are unchanged. T'H LEY, TRgc Sharen JacksP�RETARY Chief Financial Officer, City of Southlake By signing this amendment, venisFivledip and agreeing to the additions made to the terms and conditions as stated in the existing NA0Wj,,1 r must acknowledge receipt of this amendment by signing and returning one signed amendment to: City of Southlake Finance Department 1400 Main Street Suite 420 Southlake, Texas 76092 Attention Tim Slifka or via email to tslifka@ci.southlake.tx.us. Signed: AZAW1 Printed Name: Title: Vice President Dated: 02/20/2024 Please call 817-748-8312 with any questions. Sincerell Tim Slit -al. Purchasing Manager PO, CPPB is I i fkanci.southlake.tx. us Pam Farnsworth Company Name: PureService Corporation Item 413- Attachment 2 cR7 of SOUTHLAKE 19 January 3, 2024 PureService Corporation PO Box 92909 Southlake, Texas 76092 Attn: Ms. Pam Farnsworth 0RTGI''\ �L DOCI.-IN II_NT CICY(WSl)1-11I1. \KU Council Acti��i��,. Ord.IRcs. No. DatcAppruvcd` A lq � Subject: Notification of Contract Renewal for Parks Janitorial Services RFP2101 B540JC210008 Dear Ms. Farnsworth: The City of Southlake is providing notification of contract renewal for "Parks Janitorial Services RFP2101 B540JC210008". This renewal shall become effective March 24, 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. Your company has requested an overall increase of 3% as part of this renewal. Revised pricing is attached as part of this renewal. All remaining terms and conditions of the original document shall remain in effect for this renewal period. 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 817-748-8337 Send all billing to: City of Southlake accountsyable(4ci.southlake.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 tares. 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 participatin)'_. r procurement process. S" � __'�P4 Tim Iea Purchasing Manager 4.CPPB City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifk i.southlake.tx.us Fax:817-748-8010 Please call 817-748-8312 with any questions. Contract R ewal Accepted: Signed: Date:174 Sh na Yelverton itv Manager ``Ott111111//�0' S� U Ty4 Attest: IV my >�MCkcr PureService Corporation 2924 Updated Unit Cost ITEM Description: Unit Cost Per Hour Unit Cast Per Hour 1 Bob Jones Park Saccer Facility Restroom Servicing per Scope of Sery ices I"er Service Fee S 795 5 8.19 3.uo'16 Disinfecting y1 Lst Spraying Per Scope of Services S 2 W $ 772 31W.v 2 Bob Jones Park Softball Facility Restrooins Servicing per Scope of Services S - Per Service Fee 4 7 45 5 8 ly IMP-6 t mrdec[ing %IW Spraying Per Scope of Services S 2.64 5 1..72 suer.: 3 Bicentennial Park Phase 1 Restroom Servicing per Scope of Services $ - Per Service Fee. 5 10-60 5 111.92 Tow Disinfecting MLst Spraying Per Scope of Services 5 2.64 5 2'2 3.40•, 4 Bicentennial Park Phase 2 Restroom Servicing per Scope of Services 5 Per Service Fee 5 21.21 5 21.85 a.W.- Disinfecting MW 5p r.tv trig Per Scope of Services 5 2.61 $ 2-72 3.0V6 5 Bicentennial Park Tennis Center Facility Restroom Servicing per Scope of Services S - Per Service Fee S 5.30 S 5.46 3.txns Disinfecting Mist Spraying Per Scope of Services 5 2.64 S 272 6 Bicentennial Park Shop Family Restroom Facility Servicing per Scope of Services 5 Per Service Fer 5 5.30 S 5.3ty 3.tRt".. Disinfecting Misr Spraying Per Scope of Services 5 264 S 2.72 3011' 7 The Marq Southlake Legends Hall Exterior Restroom Facilities Servicing per Scope of Services S - Per Service Fee S 7.95 S 8.19 3W. Disinfecting Mist Spraying Per 'Lope of Services S 2-64 3 2.72 31W 3 The Marq Southlake Amphitheater Restroom Facilities Servicing per Scope of Sery ices 5 - Per Service Fee S 5.30 5 5.1n 3-tKr. Dninfectft MCM Spraying, Per Scope of Services 5 264 S '_" s nn 9 !North Park Restroom Facility Servicing per Scope of Services 5 Per Service Fee S 15.91 5 1639 Disinfecting Mist Spraying Per Scope of Services ; 2.64 5 2.72 10 Liberty Park Restroom Facility Servicing per Scope of Services S - Per Service Few S 7.95 S S.I Q II W`: 13isudecting MisI Spraying Per Scope of Services S 2 to 5 ? 72 3-utra 11 Southlake Sports Center Restroom Facility Servicing per Scope of Sery ices 5 PrrSvrvice Fee 5 7.95 5 8.14 s.na•. Disinfecting MLst Spraying Per Scope of Services 5 2.64 S 2-7 121 Pavilion Services per Scope of Services 5 11avilicm Services Foe S 4243 S 43.7f1 3.00:: :lifer Itour Pavilion yen•en• Fee S 53.04 S 54.63 3.OW4 13 Empty Trash Can and Replace Liner as Requested - Per Each S Empty Trash Can and R.eplare Liner as Requested Per L•ach Can and I,imr $ 2.12 S 2.18 sum. 14 Hourly Labor Rate for I a n itor ial/Po rte r Services per Scope of Sery ices 5 f lour1v 1�bor Rate for As Requested janitiIna llPorter Services Per I lonr S 21.21 5 21 8 . 15 After Hour Labor Rate far Ianitorial/Porter Sery ices per Scope of Services 5 After Hour Labor Rate for I anitorial/ Porter Services per Scope of Services S 31.82 S 32 16 Power Washing Services As Requested Per Square Foot Per Scope of Services 5 Power Washing Services AS Requested Pry Scope of Services 5 0.21215 s.tfm: 5 283.25 1 $ 291.75 100% PERCENTAGE REQUESTED MAY NOT EXCEED 3°/ti Timothy Slifka From: Pam Farnsworth < pfarnsworth@pureservice.biz> Sent: Friday, January 5, 2024 4:02 PM To: Timothy Slifka Cc: Junior Camacho; Shane Cloud; Denise Hernandez;. Joshua Reed Subject: Re: Contract Renewal for City of Southlake Attachments: 2024 PureService Corporation 3% Price Increase Request.xls; 2024-01 A4 PureService Corp Form 1295 for City of 5outhlake.pdf; Consumer Price Index, Dallas -Fort Worth - Arlington area - November 2023 _ Southwest Information Office - U.S. Bureau of Labor Statistics.pcit US Inflation Rate Still Rising.docx Good afternoon Tim, We have decided to request a 3% price increase with the contract renewal. 1 have filled out the Pricing Schedule that you sent me with Column D completed with our updated Unit Cost. Everything on the pricing schedule balanced out at exactly the 3°%, including the totals. As requested, I have also added documentation from the Bureau of Labor Statistics far the Dallas - Fort Worth- Arlington Area that shows the Consumer Price Index for our area acknowledging the inflation rate increase. You could also take into consideration the increase in minimum wages across our state and the country. We have had to increase our starting wage just to keep up with competition. Our cost of fuel for our vehicles has increased along with the cost of our cleaning supplies. This is the main reason that we are requesting the 3% increase. I have attached the Pricing Schedule, The Completed Form 1295, Inflation Rate Graph and the CPI documentation. Please let me know if you need any additional documents or information. Have a Great Week -end and Happy New Year!! Best Regards, Pam On Thu, Jan 4, 2024 at 9:04 AM Timothy Slifka <tsHfka@ci.southlake.tx.us> wrote: Good morning Ms. Farnsworth. I'm getting an earty jump on our contract renewals for the coming year. We will also need a new Form 1295 which I will send in a separate request. Will your company be requesting an increase in contract rates at this renewal? If no increase is requested, please respond with "No Increase Requested", and I can get the renewal paperwork completed and processed for approval. If you will be requesting an increase, please complete the attached pricing schedule and please send the required documentation on how your costs have increased to justify an increase. Please let me know at your earliest convenience. Regards, Tim Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake, Texas 76092 Phone 817-748-8312 tslifka ci.southlakeAx.us CityofSouthlake. com * Current Bidding Opportunities Please take a moment and click on the appropriate link below to complete our Purchasing Department Survey. Your answers will help us to continually improve our services. * City Staff Survey * * Vendor Sure - How are we Doin ? * 2023 Award Winner T'am Tammort✓z Vice Orndent Puresen*,e Corporation 817-80M507 ext 509 office 405-496-0884 cell pia msworthCc7oureseruice. biz N E W S R E L E A S E BUREAU OF LABOR STATISTICS J. S. ❑ E P A R T M E N 1 ❑ F L A 8 Q R For Release: Tuesday, April 12, 2022 �It ENT pF 4lot 9�A GBLS � L A7'ES r SOUTHWEST INFORMATION OFFICE: Dallas, Texas Technical information: (972) 850-4800 BLSInfoDallas@bls.gov www-bls.gov/regions/southwest Media WntacL (972) 850-4800 22-237-DAL Consumer Price Index, Dallas -Fort Worth -Arlington area — March 2022 Area prices rose 3.0 percent in February and March, up 9.0 percent over the year Prices in the Dallas -Fort Worth -Arlington area, as measured by the Consumer Price Index for All Urban Consumers (CPI-U), were up 3.0 percent for the two months ending in March 2022, the U.S. Bureau of Labor Statistics reported today. Regional Commissioner Michael Hirniak noted that this was the largest bi-monthly change in the all items index since April 1980. The food index increased 3.9 percent, and the energy index rose 14.6 percent in February and March. The all items less food and energy index rose 1.7 percent over the past two months, mainly due to increases in the categories for shelter, apparel, and medical care. (Data in this report are not seasonally adjusted. Accordingly, bi-monthly changes may reflect seasonal influences.) Over the last 12 months, the CPI-U rose 9.0 percent, the largest percent increase since December 1981. The index for all items less food and energy increased 6.5 percent over the year. Energy prices jumped 37.4 percent, largely the result of an increase in the price of gasoline, while food prices advanced 9.8 percent. (See chart 1 and table 1,) Chart 1. Over -the -year percent change in CPI-U, Dallas -Fort Worth -Arlington. TX, March 2019—March 2022 Percent change if) o .._.... 8.0 �.0 4.0 2.0 0.0 -Z C Mar I,tav Jul Sep Now Jan 2019 Source:11.S 8ureau of Labcr Statistics. 4Ji items 40 items less food and energy Mar May Jul Sep No,, Jan 1.1ar Clay Jul Sep Nov Jan Mar 2020 2021 2022 Food Food prices increased 3.9 percent for the two months ending in March, the largest bi-monthly rise in the index since February 1977. The index for food at home (grocery store prices)advanced 5.3 percent, partly due to price increases for fruits and vegetables. Prices for food away from home (restaurant, cafeteria, and vending purchases) rose 2.1 percent for the same period. Over the year, food prices advanced 9.8 percent, the largest increase for the index since April 1981. Prices for food at home jumped 13.7 percent, mainly due to an increase in prices for meats, poultry, fish, and eggs. Food away from home advanced 5.5 percent over the same period. Energy The energy index rose 14.6 percent for the two months ending in March. The increase was mainly due to higher prices for gasoline (+27.6 percent), but all components contributed to the rise_ Prices paid for natural gas service rase 6.6 percent, while prices for electricity advanced 0.4 percent for the same period. From March 2021 to March 2022, energy prices Jumped 37.4 percent. This rise was mainly driven by the surge in prices for gasoline (+48.2 percent), but jumps in electricity (+26.3 percent) and natural gas service (+23.4 percent) prices during the past year also contributed. All items less food and energy The index for all items less food and energy rose 1.7 percent in the latest two -month period. Higher prices for shelter (+1.7 percent), apparel (+5.1 percent), medical care (+1.4 percent) and new vehicles (+2.9 percent) were among the largest contributors to the rise. These increases were partially offset by lower prices for education and communication (-1.6 percent), other goods and services (-2.6 percent) and used cars and trucks (--0.8 percent). Over the year, the index for all items less food and energy increased 6.5 percent, the largest advance since February 1984. Components most contributing to the increase included shelter (+6.7 percent), used cars and trucks (+34.3 percent), medical care (+3.4 percent), and household furnishings and operations (+6.6 percent). The May 2022 Consumer Price Index for the Dallas -Fort Worth -Arlington area is scheduled to be released on Friday, June 10, 2022. Technical Note The Consumer Price Index (CPI) is a measure of the average change in prices over time in a fixed market basket of goods and services. The Bureau of Labor Statistics publishes CPIs for two population groups: (1) a CPI for All Urban Consumers (CPI-U) which covers approximately 93 percent of the total U.S. population and (2) a CPI for Urban Wage Earners and Clerical Workers (CPI-W) which covers approximately 29 percent of the total U.S. population. The CPI-U includes, in addition to wage earners and clerical workers, groups such as professional, managerial, and technical workers, the self-employed, short-term workers, the unemployed, and retirees and others not in the labor force. The CFI is based on prices of food, clothing, shelter, and fuels, transportation fares, charges for doctors' and dentists' services, drugs, and the other goods and services that people buy for day-to-day living. Each month, prices are collected in 75 urban areas across the country from about 6,000 housing units and approximately 22,000 retail establishments —department stares, supermarkets, hospitals, filling stations, and other types of stores and service establishments. All taxes directly associated with the purchase and use of items are included in the index. The index measures price changes from a designated reference date; for most of the CPI-U the reference base is 1982-84 equals 100. An increase of 7 percent from the reference base, for example, is shown as 107.000. Alternatively, that relationship can also be expressed as the price of a base period market basket of goods and services rising from $100 to $107. For further details see the CPI home page on the Internet at www.bls.gov/ cpi and the CPI section of the BLS Handbook of Methods available on the internet at www.bts.gov/opub/hom/ cpi/. In calculating the index, price changes for the various items in each location are averaged together with weights that represent their importance in the spending of the appropriate population group. Local data are then combined to obtain a U.S. city average. Because the sample size of a local area is smaller, the local area index is subject to substantially more sampling and other measurement error than the national index. In addition, local indexes are not adjusted for seasonal influences. As a result, local area indexes show greater volatility than the national index, although their long-term trends are quite similar. NOTE; Area indexes do not measure differences in the level of }prices between cities; they only measure the average change in prices for each area since the base period. The Dallas -Fort Worth -Arlington, Texas, Core Based Statistical Area includes the counties ❑f Collin, Dallas, Denton, Ellis, Hood, Hunt, Johnson, Kaufman, Parker, Rockwall, Somervell, Tarrant, and Wise. Information in this release will be made available to sensory impaired individuals upon request. Voice phone: (202) 691-5200; Telecommunications Relay Service: 7-1-1. Table 1. Consumer Price Index for All Urban Consumers (CPI-U): Indexes and percent changes for selected periods, Dallas -Fort Worth -Arlington, TX, March 2022 (1982-84=100 unless otherwise noted) Item and Group Indexes Percent change from Jan. Feb. Mar Mar. Jan. Feb 2022 2022 2022 2021 2022 2022 All items ........................................... .......... 261.499 269.347 9.0 3.0 All items 0 96 7 = 100)........................................... 820.308 844.927 Food and beverages .......................................... 285.464 296.052 8.5 3.7 Food ........................................................ 280.109 - 290.933 9.8 3.9 - Food at home .............................................. 238.012 242.209 250.567 13.7 5.3 3.5 Cereals and bakery products ................. 278.610 286.711 10.2 2.9 - Meats, poultry. Fish. and eggs .................. 294.710 306.135 22.1 3.9 - Dairy and related products ................... 205.043 214.372 8.1 4.5 Fruits and vegetables .......................... 205.056 225.090 13.5 9.8 Nonalcoholic beverages and beverage 198.551 208.721 4.7 5A - materials(l) ........................._......... . . Other food at home .........................._.... 226.510 237.991 13.8 5.1 Food away from home ................................ 343 163 350.266 5.5 2.1 Alcoholic beverages ....................................... 355.507 360.966 -5.4 1.5 Housing.............................................................. 257.655 261.709 7 9 1.6 - Shelter ................. ____ ... ..... ................... ........ 285.456 288.498 290.198 6.7 1.7 0.6 Rent of primary residence ........................... 305.775 309.921 311.352 7.0 1.8 0.5 Owners' equivalent rent of residences(2)..,. 308.174 310.282 310.877 5.2 0.9 0.2 Owners' equivalent rent of primary 308.174 310.282 310.877 5.2 0.9 0.2 residence(2) ............................................ Fuels and utilities................ ............................ 293.489 - 296.973 18.6 1.2 - Household energy ....................................... 271 165 273.291 275.561 25.9 1.6 0.8 Energy services..._......._ ...................._.... 267.062 269.030 270.835 25.8 1.4 0.7 Electricity ----------------------------- _.............. 251.886 253.161 252.975 26.3 0.4 -0.1 Utility (piped) gas service .................... 274,126 279.474 292.147 23.4 6.6 4.5 Household furnishings and operations ........... 131.913 - 133.698 6.6 1.4 - Apparel ......... ...................................,........... 112.325 - 118.002 7.5 5.1 Transportation.................................................... 236.484 - 261,079 23.3 10.4 Private transportation ..................................... 244.646 - 269.546 23.7 10.2 New and used motor vehicles{3}................. 129.920 - 133.749 19.2 2.9 New vehicles(l) ........... .... ................ _... 209.784 215.920 5.2 2.9 Used cars and trucks(i ).......................... 490,895 - 486.841 34.3 -0.8 - Motor fuel .................................................... 281.848 303.332 359.843 48.4 27.7 18.6 Gasoline (all types)-,. _,................ 260.011 301.193 357,251 48.2 27-6 18.6 Gasoline, unleaded regular(4) ............. 269.615 290.642 345.326 49.0 28.1 18.8 Gasoline, unleaded midgrade(4)(5)..... 296.707 315.511 371.590 46.3 25.2 17.8 Gasoline, unleaded premium(4)... ...... 296.352 313.344 366.574 421 23.7 17.0 Medical rare .. ...................... ........................ 486.962 - 493.586 34 1.4 - Recreation(3).................................................. 122.876 - 124 091 1.3 1.0 Education and communication(3) ....................... 136,620 - 134.493 -0.4 -1.6 Tuition, other school fees, and childcare(?) ... 1,294.866 - 1,296.393 1.9 0.1 Other goods and services .................................. 489,226 - 476.290 6.5 -2.6 Commodity and service group Commodities..................................................... 196.020 207.504 13.5 5.9 - Commodities less rood and beverages .............. 156,159 167.064 16.4 7.0 - Nondurables less food and beverages.........,. 190.913 215.015 20.1 12.6 Durables......................................................... 126.173 - 127.478 12.6 1.0 Services ............. .......................... .............. 325.405 - 330.489 6.8 1.6 - Special aggregate indexes All items less shelter ........................................... 251.097 260.564 10.4 3.8 - All items less medical care ................................. 250.467 258.376 9.6 3.2 - Commodities less food .............. ......_..._..._.-------- 161.145 172.102 154 8.8 Nondurables....................................................... 233.841 252.839 141 8.1 - Note: See footnotes at end of table. Table 1. Consumer Price Index for All Urban Consumers (CPI-U): Indexes and percent changes for selected periods, Dallas -Fort Worth -Arlington, TX, March 2022 (1982-84=100 unless otherwise noted) - Continued ISem and Group Indexes Percent change From - Jan. Feb. Mar. Mar. Jan. Feb. 2022 2022 2022 2021 2022 2022 Nondurables less food ....................................... 198.328 221.970 18.0 11.9 - Services less rent of shelter(2) .... ... .............. 377.559 382.944 6.7 1.4 - Services less medical care services ................... 307,619 - 312.523 7.2 16 - Energy................................................................ 277.559 289.180 318.040 37.4 14.6 10.0 All items less energy .......................................... 265.048 - 270.139 6.9 1.9 - AII items less Food and energy ....................... 262,498 266-8621 6,51 1 7 (1 ) Indexes on a February 1978=100 base. (2) Indexes on a December 11382=100 base. (3) indexes on a December 1997=100 base. (4) Special index based on a substantially smaller sample. (5) Index on a December 1993=100. - Data not available. Exhibit 1: US Inflation rises in January at fastest annual pace since 1982 - graph shows year -on -year changes in % 6,5 5,5 4,5 3,5 2,5 1,5 0,5 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 Core CPl Core PCE' CPI (rhs) a,O 7,0 6,0 5,0 4,0 3,0 2,0 1,0 0,0 -1,0 -2,0 WE Personal Consumption EVenditures Source: Bloomberg , BNP Paribas Asset Management as at 10 February 2022 TY OF SOUTHLAKE 13 February 7, 2023 PureService Corporation PO Box 92909 Southlake. Texas 76092 Attn: Ms. Pam Farnsworth ORIGN.NL DOCUMENT CITY OF SOUTI ILAKL Council Actiott-I Ord./Res. No, Date Approved Subject: Notification of Contract Renewal for Parks Janitorial Services RFP2101 B540JC210008 Dear Ms. Farnsw orth: The City of Southlake is providing notification of contract renewal. pending City Council approval. for "Parks Janitorial Services RFP2101 B540JC210008". This renewal shall become effective March 24, '20?3, pending City Council approval (CC Award date �0 and shall continue in full force based on the terms and conditions of the initial award. As a condition of contra t newal, 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. Your company has requested an overall increase of 2.93 as part of this renewal. Revised pricing is attached as part of this renewal. All remaining terms and conditions of the original document shall remain in effect for this renewal period. The terms and conditions proposed and accepted in this renewal agreement are as follows Payment Terns: 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 Terns: 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 two (2) more one (I) year annual renewals. City Contact: Junior Camacho 817-748-8357 Send all billing to. City of Southlake accounts able ci.southlake.mus (preferred) or 1400 Main Street, Suite 420. Accounts Pavable, 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 817-748-83 l2 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO. CPPB if City of Southlake 1400 Main Street, Suite 420 <<'r'+� A+�E+ir'■• Southlake, Texas 76092 .� p tslifl:ai&.ci.southlake.tx.us = Att LL Fax: 817-748-8010 _ D ; y ll iy, TRMC ity Secretary Contract Renewal Acc pted: �'�'. ■. ■ Signed: Date: f'■Fality: ■��++ttt1{1� o � r Jahn Huffman City of Southlake City Attome �� -� i r� r .r . i _ . � - . t � .... � � PureService Corporation 2023 updated Unit cost ITEM Description: UnitCast Per Hour nit ost Per Hour Y Bobones Park S occer F a cility Kesrmorn Servicing per Scope of Services Per Service Fee 5 7 � -' 5 795 -'ts': DL%infecting Mist Spraying Per Scope of Services S ? 3 S 2.64 177. 2 0 b I ones P-a-rV biott bal I Facility Restroorns Servicin,4 per Scope of Services Per Sere ce Fee 5 : %'` 5 7.95 Disinfechng Mist Spraying Per Scope of services S 2.3-1 S 2.64 3 1cente ortial Parkase I Restroom Servicing per Scape o Services Per Service Fee S 10.30 S 10.60 Disinfecting Mist Spraying Per Scope of Services S 2.51 5 2.64 4 Bicentennial a estrtiom bervicing per Scope o Services Per Senice Pee 5 '_t1.60 S 21.21 2vn• . Fhsinfecting.Mist Spraying Per Scope of Services S 2.57 S 164 _, _ .. 5 Bicentennial ar ennis Center Facility Restroorn Servicing per Scope of Services PerServtceFee S 5.15 S 530 2n••. Disinfecting Mist Spraying Per Scope of Services S ? 5-I 5 2.fi4 277% 6 ice ritennial Park 5 hop Farnily Restroom Faci ity S ervicing per Scope of Services Per Service Fee S 5.15 S 5.30 Z91% Disinfecting Lust Spraying Per Scope of Services S 2.57 S 764 77:'h 7 e Marq Southlake Legends Hall Exterior Restroorn Facilities Servicing per Scope of Services Per Service Fee $ 7.72 S 7.95 1-96% Dtsuifecting Mist Spraying Per Scope of Servict� S 2, V 5 2.64 172". 8 e Marq Son thlake Amp hith ea er Restroom Fact ties 'Servicing per Scope of Services Per Sen-ice Fee S 3.15 S 530 19$% Disinfecting Mist Spraying Per Scope of Services 5 2.5-1 S 2,64 1r-*. 9 North Park Restroom Facility Servicin per Scope of Services Per Service Fee S 15.45 S I i U1 xee^. Disinfecting Mist Spraying Per Scope of Services 5 2.37, 5 2.64 10 erty Vark Kestroom Facility Seryicrng per Seope o Services Per Service Fee 5 7.i 2 S 7.93 2v8'•. Disinfecting Mist Spraying Per Scope of Services 5 25". S 2.64 err: 1i South a Sports Center Res troorn Fac il"ervicing per Scope of Services Per _"+mice Fee S 7.:2 5 ' 95 2ss Disinfecting Mist Spraying Per Scope of Services S 15 S 2.64 12 Pavi I ion Services per Scope a f Services Pacihan Services Fee S 41.20 5 42.43 xyr. Aftcr Hour Pavilion Service Fee S 51.30 S 53.04 13 Empty Trash Can and Replace Liner as Requested - Per Each Empty Trash Can and Replace Lour as Requested Per Each Can and tuner 5 2.06 3 112 291% 14 Hourly Labor Rate for jartitoria orter Services per Scope o Services Hourly Ubor Rate for As Requested Jarutonal/ Parter Services Per Hour S 20.60 5 21.21 z%% 15 After Hour Labor Rate for anitnn orter services per Scope of Services :1fter Hour Labor Rate for Janitorial/ Porter Services per ticope of Sen•ic.s S V.90 5 ;1.82 =sax 16 Power Washing S ervices A s Requeste d Per Square Foot Per Scope of Services Power Washing Services As Requested Per Scape of Services S 011 S 0.22 s.76% $ 275.14 5 283.25 2.93 PERCENTAGE REQUESTED MAY NOT EXCEED 30% Timothy Slifka From: Pam Farnsworth <pfamsworth@pureservice.bir> Sent: Monday, February 6, 2023 5:07 PM To: Timothy Slifka Subject: Re: Contract Renewal with City of Southlake. Attachments: Screen Shot 2023-02-04 at 7.30.37 AM.png; PureService Corporation 2023 Price Increase Request.xls Hi Tim, It was good talking with you earlier. I have attached the Price Increase Request and I was able to get the increase percentage under 3% on the Power Washing by inserting the formula used last year. So I hope that helps you. I have also added an inflation chart for the DFW area. You can also include Wage increases, cost of supplies and fuel cost as the main reason we are requesting an increase. Let me know if you need anything else. Have a great evening! Tha n ks, Pam On Wed, Feb 1, 2023 at 8:29 AM Timothy Slifka <tslifka@ci.southlakeAx.us> wrote: Ms. Farnsworth, Following up on this request. Regards, Tim Timothy Slifka, CPPO, CPPH Purchasing Manager 1400 Main Street Suite 420 Southlake, Texas 76092 Phone: 817-748-8312 Fax: 817-748-8010 tslifka(@, ci.south lake. N. us Cityof5outhlake.com * Current Bidding Opportunities * Please take a moment and click on the appropriate link below to complete our Purchasing Department Survey. Your answers will help us to continually improve our services. City Staff Survey * * Internal Staff Bid Survey * *_Vendor Survey - How are we Doing? * A..: 201 Armed ner From: Timothy Slifka Sent: Wednesday, January 25, 2023 12:31 PM To: Pam Farnsworth <Pf_arnsworth@pureservice.bix> Cc: Junior Camacho <fcamacha ci.southlake.tx.usa Subject: Contract Renewal with City of Southlake. Good afternoon Ms. Farnsworth. I am getting started on our upcoming contract renewal far Parks Janitorial Services RFP2101B540JC210008. Will your company be requesting an increase in contract rates at this renewal? If no increase is requested, please respond with "No Increase Requested", and I can get the renewal paperwork completed and processed for approval. If you will be requesting an increase please complete the attached pricing works heet and return and also please provide require documentation on how your costs have increased to justify an increase. We will also require an updated insurance certificate as part of the renewal. Thank you in advance and please let me know if you have any questions. Regards. Tim Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake. Texas 76092 Phone: 817-748-8312 Fax: 817-748-8010 tslifka(-a-ci.south lake.tx. us Ci ofSouthlake.com * Current Bidding Opportunities Please take a moment and click on the appropriate link below to complete our Purchasing Department Survey. Your answers will help us to continually improve our services. ' Cily Staff Survey' * Internal Staff Bid Survey * Vendor Survey - How are we Doing? * 4::20k721Award Winner 'Pam •farrrns,orth fire,Presr&nt PureSevice Corporation 817-809-6507 ext 509 office 405-496-0884 cell pfa mswo rth (a) p U rese rV ice. hrz 12-month percentage change, Consumer Price Index, metropolitan areas, all items, not seasonally adjusted — Atlanta -Sandy Springs -Roswell, GA Boston -Cambridge -Newton, MA -NH Dallas -Fort Worth -Arlington, TX - - - Detroit -Warren -Dearborn, MI - - Los Angeles -Long Beach -Anaheim, CA — Minneapolis -St. Paul -Bloomington, M.. ---- Philadelphia -Camden -Wilmington. P... -•-•-• Riverside -San Bernardino -Ontario, CA San Francisco -Oakland -Hayward, CA — - St. Louis, MO -IL — Urban Alaska Washington -Arlington -Alexandria, D... Percent 15.0 10.0 14+1 All --- Baltimore -Columbia -Towson, MD Chicago -Naperville -Elgin, IL -IN -WI Denver -Aurora -Lakewood, CO — - Houston -The Woodlands -Sugar Land... — Miami -Fart Lauderdale -West Palm Be... New York -Newark -Jersey City, NY -NJ... Phoenix -Mesa -Scottsdale, AZ - San Diego -Carlsbad, CA - - - Seattle -Tacoma -Bellevue, WA - - Tampa -St. Petersburg -Clearwater, FL — Urban Hawaii r i rv11 ►•„� q`. ItIJ , Y -5.0 Dec Dec Dec Dec Dec Dec Dec Dec Dec Dec 2002 2004 2006 2008 2010 2012 2014.2016 2018 2020 Dec 2022 C!Y rr" AIErF ORIGNI.AL DOCUMENT CITY OF SUUTI iL.kK 19 Council Action: 6)N Qrd,IRc& No. January 1 i.'-0" Date Approved ]y PureService Corporation PO Box 92909 Southlake_ Texas 76e192 Attn: Ms. Pam Famswonh Subject. Notification of Contract Renewal for Parks Janitorial Services RFP2101 B54WC210009 Dear Ms. Farnsworth . The City of Southlake is providing notification of contract renewal, pending City Council approval. for --Parks Janitorial Services RFP2101B5401C310008". This renewal shall become effective March 24. 2022. periling City Council approval [CC Award date # and shall continue in full force based an the terms and conditions of the initial award. As a condition of contract r ewal_ a price adjustment may be requested by the vendor and considered by the Cin . 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 soleiv for the purpose of accommodating an increase in the vendor's cost not profit. Your compan} has requested an overall increase of-2-We as part of this renewal. Revised pricing is attached as part of this renewal. All retraining terns and conditions of the original document shall remain in effect tar this renewal period. 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. Deliver►- Terms: FOB Destination Delivery Locations: IF STATED IN RFP DOCUMENT Term of Can itaC Shall be effective for twelve months from date of renewal and is eligible for up to three i; ) more one (1) y ear annual renewals. City Contact- Junior Camacho 817-7484357 Send all billino to: City of Southlake accounts av ablecr,i.so thlake.t-us (preferred) or 1 100 Alain Street, Suite 420. Accounts Pavabie, Southlake_ TX 76092 [filter Charges: The City of Southlake is a tax-exempt municipal corporation and is exempt tiom all federal. state, and local sales tares, 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 South Ue. Thank you for participating in our procurement process. Please call 817-748-83 l_' with anv questions. 1 RCe eel %.. "d dr r• mom' iwti. Timothy Slifka frn_r �ysun,,o�p.' 5-U5 q � �+wi-��r.x.sa,mwi�.u.�,. �.cs Tim Sli fl:a ]asp :022Ila +T 1 r 1510 o&oa Purchasing Manager CPPO. CPPB ON of Southlake 1400 Main Street Suite 420 Southlake. Texas 76092 esli fka3c1.suouhlake. Lx. uc Fax: 817-748-8010 Contract Renewal AeLvptc& Sinned: Mayor John Fluff ran Cin of Southlake %%t I I I Ft11+1 10 Date 9N r � 41 If FOff 111 Ititil i Attest: & wr Arn !N TRMC City Secretor PureService Corporation _ LM tl pdaleil gat cat tncmA,e Frrcrnta Se rrEm Description: L'nit ost Per Rour L_rlit ost Per Hour 1 ones Park bmer kict rt_y Kestroorri . ervinng per Sc ope of Sen'rces Far S met F v -r} S :.7_ I- r. Prsm&rtulg Mist SprayW Per Smpe of Senwty 5 ' 3' i%r 2 oars t Facility tty estraams _ en:ctnr per Scope of Services Per Senwe Fee - 71 5 '• 1 -43'- rhwu"mg %fist Spravuig Per Scope of nun : 37 S :.s. =wr. 3 ice ntennial Park Phas a I Restmesn 5eirviting per Scope of Services Iemce Fee kttOu $ 01.711 til,r. tilsuu. ftng \last Spnyw% Ver S•c'�Pv "f'-wmwes 230 S — =wr. 14Fer tees ants a n e- estroom eming per Sc ope of Services CerSmweFee IMr- Di,nlretueK float 5pnvirig F'er Scope of'vmw a 5 ;i+ 5 3 tS KenkennW rark I ennis Center art sty KeshDom hervicing per Scope of Services 1',!rcervweFev - 3.1Xi S FhurkircCng Nkslr+pralrrr>g Per x, pc of Srrvxk, 2.30 5 '_.�• =sic•. 6 Mceritennial Park bhop Fatinify K"ftloow Facilitv Servicing per Scope of Services Per lwmkv Fee s ; tYe 5 513 t-rw, DLwxK,ti�rkg first ipnvtV For Gn,fa of SLxvw� S : Zi S e Marq bouthlake Legends Kali txterier Restroom Facilities Servicing per Scope of Services Pet �VrL1ceF o S '-N1 S. 1 f. =er. Dbink,:tueg Mist 5pnvkreg Per Scepc of Servwc� 5 IR) 5 =ar H e. arq Southlake Amphitheater Reitmom Facilifics Se n'icing per Stripe of Services r •+rnwe Fer c S Al 5 i 13, 1 I ,rtiLvecbng first Sprnvuig Per S[t>pr or tienxe:• 5 9 North Park Restroom Facility Servicing per Scope of Services Par Iv ice Fee i AiA) i tiii Ifor: rhskrit aung Mkst 5praving Ni +cape of Sen wL•s S ? xi S 137 parr. io Liberty Park Kestrimin act ty S emicing per Scope o Services Per SemceFee 7_50 4 %7_ -vr. Pisudec5rrg S7tst SpravtriF Per Srnge of Servwo, y ^_3[i 5 _ 5 1wr. k 1 SouWake Sporks enter Restrwm Fatil Ity Srrvicing peat Scope of Services rhvuvectmg Mast tiprayueg Nr knpc otIvr%w 2.30 S L= Pa\' •oA Serviceiptir Scope of erVlces Pnih n ;;urvwts I rc V ixl > 41 N ] Mr, - Aiter I i,Pur NLih.m Semite Fee itl X S 31 Ni ILW* - 13 Empty Trash Can and Replace Liner as Requested - Per Each Imply Trash Can arai ReF4,wc Luerr as fuywxtvd Per Each Can and Lin.- r '_fill S 7-tie rkar. 14 Kmtdy Labor Rate or Jimtort er Sm ices per e o Services Hourly Labw Rake Mr & Requtnted janutm.tl/Portrr wrvkcL% i'ei I Four S 24) ly} N 211 N a me . 13 After our Labor Rate for I anitoriaWorter Serwrces per Scope of Services iticr E four latxet G,itr per Jank+lnr!/ F'rter ++en•tc•� per ti+pr r tirn>i L� 7 La xk '4i r i r Syr 16 ewer Washing Services As Requested Per Squire oot er Scope of Services F.•nrr IYaahmt+is.xra As Rvq 7tcd Per Scopce r! i1:1 'r LKr. 3 267 2D S 275,14 2 48a� PERCENTAGF REQUESTED MAY NOT EXCEED 3"., NEWS RELEASE 11w1NTnF BUREAU of LABOR STATISTICS � 4 u 5 O E P A R r M E N 0 F L A B v Rus O rti For Release: Friday, December 10, 2021 21-1995-DAL 30uTHwEST IWORMA71ON OFFICE Dasias Texas Tectirical mformatior t9721 850-4800 BLS1rfo0auastga+s gov www bis 90we9-ons•soutnwe.1 Media contact 1972) 850-4800 Consumer Price Index, Dallas -Fort Worth -Arlington area — November 2021 Area prices rise 1.0 percent in October and November, up 7.5 percent over the year Prices in the Dallas -Fort Worth -Arlington area, as measured by the Consumer Price Index for All Urban Consumers (CPI-U), increased 1.0 percent For the two months ending in November 2021, the U.S. Bureau of Labor Statistics reported today. Regional Commissioner Michael Hirniak noted that a 0.7- percent increase in the index for aJI items less food and energy was the leading Factor in the rise, but higher prices for energy and food also contributed. (Data in this report are not seasonally adjusted. ,accordingly. bi-monthly changes may reflect seasonal influences.) Over the last 12 months, the CPI-U increased 7.5 percent, the largest rise since December 1981. The index for all items less food and energy increased 5.5 percent over the year. Energy prices jumped 40.9 percent, largeIv the result of an increase in the price of gasoline. The food index advanced 4.4 percent_ (See chirt I and table 1.) Chart 1. Over4he-ye8r percent change in CPW, Dallas -Fort Worth-Ariington, TX, November 2018— November 2021 teen mange 80 7.0 5.0 �0 4.0 3.0 2.0 1.0 0.0 -1.0 Nov 2015 Jan 41ar play Jul Source' U.S. Bureau oft.almrSUffades. -AI isms AA terns less taod and energy Sep Nov Jan Mar May Jul Sep Nov Jan Mar May Jul Sep Nov 2019 2020 2021 Food Food prices increased 0.4 percent for the two months ending in November. The index for food at home (grocery store prices) rose 1.1 percent, mat niv due to price increases for other food at home and dairy and related products. Prices For Food awav From home (restaurant, cafeteria, and vending purchases) decreased 0.4 percent. Over the year, food prices advanced 4.4 percent_ Prices For food at home rose 7.3 percent, mainly due to an increase in prices for meats, poultry, fish, and eggs. Prices for Food away From home advanced 1.4 percent over the same period. Energy The energy index rose 4.9 percent For the two months ending in November. The increase was mainly due to higher prices for gasoline (+7.8 percent), but all components contributed to the rise. Prices For natural gas service jumped 10.2 percent, while prices for electricity advanced 0.4 percent For the two -month period. Energy prices jumped 40.9 percent over the year, the largest increase since April 1980. This notable rise was driven largely by a Surge in prices for gasoline (�70.1 percent), along with jumps in prices For electricity (-17.3 percent) and natural gas service (+26.9 percent) during the past year. All items less food and energy The index for all items less food and energy rose 0.7 percent in the latest two -month period. Higher prices For owners' equivalent rent of residences (+1.3 percen(). used cars and trucks f+3.2 percent), and household furnishings and operations (-2.8 percent) were partially offset by lower prices for recreation (-3.8 percent) and apparel (-0.7 percent). Over the year, the index for all items less toad and energy increased 33 percent, the largest rise since April 1991. Components contributing to the increase included shelter (-4.6 percent), new and used motor vehicles (-22.2 percent), and household furnishings and operations (+6.4 percent). The January 2022 Consumer Price index for the Dallas -Fort Worth -Arlington area is scheduled to be released on Thursdav, February 10, 2021. Coronavirus (CO V1D-19) impact on `ovember 2021 Consumer Price Index Data Data collection by personal visit For the Consumer Price Index (CPI) program has been suspended almost I entirely since March 16, 2020- When possible, data normally collected by personal visit were collected either online or by phone. Additionally, data collection in November 2021 was affected by the temporary closing or limited operations of certain types of establishments. These factors resulted in an increase in the number of prices considered temporarily unavailable and imputed. While the CPI program attempted to collect as much data as po5sible, many indexes are based an smaller amounts of collected prices than usual, and a small number of indexes that are normally published were not published this month. Additional intormation is available at vow sr bIs.goN ctn td 19. ettecis-of- i_o%td-IIJ-pandemtc-on-conswnur-price-tnde�,_htm. Technical Note The Consumer Price Index (CP[) is a measure of the average change in prices over time in a fixed market basket of goods and services. The Bureau of Labor Statistics publishes CPIs for two population groups: I T ) a CPI for All Urban Consumers (CPI-U) which covers approximately 93 percent of the total U.S_ population and (2) a CPT far Urban Wage Earners and Clerical Workers (CPI-W) which covers approximately 29 percent of the total U.S. population. The CPI-U includes, in addition to wage earners and clerical workers, groups such as professional, managerial, and technical workers, the self-employed, short -terra workers, the unemployed, and retirees and others not in the labor force. The CPI is based on prices of food, clothing, shelter, and fuels, transportation fares, charges for doctors' and dentists' services, drugs, and the other goods and services that people buy for day-to-day living. Each month, prices are collected in 75 urban areas across the country from about 6,000 housing units and approximately 22.000 retail establishments --department stares, supermarkets, hospitals, filling stations, and other types of stores and service establishments. All taxes directly associated with the purchase and use of items are included in the index. The index measures price changes from a designated reference date: for most of the CPI-U the reference base is 19B2-84 equals 100_ An increase of 7 percenr from the reference base, for example, is shown as 107,000. Ahematively, that relationship can also be expressed as the price of a base period market basket of goods and services rising from S100 to 5107. For further details see the CPI home page on the Internet at ww-%.bls,gw, cpi and the CPT section of the BLS Handbook of Methods available on the interne[ at N,-.vw.hls.gov/opuhihom cpil. In calculating the index, price changes for the various items in each location are averaged together with weights that represent their importance in the spending of the appropriate population group. Local data are then combined to obtain a U.S. city average. Because the sample sire of a local area is smaller, the local area index is subject to substantially more sampling and other measurement error than the stational index. In addition, local tndexes are not adjusted for seasonal influences. As a result, local area indexes show greater volatility than the national index, although their long-term trends are quite similar. NOTE: Area indexes do not measure dillierences in the level of prices between cities, then only measure the average change in prices for each area since the base period. The Dallas -Fort Worth -Arlington, Texas, Core used Statistical Area includes the counties of Collin. Dallas, Denton, Ellis, Hood, Hunt, Johnson. Kaufman. Parker. Rockwall, Somerveli. Tarrant, and Wise. Information in this release will be made available to sensory impaired individuals upon request. Voice phone: (202) 691-5200: Federal Relay Service: (800) 877-8339. Table 1. Consumer Price Index for All Urban Consumers (CPI -U): Indexes and percent changes for selected periods, ❑allas-Fort Worth -Arlington, TX, November 2021 (1982-84=100 unless otherwise noted) Indexes itenr and Group Sep Oct Nov Percent chance from Nov Sep Oct 2021 2021 2021 2020 2021 2021 All items 254 950 257 394 7 5 10 All rtams I1967 = 100i 799 762 FA7 430 Food and beverages 2T7 090 M 691 41 02 Food 271 372 272372 4 4 0 4 Food at home 227 629 228 620 230 157 73 11 07 Cereals and bakery products 271 802 Z72 939 50 04 Meats. poultry fish. and eggs 286.399 i85 855 164 -02 Dairy and related products 194 627 202 186 11 39 Fruits and vegetables 189 326 191 759 50 13 Nonalcoholic beverages and beverage 197 732 194 711 -02 -1 5 malenaW' r Other food at home 212.412 i 19 193 56 3.2 Food away from home 337 147 35 719 14 -04 Alcoholic beverages 352 513 5.47338 06 •1 5 Housing 250.438 253 541 59 12 Shelter 279.353 281 7B0 281 095 48 DO 00 Rent of pnmary residence 299 786 301 284 3,02674 44 1 0 05 Owners' equrvalent rent of resrdencesf e 1 301 747 303 657 305 787 48 1 3 07 Owners' equivalent rent of prrrnary residence{_ 301 747 303 657 oS. 787 48 1 3 07 Fuels and utililres 279 500 785 413 137 2 1 Household energy 256 004 261 656 260 993 188 1 9 -0 3 Energy services 252 157 257 736 256 997 18.8 1 9 -0 3 Electricity 237 819 239 575 238 727 173 0 4 If) 4 Utility (pipedI gas service 258 367 284 629 684 759 269 102 0.0 Household fumi5htngs and operations 124 421 127 929 6,1 28 Apparel 112 431 Ill 627 69 07 Trarsportatton 227 806 234 651 239 3 0 Pnvale transpartatwn 234.919 243 078 25.8 35 New and used motor vshrchesi3) 123.9% 127 134 222 2 5 New vehrdest + r 213 d2a 214 352 162 0 d Used cars and [rucks( ; f 444 025 467 313 310 52 - Motor fuel 267 382 278.777 IBa 409 702 79 35 Gasoline lall rypes) 265.53a 277 070 286 503 70 1 78 34 Gasoline unleaded regulart4 1 255 B00 266 979 276 285 72 1 so 35 Gasoline unleaded mtdgradel; ll ? 1 281 951 292 374 302 024 61 7 71 33 Gasoline unleaded premwmf i 1 282. B64 291 913 300 532 559 6 3 30 Motor vehicle msurance(+ 0 686 457 700 688 46 2 1 Medical care 475 703 e76 025 04 ❑ 1 Recreation! 21 124 B74 120 123 $ 0 -3 8 Educator and communrCauoni i) 136 141 136 073 ;6 0 0 Tuition omen school fees. and rhrtdcarer r 1 1.293 107 1.293 107 26 00 Other goods and services 466 952 40 559 94 29 Commodity and service group Commodities 189 689 192 7-191 12 ❑ 1 6 Commodities less food and oeverages 150 795 ' 54 466 17 2 24 Ndrdurables less rood and beverages ! 1115 078 ' 94 607 j 18 a 3A Durables 121 283 23 466 154 1 8 services 318 530 320 3791 4 9 � 0 6 Special aggregate indexes All ,lems less shelter 244 249 246 656 9 0 10 All items less medical care 2d4 173 246 698 81 10 Commodities less hood 155.814 159 326 1631 23. Ncte Sae footnotes a' -and o1 fable Table 1. Consumer Price Index for All Urban Consumers (CPI-U): Indexes and percent changes For selected periods, ❑atlas -Fort Worth -Arlington, TX, November 2021 j198244=100 unless otherwise noted) - Continued Indexes Percent hang@ �rorr+ - lem and Gn,uc Sep Oct f Nov. Nar Sep Oct 2021 2021 I 2021 2020 2021 2021 Nandorables 226 873 230 35B W T 1 5 Nondurables less food 192 652 197 692 17 t 26 Service$ less rent of shefterl -2} 369 995 370 498 5.0 01 Services less medical care services 301 198 303.088 5.5 06 Energy 262 656 271 185 275 638 409 49 16 All items less energy 259 0a9 260 725 54 ❑ 6 All ilems less fo-id and energy 256 868 258 619 55 07 (1l Indexes an a Fetruary 1976=t00 base (2I Indexes on a December 1962=100 base (3; Indexes on a December 199T=100 base (41 Special index based on a 5ubstanliall y smaller sample (5! Index on a December 1993=100 - Data Pat available 5 crrr 1M SCXJTHLAKE 6 March 24, 20y 1 PurcSorvice Corporawn po But 4_9t19 Southlake. Tetras 760+12 Utn: Ms Parrs Farris► orth Subject: Award Nutilical ion tier Parks )an tor ixl 5ereices RFP_101B540JC210(4)9 Dear ills. Famsworth ORTGTNAL DOCUtiiLNT CITY OF SOUTHLAKE Council Action; Yd�P Ord./Res. No. Date Approved , �11044 The City of South Iake is pleased To inlorm you that PureScr%ice Corporation of S+wthlake. Texas. is the awarded ,etidiir for "Parks Janilorial Services PFP2ta1H540JC!1(04" The award and this agreement am based uri your pn+pusaI to the Ciry copy enclosed This is a sm,le %endor award contract Your company's award rs attached. The terms and candilions proposed and accepted in this agreement are as foIlo++s Payment Terms: Net W days i t nless uihenrrse nuted - such as pry- and or partial Payment) Estimated Ouamities The Cin does not guarantee to purchase any minimum or maximum quannn but floes contemplate purchasing the awarded items exclusively dunn;, the tcmi of the :ontract from the succcssful ti cndm- Method of PavTin enl: Shall be made by ('try procurement card or purchase ordcr Delivery Terms: FOB Destmatwn Delivers Locanons: Vendor Deliver) or City ern pkncc pick-up Term of Contract: The term of awarded contract shall remain in effect tar rwelve mrinthi from date of award and is r1 igible Fur up to four 1 J 1 one t I t )car annual renewals Cif. Contact: Junior Camacho 817.743-8357 Send all billing w. City of Southlakc 14(XI Main Street. Suite 410. Accounts Parable South lake. T-% 76042 or via email to ace un lnuict.suuthIake_tx.us Other Charge,. The Cin of South lake is a talc -exempt municipal corporal ion and is exempt Front all federal. state. and local sales taxes. All other specifications. terms and condimmu shall br as pmv:ded its the original procurement documents %o tither anachmenis to or in rmpunse to this agreement wit! be accepted an less appro%cd in writing+ by the Purchasing Manager or an authorized representative of the City of Sou Wake 11131111 you lint parlictpating in «nr procurement process Plicaw call 817-743_8; l2 with air} questjons Sincerely. Timothy Slifka I ►tx►1+`i'+�ir, % 0� Tim Slifka. CPPO. CPPB Purchasing Manager, Cin of Southlake art t 1400 Main Street, Suite 420 Southlake. texas 76097 Deputy city e�reta� Esli flkaAm-south lake. L%.us ` •�•..*. Its, f �.*��Y1v �r'►+rtit►ttt►► Cu truet -kw Accepted by ned. Date a Yehertoo. City Manager Pnmary Responses a--.: As dM P.Mm flab Jones Park Soccer Facility Remroorn Servicing per Scope ar 5ar.rces 3� M . dbm w..Kr Bid r, , Per Same. F.e e„ s..rre en c n I*..n.._al..be. PMWO" • Bid rs . De. W—"g Mrit Spray+M Per Seene Pr S.n+eee 9Ge -jai lrs P3rIt Sottha11 Ffcilrl•F 7L+5 r r q,jmS ]e—c'n ]@r 5cr)pe •o7 SBrVices ..o — ea ..ew. e...U.J ad r, Pvr Serwc. Fae — s— •—: an ..Y... P...M ad .. - Our nf.�a..y Mrar Sv.rr^q Per Scare W Sar..er. a-. yr... .. ao j ._.111enn+11 �)Fk PnJSI D(!: 7;']N'P ]I 7Zr/iC@S S.r....aa- Y ..A..� F•e•4M Wd •:- ¢tlr S. rr Ka F.. N ..nnn 1 •e 1e . •] JO Btd r. - Die m..% p Mist S.ray„j Per S.." Pf S.rv.caf •+ .rrn.. .::Q 1 : ,o �J C2r+[ennldi Park PtIAS± 2 ReS'r7Or*+ per 3cooe ar Scr.,ces S-- AD ..k— p. A+, Bid .. , +ar s.-.. F.e Alan ].0 — Y W.- ►+.r+..r E*d Y.: Dr —des" Mrel :iw.V 'q qer Seen. of 5.rnetl n A— 3rcentenneal Palk T,!nnt3 Center gac+lity Rastroom Sarvxing per Scope 7f Semi cea s— as e.W k...krd Bid as r •er swwt Fea i P. lnw r 1 i iu 4 S as 2—M ■.wrr rrrtay Did .1—, OWI OO" Mhl Tway" Pw ScaPe r.r ServA a 1 7 b %I 4 Bicentennial Part Shop =amlly Reytroom Fec,terr Ser-t+c1ng per Scope or 54ev+cos e.-Pr: ANI.*e. Pe"e ad M, P.r .S—r . Fee eY d..n e S W S 1,311 a-- M-AMu w.le.rf Bid .1.2 D W-041gnq War sm. V" Mr Seeps of Ser.ec.. i J to i : w the Mara Legends Hall Egterinr Reftroom Facllttles 3erv•csng per Score of Services la.nNe.-M.d—rwerl sm CA Pk Sandra F.e F...s.a: M' ftft rwlMi Wd I. p1P Meelrnq Mrrl 5W.Ywq m S-0. of isrrre.. U— ; d The Mara Ana Amonitnealer Restroam F7[JrtrB$ Se-4C?4rg pPF S%: opedl Sery-"4 f.eeaa: M "Mu Iae.PM Old w.r PN S.-W. Fe. +.. Ywr. i 5 M $ r m '-" ; M P..lor Bid n_ M."r renq M.St Sa Vgftq Par Scapa M S.rv+caa r _ se %: fo •rorth Park Rostroom Facility 30rv+crng per SCgoie 7l Sdry�CiB .r.et.: Ad Vb" Parsee ad qn- I Par SOVIO Fee ar ..rMr. t re d0 . isee fav[.aa: as no— P w Md n . D.WkI uerg MIST SPMVM9 Per Scw. a Sa rwces • ..... -.. .: , . •� 4lheny Park Restroatn Faclltty Bervpvag per Scape of Services JI-- f oom Nd no- 1 rrw $—kA I,— I r M I r m fa..+ ow"k-fa Pla.Maa lbd • -- 9ad.ctlny r�K Lo�.nnq w. Scwx at Sen.c.a °— s.rrr. tiRm 14.A Sousdfaaa Sparta Cooler Rastroom = 1c pi l S.•r, r ••y c •, S: II11 A sua...: AM ■..t.d titd ., Sa.-.•c. r.. a.. 5r.... a rfa ! r M �.a..t.w Pw Bid ." : Ols�nl.cnnq wu Sm.ylnq wr S.e a S--. + • ,...w S 21d i; Sa P1V,11011 Se,,,rus ar.•1 Si 3F'e ]I Se,o -1!� 1W�N-b—pwlra 0+7.t F- ftn S.rpsaa fl.. ..n•• • IM Di i few 7..wak a..r. p m" /at.r na.r ft dion $—I— Fe. •-. S..Kr 1 !• m t ja i Empty Trasn Carl and Aepiice L,ner .is Reques led • Per Eden Srrw.IK aaralna Pt.al.d Md M p Irian 1'raan Gn and gaPiMca Lfau A.C"=r i:b1 1110 tiourty 1_a0ar Rate rat .1inslonaUPortdr Services per Scope of 'service; S.e.....' fim . p.r..M Htd r141 rlawty Lam AOa rat As N.9M s ar ..... .:e .. u Jtnaartieramw sarricea after Hour LAtmf Rare far Janrtat IAwPortlr Services per Scope 1f Sem-ce, ale..1+.Ca lrww Pao*" Wd M . Aftrr Haar uib R.I. rev l.ntton {VFzrter S.rvrc.a �.. ,ti.. n �u 1 o u DUWer'N yS hIt1R SeP414e3 AS ReQ�esietl der i.]Ndre r�dl per 747hC 7f jary�r o-; I.mus'. Ad + bft P.—W. Md 414n Purer Yraanm0 Sl� Aa Rrqu.sf.d oer Scup. of ierncer "]..1 . Appendix B — Proposal Submittal Checklist: (To determine validity of proposall A�Appendin B Ipages _I I!_ thrnugic _l8_I must be included is the prvpnsai submittal Aff ►ppeadix C ( oathe t of Interest tarn tpage _18 1 must he included is the prnp-ssaI %ubmirta1, oc4f- Farm 1295 CrrtiGraIe of Iate rcrard Party mu>t be ittrladed in the prope%&I Nuhanitul. gee Pave 2. A� H8"and SB 252 ►c"u%iedgemeoL See Page le_. RFP Num ber: RFP2101 B540JC210008 Prv'ect Title: Parks Janitorial Services 3:00 P.M. (CST), Friday March 5, 2021 Submittal Deadline: Submit Electronically* to: https://southlake.bonfrebub.com/login * Requires email account login and password. Proposer Infortnatiuu: fteposer•s LAMI Name: PureService Corporation Address: PO Box 92909 Southlake, TX 76092 g State &Zip Fedmi EmpWyers Ideadltsadon Number # 73-1 15 8126 PbooeNumber. 8l7-809-6507 Ptubrtlartler: E-Mail Address: sales r@7r pureservice.biz Proposer Aalhoriution 1, the uQdersigued, have the authority to execute this Proposal in its entirety as sabasined tad enter iate :a ronenet an behalf of the Proposer. Printed Name and Position of Authorized Represe:rttat tve Pam Farnsworth - President Signattur of Authorized Representative: Ate• �G.utatvy Signed this 3rd f day) of March —(mouth), 2011 (year) I learned of this Request ror Proposals by the following means: �_- Newspaper .4dvemidntent f Southlale Webstte CMailed'11e a [ upv Ban firr IJ City Email 'kHitlC36011 C old Call ru Cm 4" Other Cit► of SottthIske - R F P: 10 1 11540C 21 MIX - Pa'ae 10 k11 19 Appendis B— Proposal icuniMntdl 2_ 3. REQUIRED PROP0& L INFOR.H.4TION. I ORDER FOR A PROPOSAL TO BE CONSIDERED COMPLETE. AND TO BE EVALU'-t TE'D FOR A CONTRACT ARARD BY THE CITY, PROPOSER MUST SUBMIT .-tLL OF THE FOLLOWING INFORMATION: Proposed Products aadlor Services A. Prrgducl 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 mar be used. B. Additional Hard%%arc DeNtri Lions: Proposers should also include in this section a detailed description of what additional hardware and/or software. if any. ►sould be required by the Q% in order to fully utilize the goods and/or services proposed. C. Guarantees and Warranties: Each Proposer shall submit a complete copy of any warranties or guarantees provided by the manufacturer or Proposer t%ith the Proposal submined. D. Project Se hedui&De I i ver% Date: Proposer must provide a project schedule noting all projected completion dates for segtnenls of the Project. from start-up to completion. and all deliver► dates for ;cods covered by the RFP- The Proposal must show the number of days requited to deliver and install the product or cquipment utter the reccipt of the City's Purchase Order Cost of Proposed Products and/or Services A. Pricine: Pricing shall reflect the full Scope of Services defined herein. inclusive of all associated cost for delivers. labor. insurance. taxes. overhead and prnlit, B. Schedule of Pricing: Proposer shall quote unit pricing in accordance ►►ith the itemized listing of products or contract segments stated in the Scope orServices and using the to] loswing I'armar: For this procurement the schedule of pricing is not available in hardcopr. You may access it via the online portal I www soudtlake.bontirehu com 1. Fo submit your schedule of pricing, please download the Bid Table and illI it in according/}. per the sample below%. �.,. ...,. err. w..... •err. —� � a,�� For instructions on ho►% to complete Bid fables. elease reter to this article on Bonfire s Support Website. Please now even if you do not have additional responses. you must download and re - upload the hlank document. This is to confirm that you du not require any additional costs. If you have an,. additional items. please fill out the Additional Responses template accordingly. Term of Contract and Option to Extend Anv contract resultine from this R F P shall be elTective for twelve months from date of awsrd. The City anticipates that contract shall be renewed pursuant to the availability of funds and at the discretion of the Citv, The follo►cJng clauses shall be included in the contract: City of Southlake - UP2I u 1 ti5.t+l.tC 211H)08 Pear t I «t in A. QRUon Clause: it is :geed that City will have the option io extend the contract for up to fourr41 additional years. in tine -year intervals. I exercise this option_ the City shall serve notice 30 days prior to contract termination or to the end of any one-year extension. I he Option to Friend will not be considered it funding, is unavazlaMe nr tF the contractor s past performance is not %ithin t!w irtdustry standard. B. Escalation Clause: Should market conditions prevail which dictate an increase. the suceesstul contractor may submit doctime nIatiun requesting perm issrun to increase pricing no Iater th:tn 30 days after receiving notice from the City ❑r its intent to extend the agreement. Escalation may only occur at the time of renewal and only upon securing, the approval urthe City in writing. Requests For price adjustments must t+e solely for the purix)se of accommodating an increase in the contractor's cost - not profits. Vendors shall show in this quote their anticipated percent of escalarion iI'l hen the opton to extend is exercised. the pereenr quoted will he a maximum. In addition. the percentage proposed ►+ill he a factor in determining the best value to the CON it is the average price over the period of the contract that will he the price facror considered in the evaluation of this quote Quotes in which nercative ur no escalation is shown will he considered as ti°iv escalation i' Price Increases Upon Extension: If' approved by the City. the Contractor shall mwifv the rates charged by the Contractor to reflect any changes shown in the comparative statement delivered to the City The maximum increase allowed under this provisiorn shall he tins percent 14%) per year The City shall have authority, in its reasonable disereiion. to determine the validity oaf any cban ge to Contractors rates. City cannot exercise the Option to Extend with any price increases unless the Vendor completes the ;ection of the Quote requcsiting anticipated percentage of annual escalation First Additional Year Est:212(ioto Pereen[A2e............ ......... I ........................ ' °/ A Second Additional Year Esratati,prn Percentage......................I..................... ' % Third Additional Year Escalation Percentage 3 % Fourth Additional Year EscalAtloln Percentage .......................................... 4. Proposer's Experience! Staff A. Project I earn: identih all members of the Proposer's team (including both team members and management) who wiil be providing any ;erviccs proposed and include information which details their experience. B. Removal or Replacement of Staff': Van an assigned sta1T person must tx removed or replaced For any reason. the replacement person must N approved by City prior to joining, the project. C Busine5s_F.stabli5hm=nt: Slate the number ofyear, the Pro poicr'y business ha} been 4>stabIished and operating. if Proposer's business has changed names or if' the principals operating the husiness operate any similar businesses under dirferenl names. or have operated any other businesses ur changed the legal status or form of the business within the lair five OI ►ears, all names. of predecessor business names. affiliated entities, and pre%tous husincaa entities operated by the principals, tFtlifferent than present, must be provided: State the number of years' experience the husiness has: '= and the number of etnplovees 100 D. Protect Related ExNritnde: All Proposals must include detailed information that details the Proposer's experience and expentse in providing the requested service., that demonstrates the Pruposer'y ability to logicall► plan and complete the requested project. C itr of 5oudi ke - RF 1'22I01B5dt>.lt'2I11DUft Page I'- 01 19 i. References Proposer shall provide four (4) references +4here Proposer has performed Similar to or the same types of services as described herein. teterence a1: Client / Company Name- City of Plano Contact Name: Mike Darr Contact Title Phone: 47195 1 QXW Email' michaeldtaplanu-goti Date and Scope of Work Provided: 2018 to present - cleaning 811 park restrooms daily - Reference 42: Client 1 Company Name- C1(► of Graprvinc Contact VamL- Contact rifle Mike Hooker►Randy Sell Contract SuperintendentlP:3rks Manager Phone: 817,3.13 15361817.690.81h' Email- mhookcrulkrapevinetexas-nor oov Date and Scope of Work Provided: 2018 to present - litter pickup and restruom cleaning in 32 parks Client / Companv Name: City of Wrlie Conrad Name: Contact —isle- Dennis Sewell Park; Superintendent Phone 469-628.7661 Email: dennti ieKell ri err lierexas.gov Date and Scope of Work Provided: 2018 to present - litter pickup and restroom cleaning in 16 city parks Client I Company Name: City of Trophy Club Contact Name: Contact rifle: Marvin Athena Parks Superintendent Phone: 817 881.I14�7 Finail: mathens:u-trophycluh.tom Date and Scope of Work Providcd: 2019 to present - resiroom cleaning in 4 Trophy Ciub parks City of Southlake RF P310113..54WC21008 Pa,c I i of 11) 6. 7. 8- Trade Secrets andlor Confidential information Trade Secrets and/or Confidential Information. Phis proposal r ldoesr _ idoes not! contain trade seer is and/or confidential information. If applicable- describe such trade secrets and conlidential information, and the basis for your assertion that such material qualifies for legal protection Irom disclosure. Federal. State andlor Local Identification Information A. Centralized Master Bidder~ List resistration number: B. Prime contractor H I I B I NI WOE reerstraiion number. C. An individual Proposer acting as a sole proprietor must also enter the Proposer's Social 5ecuritl Number_ # - - Emergency Business Smices Contact Notice During it natural disaster. or homeland sec onty event. [here may be a need for the City of Southiake to access your business for products or services after normal business hours andlor hoIida►s. The Cie► mad request City employee pick up or vendor deliven of product or services. For this purpose. a primary and secondary emergency contact name and phone number are required. It is critical the vendor's emergency contact information remains current. Cit} shall be contacted by E- mail with any change to a contact name or phone number of these emergency contacts, Updates mati be emailed to vendors/nici.smhlake.tx.us. All products or services requested during an emer4enc;, event are to he suppiied as per the established contract prices. terms and conditions. The vendor shall provide the fee i pricing) for an after-hours emergency opening of the business. if an► In general. orders will he placed using a City of Southiake pnxuremenr card l blaster Card i ar Cite issued Purchase Order. The billin-is to include the emergency opening fee. if applicable. The contractor shall provide the names_ phone num hers and ter 1pricirig l. if an►. for an after-hours cmerrgenc} opening of the business listed belos%r. Business Name: Pure5ervice Corp Contract #. Description: Cell phone for Brian Pullen Primary Conner (Namer: Brian Pullen Primary Contact Phone Numbers. Home: Secondary Contact (Name r. ?vlickc% Pierce Secondan Contact Phone Numbers: Home- :Mier Hours emergency opening fee. ri applicable: S Cell. 317_503,9596 Cell: S 17.705.5%!6 i ty of Southiake - IIFP21018540.1C2I01}t18 Pare 14 a1' 0 4. Cooperative Governmental Purchasing [Notice Other governmental entities maintaining interlocal agreements with the C-iry. may desire. but are nor ub+igatmi. to purchase goods and services defined in this RFP from the successful Bidder. Ali purchases by governm.crital entities. other than the City. will he billed directly to and paid by that governrnmentaI entity. The City will not be responsible feyr another governmental entity's debts. Each governmental entiry will plate their own orders with the successful Bidder and be responsible for ensuring full compliance with the RFP speciticatiuns- Prior to other governmental entities placing: orders, the City will notifv the successful Bidder oftheir intent - Please indicate below if you will permit other governmental entities to purchase from %our agreement with the City [ N Yes, Others can purchase No, Only the City can purchase [I. CONTRACT TERNS .4ND CONDITIONS. EXCEPT WHERE PROPOSER MAKES KES SPECIFIC E.ECEPTIDlV IN THE SUBMITTED PROPOSAL, .ANY CONTRACT RESULTING FROM THIS RFP WILL CONTAIN THE FOLLU1#11VG TERNS AND COIVDITION.S, WHICH PROPOSER HEREBY ACKIVOWLEDGES. AND TO WHICH PROPOSER .AGREES BY SUBMITTING A PROPOSAL: I. Delivery of Produem and/or Serviees A. P: Unless otherwise specified in the Scope of Services or otherwise agreed to in writing by the City, payment terms for the City are Nlet 30 days upon receipt of invoice. B. Warranty of Products and Se-vtcca: All products furnished under this contract shall be warranted to be merchantable and good quality and Ft for the purposes intended as descrRied in this Proposal. to the sat isfactiun of City and in accordance with the specificar'iona. terms. and condition; ot'ihe Scope of Services. and all services performed Shall be warranted to he of a good and workmanlike yualiry. in addition to. and not in Iieu of. any other cxpress written Aarrant ie+ provided. O Late belivery ur Performance If Proposer fails to deliver acceptable goods ex ser%,wes within the timetTarnes established in the Project Schedule. the Citv shall be authorized to purchase the snoods or services from another source and assess any increase in co,.Ls to the defaulting Proposer. who .gees to pay such costs within ten days of invoice. D Title to [roods and Risk ofLoss- !-or eoods to be provided by Proposers hereunder. if any. the titic and risk of loss of the goods shall not pass to City until City actually receives. lake possession. and accepts the goods and the installation of such goods, has tested the sr stem- and determined that it is in good and acceptable working order. 2. M111scellaneaus A Indenendem Contractor. Propowr agrees that Proposer and Proposer-s employ ces and agents have no employer-empioyee retatiunship with City. Prupuser agrees that if Proposer is ;elected and awarded a contract_ City shall not he respunsible for the Federal Insurance Contribution Act (FICA) payments. Federal or State une:mploymeni takes. income tax withholding, %orkeN Compensation Insurance payments. or any other insurance payments. nor will City furnish any medical or retirement benefits or anv paid vacation or sick letavc. B. Assignments: I'he rights and duties awarded the successful Pro pose rshatI nix he assigned to another without the written consent of the Purchasing Manager. Such consent ;hall not relieyc the assigner of liability in the event of default by the assiiznee. F W C Liens: Proposer shall indemnify and save harmless the Citv against any and all lien, and encumbrances for all labor, goods. and .servtce5 which ma} W provided to the City by Proposer or Proposer's vendorts?. and if the Cin requests. a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the Ciry City of Sovthlake RF P? 10b 1354u.lt 2llWON I -%t 11+ D. Gratuitie 5 / Bn s: Proposer cenifics that no bribes in the form of entcnasnment, Lifts. or otherwise, were offered or given by the successful Proposer. or its agent or representative, to any City Officer. employee or elected representative_ with respect to this RFP or any contract with the City, and that i r anv such bribe is found to have been made this shall be grounds for voiding of the contract E Financial Panic-ipation: Proposer certifies that it has not received compensation from the City to participare in pteparing the spec if cat ions or RFP on which the Proposal is hased and acknowledges that this contract may be terminated and/ or payment. withheld if this certification us i nace urat e- 1- Required Licenses- Proposer certifies that he holds all licenses required by the State of T:xas for a provider of the goods and/or services described by the Scope of Services herein. f Authority W Submit Proposal and Lnitr Contract' The person siKning on behalf of Proposer cenif cs rhat the signer has authonly ni r;uhmii tiic Proposal on bthaI f of the Proposer and to bind the Proposer to any resulting contract. H. Compliance with Applicable Law. Imposer agrees that the contract w ill be subject w. and Proposer will strict/} comply with. all applicable federal. state. acid local laws. urdfnances_ rules. and regulations. l Compliance with 11B— S-9. Proposer agrees per HB 99 vendor- shall not boycurt Israel at any time while providing products or ;ervices to the City of Southlake. I ?q Yes, we agree I I No, we do not agree N/A J. Compliance wjji SB ?J1 Proposer mores per SB 25' vendor shall not do business with Iran. Sudan or a foreign [errorist organization while providing products for services to the City lit' youthlake. N Yes, we agree No, we do not agree 3. Financial Responsibilit% Provisions % Insurance: The Proposer. consistent with it; status as art independent cuntractor. shall carry, and shall require any of its subcontrac-ors to carry, ai least the falloiking insurance in such form, with such companies, and in such amounts (unless otherwise specified) as City may require: i- Worker's Compensation and Employer's Liability insurance, including All States Endorsement_ to the extent required by federal law and complying with the la"s of the State of Texas: ti Commerrtal General Liability insurance, including Blanket Contractual Liability. Broad f-orm Property Damage. Personal Injury, Completed Uperations/Prodemi Liability. Premises Liability. Medical Payments, Interest of Employees as additional insureds. and Broad Form General I.iahilit% Endorsements. for at least One Million Dollars t$I.t}Ot).Ot1U► Combined Single Limit Bodily Injury and Property Damage on an uceurrence basis: tii. Comprehensive Automobile Liability insurance covering, all awned. non -owned or hired automobiles to be used by the Contractor. with coverage for at lean tme Million Dollar> i S t.00lO.t M ► Combined Single Limit $odily Injury and Property Damagc B. Indemnification: Proposer agrees to defend. indemnify and hold harmless the City, all of its oMice rs, Council members, agents and employees from and against all claims. actions, suim demands, proceedings, casts, darnages and liabilities, including reasonable attorneys' fees, court costs and related expenses, arising out of, connected with, or resulting from any acts or omissions of Proposer or any agent, employee, subcontractor, or supplier of Proposer in the execution or performance of this contract without regard to whether such persons are under the direction of City agents or employees. t itv of Svuthlake RFP2 oil I RS40 '_ 10"S 1'aer 141+f 19 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmentai entity This questionnaire reflects changes m.zda to :ire law by H,8- 1491. bt]'th Leg.- Regular Session. OFFICE USE ONLY 7 his q ue stlonnalre Is being filed in accordance mth Chapter t 76- Local Government Code pyk panned by a person vho has a business relationship as defined by Seclion 176.001 t 1 a i aftil a iocai govemmentai eriffty and the person meets requirements under Section 175 0061 al By law this questionnaire must be 51ed -th tie records administrator ofthe rocal governmental entity not later than the 7 1 h tusiness tray after the date the person becomes aware of tacis that require the statement to be filed See Section 176.006 Local Government Code A person commits an offense if cite person kno,:,ingly violates Section 176-006. Local Government Code. An ❑Fensa under this section Is a Class C misdemeano-. 1 Name of person who has a business relationship with iota governmental entity- PureServiec Corporatwo ❑ Check this box If you are filing an update to a previously tiled questionnaire. i The law requires that you file an upoal9d completed quesliocinalre with the appropriate filing -itiihorlty nqt later than the 7m business day after the date the originally hied quesborinarre becomes incomplete ni naccuraie + 3 Name of local government afficer with whom Pifer Eras employment or business relationship. NIA �iarne of Officer This section inem 3 Including xlbparl5 A. 6 i. B Gl must be completed for each officer wilh whom the filer has an ampioyment or other "ness relahonshto as Oefined by Sacdon l713 Qg 1, 1-aI. Local Government Gods Attach add'atonat paves to this Forth Cir7 as necessaiv 4 Is IN local government officer named in rhts WCtinn recervurg or likety to rscerve faxable income ether Ryan investment income from the filet of the questfonnatre 7 Yes F7 No B is the filer of the questionnaire receiving or likely to receive iaxable incase other than investment income, from of al the dir9cWn of the local government officer named in this section AND fhe taxable incorne Is not received from the local �,ovemmerrtal errirry'� Y,-S F--] No _ Is the filer of this questionnaire employed by a Corporation +x other business entity with reSpeCt Io which the loCili government officer saryes as an offtcer or director or holds an ownership bf 10 percent or morel F] Yes F� w 71 be5cripe each employment or business fPIatwoshtp '.+fill th6 focal government ❑tflCer named in this secwv d 03 March 2021 5ignarum of nerscn Icing busies with the novWnrrenlal znirPr ::fie Adopted 0&2912007 I. its of�'Outhtat.r RF-H?tit1e5-1111JC?101HIS page Ia01'1q CERTIFICATE OF INTERESTED PARTIES I=nR1N 1295 Complete Nos i - d and 6 it mere are iruerested parties OFFICE USE ONLY Compleft Nos L i, 3, S. and 6 it there are ro-nteresied mines• CERTIRCATION OF FILING certi t me Number, 1 Name of business entity filing form, and the city, state and courilry of the husiness entity's piste of business. 2(.321-7?27S3 PureService Corporation South Iake, T K unites States Date Filed: 03/03/2021 3 Name of governmental entity or state agency that is a parry to the contrast for which the form is being filed City of SCuthlake TL-Aas Date AcknoMedged: 3 Provide the idenli(icatkm number used by the governmental entity or state agency to track pr identify ttre contract, and provide a description of the services, goods, or other property 10 be provided under the contact RFP210IB540JC210008 Janitorial Services - Street Sweeping • Power Washing and Porter Service a Name of Interested Party City, State. Country (place of business) Nature of interest Icheck appllcabla) Controlling Intermediary 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION vty name ,s Pam Farnswarth and my date at birth is 08 March 1957 vy address t5 1715t7 5 e;;man L)rive -- _ Chactaw_ OK T 'JQZC IJ6A stvicerl iulYl ismes icurndei pountryi I declare Milder penalty ui oeriurf chat the ruregkitrig IS it lie and cOr•eci. ' Executed in LOUMy -Stare Oi on the -day df � mnnihl yari r. Signature 71 auihdrzed agent of conn3Gilrig ❑LL`SWP-57S entity i]e[rarzni i Forms provided oy Texas Ethics Commission wwvv erhics.siale.N.us Version VI 1.celtdg8a SOUTHLAI<E v -XDDFNi311h1 NUMBER # I To: All Proposers Date: February 23. 2021 Request for Proposal: RFP2101 S540JC2100118 Janitorial Services For City of Southlake Para: FACilities Propns2l Due Date: 3:01) p.m., Frida% Yiarch A. 2021 I. :addendum No. !,dated Februar► 23. 2021. per Addendum #1. the Cit) of Soudilake is answering vendor submitted question,. QUESTION: Who is responsible for providing the chemicals" ANSWER_ Per the Scope of Services. Page 7. Paragraph 2. Paper products and supplies shall ba provided by vendor for all locations and are a separate lcr from the above services. Vendor shall list quantin, and type of paper product and supplies used on submitted invoice for each location. The Cit% reserves the right to provide vendor with paper products and auppiies. QUESTION: Who is responsible for supplyinY the trash liners and the paper goods? ANSWER: Per the Scope of Services. Pagc 7. Paragraph 2. Pater pru-Jucts_and _supplies shall be provided by vendor fur all locations and are a separate tee Crum the above services. Vendor shall list quantity and type of paler product and supplies used on submitted invoice for each location Me City reserves the right to provide vendor with paper products and suppl ies. QUESTION: Is there a break do%vn of the pricing Sout hlakL! is currentl% par inL ANSWER: No. A bid tabulation from the previous bid is attached to this addendum QUESTION: Also. on the hours they are from 6 am — 5pm Monda%- Sunda► • Does that mean the► can be performed Juring those hours or are you all looking for ernplo%ees to be on standby JurinLI those huwrS' ANSWER: Per the Scope of Services. Page 1). First Paragraph. Vendor Work Hours. Vendur nomiat janitorial service .work hours shall be between the hours or 6:00 .AM and 5:00 PNINlonda► through Sunda%. Normal janitorial services should be performed during those hours. Cev a! Sauo,*e ' Fraw.e Der wamru • r4,V Vaa, Smref 3w* 420 • iauk4d0e raxas 76119? ill •JBdlf2 QU ESTION: fin the special events do you know Ito%► many an at aoera_:e } ou :ell have m a month' ANSWER: The Special L:vents referred to are the Stars and Stripes Celebration in July and the Hume for the I {olida� s hell in November Anticipated staffing required. Hume For the Hulidays (Saturday before l harksgivin>t) - 6-7 staff requested from 4pm- I am or later. Stars & Strtpes (July 3rd t - 6-7 ioaff requested from Jpm- I am tit later i ether events mad he added at the discretion of the City QUESTION: When was the last time you cent out tnr hid ' ANSWER: 2016 QUESTION: :Are there anv tabulations fur the last RFP for this project" ANSWER: Yes. Bid mbulatiun frnm 21116 is attached. QUESTION: Why are you going out for bid" ANSWER: I Current contract ending QUESTION: Are there any currrnr issues %%ith the current vendor that eve ;houId t*e aware ul'' ANSWER. No QUESTION: Who is the current vendor" ANSWER: Pure Service Corpilration QUESTiON: What is the budget for this service' ANSWER: Budget for these Services is S31000 bused on current provider QUESTION: Whitt kinds of requests do you anticipate for aiwr-hours portenn; ' Flom► muny hours and people for a typical event' ANSWER. Per the original document. "These hourly services would be inclusive of all required cervives listed abuve excl uding pov%er washing services. Normally for events these services would require trash can servicing and replacing liners- trash removal to directed location and general ongoing event site clean-up services- however. vendor staff mar be requested to perform anv Yrvices from original Scope of Services except power µas:iing services. The City anticipates six (61 or -seven (7) staff meml+ers to be requested From vendor for a work ihiit of seven (7) tit eight (ti t hours. or more. per event. Vendor stab'' members are expected to remain at event until released by Ciity Luntact. This is only an cy_imate of Cit, need and is not a guarantee of itafl reyuirud o• required liuurs to he requested during any event QLi£STION: is rhi5 contact seasonal" is the cleaning: I`equency hillier (Or the summer months' During the ,-sinter months. are irie required services drastically curta i lea I ANSWER: Vendor will be paid on an --ls Performed/As Requested" basis. Cit} shall determine when services are to be perfornud. City will supply Vendor with anticipated servicing rdy at Souft*e ■ ;;"w Ce-N-PMmenr ■ r400 U80 S+ree7. Sue 420 • Sv011iaM re■as 7M ii 7 7.18. TJt7 schedule once cervices are awarded. City may modity schedule to to City needs. City will coordinate any service schedule changes with vendor. During the months of Dee cm her and January many C i�v Park Facilmes may close due to the weather and services may not he required. This is weather dependent, and services may or may not be required. This is at the discretion of the City QUESTION: Are there estimated quantities for each of the line items we are bidding tin by year? ANSWER: Vendor will be paid on an --As Performed As Requested" basis. City shill determine when services arc to be performed. City will supply Vendor with anticipated servicing schedule once services are a%yarded. City mar mudity_ whedule to tit City needs City Will coordinate any service schedule changes u ith vendor Anticipated 'Schedule. THIS IS NOT A GUARANTEED AMOUNT OF SERVICES TO BE REQUESTED. All Restrooms Except The Mary Legend_- Hall Outdoor - I (Mon-1 riday ) 2x l Saturda• - Sundaysl during the months of February -November Pavilion Semites at Bicentennial Playground { Weekends only > - her�.een '_ti-1 t on Saturday -Sundays during the months of February -November. Breakdown = 4 services per wee f Ix weekdays. 43x on Saturdays • _'x Sandaysl 4% during a full week. Estimated 44 necks a year (no iervice: is normall% requested 17ecember and )anuary t Estimated Resrroum Services per location i except I he Marq Le:gcnds I [all Outdt orl 31)6x per year. Estimated Pw ifion Services at Bicentennial Park Playground benveen 3_5?-_i28 at :x 4x a weekend. Estimated 1'he Mary Legends Hall Outdoor ftestrooms - i0% or less per !year (only be serviced on as needed basis) QUESTION: Can the square f.motage of each restroom be prvvidcd for eae.h location! the toilet. urinal. and sink count for each restrourn" ANSWER: Per the original document. Scope of Services page Y. • Vendor is resporuibie to review acid confirm all locations for required services prior to submitting their proposal. All areas are open to the puhlier QUESTiON: flow am I suppose to submit the furml2r45 rorm C1Q. appendix B Siened. and the proposal document it it is not downloaded Iikc the hid table' ANSWER: These documents. or infurmauun on hue+ to access and complete the documents are included in the downlnadahle RFP document through Bunfiire and the City %ckite these required documents are to he uploaded througn the Bonfire portal as part ur)our overall proposal submission. Upload assistance is available through Bonfire Support at support.iignbonfire.com. Support by email through Bonfire is provided Monday to Fnday from 8 AM - 8 PM ESTrF.DT Please plan your submission accordingly and dim nLH •yatt until the last minute =++r •H Swmlaoe • imarce neRaraww • 1400 Man Srfmr Sires flu • Sauir}!ak/ Was 7609J tT' r48 t:tt2 I T here are oo ether chin2e�-. hew h3e.�a"' O Mar% Morgan Deputy Director. Finance Cit► or5uuthlalc In the submission of thetr prupusal, Prupuser must acknuwledge receipt of lhts addendum_ Proposer ihall adtnuwledet: this addendum by signing, and returning nnc cnpy of this notice with their proposal submission. Signed. A�I` GhnQr cry Dated 03 March 2021 Company Name- PurcScrvice Corporation 0tv 0.5kwP4*e • rkrance >pwawnr -jW Uaw Imwi Side 4,r) •-iourpfaxp. ragas 16W 41' 7419 3312 PURE Prepared for: City of Southlake ,-. f , i_,k SOUTHLAKE 19 Tim Slifka Proposal Reference Number RFP2101 B540JC210008 Proposal Response Janitorial Services for City Park Services Prepared By: Pam Farnsworth PureService Corporation Cell 405-496-0884 sales@pureservice.biz -� PUF:?E �= S EE I t- - March 2, 2021 Mr. Tm Slifka, Purchasing Manager City of 5outhlake 1400 Main Street 5outhlake, TX 76092 Re. RFP 21018540IC210008 — Janitorial Services for City of Scuthlake Parks Mr. Slifka, PureService is pleased to submit this proposal for the City's consideration. I would like to make you aware; the majority owners of PureService Corporation reside in 5outhlake and have a personal interest in the continuing success of the contract. In the 5 years since our original award of the contract, PureService has become the leader in park restrooms cleaning in the DFW metroplex and around the State of Texas. PureService is a woman owned and operated business. We service parks and park restrooms For the following metroplex cities: -City of Plano -City of Wylie -City of Coppell -City of Grand Prairie -City of Grapevine -City of Trophy Club Additionally, we service lakes and lake parks and other cities across the State of Texas- 5 years ago, we bid this contract very low to get our Foot in the door in this new market. We are pricing in reasonable increases based on our observations during the last 5 years but are still offering an incredible rate. Thank you and your team for your consideration of our proposal. Should you have any questions, feel free to reach out to me at vice.oi: or 405.495.0884. Respectfully, ASAM ��¢ Proposed Products and/or Services A. Product or Service Description: PureService will provide restroom cleaning services fused on the specifications provided in the RFP. For normal everyday cleaning. PureService will use x-EFFECT. a non -alkaline disinfectant cleaner concentrate specially designed to clean and disinfect high gloss floors, restrooms, and other non -porous surfaces. X-EFFECT will be used for the following: • Cleaning of mirrors • Cleaning of hand dryers • Cleaning of baby changing stations • Clean lighting fixtures to include removing bugs from light housings • Cleaning of floors • Cleaning of walls • Clearing of ceilings Restroom floors to be cleaned every Monday and Friday utilizing a disinfectant cleaner. To meet the floor cleanincl requirement, we will alternate on Mondays and Fridays using two different cleaning chemicals to provide cleaning on both ends of the pH spectrum — which brings about exceptional disinfection and the removal of both hard water buildup, and grease and dirt buildup. Once a week. we will use Foamy C. & A, an acid -used disinfectant. to clean Floors. Using a formula of phosphoric and hydroxyacetic, these ingredients plus a special penetrating agent, create a cleaning complex that foams and clings to surfaces — literally cutting through and lifting away rust, lime, scale, body oils, mineral and soap scum deposits. Foamy 0 & A is a hospital grade, ❑ne-step cleaner and disinfectant. (See ADDENDUM Ay We will altemate Foamy ❑ & A with Halt, a one-step cleaner. bactericidal. v+rucidat. miidewcidal. and fungicidal disinfectant. It is proven effective against COVID. canine parvovirus, and meets OSHA bioodborne pathogen standard for HIV, HBV and Halt economically disinfects and deodorizes. (See ADDENDUM A) In addition to floor cleaning, PureService will foam clean the entire restroom at least once a week utilizing one of the following methods: Method 1. Pureservice employees use the Kaivac cleaning system for restroorn cleaning and light pressure washing. Kaivac's patented science -based cleaning technologies are designed from the start for rapid, complete soil removal. if fact, they are scientifically proven to be 30-60 times for effective at reducing bacterial contamination than other methods. Employees will utilize the Ka+vac for deep floor cleaning. Method 2: Pureservice employees use the Foam Cannon or Foam Gun for complete restroom cleaning and disinfection. The base of Foamy Q & A's formula is an acid system — phosphoric and hydroxyacetic. These ingredients plus a special penetrating agent create a cleaning complex that foams and clings to vertical surfaces — literally cuts through and lifts away rust, lime, scale, body oils, mineral and soap scum deposits! Simply foam on, agitate especially when heavier soap scum or soil deposits are present and rinse away. (See ADDENDUM A) In addition to restroom cleaning services, PureService will provide Disinfecting Mist Spraying. PureService employees will be utilizing Victory Professional Cordless Electrostatic Sprayers that allows hours of spraying time without dragging a cord. In addition, it is designed to save time and labor, spray less liquid, and cover more surfaces. The Victory Sprayers' patented technology provides an electrical charge to solutions, allowing them to wrap conductive surfaces with an effective and even coverage. Double -charged particles envelope all conductive surfaces — shadowed. vertical and undemeath. (See ADDENDUM Al We utilize the Victory Sprayer combined with Virex Plus for all our electrostatic spraying applications. The Virex (R) Plus one-step quantemary ammonium chloride iquaty-based disinfectant cleaner concentrate is specially formulated to cut cleaning time and quickly wipe out a broad spectrum of bacteria, viruses, and fungi. It kills a broad range of pathogens in just 3 minutes, at a 1.256 dilution, and COVID-19 in 5 minutes at 1-128. Virex Plus will clean, disinfect. and deodorize frequently touched surfaces, and is responsible for staff. equipment, and surfaces. (See ADDENDUM A) PureService will provide power washing services based on the specifications provided in the RFP. PureService will deploy a number of pieces of equipment based an the size of the request from the City of Southlake from truck -mounted units for large concrete areas to smaller equipment for surfaces requiring specialty leaning. Specifically. PureService operators will provide power washing services based on the type of surface that the City is requesting. Normal Concrete and Sidewalk Mainrenance 1. Shall not exceed 4000. 2. Material Mix for Cleaning use a non -bleach, non -detergent cleaning solution. I All Rat work must be rinsed so that no debris remains after cleaning. 4. Any debris in the area shall be picked up and thrown away at any time (around buildings, parking areas, plant beds, etc.) 5 When buildingsistructures with light fixtures are pressure washed, all light fixtures on perimeter of buildings shall also be cleaned so that they are bug/debris free. 6 Contractor shall report any and all items needing attention (broken benches. receptacles. etc.) and affecting the appearance of the area or the safety, health and welfare of residents and employees. PureService will empty trash cans and replace liners_ based on the specifications provided in the RFP. Frequent upkeep is the key to overcoming trash accumulation problems, as well as the timely and proper replacement of trash can liners and recycling Pains to ensure safe, clean removal - Our basic trash removal procedure includes: 1. Emptying trash 2. Changing trash liners 3. Removing trash to dumpster Additional Service may include: 1 Cleaning trash cans 2. Emptying recycling containers 3 Removing recyciables to designated bins PureService will complete Pavilion Services per scope of service based on the specifications provided in the RFP. 1. 12 picnic tables will be sanitized with a disinfectant cleaner 2. 20 trash cans will be checked and emptied. and liners replaced as needed I All trash in and around the three pavilion areas will he coper_ted and discarded 4 Floors under and around pavilion will be cleaned and disinfected PureService will endeavor to use Green Certified Cleaning Products that meet Green Seal/EcoLogo environmental standards for cleaners based on it reduced human and aquatic toxicity. All of our green cleaning products and supplies are able to tackle the toughest jobs without the use of dangerous chemicals found in many industrial strength cleaners on the market. PureService will provide Hourly Rate Janitorial and Porter Services and after-hours Porter Services, Pure Service is well aware of the complexities of providing porter services durirtg tournaments and the realities of providing after hours porter services to events such as Start and Stripes. Over the past 5 years. PureService has developed a strang partnership with Parks and Recreation employees to provide real time cleaning during these events and rapid clean up at the conclusion of the event. 6.Additional Hardware Descriptions: Towable Pressure Washer - This NorthStar Trailer -Mounted blot Water Pressure Washer with self-contained 200 gallon water tams delivers hot water washing anywhere Perfect for remote lob sites with no electricity or running water. Honda GX630 V-twin engine powers CAT pump to deliver hot water at 4,000 PSI for effective cleaning. Horizontal shaft engine is engineered for long life. Cat direct drive pump has brass manifold and ceramic plungers. Coil assembly is fully encased in a custom -molded ceramic fiber refractory combustion chamber with tow -thermal conductivity and resistance to thermal shock. KaFvac's restroom cleaning machines are proven to be 60 times more effective at removing oacterial contamination than mops. which are more likely to spread diseases than remove them. A Kaivac No -Touch Cleaning Machine removes all soil and dirty water, preventing cross - contamination and odor -causing bacteria leaving walls, floors. sinks, toilets, and urinals completely clean. See corresponding numbers for kaivac specifics 1 _ Disease -causing germs and bacteria can live on surfaces for weeks and sinks must be spotless. 2. The spot the mop can't reach! Comers trap sails and mops leave a ring of dirt and germs. 3. Restrooms use 60% of the chemicals in the building and are the 41 source of building complaints. 4. Keeping floors clean and dry eliminates odors and the chance of slips and falls. 5. Toilets are a telltale sign of a dirty restroom and one flush spreads aerosolized germs and soil. C.Guarantees PureService Quality Assurance Procedures Consistent high -quality service saves money and bme. Our workflow efficiencies allow us to provide top quality services at extremely competitive pricing. Doing our work well in the first place makes our clients happy. so we prevent cleaning deficiencies before they even have a chance to happen. PureService exercises a systematic approach to our operations to meet our clients needs and requirements: t Efficient work schedules 2. Seasoned managers provide strong. hands-on supervision of the workforce I Qualified. experienced custodial teams 4 Proactive quality control practices 5. We maintain a high -quality level of service and ensure that cleaning processes and procedures are followed through implementing various quality assurance methods. 6. Enforcing a schedule of periodic work 7 Tracking all service calls and reviewing them weekly and monthly through an effective service call system B. Inspections by managerial staff utilizing the SWEPT system. These inspections are shared with our dients so you can the results of our audits_ See attached in ADDENDUM A. The enforcement of these standards will ensure that our clients continue to receive the highest quality of service. D.Proiect SchedutelDelivery Date: PureServlce is the current vendor and will to ready to begin providing service immediately if the contract is rewarded. ADDENDUM A -SWEPT CLEANING INSPECTION -Foamy QA -HALT -VIRUS PLUS PureServioe Corp CLEANING INSPECTION INSPECTION PLAN: COMPLETED BY Southlake Parks Inspection Brar %13r3ga-, T% 2,l2 ' - swept COMPLETED FOR: Souir,ake TX , grg} inspection Paint Exceeds Meets Below NIA General Cleaning W7 34ia:�n�7 CW_3'���'g Lj7 Inspectior Paint Exceeds meets Below NIA C3#neral Cleanine Page i of 5 , swept PureServlce Corp O-vaiOd Cleaning inspection Point =xceeds Meets BeIOw NIA General Cleaning Detadeo Ciean,ng :J InspeCVon POLnt General Cleanirg Page 2 of 5 Exceeds Meets Below NIA PureService Corp Inspection Point General Cleaning Dvailea Cleaning Exceeds Meets Below kfA inspection Point Exceeds Meets Below N;R General Cleaning Page 3 of 5 PureService Corp - swept Getaited Clearnra Exceeds Meets Below N!A V 4 inspection Point Exceeds Meets Below NIA General Cleaning gage 4 of 5 PureService Corp Oetapled Cleaning Inspection Point Generai %;ear jrg Hallway light, is out ,Detailed C eanirg Page 5 of 5 - - swept Exceeds Meets Below NIA r gamy Q&A° acid -based disinfectant Foamy Q & A is a reader -to -use. acid -based disinfectant with special foaming action for fast and efficient maintenance of shower rooms, restrooms. locker rooms and other areas with similar surfaces to be cleaned. Developed in respcnse to requests for an effective, yet pleasant to use acid -based shaver room cleaner. Foamy Q & A is an excellent product for any shower or restroom program. Providing Quality Maintenance and Chemical Specialty Solutions with Unparalleled Customer Service THE TOUGH APPROACH TO SHOWER AND BATH CLEANING' The base or Foamy ❑ d As fornufa is art aetd system - phosphoric and hydroxyace he These ingredier+ts dus a special penetraing agent create a cipantng cornptex Mal loam, and clings to verllcai surfaces — literally cuts through and lifts away rust. 4me. scale. body oils. mineral and soap scum deposits! Foamy a S A is a hoospital grade one step cleaner and 7rsmfecWt. Sanpty loam on. aglfate eSpeclally when Heavier Soap SClim Or sod deposits are present and msa away KILLS GERMS IN FIVE MINUTES! EJleciive aganst the Iobowvtg Bacteria • Stapaylococcus aureus • Pseudomonas aeruginosa • Salmonella enlerica EKectrre agamt the blowing argtbeotic-ResistarT Bacteena • Vancormycin resoant Enrerococcus taecala (VRE) • MethK*m resistant Starmyloo ccus aureus (MRSA) Effective against the blowing Viruses • HIV-1 1AIDS Virus) • H9rpeS Sxnplex Type 2 • lnrky@n;a A2FFiortg Kong viruses • Panoemtc 20t19 HINT influe va A'nrus AREAS FOR USE Foamy O & A can be used on a wide range or acid -resistant surfaces such as cer arnfG *.Ile walls and doors. Fibergk-mS shower sfalls. sinks Lode( bowls unnals. chrome. dnnking fountains and other stam4ess steel surfaces It works great o schools. hotels hosArt3I6 ar any other commercial indusshal and insht4:ranai facili lv where a cleatn and sanitary envi ronmenI is .mpcelani Suitable lot the Bloadbcrne Pathogen Slandaid A P P1 iCATlONS. Use Foamy O 3 A lot these other apphralion; • Fvr five- ntrnuIv Mainfectant activity against "bacteria and 'virtnes in the presence of organic soil. Spray directly on sated surface and allow loam to wet surface for five minutes. Wipe olil with a damp cloth or sporrge.Rinse surfaces thoroug" with water Prelmnary cleaning is reguued for heavily salad areas. ExA rxgy riesavy sods may &quote agne!ran M(h a mrld scruhbrng pad or brush • For fast cleaning of large areas such as shower room watts and floors. Foamy ❑ d A nay be applied at various dilulrons through a roam gun See product label lot Complete directions tar we and more apphcatrons. Be sure Id read ail Directions. Precautionary and First Aid Statements on product labels before use of this or any Spartan product. If questions remain, consult your employer or a physician. Material Safety Data Sheets for an Spartan products are available from your authorized Spartan aIstAbxrtar or by visiting ww w. spartaneh errwca 1. c o m. 320265 330-gallon tote 320255 55-gallon drum 20230 3D-gallon drum 320215 15-gallon drum 320205 5-gallon pact 3202G4 t -gallon 14 per case 320203 1-quart ;l2 per case) SPECIFICATIONS: pH {Concentmtet— foss than 2 Solvents - $utoxyefhanoi Color - Red Scent - Unique Floral flagrance Standity a.Shep it 24-075'F - One year minimum b.Acceferated 0 49"Ctl20rF-90days minimum c FreererThaw - Trrrse cycles Rinsabdi(y - Flsnse5 in hot OF cold walar Contains btadegradable surlaciants. EPA Reg_ No 5741-23 —toµ aror a �t�rreud n er�gkvt aw Snsuer• rcun4urr � ae aew rstaoto- ]tAPANTEf . rr rnW owYn my ix nusr�d a�� .F.. trq �lr lr ew aete.x �RW?Ita 'Jx v�MNet � Aar.K'd and tell al yeatwrrvrr :t+w�ws One -Step Cleaner/Disinfectant Halt s a liospllal gracle dne-Sleo clean eir odclertcidal jkr ladal mildeAvdal and fungicidal 0sinleciam prrrren afleciive against norovitus canine parrov+rus and blood Wme aawhogens 4l a 164 tluuban Hall economeally dis+nfecls and deodorizes Will a Ianlastic Iresn scenS Hall leaves surfaces Clean germ -tree ara sale' ESA R gi -d-n Mw bW_ 3=1r93 741 FEATURES • vulsp11A1 gr kde jr�-SLm :Idd,,w odclen C IYd ,If X OA,-Arlawr.. wuk 1urg,c.dar d'S'^eeclarl • afrwar 411ecPv? ",esl FIlxp.rl:.5 4„ Ar•ne Pw.,r}.y,•s NoNs JJSHA &Wdt ar^e Nrrogpn itardafrl nx HN H6V lyd H CV • K 115I-Ir.mar C Mravf,S r IG me ule5 BENEFITS • -I.s,r•recls -ears and •yei f,_as -or Irxra : rlac+ a„ maces ^ •xt aCcr ci•.•rq sfep %I 7 V1un[e5 Du ga1w •lika;w-cori'uLdry •1M•.r IRWS 1rA .*."U4';?5 'd•4"aws w nr3 eawfa wlaC@S Sfrep, q freyr • iaf-4Lze4 r*o Iwo =omact SIR1aces r 1 �•w•le' SPECIFICATION DATA Ji�Wn,r or+ H i[f 3rC4 1, 1:1,11 d .1•1 ..75 i1.1d.,ly Sre'I s -1 C,735 F 3raa•,rr �r?edk•-rd,v _Pa Regrstr H'r FIWr•bpr EFFICACY DATA '^ s INaeL�I • nz sra Iq,orv'rq ➢actlna 1'i ��•,..Ies :l 3+rr pe• ga�• .if .v:een r.'IG ppm 1CI1YeI INN ]°. SOS' •]r did '-W OUCA.S SurhG-M a.'•r%esLv, e'fe'r aynfdr ., uodo ow to vNr ,!w" l �•MrilY4Jadc7Pr 2rt+b Cervr*aWjor, ,r alrvrxrvayrnes Ernrea errc,' xroyar%s Enrarcrrx::.s iaccLVis Esim-, c ,a zob 0 r 11 HS Escr po kd N*11,7 H' EP1,11 C.N:. uLA ,3 ' m,r, `iar:w kvc n Res 9,Irl 1VFI: 1 EA 0frirrd :0 hi-e0;,er4 One"• +r+ 41a AAeaSrarld Cnew,�v 4.x . Pic M , po'F1 M1e1 N" �)or• -e Iaon ct 1.1 wlafraw),MC 10005_17I L liwa • v,,x%vwer%Is PS21,dw-v"m W40-o'zo 5APX,",La_f+rrfca 31if^kv-,mj it- vnfrrd+frr &*-crop fy[M'r S7YIJvu ]Yse-ler'ae sfac vq.%C:Ziuy ji,2 S samNoccco's .YrM,S CA MRSA, Camr•,wIiv AssresRed Mefl•1Snhn Flowslarl Static"v :1Ki.3 j t, L s • VISA; i r.r 1r•ter-e,1-3!e Res'som Straafcca-c— A26,J1 bt fn's vomicl + •'S re IFAc eq) ,4..Ses r I., rr•Ies 11 2 •)1 per • ,War• •d , 1 - • A, "I" Inr' ,Y'7l a -'*, - r•i I.W1i-1-j- ,, --, Hep]rA 5 3 'r r 45 ,HBV I HPMMpl . 1: 1 r A • HCV , 1' MO$ S1r,p1e r ••rry• I I ir•'. M-}f.r, �r gyp$.•• '�li.` 1+, Irr•Nn:7 AI 3rary L IF'LlialaS 3 In1 W 5, • KMa HIV. MW and HCY on pro-cim hard, flan imroua slrfacaal obleeea prwkmaily sn8ed with bkxml%ody eWft r ^eallr :are ;ea , gs x , if, Ly aeftwgs ^ w _r n•w+ s v 2.arr'1e0 •:eIj%o-d. 1 snrrc•y ll '31d ^r ' 0-14r,r,5 L.1r$r 23.061ert5 N [r 13NXO .N OCAV l•1,1pg 3n4 I, :.r•[•' rre g;•r lac^S a&• cts ,F C'v Io De Sn•led mtW 0[w14 if bra, I,ot%:3•• De ass,x sled r ,tr ,re o "4aI l,x If -• .H H•,r•d� hr,r•„rUEe -Q erc r V, r,s -lpe 1 ,Hrr I , ,1w.c. Mr d h.r RIGS' Hepal c3 va s I H94i I jr el Heuar rrs r r•r•S • HC11, rr,S OWXJL CI ..II§ Ire Sn,IOW-g .•r,sey f f0 ^'^saes Ji 3•>r per ;al4r ]t ralet and S3v 1-34 ._r n wd ^g .Wr.x,y S. ac@8 (;ar•re P-jno •r •.$•'• CRr/1 hb^.1e a, ys.11?Are- PIm-p,v d, P+reee P3PxN-f$.•• ... Ir1'11r_alpS real ! }iiJ.nr' N'1 '� fJef a,yp:r ,1 va[PJ 5 fg[luiryd IGf Ir� ;t3f^ 1^ i p7Clu •'Pg Ire N,gpV^•rJ I'd'! I UI ",r,.leS Al ! ❑. j7" ORDERING INFORMATION Hart r71)0pw, actrw11rd5•. % 4 , lr-ala •v7r l>7n•], a,nlatss �t•v tlrlytCk' mC'ri•7r,rrCnrfdc - ,�_ Tn.s pMA Ct ♦ jr Vdecl,Le :re. ;trp :ar,1 eel , 1 1. Lie 4t ? 'u per ` .I 1 ga'rl' •71 Haler ,'r0 dtl,•fl:li'rl :,, ienl .,r• •drtl "d'p7Fh.5 'wd[ef, es 7�laL'rl roar, wl ."e �s Nvasreo Cre,.rn fear •^'s txwucl =(ir, KUls 1rB 10. 10 Inq -10 a ar 2 ]: a01 'lauuf• N .ra I& i Ijll pp•`� 1C[r'+4, 1 •d A'. �,. T- lam '•)r ")..s s,l}dces kv .p 10 r -mv1 d.il^rr•�rrr,,� "ar, ADDITIONAL RESOURCES .1' 1^e 7R :Qde lr' 4CL•SS rrK 1Rr7]I N:1 C idt-31- rlrx^al,ry 1rYi io: �C,'lal'rx• iA .r" 1 Rer rrEMOWMW Md YId11eMW ME& of. 1 I J bl• .. - r••. .. n , . r r n , I M r • • . • n r , r.. jl. rr,/• ; • 'Mw • 1 k W . r. -.. r.ee' a, r..p n•.1., .... . • f-, ...rx11r•r, - , y_.1 it .,t , ' r IF.. Y• , r' Y 1• ...,. .r W 1^,W-j 11 r.,:. ,bLFM t'. . MA., ,_ .I- ]:,.r,.r n r . r 3�a va+1 •sE xr,-•• 'n...Y'nT r.rr.a• o, IIr1. �. 1n. ,'. •' r A a ., :,A, . I . .11 .i r .. 1 . . SAFETY DATA SHEET rDiveersey Virex® Plus One -Step Disinfectant Cleaner & Deodorant Rertsiom 2(720409 q4 Product name: Vrrex9 Ptus One -Step Disrnfectaint Cleaner d Deodorant Product Code: 100842024 101102925 101102926 SDS t- MSM 1078 Recommended use. Dtsrnleclary This praduCI is intended fo pe diklted prior IQ use Induslrlal/I n s 111 uuonal Uses advised against- lists oWel loan hose Idenlrfied fire not ;ecormmenoed Manufacturer, importer, supplier: ;anadran Headquarters US Headquarters CHversey Canada. Inc piversey Inc. 5150 Kennedy Road Unit 3 1300 Ahura Rd . Side 125 Mississauga. Ontario L5T 2.H Fort Mill SC 29708 Phone 1.800X68-7171 Phone 1-8 8 2.2249 SOS Internet Address hhps d5ds diversey r4m Emergency toloprione number 1$OD-851-7145 1-651 9%7 5t33 iW) 2. HAZARDS IDENTIFICATION Classification for the undiluted product - - Ande oral 1pxscity Category A Skin mrrosiorJ01abon Category I Serious eye danrageleye irritation Category 1 Speofic targel organ toxicity {repea(ed Category 2 exposure) Flamxneb&V Flammable Lquids Category a Metal Corrosion Category I 000 Signal ward; ganger Version :la Hazard Siaterngnts COMBUSTIBLE L14UILL CAUSES SEVERE SKIN BURNS AND SERIOUS EYE DAMAGE. HARMFUL IF SWALLOWED. MAY CAUSE DAMAGE TO ORGANS THROUGH PROLONGED OR REPEATED EXPOSURE MAY BE CORROSIVE TO METALS. Prricautlonary Statements 'pauses bums/ senotis damage to niculh throal and stoma& Keep away from games and hot tun aces No srnt?k IN Keep Conlairter Iigntty posed Keep only v Onginai cool ainer Avoid contact with eyes skin and dothmg Wash affected areas rFiuroughly after han&ng Cc not eat drink of smoke when "ng [his product Wear protective glGves prolearve Goftung and eye or lace prolmlion. IF SWALLOWED Rinse rnpuln DO NOT nduce vorniSmg unless directed to do so by medical personnel Cnnk a cupful oI rn ilk or wraler IF ON SKIM (or ham Fake off rnmediately all �nlarrunalr?q ocithrng Rinse Won Nnlri water for at least 15 nunutes Wash cuntairnw aced r• hing tlefore reuse IF INHALED Remove person to hest) air and keep cumkxtante for prealhwng IF IN EYES Rinse cautiously with water for several roinutes Remove conlad lenses if present and sasy to do Continue rising for at beast 15 minutes mmedately r_a11 a Parson Cenler ( I.8W-851.7145) or phys c3an Get medical atlentian or xW" If you feet unvoM Ahsorta spllage to prevent material damage Store in a weMwenutated place Keep cool Store v+ cam sive-resrstam _ontatner with a resistant inner one Dispose of in accordance wile a tegeral. state and local applicaole reguialions SUPPLEMENTAL INFORMA TI0N DO NOT MIX WITH AM MONO- 5LEACm OR OTHER CHLORINATED COMPO UNDS Mlt onty with water Can react tc release Vlrexm Plus One-S*p Disinhicridt 1 of 6 Cleaner d Deodorant rtalardous gases May ngofously reacl with strong 31kalrf`E•' products fezWting in spattering and `!xress,ve heal M NOT MIX W1TH BLEACH OR ANY OTHER PRODUCT OR CHEMICAL Can react to release crknne gas Heauh iuzares nee aehalWlg! crassifwd lHHNOCJ . Not appkcabie P hys iral hazards not iAhorwise clansiTted PHA HpCj__- Not appfuc3ble Cksasftnfnon kwthe ck d r�oduct ® 1 128 rigs pnodtrcr, when &kAed as staled on the tabei, is not dazoied as harafdaus acmrdln9 to OSHA 29CFR 1910.1200 {htazCom 2012-GHSj and rom an Hazxdous Products RegLAMLOss (HPR) fVVHMIS 2015-GHSi- None required 3. COMPOSITIONANFORIiltATION ON INGREDIENTS 4. FIRST Ain MEASURES Undiluted Product: Eyes. if IN EYES Rinse raubousiv wTv+ water for Several m,nules Re nrnre contact lense& if prosent and easy to do Continue rinsing for at ease 15 rnimAes Skin: IF ON SKIN (or hair) Take aIf irmne0tatefy all rontamirated dothing Rinse skin yoth water Ion at least 15 rrtinufas Inhatatdon: IF tNHALEID Remove person to fresh air and keep camlortable for Veal" In2ftg p IF J' WAL,LDV*-D kme mouth DO NOT induce vi"hng unless d+secled to do so oy medu:al Deft I'lei onnk a cupful cf milk or water lids! lrrypOt tint $v mplpm;lEtfeCt_S- _NO rr4orTnabon av3lia71e inrmediaa metrical adensfon and special trratrnertt headed Not applicable Diglitf3rd Pit dzud.; gyvw Rirm wiit5 pkrky of water SUm No speActisst ad measures are regtared infsalrtINCIL-Nlu> fkst aae measures are nx0ired taoeseore 1F SWALL011AED Cal[ a PoEson Center [1.800-851-7145) or doCt0r1phy5'CW d yvu fee! unwPJ S. FIRE-FIGFiTING MEASURES Specific methods' No sper3al methods required Suttsbia extiriguisnoig media: Use dry dtenVcal Cat water spray Of 'alcohol" foam Specific hazards. Allnougel ints product has a flash point Delow 200 Q--9 F it is an aqueous Wuhan cor>tarrnrg an alcohol and does not SL:Sta rn 0MTt]u5111011 Nore know" Corr Qsrve matenat {See Sections B and 401 5pectar prctactive equipment for firefightcm: AS in any hre .war sell -contained tYPaining apparall us ofessure-demand NSHAiNIOSH .,aFptoved or equivalent) ar+d fur protectrve gear Extmguishing rneCia which must not be used far safety Masons: No tnirxmauon available s. ACCIDENTAL RELEASE MEASURES Personal precaulons; Put on appropriate personar pratectrve equipment Isee Section B i Envitotunentai precautions Clean -tip methods large Spillage Malenal is toxic to fish Oo not archarge into takas streams ponds and clean-up methods- or pL bhc water unless in acedrdance with an NPDES perml Prevent Pr oduCI from Cale ring drains Water runoff ran cause environmental damage Soak up mtn men absorbent maienai Svreeo uP and V in)xb Plus On"tep Disinfaftciant Cleaner a Deodorant 2 of 6 shovel into suitable CplNamers for disposal Use a ester rinse for final Ctearwp 7. HANDLING AND STORAGE Handling: Mix only ruin ware+ 00 NOT WIX WITH AMMONIA, BLEACH OR O R-IER CHLORINATED COMPOUNDS May vgcirousiy react wr+h strong alkaline products resutling Ln spadenng and excessive real Can react to release hazardous gases COMBUS nBLE LIOU10 Keep away tram treat, hol surfaces. sparks. open Raines and other ignition sources No rmaking Keep container NrIty dosed Groundl6of'd container drd (ecaving equipment. Use explMon-proof 4ectrical venlsialn[] or kgri" aqulprnenf Use only non -sparking tools Take precautionary measures a gaknst static 64"rge Avoid cunt aci wth skin- eyes and do lNirg WVasn thoroughly after nandling Oa not taste or swallow Prod Litt re wale may remain orvrn e-npty Contaalers Ali precautions nor handlmg the product must be used ,n handling the empty aonlainer and residue. Avoid erealhng vapors, or mrS15. Use Of ly tooth adEg4ale venitrLation Remove and WaSh Goniaminaled doshrng and footwear before re, use Arkwb spillage to prevent material damage DO NOT MtX WITH SLEACH t]R ANY OTHER PROD tjC7 OR CHEMICAL Can react: IU release Chi[-nne gas FOR COMIMERCL4t AND INDUSTRIAL USE ONLY Sdu'ape: Start in a weii-venldaled place Keep cool Slone locked up Store in cnnoseve•nesrslanl container nnth a re5*tant inner nner Aeroaol Level lif applicable) - NoT appticabie S. EXPOSURE CONTROLS 1 PERSONAL PROTECTION Exposure Guidelines; In redien s) CAS s ACGIH OSHA Ethyl alcohol $4-t7 5 1GDO porn iSTE) IOW ppm (TWA) 19DO rN (TWA) Sad` m hvdrtixide 13fat3 F m (Cef 2 rrigilmd ITWA1 Undiluted Product Engineering nreaSurios to reduce exposure: :good general qentilairon snouid be stiMceni to control arrwrtle levels Respuaiory prolerton is not required if good venfilalton is mamtalned Personal Pr(X2ctrve EOulpmant Eye protection: [;hemr[aI-splash goggles Hand pratsictiow Cherriicai•reseslanl gloves Skin and body protection: Psalective footwear Wear SWtable projective ctotntrg Respiratory protection: In case Of insufficient ventdalion wear surtabie respiratory equipment A respiratory prerecLon program Ina( meets OSHA's 29 CFR 1910 134 and ANSI 288 2 requinameris must ee foilpwed whenever workplace condilions warrant a respirator's use Hygiene measures- Handle in accordance with good irldusinal hygiene and safety practice Diluted Product Enghreeiing measures to reduce exposure. Caod general m-kWtotn shOLAd be sufficenl to conlrN alrtwme levels Personal Prolgctivq EcLuSmont Eye protection: No personal txotedrve epupmeni required ruder normal use CDRdil*ns Hand protaction: No personal protective equtpfrrenl required under normal use conditions Skin and body protection No personal prDledhre equipment required under normal use Condrtions Respiratory protection: No personal prdeclrve equipmens required under- normal use conddrpns Hygiene measures: Handle in accordance with good industrial riygene and safety practice 9. PW(SICAL AND CHEMICAL PROPERTIES Physical State: Liquid Evaporation Rate: No nformaban available Odor theeshokt No Information available Notting poirUrange Not miermirted Autoignition temperature: No informallon availaule Saiublifry In outer solvents: No information available Densrty Specific gravity: t 015 KgrL Salk denSrty: No infdrnarron available Flesh point l'Fl. 142 -F - 91 'r Vacasity: -n No nformalion available YOC 43 `14' Flammability i5olid or Gast: Nnr applicable Sustained combustion: No Explosion limits: - upper: Not determined - lower. Not determined Color Hazy Blue Odor. Suiractanl Soiling pointlrange: Not determined Oecomposftion temperature: Not deremirned Solubility: Coinpieteiy Soluble Relative Density (relative to water)i: 1 0 5 Vapor density: No mlorrnalion available Vapor pressure: No mformalion available Partition eoefficleni (n-octanbilvirater): No mlormalian available Elemental Phosphorus: 0 00 % ny w1 PH: r 12 75 Corrosion to metals: Meta; cormsve Virer-D Ptus One -Step Disinfectant Cleaner 3 Deodorant 3 of 5 D&Ailon PH- 10 DiYAiori FLWh Poad Mz > 200 'F - 93.3 'C VOC % b/ wL at u%e d"ikAion- 003 % T,(le i 7 Cali+orrwa Code of Regusaiiorrs Oivmron 3 Cr+apser I Subcnapler 6 5 Anic:e 2 Consumer Products Sections 94508 10. STANUT'Y AND REACTIVITY Reactivity: Not Aflplscabie Stability The product is stable Possibility of rrazarnous reacnanS7 May vigorously read with str9ng alkaline products resulimg in spatienrg and excessN9 neat Hazardous decomposition products: None reasonably foreseeable Watenats to avoid: Ammoria Da not mix wrth chlorinated products tsuch as bleach) ❑o nol rrux with any other produce or dlernical caress specified in the use directions 0xidVIT19 agents Armoric Surfad3nl Conditions to avoid: No inkx nation avariabie 11. TOXICOLOGICAL INFORMATION Information on flkely routes of exposure: Skin contact Inhalation Ingestion Eye contact ❑eLaved, immediate or chronic effects and s m ptoms from short and 4on -term e xp osure Skin contact Corrosive Causes severe hums Symptoms may include hums blisters. redness and pain (st"ch may he delayed y Eye contact: Corrosive Causes sencus eye damage Symptoms may include pain burning sensation redness. watenng blurred vision or loss of vrs+an Ingestion. Causes burns/ senous damage to mouth throat and stornacn Symptoms may include stomach pain and nausea Harmful if swallowed Symptoms may include vomiting. nausea, arldlor feeling of general unweilress Inhalation: May cause imtahon and corrosive effects to nose throat and respiratory tract Symptoms may Include coughing and difficulty breathing Sensitisation: No known effects Target Organs (SE}: None known Target Organs (RE)- No information availadle Carcinogen Listings: Ethyl alcohol is only classified as an IARC t carcinogen and California Prop 55 chemical wren it is meant for rgestton rn alcoholic beverages We do not produce alcoholic beverages therefore it is not considered a carcinogen in our products In rlydiQnt s CAS a NTP I tARC OSHA Et" altar d 64-17 6 I NumrriCal measures of toxicity ATE - Oral (mgfltg):� 1 IGO ATE - Dermal (mg/kg): ,500C ATE - Inhalatory, mists (mglll: >'!, 12. ECOLOGICAL INFORMATION £cotoxici : No inforrnairon arrarlabe Persistance and Degradability: No information ayaaame Sioaccumufation: No information availaole 13- DISPOSAL CONSIDERATIONS Do not contaminate xaler food or feed by storage :r 2*nosai VIre xV Plus One -Step Disinfectant Cleaner & Decdoran t 4 of 5 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 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 tiling farm, and the city, state and country of the business entity's place of business. 2024-1108810 PureService Corporation SOUTHLAKE, TX United States Date Filed: 01/04/2024 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, Texas 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. RPP210008 Parks Janitorial Services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is No Interested Party. x 6 UNSWORN DECLARATION My name is Pam Farnsworth and my date of birth is 08 March 1957 My address is 17160 Seaman Drive Choctaw OK 73020 USA (street) (city) (state) (zip code) icountryl I declare under penalty of perjury that the foregoing is true and correct. Executed in Oklahoma county, State of Oklahoma on the 4th day of ,January , 2o24 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.et1)ics.state.tx.us Version V3.5.Lflb8c3f1 CITY OF SOUTH LAKE FY 2024 PURCHASING AUTHORIZATION FORM Date: 1 /4124 Department: Community Services Request Type: New Contract Contract Renewal ■ Spend Authorization Description Of Request: Contract renewal and spend authorization for Park Janitorial Services with PureService Corporation. This is the third available renewal of the contract and was included as part of Resolution 23-022 approved by City Council September 19, 2023. 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 NoNA Item ❑ El ❑ Requested item included on Attachment A approved September 19, 2023, as part of Resolution 23-022 ❑ ❑ All bidding requirements have been met and required documentation included (i.e., RFP, RFB, RFC documents, Sale Source Letter, Cooperative Summary, Exemption Memo, etc.) r Description matches information found in backup documents (e.g„ contract amounts, budget information, etc.) ❑ ❑ j Legal Review Completed I ❑ ❑ The attached materials demonstrate how proposed expenditures are within budget, or clearly justify the variance and the Finance department has been consulted ❑Lo Form 1295 Required (Form Will Be Requested By Finance) Department Director TI M S LI FKA- Purchasing Manager City Manager 1.:%BudgeiIPur�.hasmg Mahorixation CITY OF USOUTHLAKE MEMORANDUM January 4, 2024 To: Shang Yelverton, City Manager From: David Miller, Direstor Community Services Tim Slifka, Purchasing Manager Subject: Contract Renewal and Spend Authorization for Parks Janitorial Services with PureService Corporation. Action Requested: Approve contract renewal and annual spend for parks janitorial services with PureService Corporation in an amount not to exceed $100, 000. Background Information: In March 2021 City Council approved the contract for Parks janitorial services. This is the third available renewal of the contract. The vendor has requested a 3% increase in contract rates which is allowed per original contract documents. In FY 2023, Southlake spent $55,608 on Parks janitorial services. This renewal and spending authorization was approved as part of Resolution # 2023- 022 approved by City Council September 19, 2023, Financial Considerations: Purchasing requirements are met through the Request for Proposal process. Funding for this expenditures is budgeted in the FY 2024 Department Budgets. Staff Contact: David Miller, Director Community Services Tim Slifka, Purchasing Manager Page 1 of 'I RESOLUTION NO.23-022 A RESOLUTION OF THE CITY OF SOUTHLAKE, TEXAS, AUTHORIZING PURCHASES FOR THE 2024 FISCAL YEAR AND AUTHORIZING THE CITY MANAGER OR HER DESIGNEE TO ENTER INTO CONTRACTS NECESSARY TO EFFECTUATE SAID PURCHASES; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Southlake, Texas {"City"), is a home rule municipality acting under its charter adopted by the electorate pursuant to Article M, Section 5 of the Texas Constitution and Chapter 9 of the Local Government Code; and WHEREAS, it is necessary for the City to make purchases of supplies, equipment, materials, and other things requisite for public purposes; and WHEREAS, Section 2-20 of the City's Code of Ordinances authorizes the City Manager, or her designee, to make purchases of all supplies, apparatus, equipment, materials, and other things requisite for public purposes for the City and to make ail necessary contracts for work or labor to he done, material or other necessary things to be furnished for the benefit of the City where the amount of the expenditure for any purpose or contract does not exceed $50,000; and WHEREAS, Section 2-20 of the City's Code of Ordinances further gives the City Council the exclusive power and responsibility to make all other purchases over the amount of $50,000; and WHEREAS, in order to obtain the best purchase price available, the City has entered into cooperative purchasing agreements with other governmental entities; and WHEREAS, in order to procure items available from cooperative purchasing agreements in a timely manner, it is deemed in the best interest of the City to now authorize purchases for the 2024 Fiscal Year delineated in Exhibit A, provided such purchases are within previously budgeted amounts; comply with competitive bidding requirements, as necessary; and comply with the City purchasing policy; and WHEREAS, the City Council authorizes the City Manager, or her designee, to enter into contracts necessary to effectuate said purchases. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SOUTHLAKE, TEXAS, THAT: SECTION I. The City Council of the City of Southlake authorizes and approves the purchases listed for Fiscal Year 2024 on Attachment A. provided that such purchases are within previously budgeted amounts, comply with competitive requirements, as necessary, and comply with the City's purchasing policy. SECTION 2. The City Manager, or her designee, is authorized to enter into contracts necessary to effectuate the purchases listed on Attachment A. SECTION 3. This Resolution shall be effective immediately upon its adoption and approval. PASSED AND APPROVED ON THIS THE at DAY OF SEPTEMBER. 2023, `���Eti 7Er� zr. Amy "IV, , City Seeaiy rN f��!!l11111►�� ]a1 011 tin a�' ar Department Action Requested Item Purpose Vendor Total Cost Fund _ 001 GENERAL Strategic Link 02 Coilabofaling wins select Community Service Approve a contract renewal for perks janitorial Janitorial services for park restrooms and even porter Mentions, PuraSMrvice Corporation S100,000.00 r.ervlcas with Pure 5mice Corporation In an 106 SPDC patners to imptemant service amount riot to exceed S1 DD,000. 115 CEDC 5010ons. F2 Investng 10 p,owde 6 malrtial n rog h-quality publ Ic assets. Community Service Approve the purchase of landscape and Landscape and irrigation supplies. T SilemOne Landscape Supply S125,000.011 001 GENERAL F2 lnvestng t0 pmvkfe A imgahon supplies from SII@One Landscape 106 SPDC maintain High-qualltypublic Supply In on aoounl net IO exceed E125,000. aseels. L1 Defining and managing a professional workplace rullura [tat supporls City valuer. and promotes a pashlve employes a anence. Community Service Authorize the purchase and maintenance of The purpose of this request Is to oulhofae the purchase and maintenance of Sunbelt Pools $212.00.00 106 SPDC F 1 Safeguarding the puldic lru51 aquatic equipment for Chemplons C14h and replacement aquatic equiprrHsnl for Chomptons Club as identdled in the The Main 116 CEDC through a commitment to splash pads from Simbell Pools In an anlnow Asset Replacernent Plan and service contracts far splash fads. thoughtful planning and nal to exceed 5212,000 responsible, eonservalive financial management. F2 Investing to provide 3 matlltsin high -quality public Fainting forlandscape Services rs included ennuaeywelhin the Citycouncil adopted Yellowstone Landscape assets. Community SenAca fwthonxe expenditures Inc landscape services S1,737,000,00 Tot GENERAL F1 Safeguarding the public trust vath Yallumlona Landscape Services, Inc. for General Fund, SPDC, TIRZ, and CI budgels. Fof FY 2022, Invoices for O'donneld's Services. Inc. 105 TIFlrIRZ through a commitment to an amount not to exceed the approved funding :-andscape Servlcas totaled $1,737,000. Fy 2023 expenditures for contract landscape 106 SPDC Ihoughllut planning and for wrilraet landscape services. se wises vnll not ones the funds allocated wlmtn the F-Y 2023 budget. 200 CAPITAL PROJECTS responsible, cOnservanve FUND financial management. F2 investing 1e provide G maintain higrl-quality public assets. Community Service AuOsonze offering personal training Services Champions Club currently provides personel training and group fitness sorwces Yvonne Slider $60,000.00 115 CEDC B2 Collaboraling with select from Yvonne Slider In an arrwutil not to exceed through contracted instructors The purpose Of ants request is to approve the cast for the Partners 11) hop w"ou service swo00, contracted Instructor In order to continue to meet member demand for tnesa senaeas, wlullons. Economic Approve annual expanditurea for holiday lighting The purpose of this Item is w approve annual expenditures in an amount of a253.000 Clinstrim by Zonhn 5253,u00A0 101 HOT (HOTEL TAXI C 1 Delivering outstanding Development In Southlake Town Square, DIPS Headquarters for holiday Ilghling at Southiake Tow1 Square, ❑PS Headquarlan and The Marq. 115 CEDC customer experiences IhrOugn and The Marq for an amount not to exceed Approximately 5132.000Is reimbursed annually by Kilo Reahy of the S253,000 spent innovation, passion, and a strong $253,DD0. by the City for their buildings located wrth0 South take Torus Square. The FY 2024 cullure_ Appmve a contract renewal Wilk Marquee Event contract marks the Kral year of a 3-year rom fact Rath Chnsunae by Zensh, The purpose of this Item is to seek City Council approval of a WVW renewal wflh Economic Marquee Event Group, Inc, $55.000,00 001 GENERAL B2 Collaboraling with select Development Group, Inc„ for Indoor and Outdoor Event Marquee Event Group, Inc. This is the third renewal For this contract. The vendor Will 101 HOT (HOTEL TAX) partners l0 Implement service Equipment Rental and RSlated Services. In an also be seeking increase to cefltracr rates as allows¢ during the renewal process, 115 CEDC sotusohs. amount not to exceed $55,000 Funding for this contract is provided througls the General Fund, Hotel Occupancy Tax, and the Community Enhancement & Development Corporation in an amount that will not exceed S55,000. Economic Approve annual services agreement for &%%gum _ The purpose of this Item is to seek City Councg approval of a contract rahsvat Wlh Medium Gland 550,000.00 HOT (HOTEL TAX) E12 Collaborahng with select Development Giant, a lull -service creative comparry that helps Medium Glanl, a full -service creallve Company that provides marketing and advertstng 1101 partners to inrptemeni service manage and implement marketing iniliaf ives for support for Vtslt Southlake, the City's Tourism division, solutions. Vlsd Suuihiake Item 4C ICITY OF SOUTHLAKE MEMORANDUM (April 16, 2024) To: Southlake Parks Development Corporation From: Rob Cohen, Director of Public Works Subject: Recommendation on approval of a Professional Services Agreement (PSA) with TSK to provide a concept plan feasibility study for the Southlake Town Hall Plaza Renovation Project, in an amount not to exceed $194,800. Action Requested: Recommendation on approval of a Professional Services Agreement (PSA) with TSK to provide a concept plan feasibility study for the Southlake Town Hall Plaza Renovation Project, in an amount not to exceed $194,800. Background Information: City Council prioritized the redevelopment of the Town Hall Park (aka Family Park) within the adopted FY 2035 Parks, Recreation & Open Space Master Plan. In FY 2023, a high-level site analysis, conceptual framework (concept) plan, and proposed event layout plans were developed for the park. The concept plan identified a number of points of interest and goals for the park renovation, including: 1. Incorporating a Visitor Center; 2. Adding dedicated park restrooms & event storage space; 3. Permanently closing Fountain Place to through traffic and installing infrastructure to temporarily close Main Street as needed; 4. Increasing family stay time at the park; 5. Updating the water fountain feature; 6. Developing multiple gathering areas within the park; 7. Upgrading existing utilities; 8. Increasing technology and audio/visual capabilities within the park; and 9. Improving park drainage & maintenance. The concept plan was presented to City Council at the Strategic Priorities Workshop on March 28, 2023 and at the the Summer Page 1 of 2 Item 4C Workshop on June 22, 2023. City Council aligned with the points of interest, goals, and general concept for the the park's renovation and directed staff to proceed with survey services to support the project design. To support the City with understanding its options for this project, staff reached out to TSK and Kimley-Horn for input. Based on a meeting with both firms, it was determined that a concept plan feasibility study should be performed. The concept plan feasibility study builds upon the existing concept plan work to deliver the following: 1) Options for the scopes of work for the different project goals, 2) Rough order of magnitude (ROM) costs associated with each of the options, and 3) Options for phasing and/or acquisition strategy for delivering the project. This study will engage subject matter experts in architecture; landscape architecture; civil engineering; mechanical, electrical, and plumbing; structural engineering; audio/visual and telecommunications, to achieve a comprehensive understanding of the scopes of work and associated costs for the project. TSK will be the lead consultant in this effort. It is anticipated that ROM costs will be ready in summer 2024. TSK submitted a proposal in the amount of $194,800 to conduct the concept plan feasibility study. So that ROM costs could be provided in time for the City Council's 2024 Summer Workshop, TSK was authorized to initiate work and coordinate with Kimley-Horn on the architectural element locations, initial studies and investigations, in an amount not to exceed $49,000. Financial Considerations: Funding for this project was approved in the FY 2024 Capital Improvements Program in the SPDC Fund. Strategic Link: This item links to the City's Strategy Map strategic focus area of Infrastructure & Development and meets the corporate objective of investing to provide & maintain quality public assets. Page 2 of 3 Item 4C Citizen Input/ Board Review: The City Council will consider this item at the April 16, 2024 City Council meeting. Legal Review: The proposed agreement is a standard agreement that the City Attorney has reviewed and approved. Alternatives: The City Council may approve or deny the agreement. Staff Recommendation: Recommend approval of a Professional Services Agreement (PSA) with TSK to provide a concept plan feasibility study for the Southlake Town Hall Plaza Renovation Project, in an amount not to exceed $194,800. Supporting Documents: Attachment A: Professional Services Agreement Attachment B: Site Analysis, Conceptual Framework Plan and Proposed Event Layout Plans Staff Contact: Rob Cohen, Director of Public Works Lauren LaNeave, Deputy Director of Public Works - Administration Mamerto Estepa Jr., P.E., Project Manager Page 3 of 3 Item 4C- Attachment A AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made this 16t" day of April, 2024 by and between the City of Southlake, Texas (hereinafter referred to as "CITY"), and Tate Snyder Kimsey Architects (hereinafter referred to as "CONSULTANT"). WHEREAS, CITY contemplates the need to renovate Rustin and Family Park located in Southlake Town Square to accommodate the needs of community -based events and residents at large. This project is to be known as the Town Hall Plaza Park Renovation project and hereinafter referred to as the "Project". WHEREAS, CONSULTANT is qualified to provide Professional Services in accordance with Texas Gov't Code Ch. 2254, and CONSULTANT is able and desirous to perform the necessary work upon which the Project is based and is willing and able to work with CITY staff to organize and coordinate the professional services necessary to complete the Project. NOW, THEREFORE, CITY engages CONSULTANT to perform, and CONSULTANT agrees to perform, the consulting work for the Project, as more fully described herein below, and CITY agrees to pay as compensation, and CONSULTANT agrees to accept as compensation, the payments on the dates and in the amounts herein specified, all in accordance with the terms more fully set out below and as provided in Attachment A ("Proposal of Work"), which is attached hereto and incorporated by reference as if fully set forth herein. I. ARTICLE PROFESSIONAL SERVICES A. Scope of Work CONSULTANT will provide the supervision, direction, personnel and equipment to perform the consulting Services outlined in Attachment A in accordance with the terms set forth in this Agreement and in Attachment A. B. Definitions "Services" refer to the professional services performed by CONSULTANT pursuant to this Agreement. C. Changes CITY, without invalidating the Agreement, may order changes within the general scope of the work, as described in Attachment A, required by the Agreement by altering, adding to and/or deducting from the work to be performed. If any change causes an increase or decrease in CONSULTANT's cost of, or the time required for, the Page 1 performance of any part of the Services under the Agreement, an equitable adjustment will be made by mutual agreement and this Agreement shall be modified in writing accordingly. D. Coordination with Owner The CITY shall make available to CONSULTANT for use in performing Services hereunder all existing plans, maps, field notes, statistics computations and other data in the CITY's possession relative to existing facilities and to the Project. CONSULTANT shall be entitled to rely on the provided information and will not be held responsible for any errors or omissions that may arise as a result of erroneous or incomplete information provided by the CITY and/or the CITY's consultants and contractors; provided, however, that CONSULTANT must, within a reasonable time of learning of any erroneous or incomplete information, disclose in writing to the CITY the existence of any known erroneous or incomplete information that is discovered by CONSULTANT, or that reasonably should have been discovered by CONSULTANT using ordinary diligence, during the term of this AGREEMENT. E. Site and Local Conditions CONSULTANT has the right to examine the site in order to become acquainted with local conditions and accepts conditions at the site unless otherwise noted in writing to the CITY. Any coordination or scheduling of work by CITY shall not relieve CONSULTANT from its responsibilities specified hereunder. Necessary arrangement for access to any site by CONSULTANT's employees will be made with CITY. F. Assignment and Subcontractors/Third Party Rights The rights and obligations covered herein are personal to each party hereto and not to any third party and for this reason neither this Agreement nor any contract hereunder shall be assigned by either party in whole or in part; nor shall CONSULTANT subcontract any of its obligations under this Agreement without the prior written consent of CITY. G. Independent Contractor CONSULTANT covenants and agrees that it will perform the work hereunder as an independent contractor, and not as an officer, agent, servant, or employee of CITY; that CONSULTANT shall have exclusive control of and exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors, subcontractors, and consultants; that the doctrine of respondent superior shall not apply as between CITY and CONSULTANT, its officers, agents, employees, contractors, subcontractors, and consultants, and nothing herein shall be construed as creating a partnership or joint enterprise between CITY and CONSULTANT. H. Disclosure Page 2 By signature of this contract, CONSULTANT warrants to CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interests, direct or indirect, in property abutting the proposed Project and business relations with abutting property owners. CONSULTANT further warrants that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. Finally, CONSULTANT warrants that it has submitted to the City a completed Conflicts of Interest Questionnaire as required by Chapter 176 of the Texas Local Government Code. I. Approval by CITY Approval by CITY of this Agreement shall not constitute or be deemed to be a release of the responsibility and liability of CONSULTANT, its officers, agents, employees, and subcontractors for the accuracy and competency of the Services performed under this Agreement, including but not limited to surveys, designs, working drawings and specifications and other engineering documents. Such approval shall not be deemed to be a waiver or an assumption of such responsibility and liability by CITY for any negligent act, error, or omission in the performance of CONSULTANT's professional Services or in the conduct or preparation of the subsurface investigations, surveys, designs, working drawings and specifications or other consulting documents by CONSULTANT, its officers, agents, employees and subcontractors, it being the intent of the parties that approval by CITY signifies the CITY's approval of only the general design concept of the Improvements to be constructed. J. Indemnification CONSULTANT SHALL AND DOES HEREBY AGREE TO INDEMNIFY AND HOLD HARMLESS CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES FROM ANY AND ALL DAMAGES, LOSS OR LIABILITY OF ANY KIND WHATSOEVER, BY REASON OF DEATH OR INJURY TO PROPERTY OR PERSON CAUSED BY ANY OMISSION OR NEGLIGENT ACT OF CONSULTANT, ITS OFFICERS, AGENTS, EMPLOYEES, INVITEES, OR OTHER PERSONS FOR WHOM IT IS LEGALLY LIABLE, WITH REGARD TO THE PERFORMANCE OF THIS CONTRACT, AND CONSULTANT WILL, AT ITS COST AND EXPENSE, DEFEND, PAY ON BEHALF OF, AND PROTECT CITY AND ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY AND ALL SUCH CLAIMS AND DEMANDS. THE PROVISIONS OF THIS SECTION ARE SUBJECT TO THE LIMITATIONS OF TEXAS LOCAL GOVERNMENT CODE SECTION 271.904 AND SHALL BE CONSTRUED TO THAT EFFECT. K. No Third Party Beneficiary For purposes of this Agreement, including its intended operation and effect, the parties specifically agree and contract that: (1) this Agreement only affects matters/disputes between the parties to this Agreement, and is in no way intended by the parties to benefit or otherwise affect any third person or entity (except the indemnitees Page 3 identified or described in Article I, Section J., above), notwithstanding the fact that such third person or entities may be in a contractual relationship with CITY and CONSULTANT, or both; and (2) the terms of this Agreement are not intended to release, either by contract or operation of law, any third person or entity from obligations they owe to either CITY or CONSULTANT. L. Successors and Assigns CITY and CONSULTANT each bind themselves and their successors, executors, administrators and assigns to the other party to this Agreement and to the successors, executors, administrators and assigns of such other party with respect to all covenants of this Agreement. Neither CITY nor CONSULTANT shall assign or transfer its interest in this Agreement without prior written consent of the other. II. ARTICLE CITY'S RESPONSIBILITIES CITY will: 1. Provide full information as to CITY's requirements for the Project; 2. Assist CONSULTANT by placing at CONSULTANT's disposal all information in CITY's control or knowledge which is pertinent to the Project, including executed right-of-way easements and final field survey data; 3. Examine all work presented by CONSULTANT and respond within reasonable time and in writing to the material submitted by CONSULTANT; 4. Pay all costs incident to advertising for obtaining bids or proposals from Contractors; 5. Give prompt written notice to CONSULTANT whenever CITY observes or otherwise becomes aware of any defect in CONSULTANT's work or in Contractor's work; 6. Designate in writing a person to act as its representative with respect to this Agreement, such person having complete authority to transmit instructions, receive information, and make or interpret the CITY's decisions; 7. Provide all information and criteria as to the CITY's requirements, objectives, and expectations for the Project including all numerical criteria that are to be met and all standards of development, design, or construction. 8. Provide to the CONSULTANT all previous studies, plans, or other documents pertaining to the Project and all new data reasonably necessary Page 4 in the CONSULTANT's opinion, such as site survey and engineering data, environmental impact assessments or statements, zoning or other land use regulations, etc., upon all of which the CONSULTANT may rely; 9. Arrange for access to the site and other private or public property as required for the CONSULTANT to provide its Services; and 10. Provide any other information or assistance as may be necessary for additional CONSULTANT Services as provided in Article V, hereof, and Attachment A hereto. The CONSULTANT shall not be held responsible for any errors or omissions that may arise as a result of erroneous or incomplete information provided by the CITY and or the CITY's consultants and contractors; provided, however, that CONSULTANT must, within a reasonable time of learning of any erroneous or incomplete information that is discovered by CONSULTANT, or that reasonably should have been discovered by CONSULTANT using ordinary diligence, during the term of this Agreement. III. ARTICLE COMPENSATION FOR ENGINEERING SERVICES The CITY shall compensate CONSULTANT for Services rendered under this Agreement, in accordance with the following: For the completion of the work contemplated in Article I, the CONSULTANT shall be paid on a lump sum basis that includes all Reimbursable Expenses, with a total not to exceed cost ceiling of $145,800.00 as billed monthly by CONSULTANT. IV. ARTICLE TIMES OF BILLING AND PAYMENT The CONSULTANT shall bill CITY monthly for any services and expenses incurred in accordance with the work performed subject to the limits set out in Article III. Payment shall be due within thirty (30) days of receipt by CITY of a properly prepared and correct invoice from CONSULTANT. CONSULTANT's invoices shall be accompanied by such records or other written proof as CITY deems necessary to verify the billings. Invoices shall be made to City Finance Department's office at 1400 Main Street, Suite 440, Southlake, Texas 76092. If CITY fails to make payment due CONSULTANT within thirty (30) days of the day when payment for services and expenses is due under the terms of this Agreement, CONSULTANT shall be entitled to interest on such unpaid sums at the rate provided in Page 5 Chapter 2251 of the Texas Government Code. V. ARTICLE ADDITIONAL ENGINEERING SERVICES In addition to performing the consulting services set out in this Agreement, CONSULTANT agrees to perform additional Services as requested by CITY from time to time and CITY agrees to compensate CONSULTANT for such additional Services in accordance with CONSULTANT's standard hourly fee and expenses (see Attachment A) for actual time expended and actual out-of-pocket sums expended, such additional Services to be one or more of the following: 1. Make or prepare detailed description of sites, maps, or drawings related thereto and outside the scope of the Project; 2. Appearances before courts or boards on matters of litigation or hearings related to the Project; 3. Preparation of environmental impact assessments or statements for any governmental agency; 4. Miscellaneous engineering work for CITY not related to the Project; 5. To provide resident project construction inspection, unless such inspection is not required, in writing, by the CITY; or 6. Other additional Services agreed to by the parties in writing and incorporated herein. VI. ARTICLE STANDARD OF CARE In performing its professional Services, the CONSULTANT will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of its profession in the same locality at the time the Services are provided and in accordance with any applicable governmental laws, regulations and ordinances. Notwithstanding any other provision of this Agreement, if engineering or architectural services are provided by CONSULTANT, or its subconsultant(s) in any manner pursuant to this Agreement, then the standard of care provided in Texas Local Gov't Code Sec. 271.904 shall be applicable as it relates to those engineering or architectural services. VII. ARTICLE PERIOD OF SERVICE Page 6 This Agreement shall be effective upon execution by CITY and CONSULTANT, and shall remain in force until work is completed on the Project or until terminated under the provisions hereinafter provided in Article VIII. VIII. ARTICLE TERMINATION The CITY may terminate this Agreement at any time for convenience, with or without cause by giving written notice to the CONSULTANT. Such termination may be made effective on such future date as agreed by the parties, but absent such agreement shall be immediate. Upon receipt of such notice the CONSULTANT shall immediately discontinue all Services and work and the placing of all orders or the entering into contracts for supplies, assistance, facilities, and materials in connection with the performance of this Agreement and shall proceed to cancel promptly all existing contracts insofar as they are chargeable to this Agreement. The CONSULTANT, upon termination, shall be paid for all Services rendered through the date of termination together with any additional reimbursable expense then due and allowable under this Agreement. IX. ARTICLE OWNERSHIP OF DOCUMENTS 1. All completed or partially completed reports prepared under this Agreement, including the original drawings in both paper and electronic formats, shall become the property of CITY if this Agreement is terminated. Upon completion and payment of this Agreement, the final design, drawings, specifications and documents in both paper and electronic formats shall be owned by CITY. 2. Reuse, change or alteration by CITY or others acting by or on behalf of CITY of such documents without the permission of CONSULTANT shall be at CITY's sole risk. X. ARTICLE INSURANCE ENGINEER shall carry and maintain at all times during design and construction, at CONSULTANT's expense, insurance of the type and of minimum coverage limits as follows: 1. Workers Compensation - Statutory Employer's Liability - Limits as required by the State of Texas. 2. Comprehensive General Liability, Bodily Injury and Property Damage Page 7 including contractual liability in a combined single limit - $500,000 per occurrence. 3. Comprehensive Automotive Liability, Bodily Injury and Property Damage in a combined single limit - $1,000,000 per accident. Certificates of insurance for the above coverage in a form acceptable to CITY, evidencing the coverage required above, shall be provided to CITY within ten (10) business days after execution of this Agreement and prior to issuing Notice to Proceed. Such certificates shall provide that the insurer will give CITY not less than ten (10) days notice of any material changes in or cancellation of coverage. In the event any subcontractor of CONSULTANT, with or without CITY's consent, provides or renders Services under this Agreement, CONSULTANT shall ensure that the subcontractor's Services are covered by the same insurance limits as set forth above. CONSULTANT shall not commence work under this Agreement until it has obtained Professional Liability (Errors and Omissions) Insurance as required hereunder and such insurance coverage has been approved by CITY. Such insurance shall be in the minimum amount of $1,000,000 and shall include coverage of Contractually Assumed Liability. The insurance coverage prescribed herein shall be maintained until three (3) years after CITY's acceptance of the construction project and shall not be canceled without prior written notice to CITY. In this connection, upon the signing and return of this Agreement by CONSULTANT, a Certificate of Insurance shall be furnished to CITY as evidence that the insurance coverage required herein has been obtained by CONSULTANT, and such certificate shall contain the provision that such insurance shall not be cancelled or modified without thirty (30) days prior written notice to CITY. CONSULTANT shall notify CITY within ten (10) days of any modification or alteration in such Professional Liability (Errors and Omissions) Insurance. XI. ARTICLE AUTHORIZATION, PROGRESS AND COMPLETION CITY and CONSULTANT agree that the Project is planned to be completed by September 30, 2025. CONSULTANT shall employ manpower and other resources, and use professional skill and diligence in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances at the same time and in the same or similar locality, to meet the schedule; however, CONSULTANT shall not be responsible for schedule delays resulting from conditions beyond its control. By mutual agreement, CITY and CONSULTANT may modify the Project schedule during the course of the Project and if such modifications affect CONSULTANT's compensation, it shall be modified accordingly, subject to CITY's approval. For additional CONSULTANT Services, the authorization by CITY shall be in writing and shall include the definition of the additional Services to be provided, the schedule for commencing and completing the additional Services, and the basis for Page 8 compensation as agreed upon by CITY and CONSULTANT. XII. ARTICLE NOTICE Any notice required under this Agreement will be in writing and given either personally, by registered or certified mail, return receipt requested, or by a nationally recognized overnight courier service, addressed to the parties as follows: If to CITY: Alison Ortowski City Manager City of Southlake 1400 Main Street, Suite 460 Southlake, Texas 76092 Phone: 817-748-8400 Fax: 817-748-8010 If to CONSULTANT: Erica Bish, AIA, NCARB, CSI Dallas Office Director TSK 5830 Granite Parkway, Suite 750 Plano, Texas 75024 Phone: (972) 292-7670 All notice shall be effective upon the date of receipt. XIII. ARTICLE SEVERABILITY In the event that any provision of this Agreement shall be found to be void or unenforceable, such finding shall not be construed to render any other provisions of this Agreement either void or unenforceable. All provisions, which are void or unenforceable, shall not substantially affect the rights or obligations granted to or undertaken by either party. XIV. ARTICLE VENUE -LAW Venue of any suit or cause of action under this Agreement shall lie exclusively in Tarrant County, Texas. This Agreement shall be construed in accordance with the laws of the State of Texas, without regard for conflict of laws principles. Page 9 XV.ARTICLE MISCELLANEOUS Texas Boycott Prohibitions. To the extent required by Texas law, CONSULTANT verifies that: (1) it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, as defined in Texas Government Code § 2274.001, and that it will not during the term of this Agreement discriminate against a firearm entity or firearm trade association; (2) it does not "boycott Israel" as that term is defined in Texas Government Code § 808.001 and it will not boycott Israel during the term of this Agreement; and (3) it does not "boycott energy companies," as those terms are defined in Texas Government Code §§ 809.001 and 2274.001, and it will not boycott energy companies during the term of this Agreement. Texas Public Information Act. Notwithstanding any other provision to the contrary in this Agreement, all information, documents, and communication relating to this Agreement may be subject to the Texas Public Information Act and any opinion of the Texas Attorney General or a court of competent jurisdiction relating to the Texas Public Information Act. The requirements of Texas Gov't Code Sec. 2252.907 and Subchapter J, Chapter 552, Government Code, may apply to this Agreement and each Party agrees that this Agreement may be terminated if a Party knowingly or intentionally fails to comply with a requirement of Subchapter J, if applicable. Texas Ethics Disclosure. To the extent required by Texas law, CONSULTANT represents that it has completed a Texas Ethics Commission ("TEC") form 1295 ("Form 1295") generated by the TEC electronic filing application in accordance with the provisions of Texas Government Code 2252.908 and the rules promulgated by the TEC. The Parties agree that, with the exception of the information identifying the CITY and the contract identification number, the CITY is not responsible for the information contained in the Form 1295. IN WITNESS WHEREOF the parties have caused this Agreement to be executed in two equal originals on the date and year first above mentioned. CITY OF SOUTHLAKE: John Huffman, Mayor ATTEST: la Amy Shelley, City Secretary Page 10 TSK la Erica Bish, Dallas Office Director THE STATE OF TEXAS § COUNTY OF TARRANT § Before me on this day personally appeared known to me [or proved to me on the oath of or through (description of identity card or other document)] to be the person whose name is subscribed to the foregoing instrument and that he/she is the duly authorized of , and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. M Given under my hand and seal of office this day of , (SEAL) Notary Public, State of Texas Notary's Name Printed Page 11 Ciiv OF SOUTHLAK-E Project Proposal City of Southlake Town Square Plaza Concepts Tailored to Mr. Estepa City of Southlake, TX Project Manager — Public Works tsk March 20, 2024 tsk March 20, 2024 City of Southlake Public Works 1400 Main St. Southlake, TX 76092 Attention: Mamerto (Mo) Estepa Subject: Southlake, TX Town Hall Plaza Concepts - TSK Proposal Dear Mr. Estepa, Thank you for inviting us to submit this project proposal. Your proposal has been tailored to your specific requests with thoughtful consideration to the project approach, schedule, and execution. We recognize the importance of this project to you and a desire to have a quality concept package to achieve approvals with an expedient timeline for completion. Please find enclosed our Proposal for this effort specific to the City of Southlake Town Hall Plaza. We certainly hope this proposal meets your expectations and are open to any further discussions you believe may be of value in your evaluation of it. Please do not hesitate to let us know if you have any questions or comments. For TSK Architects, Erica Bish, AIA, NCARB, CSI I Office Director - Dallas tsk PROJECT UNDERSTANDING This proposal is prepared for the following project: City of Southlake architectural, landscape and engineering services to prepare a feasibility study, three (3) conceptual designs, phasing plans, renderings, rough order of magnitude costs (ROM), and engineering due diligence for the renovation to Southlake Town Hall Plaza located between Main Street, E Southlake Blvd, State Street, and Grand Avenue. This proposal is for three (3) architectural and landscape design concepts. Civil, mechanical, electrical, plumbing, structural, WIT shall be narratives supporting the design concepts. Services include coordination with the consultants for an integrated feasibility and concept booklet. The project is further developing concepts for the redesign and construction of the Town Hall area, Family Park, and Rustin Pavilion areas. The intent is to ensure the continued success of the Town Square Plaza environment, meet the needs of the multiple community -based events, provide a unique and functional park and open space for citizens and visitors, and continue to serve as a focal point for the community. SCOPE OF WORK Conceptual Design and Feasibility Package Task 1 — Coordination & Due Diligence • Obtain existing documentation for Southlake Town Hall Plaza (in original software format if available). • Project Kickoff meeting to walk site and confirm scope of work. • Coordinate with consultants on responsibilities and schedules • Two (2) Review meetings with Southlake to review preliminary concepts • Final concept review meeting with Southlake • Documentation of meetings, objectives, and reviews • Field verification as required Task 2 — Conceptual Design Options Provide preliminary concepts to Southlake for approval. o Gazebo/Stage o Restrooms w/ Visitor Amenities o Park Layout/ Landscaping/ Hardscape o Traffic/ Perimeter Accessibility o Infrastructure & Technology o Existing Condition Considerations Coordination with landscape architects for architectural element locations. Coordination with consultants for written narratives to be included in final deliverable. Provide three (3) concepts ranging in ROM values (low/medium/high) Task 3 — Conceptual Design Booklet Provide three (3) concepts ranging in ROM values (low/medium/high) o Conceptual Plans o Conceptual Elevations with material callouts o Provide two (2) renderings per concept. Six (6) total renderings. Additional consultants to provide a written narrative of systems. Consultant scope of work provided in attachments. tsk • Provide a total of three (3) cost estimates based on each concept. • Provide final digital (PDF) concept and feasibility booklet. PROJECT TEAM The following consultants are included in the proposal. Landscape Kimley-Horn Civil Kimley-Horn Mechanical, Plumbing, Electrical: IEG Structural IEG AV/ IT WJHW SCHEDULE The proposal is based on the following schedule and reflects our understanding of the project timeline while incorporating our work plan to accomplish. NTP April 2024 Preliminary Concepts April 2024 Final Concept Package May 2024 Southlake Workshop June 2024 COMPENSATION Design Team Fee TSK proposes to complete the work as defined by this proposal as a Lump Sum Fixed Fee for Design Development, Construction Documents & Permitting Phase, Bidding, and Construction Administration services. Lump Sum, Fixed Fee Phase Fee by Phase TSK $ 45,000.00 Kimley-Horn $ 110,000.00 IEG $ 15,000.00 WJHW $ 24,800.00 Sub -total $ 194,800.00 Less PSA dated 3/12/24 ($ 49,000.00) Expense Allowances: Reimbursable Expense included in lump sum fixed fee Total Fee with Allowances: $145.800.00 tsk EXCEPTIONS / CLARIFICATIONS A. Agreement for Professional Services All general Terms and Conditions shall be per the industry standard American Institute of Architects B103 Standard Form of Agreement Between Owner and Architect or other mutually agreed upon Terms and Conditions established prior to the commencement of our professional services for this project. TSK will prepare this agreement in conjunction with you. B. Additional Services All other services that are considered additional services (beyond the scope of work noted herein) will be billed on an hourly basis per our standard hourly rates. Please refer to our current hourly rate schedule. C. Insurance TSK carries the following insurance and will provide the Owner with certificates: • Comprehensive General Liability $1,000,000 for each occurrence and in the aggregate for bodily injury and property damage • Automobile Liability - $1,000,000 combined single limit and aggregate for bodily injury and property damage • Workers' Compensation - $1,000,000 • Professional Liability - $2,000,000 per claim and in the aggregate for Architect's negligent acts, errors, and omissions All general Terms and Conditions shall be per the industry standard American Institute of Architects B103 Contract or other mutually agreed upon Terms and Conditions established prior to the commencement of our professional services for this project. D. Exclusions • Fire sprinkler and alarm engineering. • Geotechnical Engineering and Soils Testing. • Asbestos Testing at existing structures • Asbestos or Lead -Based Paint design documents. • Payment and Performance Bonds. • Systems or consultants other than described under scope of services above. • Boundary Verification and Platting. • Site Plan Application. • Taxes/fees: city state and federal • Signage design, engineering and permitting E. Attachments • Exhibit A, "TSK and Consultant Hourly Rates" • Exhibit B, "Kimley-Horn Proposal" • Exhibit C, "IEG Proposal" • Exhibit D, "WJHW Proposal" TBAE COMPLIANCE The Texas Board of Architectural Examiners, P.O. Box 12337, Austin, Texas 78711-2337 or 333 Guadalupe, Suite 2- 350, Austin, Texas 78701-3942, (512) 305-9000 (www. tbae. state. tx. us), has jurisdiction over complaints regarding the professional practices of persons registered as architects in Texas. EXHIBIT 'A' STANDARD BILLING RATES Senior Principal $340.00 Principal $290.00 Sr. Project Manager $235.00 Senior Project Architect $210.00 Sr. Project Designer $210.00 Project Manager $185.00 Construction Site Manager $158.00 Project Architect $170.00 Project Designer $136.00 Project Coordinator $126.00 Specifications $126.00 Job Captain $126.00 Technical Support $105.00 Design Support $105.00 Administrative Support $95.00 www.tska.com EXHIBIT'B' Kimley»>Horn February 14, 2024 Erica Bish, AIA, NCARB, CSI Director of Operations tsk Architects 5830 Granite Parkway, Suite 750 Plano, TX 75024 Re: Letter Agreement for Professional Services for Southlake Town Square Plaza in Southlake, Texas Dear Ms. Bish: Kimley-Horn and Associates, Inc. ("Professional' or "Consultant") is pleased to submit this letter agreement to tsk Architects ("Client") for providing a conceptual design package for the improvements at Southlake Town Square Plaza. Our project understanding, scope of services, schedule, and fee are below. Project Understanding This project consists of preparing a feasibility report, conceptual designs, phasing plan, perspective renderings, preliminary cost estimates, and civil engineer due diligence for the improvements to Southlake Town Square Plaza located between Main Street, Grand Avenue, E Southlake Boulevard, and State Street. Scope of Services The following task outlines in the Scope of Services area anticipated to be completed as part of this project. Task 1 Project Management and Design Coordination The Consultant will manage the contract, document project meetings, and monitor the deliverables. Consultant will provide timely invoicing and reporting of project progress to the Client. The effort included in this task relates to project meetings, design coordination, correspondence with Client and team, and preparing for and attending review meetings. If requested, a kick-off call between the Client and Consultant shall be conducted once we receive Notice to Proceed (NTP) to discuss any modifications or updates to the project. The call will occur within two (2) weeks of the Notice to Proceed (NTP). The preliminary agenda for the kick-off call will consist of: • Scope of Services and responsibilities • Project objectives • Information needs • Schedule milestones Note: Consultant will be responsible for meeting logistics such as in -person meetings, online hosting (MS Teams or Zoom), and will document calls with meeting notes. Notes will be submitted to the Client Kimley»>Horn for review. Meetings: One (1) project kick-off meeting Two (2) meetings to discuss preliminary concept design package One (1) meeting to discuss final concept design package Deliverables: • One (1) project kick-off meeting notes (PDF) • Two (2) progress meeting notes (PDF) • One (1) final concept design meeting notes (PDF) Task 2 Conceptual Design Development The Consultant will prepare one (1) conceptual design package with reference imagery and cost estimates. The package will consist of the following: Three (3) illustrative concept plans with reference imagery (20' scale min.) for the plaza o One low option o One medium option o One high option Two (2) perspective renderings for each of the three (3) concept plans — six (6) perspective renderings total Three (3) Opinion of Probable Construction Cost (OPCC) for each concept plan Consultant will submit the package to the Client for review. The Client will provide one (1) set of comments for the Consultant to address. Consultant will facilitate two (2) meetings with the Client to review the conceptual design package. Based upon input from the Client documented during the review session, the Consultant will update materials into one (1) final conceptual design package including the three (3) concepts, OPCC, and six (6) perspective renderings. The OPCC will be submitted one (1) time for Client review and comment. Consultant will incorporate Client comments into a final Cost Estimate. Because the Consultant does not control the cost of labor, materials, equipment or services furnished by others, methods of determining prices, or competitive bidding or market conditions, any options rendered as to costs, including but not limited to opinions as to the costs of construction and materials, shall be made on the basis of its experience and represent its judgement as an experienced and qualified professional, familiar with the industry. The Consultant cannot and does not guarantee that proposals, bids, or actual costs will not vary from its opinions of cost. Deliverables: 0 Three (3) concept plans with reference imagery (PDF) Kimley»>Horn • Six (6) perspective renderings (PDF) • Three (3) opinion of probable construction costs (PDF) Task 3 Feasibility Report One (1) site visit will be performed to review base map, inventory elements, site and adjacent property uses, transportation (roadway and greenway) connectivity, and area vicinity map. Consultant will rely on all material provided by the Client to be accurate and complete. Additional work due to incomplete or inaccurate information provided by the Client may be revised or corrected for additional services upon authorization by Client. As a derivative of the planning process to -date, Consultant will prepare one (1) feasibility plan package, highlighting the park improvements based upon site analysis and inventory and program definition. The feasibility report will consist of the following items: • Acknowledgements • Project Process, Purpose, and Next Steps • Map development • Programmatic functional diagram • Opportunities and challenges • Comparable facilities • Concept Design package • Architecture, electrical package • Cost estimates • Phasing diagram • Closing Consultant will submit the package to the Client for review. The Client will provide one (1) set of comments for the Consultant to address. Consultant will facilitate two (2) meetings with the Client to review the conceptual design package. Based upon input from the Client documented during the review session, the Consultant will update materials into one (1) single, preferred final conceptual design package. DPIivPrahlPs- • One (1) feasibility report (PDF) Task 4 Civil Engineering Due Diligence and Narrative Consultant will work to obtain Record Drawings for existing water, sanitary sewer, storm drainage, and roadway improvements on or immediately adjacent to the site. Record Drawings and design guidelines will be utilized to write a civil engineering narrative describing the anticipated improvements and how the grading and utilities will be modified to meet the concepts presented by the landscape architect. It is anticipated that no more than three (3) concepts will be presented. Kimley»>Horn Task 5 Topographic Survey Consultant will prepare a topographic survey for 2 acres including the site to be used for site planning and civil engineering design purposes. The topographic survey is to be used in-house and will not be issued as a stand-alone survey document. The survey will consist of: Elevations around the immediate perimeter of the site; Contour lines representing the surface of the existing ground at one foot intervals based on a survey grid system and tied to existing control points; Observed (only if clearly visible from the surface) locations of existing water, sewer, storm drain, and franchised utility facility appurtenances; Dig Tess markings of subsurface utilities that are in place at the time our field work is being done; and two benchmarks established with the survey. TBPELS Firm Numbers: Dallas: 10115500; Frisco: 10193822; Fort Worth: 10194040; San Antonio: 10193973; Austin: 10194624; Celina: 10194503 Task 6 Tree Survey Consultant will draft a tree survey showing approximate locations of trees, their likely species, and estimate of their size. We will endeavor to locate all trees meeting the minimum requirements of the local tree protection ordinance. Additional Services Any services not specifically provided for in the above scope will be billed as additional services and performed at our then current hourly rates. Additional services we can provide include, but are not limited to, the following: • Geotech services • Subsurface utility investigation • Drainage analysis or flood study • Construction documents • Bidding phase services • Construction contract services • Additional conceptual designs and renderings • Any permitting • Any services not listed in the Scope of Services Information Provided By Client We shall be entitled to rely on the completeness and accuracy of all information provided by the City or the City's consultants or representatives. The City shall provide all information requested by Professional during the project, including but not limited to the following: • GIS data of project area • Survey or CAD files of project area • Existing utility data or information of project area • As -built drawings Kimley»>Horn • Architecture design and specifications Schedule Professional will provide these services within a mutually agreed upon schedule. Professional anticipates receiving the Notice to Proceed in March 2024 . The Professional will prepare the preliminary concept design package from March 2024 to April 2024. Professional will prepare the final concept design package end of April 2024 to May 2024. The Professional will meet the anticipated workshop scheduled in May 2024 or June 2024. Fee and Expenses Professional will perform the services in Tasks 1 for the total lump sum fee below. Task 1 Project Management and Design Coordination $ 11,000 Task 2 Conceptual Design Package $ 60,000 Task 3 Feasibility Report $ 20,000 Task 4 Civil Engineering Due Diligence and Narrative $ 6,000 Task 5 Topographic Survey $ 10,000 Task 6 Tree Survey $ 3,000 Total Lump Sum Fee $110,000 Lump sum fees will be invoiced monthly based upon the overall percentage of services performed. Payment will be due within 25 days of your receipt of the invoice and should include the invoice number and Professional project number. Closure In addition to the matters set forth herein, our Agreement shall include and be subject to, and only to, the attached Standard Provisions, which are incorporated by reference. As used in the Standard Provisions, "Kimley-Horn" shall refer to Kimley-Horn and Associates, Inc., and "Client" shall refer to tsk Architects. Professional, in an effort to expedite invoices and reduce paper waste, submits invoices via email in a PDF. We can also provide a paper copy via regular mail if requested. Please include the invoice number and Kimley-Horn project number with all payments. Please provide the following information: Please email all invoices to Please copy We appreciate the opportunity to provide these services. Please contact me if you have any questions. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Kimley»>Horn Katherine Utecht, PLA, LI Project Manager tsk Architects SIGNED: PRINTED NAME: TITLE: DATE: Attachment — Standard Provisions Bradley J. Hill Regional Contract Lead KIMLEY-HORN AND ASSOCIATES, INC. STANDARD PROVISIONS 1) Kimley-Horn's Scope of Services and Additional Services. Kimley-Horn will perform only the services specifically described in this Agreement. If requested by the Client and agreed to by Kimley-Horn, Kimley-Horn will perform Additional Services, which shall be governed by these provisions. Unless otherwise agreed to in writing, the Client shall pay Kimley-Horn for any Additional Services an amount based upon Kimley-Horn's then -current hourly rates plus an amount to cover certain direct expenses including telecommunications, in-house reproduction, postage, supplies, project related computer time, and local mileage. Other direct expenses will be billed at 1.15 times cost. 2) Client's Responsibilities. In addition to other responsibilities herein or imposed by law, the Client shall: a. Designate in writing a person to act as its representative, such person having complete authority to transmit instructions, receive information, and make or interpret the Client's decisions. b. Provide all information and criteria as to the Client's requirements, objectives, and expectations for the project and all standards of development, design, or construction. c. Provide Kimley-Horn all available studies, plans, or other documents pertaining to the project, such as surveys, engineering data, environmental information, etc., all of which Kimley-Horn may rely upon. d. Arrange for access to the site and other property as required for Kimley-Horn to provide its services. e. Review all documents or reports presented by Kimley-Horn and communicate decisions pertaining thereto within a reasonable time so as not to delay Kimley-Horn. f. Furnish approvals and permits from governmental authorities having jurisdiction over the project and approvals and consents from other parties as may be necessary. g. Obtain any independent accounting, legal, insurance, cost estimating, and feasibility services required by Client. h. Give prompt written notice to Kimley-Horn whenever the Client becomes aware of any development that affects Kimley-Horn's services or any defect or noncompliance in any aspect of the project. 3) Period of Services. Unless otherwise stated herein, Kimley-Horn will begin work after receipt of a properly executed copy of this Agreement. This Agreement assumes conditions permitting continuous and orderly progress through completion of the services. Times for performance shall be extended as necessary for delays or suspensions due to circumstances that Kimley-Horn does not control. If such delay or suspension extends for more than six months, Kimley-Horn's compensation shall be renegotiated. 4) Method of Payment. Client shall pay Kimley-Horn as follows: a. Invoices will be submitted periodically for services performed and expenses incurred. Payment of each invoice will be due within 25 days of receipt. The Client shall also pay any applicable sales tax. All retainers will be held by Kimley-Horn and applied against the final invoice. Interest will be added to accounts not paid within 25 days at the maximum rate allowed by law. If the Client fails to make any payment due under this or any other agreement within 30 days after Kimley-Horn's transmittal of its invoice, Kimley-Horn may, after giving notice to the Client, suspend services and withhold deliverables until all amounts due are paid. b. If the Client relies on payment or proceeds from a third party to pay Kimley-Horn and Client does not pay Kimley-Horn's invoice within 60 days of receipt, Kimley-Horn may communicate directly with such third party to secure payment. c. If the Client objects to an invoice, it must advise Kimley-Horn in writing giving its reasons within 14 days of receipt of the invoice or the Client's objections will be waived, and the invoice shall conclusively be deemed due and owing. If the Client objects to only a portion of the invoice, payment for all other portions remains due. d. If Kimley-Horn initiates legal proceedings to collect payment, it may recover, in addition to all amounts due, its reasonable attorneys' fees, reasonable experts' fees, and other expenses related to the proceedings. Such expenses shall include the cost, at Kimley- Horn's normal hourly billing rates, of the time devoted to such proceedings by its employees. e. The Client agrees that the payment to Kimley-Horn is not subject to any contingency or condition. Kimley-Horn may negotiate payment of any check tendered by the Client, even if the words "in full satisfaction" or words intended to have similar effect appear on the check without such negotiation being an accord and satisfaction of any disputed debt and without prejudicing any right of Kimley-Horn to collect additional amounts from the Client. 5) Use of Documents. All documents and data prepared by Kimley-Horn are related exclusively to the services described in this Agreement and may be used only if the Client has satisfied all of its obligations under this Agreement. They are not intended or represented to be suitable for use or reuse by the Client or others on extensions of this project or on any other project. Any modifications by the Client to any of Kimley-Horn's documents, or any reuse of the documents without written authorization by Kimley- Horn will be at the Client's sole risk and without liability to Kimley-Horn, and the Client shall indemnify, defend and hold Kimley-Horn harmless from all claims, damages, losses and expenses, including but not limited to attorneys' fees, resulting therefrom. Kimley- Horn's electronic files and source code remain the property of Kimley-Horn and shall be provided to the Client only if expressly provided for in this Agreement. Any electronic files not containing an electronic seal are provided only for the convenience of the Client and use of them is at the Client's sole risk. In the case of any defects in the electronic files or any discrepancies between them and the hardcopy of the documents prepared by Kimley-Horn, the hardcopy shall govern. 6) Intellectual Property. Kimley-Horn may use or develop its proprietary software, patents, copyrights, trademarks, trade secrets, and other intellectual property owned by Kimley-Horn or its affiliates ("Intellectual Property") in the performance of this Agreement. Unless explicitly agreed to in writing by both parties to the contrary, Kimley-Horn maintains all interest in and ownership of its Intellectual Property and conveys no interest, ownership, license to use, or any other rights in the Intellectual Property to Client. Any enhancements of Intellectual Property made during the performance of this Agreement are solely owned by Kimley-Horn and its affiliates. If Kimley-Horn's services include providing Client with access to or a license for Kimley-Horn's (or its affiliates') proprietary software or technology, Client agrees to the terms of the Software License Agreement set forth at https://www.kimleV-horn.com/khts- software-license-agreement ("the License Agreement") which terms are incorporated herein by reference. 7) Opinions of Cost. Because Kimley-Horn does not control the cost of labor, materials, equipment or services furnished by others, methods of determining prices, or competitive bidding or market conditions, any opinions rendered as to costs, including but not limited to the costs of construction and materials, are made solely based on its judgment as a professional familiar with the industry. Kimley-Horn cannot and does not guarantee that proposals, bids or actual costs will not vary from its opinions of cost. If the Client wishes greater assurance as to the amount of any cost, it shall employ an independent cost estimator. Kimley-Horn's services required to bring costs within any limitation established by the Client will be paid for as Additional Services. 8) Termination. The obligation to provide further services under this Agreement may be terminated by either party upon seven days' written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof, or upon thirty days' written notice for the convenience of the terminating party. Kimley-Horn shall be paid for all services rendered and expenses incurred to the effective date of termination, and other reasonable expenses incurred by Kimley-Horn as a result of such termination. 9) Standard of Care. The standard of care applicable to Kimley-Horn's services will be the degree of care and skill ordinarily exercised by consultants performing the same or similar services in the same locality at the time the services are provided. No warranty, express or implied, is made or intended by Kimley-Horn's performance of services, and it is agreed that Kimley-Horn is not a fiduciary with respect to the Client. 10) LIMITATION OF LIABILITY. IN RECOGNITION OF THE RELATIVE RISKS AND BENEFITS OF THE PROJECT TO THE CLIENT AND KIMLEY-HORN, THE RISKS ARE ALLOCATED SUCH THAT, TO THE FULLEST EXTENT ALLOWED BY LAW, AND NOTWITHSTANDING ANY OTHER PROVISIONS OF THIS AGREEMENT OR THE EXISTENCE OF APPLICABLE INSURANCE COVERAGE, THAT THE TOTAL LIABILITY, IN THE AGGREGATE, OF KIMLEY-HORN AND KIMLEY-HORN'S OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, AND SUBCONSULTANTS TO THE CLIENT OR TO ANYONE CLAIMING BY, THROUGH OR UNDER THE CLIENT, FOR ANY AND ALL CLAIMS, LOSSES, COSTS OR DAMAGES WHATSOEVER ARISING OUT OF OR IN ANY WAY RELATED TO THE SERVICES UNDER THIS AGREEMENT FROM ANY CAUSES, INCLUDING BUT NOT LIMITED TO, THE NEGLIGENCE, PROFESSIONAL ERRORS OR OMISSIONS, STRICT LIABILITY OR BREACH OF CONTRACT OR ANY WARRANTY, EXPRESS OR IMPLIED, OF KIMLEY-HORN OR KIMLEY-HORN'S OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, AND SUBCONSULTANTS, SHALL NOT EXCEED TWICE THE TOTAL COMPENSATION RECEIVED BY KIMLEY- HORN UNDER THIS AGREEMENT OR $50,000, WHICHEVER IS GREATER. HIGHER LIMITS OF LIABILITY MAY BE NEGOTIATED FOR ADDITIONAL FEE. THIS SECTION IS INTENDED SOLELY TO LIMIT THE REMEDIES AVAILABLE TO THE CLIENT OR THOSE CLAIMING BY OR THROUGH THE CLIENT, AND NOTHING IN THIS SECTION SHALL REQUIRE THE CLIENT TO INDEMNIFY KIMLEY-HORN. 11) Mutual Waiver of Consequential Damages. In no event shall either party be liable to the other for any consequential, incidental, punitive, or indirect damages including but not limited to loss of income or loss of profits. 12) Construction Costs. Under no circumstances shall Kimley-Horn be liable for extra costs or other consequences due to unknown conditions or related to the failure of contractors to perform work in accordance with the plans and specifications. Kimley-Horn shall have no liability whatsoever for any costs arising out of the Client's decision to obtain bids or proceed with construction before Kimley- Horn has issued final, fully approved plans and specifications. The Client acknowledges that all preliminary plans are subject to substantial revision until plans are fully approved and all permits obtained. 13) Certifications. All requests for Kimley-Horn to execute certificates, lender consents, or other third -party reliance letters must be submitted to Kimley-Horn at least 14 days prior to the requested date of execution. Kimley-Horn shall not be required to execute certificates, consents, or third -party reliance letters that are inaccurate, that relate to facts of which Kimley-Horn does not have actual knowledge, or that would cause Kimley-Horn to violate applicable rules of professional responsibility. 14) Dispute Resolution. All claims arising out of this Agreement or its breach shall be submitted first to mediation in accordance with the American Arbitration Association as a condition precedent to litigation. Any mediation or civil action by Client must be commenced within one year of the accrual of the cause of action asserted but in no event later than allowed by applicable statutes. 15) Hazardous Substances and Conditions. Kimley-Horn shall not be a custodian, transporter, handler, arranger, contractor, or remediator with respect to hazardous substances and conditions. Kimley-Horn's services will be limited to analysis, recommendations, and reporting, including, when agreed to, plans and specifications for isolation, removal, or remediation. Kimley- Horn will notify the Client of unanticipated hazardous substances or conditions of which Kimley-Horn actually becomes aware. Kimley-Horn may stop affected portions of its services until the hazardous substance or condition is eliminated. 16) Construction Phase Services. a. If Kimley-Horn prepares construction documents and Kimley-Horn is not retained to make periodic site visits, the Client assumes all responsibility for interpretation of the documents and for construction observation, and the Client waives any claims against Kimley- Horn in any way connected thereto. b. Kimley-Horn shall have no responsibility for any contractor's means, methods, techniques, equipment choice and usage, equipment maintenance and inspection, sequence, schedule, safety programs, or safety practices, nor shall Kimley-Horn have any authority or responsibility to stop or direct the work of any contractor. Kimley-Horn's visits will be for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its contractors will generally conform to the construction documents prepared by Kimley-Horn. Kimley-Horn neither guarantees the performance of contractors, nor assumes responsibility for any contractor's failure to perform its work in accordance with the contract documents. c. Kimley-Horn is not responsible for any duties assigned to it in the construction contract that are not expressly provided for in this Agreement. The Client agrees that each contract with any contractor shall state that the contractor shall be solely responsible for job site safety and its means and methods; that the contractor shall indemnify the Client and Kimley-Horn for all claims and liability arising out of job site accidents; and that the Client and Kimley-Horn shall be made additional insureds under the contractor's general liability insurance policy. 17) No Third -Party Beneficiaries; Assignment and Subcontracting. This Agreement gives no rights or benefits to anyone other than the Client and Kimley-Horn, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole benefit of the Client and Kimley-Horn. The Client shall not assign or transfer any rights under or interest in this Agreement, or any claim arising out of the performance of services by Kimley-Horn, without the written consent of Kimley-Horn. Kimley-Horn reserves the right to augment its staff with subconsultants as it deems appropriate due to project logistics, schedules, or market conditions. If Kimley- Horn exercises this right, Kimley-Horn will maintain the agreed -upon billing rates for services identified in the contract, regardless of whether the services are provided by in-house employees, contract employees, or independent subconsultants. 18) Confidentiality. The Client consents to the use and dissemination by Kimley-Horn of photographs of the project and to the use by Kimley-Horn of facts, data and information obtained by Kimley-Horn in the performance of its services. If, however, any facts, data or information are specifically identified in writing by the Client as confidential, Kimley-Horn shall use reasonable care to maintain the confidentiality of that material. 19) Miscellaneous Provisions. This Agreement is to be governed by the law of the State of Texas. This Agreement contains the entire and fully integrated agreement between the parties and supersedes all prior and contemporaneous negotiations, representations, agreements, or understandings, whether written or oral. Except as provided in Section 1, this Agreement can be supplemented or amended only by a written document executed by both parties. Any conflicting or additional terms on any purchase order issued by the Client shall be void and are hereby expressly rejected by Kimley-Horn. If Client requires Kimley-Horn to register with or use an online vendor portal for payment or any other purpose, any terms included in the registration or use of the online vendor portal that are inconsistent or in addition to these terms shall be void and shall have no effect on Kimley-Horn or this Agreement. Any provision in this Agreement that is unenforceable shall be ineffective to the extent of such unenforceability without invalidating the remaining provisions. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. EXHIBIT'C' PROPOSAL a MORE brand February 13, 2024 Erica Bish TSK 5830 Granite Pkwy., Ste. 750 Plano, TX 75024 972-292-7670 Re: Proposal for City of Southlake - Town Hall Plaza Renovation 15% Conceptual Design Narratives Pursuant to your recent request, Mechanical, Electrical, Plumbing, Structural, Fire Alarm/Fire Protection Conceptual Narrative Design Services for the above referenced project, we are pleased to offer the following: We propose a lump sum fee of $15,000 (Fifteen Thousand Dollars) Additional Services Additional services shall be negotiated based on the nature and scope of the additional services. A proposal requesting authorization for additional services will be sent to TSK prior to commencing work. lEG will not proceed with such services without an executed contract or written approval by TSK for the additional services. Additional services can be provided on an hourly basis or as a lump sum fee depending on the nature of the services and the desires of the client. Where additional services are to be provided on an hourly fee basis, refer to Appendix 2. Mechanical Services • Mechanical conceptual design narrative for the proposed Amenity and Restroom facility. The design narrative will include multiple options for consideration to heat, cool, and ventilate the facility. • Opinion of probable cost for each mechanical conceptual design option for the Amenity and Restroom facility. Electrical Services Electrical conceptual design narrative for the proposed Amenity and Restroom facility. The design narrative will include design intent for power and interior lighting of the facility, the facilities exterior lighting, and include site power and site lighting. Opinion of probable cost for the electrical conceptual design for the Amenity and Restroom facility, site power, and site lighting. Review and assess existing power services for the plaza and make recommendations in the electrical conceptual design narrative based on the future desires for the plaza. Plumbina Services • Plumbing conceptual design narrative for the proposed Amenity and Restroom facility. • Opinion of probable cost for the plumbing conceptual design for the Amenity and Restroom facility. Structural Services • Proposed Materials with minimum properties such as yield and compressive strength. • Proposed Design Analysis Methods to include applicable governing codes and standards, structural design loads for gravity and lateral forces. 1301 Solana Blvd, Bldg. 1 Suite 1420 +1 817 410 2858 Westlake, Texas 76262 info@iegmep.com a MORE brand • Proposed Superstructure to include the typical primary and secondary elements for each of the major structural systems, i.e., foundation, wall structure, elevated floor structure (if any), and roof structure. • Proposed lateral stability concept. Fire Alarm/Fire Protection Services • Fire Alarm/Fire Protection performance narrative describing expected fire alarm/fire protection system for the proposed Amenity and Restroom facility. Basic Services durina Desian • 15% Conceptual Design narratives produced in PDF format. • Attend 2 (two) conceptual design meetings as required. • Response to specific job questions as they pertain to the MEP, FA/FP, and structural portions of work. Exclusions to Scope of Work • Any engineering design services other than the narrative scope of work described above. MEP, FA/FP, and Structural 15% Conceptual Narrative Schedule Expectations • IEG will complete each design deliverable at the proposed design schedule below: City of Southlake - Town Hall Plaza Renovation Schedule Start Finish Milestones 15% Conceptual Narrative March 2024 May 2024 This schedule shall include reasonable allowances for review and approval times required by TSK, performance of services by TSK's consultants, and review and approval times required by public authorities having jurisdiction over the Project. This schedule shall be equitably adjusted as the project progresses, allowing for changes in scope, character or size of the Project requested by TSK, or for delays or other causes beyond the IEG's reasonable control. • MEP, FA/FP, and structural design deliverable expectations will be agreed upon (in written form) between IEG and TSK at each milestone prior to project kickoff and each milestone deliverable. • Changes to the conceptual design, changes by TSK or any subconsultant which results in additional services outside of the original scope or require rework by IEG, IEG may call for renegotiation of appropriate portions of this Agreement with respect to schedule and/or fees and will request approval from TSK prior to proceeding. • Owner requested MEP, FA/FP, and/or structural changes made within 4 weeks of the next upcoming deliverable may result in milestone deliverables being incomplete and TSK and IEG will address the changed conditions and impact on the agreed upon schedule. • IEG will provide documentation at each significant conceptual design change regarding impact on MEP, FA/FP, and/or structural systems and design schedule, as well as documentation at each deliverable regarding the completeness as it relates to the milestone checklist. Schedule of Fee Payment as Follows: 100% - through 15% Conceptual Design Narrative a MORE brand General Conditions: 1. TSK to provide all printing and reproduction of CADD/REVIT drawings and printed media. 2. TSK to furnish CADD background, REVIT model, or PDFs indicating the proposed conceptual plan for the Plaza Renovation. 3. TSK to furnish 12 months of utility usage documentation for use in analyzing the existing power service on site. 4. Additional Service charges for redraw/redesign would be an hourly rate pending client approval. 5. All delivery, copying and other office overhead -related expenses are considered reimbursable and are not included in lump sum fee above. TSK shall provide a delivery account number for all overnight deliveries sent from IEG. TSK shall deliver all Shop Drawings/Documents to our office; we shall return Shop Drawings/Documents to TSK office. Any additional travel related costs due to travel schedule changes caused or requested by the client occurring after travel arrangements have already been secured by IEG, will be the responsibility of and be billed to the client if applicable. 6. Terms of payment would be within 30 working days after TSK receives invoice. 7. This document expires 90 days from date of the proposal. 8. Refer to Appendix 1. By: Derek Jo P.E., President of MEP Engineering Innovative Engineering Group A MOREgroup Brand, LLC ACCEPTED this day of 2024. By: Erica Bish, Office Director TSK a MORE brand APPENDIX 1 STANDARD TERMS AND CONDITIONS FOR ENGINEERING SERVICES ENTIRE AGREEMENT This Agreement is the offer of Innovative Engineering Group A MOREgroup Brand, LLC (herein referred to as "the Engineer"), to perform the professional engineering services described in the attached Proposal. Acceptance by TSK (herein referred to as "the Client") "is strictly limited to the attached Proposal and these Terms and Conditions for Engineering Services, which when acknowledged in writing, is authorization to proceed. The Client is defined as the person or business entity signing the Agreement authorizing the Engineer to proceed. This Agreement supersedes all prior written proposals and/or negotiations not referenced herein between the parties and is expressly conditioned upon the Client's agreement of the Terms and Conditions hereof. This Agreement may only be modified in writing executed by both parties. 2. SERVICES TO BE PERFORMED The services to be performed are described in the preceding Proposal. Unless otherwise specified in the Proposal or the Terms and Conditions, the Engineer shall furnish technical and professional services, including labor, materials, supplies, equipment, transportation, and supervision to perform the tasks listed in the Proposal and in accordance with the target schedule. 3. COMPENSATION Fee. The attached Proposal describes the tasks, phases, and compensation terms. Terms of Payment. Invoices shall be submitted on a monthly basis. Payments are due within (30) days upon the Client's receipt of invoice. Amounts that are unpaid ninety (90) days after the invoice date may bear interest at the rate of one and one-half percent (1-1/2%) per month. Payments Withheld. No deductions shall be made from the Engineer's compensation on account of penalty, liquidated damages or other sums withheld from payments to the contractor(s) or any other party, or on account of the costs of changes in the contractor's services. Suspension. If any payment is more than thirty (30) days past due, the Engineer may, after giving seven (7) days written notice to the Client, suspend services under this Agreement until the Engineer is paid in full all amounts due for services, expenses, and other charges. Additionally, in the event of suspension, the Client shall waive all rights, claims, etc. which it might otherwise have against the Engineer as a direct or indirect result of such suspension. 4. ADDITIONAL SERVICES All Additional Services shall be approved by the Client and the Engineer in writing prior to proceeding. The following are Additional Services that are not specified above and are considered beyond the basic Scope of Services. Planning. The Engineer may assist the Client in developing and preparing a plan or program for the Project. All work associated with developing a plan or program, including all preliminary design work, shall be considered an Additional Service. Construction Phase Services. The Engineer may perform periodic site visits for the purpose of endeavoring to provide the Client a greater degree of confidence that the completed work of its contractors will generally conform to the construction documents prepared by Engineer. Engineer neither guarantees the performance of contractors, nor assumes responsibility for any contractor's failure to perform its work in accordance with the contract documents. Redesign to meet Project Budget Costs. The Client is responsible to establish Project Budget Costs and obtain required cost estimates. If the Engineer is not contracted to provide cost estimating services, the Engineer shall not be liable to redesign to meet the project budget costs. If redesign is required due to revised or miscalculated project a MORE brand budget costs furnished by a party other than the Engineer, the time required shall be considered Additional Services. Public Hearings / Municipal Filings. In the event a Public Hearing is required for a municipal agency (Zoning Board of Appeals, Planning Board, Architectural Review Board, etc.), the Engineer shall invoice the Client on an hourly basis for both the preparation and time spent at the meeting. The Engineer shall not be required to file drawings with the Building Department or pay any municipal fees. Other Engineering. Based upon the particular needs of the Client, additional engineering services may be required. Any engineering services other than those identified in the Proposal are not included in this Agreement. Coordination of Consultants' and/or Client's Work. Any coordination of Work performed directly by the Client, Owner, or work performed by consultants hired by the Client or Owner or any other party, including but not limited to architects, structural engineers, mechanical engineers, kitchen designers, landscape designers, interior design consultants, audio/video consultants, lighting designers, etc., shall be considered Additional Services. Fees for Additional Services. The Engineer may provide Additional Services beyond those listed in the Scope of Services by a negotiated sum or on an hourly basis. Reimbursable Expenses. Reimbursable expenses shall include, but not be limited to, printing, reproductions, bulk copying, photographic services, postage, shipping, delivery, long distance travel expenses, and/or other project related out-of-pocket expenses. Items shall be reimbursed to the Engineer at cost plus ten percent (10%). 5.CLIENT'S RESPONSIBILITIES Project Budget. The Client shall establish a budget with reasonable contingencies that meets the project requirements. The project budget shall be established by the Client prior to the Engineer proceeding with the services under the Proposal Base Building Drawings and/or Surveys. Unless otherwise specified, Base Building Drawings and/or Surveys are not included in the Proposal. The Engineer shall assume that the Base Building Drawings and Surveys, if required, shall be readily available. The Engineer assumes all information on these documents is accurate and is not responsible for any information completed by others. Project Representative. The Client shall appoint and authorize a Project Representative to answer field questions and make timely decisions. The Engineer assumes that the Client shall be the Project Representative unless the Client notifies the Engineer, in writing, that another Project Representative has been appointed. If the Client replaces or selects a new Project Representative, any time spent by the Engineer to bring the new Project Representative current shall represent Additional Services. 7.OWNERSHIP OF DOCUMENTS All documents prepared or furnished by the Engineer pursuant to this Agreement are instruments of the Engineer's professional service, and the Engineer shall retain an ownership and property interest therein. The Engineer grants the Client a license to use instruments of the Engineer's professional service for the purpose of designing, constructing, occupying, and maintaining this specific Project. Reuse and/or modification of any such documents, without the Engineer's written permission, shall be at the Client's sole risk, and the Client agrees to indemnify and hold the Engineer harmless from all claims, damages, and expenses, including attorney's fees, arising out of such reuse and/or modification by the Client's or by others acting through the Client. Notice of Copyright. All ideas, designs, arrangements and/or plans indicated or represented by the Engineer's drawings will be created, evolved, and developed for use on this specific Project. None such ideas, designs, arrangements and/or plans shall be used by or disclosed to any purpose whatsoever without the written permission of the Engineer. &PUBLICITY The Engineer and its consultants shall have the right to photograph the Project and to use the photographs in the promotion of its professional service through publication, advertising, public relations, brochures. websites, or other marketing media. a MORE brand 9.INSURANCE, IMDEMNITY AND LIMITATIONS Insurance. The Engineer shall maintain Professional Liability Insurance throughout the period of this Agreement. Certificates of insurance are available on request. The expense of any additional insurance coverage or increased policy limits of liability beyond, including professional liability insurance, requested by the Client in excess of the standard coverage of the Client's and its consultants shall be borne by the Client. Indemnity. To the fullest extent permitted by law, Client shall indemnify and hold harmless Engineer and its respective owners, agents, and employees from and against all claims, causes of action, suits of any nature, demands, judgments, damages, losses, costs, expenses (including reasonable attorneys' fees), fines, or penalties, ("Loss"), arising out of or related to Client's or any of its employees, or subconsultants' actual or alleged negligence, misconduct, or breach of the Proposal. LIMITATION OF LIABILITY. ENGINEER AND ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, AND THE ENGINEER'S SUBCONSULTANTS, SHALL NOT BE RESPONSIBLE FOR THE ACTS OR OMISSIONS OF THE CLIENT, OWNER, ARCHITECT, OTHER CONSULTANTS, CONTRACTOR, SUBCONTRACTORS, OR OTHER PERSONS PERFORMING ANY OF THE WORK. TO THE MAXIMUM EXTENT PERMITTED BY LAW, CLIENT AGREES TO LIMIT ENGINEER'S LIABILITY, AND THAT OF ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, AND THE ENGINEER'S SUBCONSULTANTS, FOR CLAIMS ARISING FROM THE AGREEMENT TO THE SUM OF $50,000 OR ENGINEER'S PAID FEE, WHICHEVER IS GREATER. THIS LIMITATION SHALL APPLY REGARDLESS OF THE CAUSE OF ACTION OR LEGAL THEORY PLED OR ASSERTED. Waiver of Consequential Damage. The Engineer and the Client waive consequential damage for claims, disputes and other matters in question arising out of or relating to this Agreement. This mutual waiver is applicable, without limitation, to all consequential damages due to either party's termination in accordance with the provisions defining termination. Hazardous Substances. The Engineer shall not be responsible for the identification, removal, testing and/or certification of removal relative to any hazardous substance including, but not be limited to, PCB, petroleum, mold infestation, hazardous waste, asbestos, lead, and any other similar substances. The Engineer and the Client acknowledge that the Proposal does not include any items related to a Hazardous Environmental Condition. Unforeseen, Latent or Hidden Conditions. Unforeseen, latent, or hidden conditions may not be readily ascertainable regardless of the extent of the investigation. Such conditions may impact the design and necessitate extensive revisions to the design. When engineering services are required to address these conditions, those services shall be deemed Additional Services. 10. STANDARD OF PRACTICE Services performed by the Engineer under this Agreement shall be conducted in a manner consistent with the level of care and skill ordinarily exercised by members of their respective professions practicing in the same locality under similar conditions. No other representation expressed or implied, and no warranty or guarantee is included or intended in this Agreement, or any report, opinion, document, or otherwise. 11. DISPUTE RESOLUTION Mediation and Arbitration. It is mutually agreed that the terms of this Agreement shall be binding upon both parties and their successors, executors, administrators, and assigns. Any dispute or claim arising in connection with this Agreement shall be submitted to Mediation for resolution in accordance with the Construction Industry Mediation Rules for the American Arbitration Association currently in a MORE brand effect. If not resolved, then the dispute or claim shall be subject to Construction Industry Arbitration Rules of the American Arbitration Association currently in effect. The Mediation and Arbitration shall take place in Tarrant County, Texas. 12. MISCELLANEOUS PROVISIONS Engineer's Representative. The Engineer shall identify a representative authorized to act on behalf of the Engineer with respect to the Project. Termination. Either party may elect to terminate this Agreement with not less than seven (7) days' notice should either party fail substantially to perform in accordance with the terms of this Agreement through no fault of the party initiating the termination. The Client shall hold the Engineer harmless for delays, clarifications, or nonconformance with the Contract Documents if the Engineer has been terminated prior to the Construction Administration portion or phase of the work. In the event of termination, the Client shall pay the Engineer only to the percentage of work completed at the time of termination of this agreement. Proposal Validity. This Proposal shall remain in effect for thirty (30) days from the Proposal Date. If not executed within this period of time, this Proposal may be deemed null and void by the Engineer, Method and Means of Construction. The Engineer and its consultants are not responsible for the method, means or sequencing of construction unless this is arranged contractually (in writing) executed by both parties. Storage of Materials. The Contractor is responsible for the storage and proper protection of materials. Materials shall be stored in an area that is adequately ventilated and free from excessive moisture and condensation that may be conducive to mold contamination. 13. DEFINITIONS A. ENGINEER - shall mean Innovative Engineering Group A MOREgroup Brand, LLC and its independent professional associates or consultants. B. CLIENT - shall mean the party with whom this contract is executed by Engineer C. OWNER - shall mean the OWNER and/or MAJOR TENANT of the Project, if different than the CLIENT. D. CONTRACTOR - shall mean a third party, if any, engaged to provide construction services based on the Work provided by Engineer Client(s) Initials: APPENDIX 2 IEG HOURLY BILLING RATE TABLE A. Standard Hourly Rates: a MORE brand Standard Hourly Rates are set forth in this Appendix 1 and include salaries and wages paid to personnel in each billing class plus the cost of customary and statutory benefits, general and administrative overhead, non -project operating costs, and operating margin or profit. The Standard Hourly Rates apply only as specified in the Proposal and are subject to annual review and adjustment. Schedule of Hourly Rates: Billing Class Rate Administrative Assistant $ 75/hour Non -Licensed Designer $ 135/hour Construction Observer $ 175/hour Project Manager $ 180/hour Director/Professional Engineer $ 250/hour Vice President Professional Engineer $ 280/hour President Professional Engineer $ 335/hour Chief Operations Officer $ 350/hour WRIGHTSON I JOHNSON I HADDON I WILLIAMS WJHW. February 13, 2024 Erica Bish, AIA, NCARB, CSI Director of Operations TSK Architects 5830 Granite Parkway, Suite 750 Plano, TX 75024 Designers and Planners for Sound, Video, Multi -Media Telecommunications, Broadcast, Theatre & Acoustics Dallas • San Antonio • Denver EXHIBIT U VIA EMAIL: erica.bish(a)tska.com Subject: City of South lake; Town Hall Plaza Renovation Project -Phase 1 Proposal for Specialty Design and Consulting Services Dear Erica: Thank you for requesting this proposal for specialty design and consulting services. Wrightson, Johnson, Haddon and Williams, Inc. is pleased to have the opportunity to work with you on this project. This proposal represents our current understanding of the project. If you feel we have misunderstood the requirements or scope of work, we would be pleased to revise this proposal upon request. Our proposal includes specialty design and consulting services for the City of Southlake; Town Hall Plaza Renovation Project - Phase 1 as described below. These services are hereinafter known as the "Base Services." It is prepared and offered by Wrightson, Johnson, Haddon & Williams, Inc. hereinafter known as "WJHW", to TSK Architects, hereinafter known as "Architect". Our proposal is intended to form the basis of an agreement between Architect and WJHW for the services and fees as described. PROJECT UNDERSTANDING Design of the park and support infrastructure renovations is ongoing, and the Owner would like to review 3 options for possible improvements to the facilities. WJHW will be providing Concept Design level support and narratives for the following areas and scopes: • Gazebo/ Stage - Architectural Acoustics, Environmental Acoustics, Theatre Consulting, Performance Lighting and Rigging Systems, and Sound and AV Systems • Restroom/ Visitor Amenities Center - Sound and AV Systems • Park -Wide Upgrades - Structured Cabling Systems, Physical Security Systems, and Wi-Fi Systems SCOPE OF SERVICES PHASE 1 - CONCEPT DESIGN & PROGRAMMATIC VERIFICATION/ SCHEMATIC DESIGN WJHW will: • Meet with the Owner and Architect to develop an understanding of the design requirements which are unique to this project. • Develop concept sketches for review with the Architect and Owner. • Develop a written report/narrative for each technical system and building area (for which we are responsible) that outlines the design options selected by the Owner and the Architect. • Pre -design opinions of probable cost will be included in the report. 3424 Midcourt Road, Suite 124, Carrollton, TX 75006 972.934.3700 voice 972.934.3720 fax Erica Bish, AIA, NCARB, CSI WJHW Proposal - City of Southlake; Town Hall Plaza Renovation Project - Phase 1 February 13, 2024 Page 2 of 6 SCOPE OF EFFORTS WJHW will provide consultative recommendations and designs based on the program approved by the Owner and noted above. As part of WJHW's scope of services, we will: ENVIRONMENTAL NOISE ASSESSMENT Utilizing design documents and proposed noise sources, WJHW develop an environmental noise model to predict sound transmission from the facilities to the surrounding community. WJHW will: • Establish potential noise sources, locations, and levels associated with the facilities. • Using SounclPlan (software), provide noise contours to describe facilities' propagation to the surrounding community. • Develop concept solutions to address noise reduction as required to meet the City's obligations. • Following our review and analysis, WJHW will provide a report in letter format discussing our methodology, results of the analysis and noise level calculations, along with any recommendations for any architectural or operational noise mitigation measures to achieve compliance with applicable noise level regulations. ARCHITECTURAL ACOUSTICS • Work with the Owner and design team to set acoustical criteria based on user needs and expectations for room acoustics, speech intelligibility, and other noise control requirements. • Assist in the determination of the quantity, type and location of acoustical finishes within the areas listed above. ACOUSTICAL DELIVERABLES • WJHW will provide verbal and written recommendations, as appropriate, with detail drawings in sketch form and manufacturer's cut sheets for use by the design team in developing working drawings for acoustical treatments as well as partition design recommendations, etc. between sensitive spaces. • WJHW will review documents prepared by others to ensure the acoustical recommendations are included and meet design intent. • A written report will be provided indicating areas requiring attention as well as updates for products, details, and other items needed. SOUND, AV & INTERCOMMUNICATION SYSTEMS • Plan and provide initial design options for sound, AV, and intercommunications systems as part of the project. • Coordinate locations of controls for the systems with the Owner and appropriate members of the design team, depending on available space and user requirements. • Provide infrastructure, power, and HVAC requirements for each of the systems listed in this section. • Work with the Owner and Architect for the integration of the required system components into the architectural design and coordinate them with the interior design. THEATRE PLANNING/CONSULTING Wrightson, Johnson, Haddon & Williams, Inc. Designers and Planners for Sound, Video, Multi -Media, Telecommunication, Broadcast, Theatre & Acoustics Erica Bish, AIA, NCARB, CSI WJHW Proposal - City of Southlake; Town Hall Plaza Renovation Project - Phase 1 February 13, 2024 Page 3 of 6 • Assist in the development and facility planning for the performance spaces and associated support spaces. • Review and recommend front -of -house traffic patterns, box office requirements, public restrooms, and other audience amenities. • Provide recommendations on issues concerning the design of the performance venues as it relates to performance and operational requirements. • Aid in the development of control rooms, stage configurations , power requirements, stage rigging support infrastructure, and other facility production requirements. • Coordinate theatre requirements with the project engineering consultants, including the location, and routing of building systems, such as HVAC, plumbing, fire protection, and electrical. PERFORMANCE LIGHTING AND CONTROLS SYSTEMS DESIGN • Plan and provide initial design options for design of a lighting control system for the performance spaces including permanently installed systems and infrastructure for rental systems. • Coordinate load (power and heat) requirements with the MEP Engineer. • Provide distribution circuit and low voltage control network diagrams. PERFORMANCE RIGGING SYSTEMS, DRAPERY, AND STAGE EQUIPMENT DESIGN • Assist in the coordination and design of temporary rigging system infrastructure and stage equipment systems for the outdoor concert venue and main room in the Event Space. • Work in close coordination with the Structural Engineer and Architect to verify all associated structure and for access and service of the rigging system when necessary. STRUCTURED CABLING SYSTEM (TEL/DATA) • Plan and provide initial design options for design of a structured cabling plant that will serve the facility. • Confirm the quantity, type, and location of drops throughout the new facility. • Provide equipment rack elevations identifying rack mounted equipment to be provided by Owner or as part of the contract. • Develop a design package consisting of design drawings and technical specifications for issuance as part of a general bid package. WI-FI INFRASTRUCTURE SYSTEMS DESIGN • Determine the prerequisite requirements for the Wireless LAN solution to develop the concept designs. Establish minimum and recommended performance criteria for the solution to inform the concept options. • Develop the Wireless LAN Concept Design, which will include high-level configuration for the solution. This will include 100% patron uptake rates. • iBwave Modelling: Utilize iBwave to develop a 3D Model of the recommended solution, including design of network with access points, cabling and network equipment. • Submit predicative modeling to the Client for review/markups/approval to proceed to detailed design. Wrightson, Johnson, Haddon & Williams, Inc. Designers and Planners for Sound, Video, Multi -Media, Telecommunication, Broadcast, Theatre & Acoustics Erica Bish, AIA, NCARB, CSI WJHW Proposal - City of Southlake; Town Hall Plaza Renovation Project - Phase 1 February 13, 2024 Page 4 of 6 • Develop the Wireless LAN design, which will include detailed configuration and specific details for the solution. The relevant dependencies, integration, security and access control requirements will be established. These may include: o Controllers (virtual or otherwise) o Integration requirements o Physical Connectivity o Implementation Approach • Develop an opinion of probable cost to present to the Owner. SECURITY SYSTEMS DESIGN CONSULTATION • Plan and provide initial design options for design for the video surveillance and access control systems • Design these systems based on the input and direction from the development team, project operations and Owner's security consultants/staff, and past project experience. VIDEO SURVEILLANCE SVSTEMI MOTION DETECTION • Meet with all appropriate parties to review the video surveillance requirements of the project. • Utilize this program to develop the systems designs to meet the goals and requirements of the program. • Includes the design of: Motion detectors, Beam detection, Exterior camera surveillance and Interior camera surveillance (at Owner designated sensitive points). • Identification, location and interconnection of cameras throughout the facility. ACCESS CONTROL SYSTEMS DESIGN • Meet with Owner security and operations staff or the development team's representatives to determine their security goals and assess their security program. • Develop an access control system based on the outcome of the Owner's goals and approved program. • Address the following security design issues: o Site access, staff and public access and egress o Amenity locations o Admin access and egress o Office and Security operations o Parking areas • Develop systems to monitor and control the facility, coordinated with the architectural design elements. SCHEDULE WJHW has the staff and technical resources available to provide consulting and design services within the current project schedule. Narrative documents are scheduled to be issued on May 1, 2024. Wrightson, Johnson, Haddon & Williams, Inc. Designers and Planners for Sound, Video, Multi -Media, Telecommunication, Broadcast, Theatre & Acoustics Erica Bish, AIA, NCARB, CSI WJHW Proposal - City of Southlake; Town Hall Plaza Renovation Project - Phase 1 February 13, 2024 Page 5 of 6 DESIGN AND CONSULTING FEES We propose to perform the design efforts described in this proposal for the fixed fee shown below. This fee indicates a level of professional service which is consistent with our past work on similarly sized facilities. WJHW's fees assume that all services shall be accepted as part of this proposal. WJHW reserves the right to renegotiate our fee estimates should the project's final program, design direction and scope differ from what is outlined within this proposal. Phase 1 Services PROJECT TRIPS $24,800 WJHW does not limit design team meetings at the Owner's or Architect's office; however, we anticipate participating in video or phone conferences for most coordination meetings associated with the project as we do not foresee our in -person attendance will be required at all meetings. We request that we only be asked to participate in person at those meetings when our scope of efforts is being discussed or our technical expertise is required. EXCLUSIONS Any services not specifically described in our scope of services as basic services are specifically excluded from the services that WJHW will provide on this assignment. The following services are not a part of our basic services but can be addressed in an addendum to this proposal if deemed necessary: • Any design/redesign of systems that may become necessary to accommodate changes in the approved program after release of the CD documents. • Electrical or Structural Engineering that may be required for review • Attendance at regularly scheduled, i.e., weekly design or construction meetings. • Staggered commissioning of any of the technical systems. • Preparation/incorporation of contractor redlines into as -built drawings BIM DOCUMENTATION WJHW has the capability of preparing our documents in Revit for the design development and construction document phases as directed. If utilizing Revit, models will be produced up to a Level of Development (LOD) of 300 during the construction document phase. Elements and details not modeled under an LOD of 300 will be conveyed through 2D drawings. Additionally, conduits will not be modeled; rather conduit quantity and size requirements will be annotated throughout the drawing set. OTHER PROJECT PROVISIONS :3101' l 11AN RZ•] rrl_1 N1 WJHW will endeavor to perform our services in accordance with generally accepted standards of practice in effect at the time of performance. WJHW owes no fiduciary responsibility to any party involved in this agreement. Wrightson, Johnson, Haddon & Williams, Inc. Designers and Planners for Sound, Video, Multi -Media, Telecommunication, Broadcast, Theatre & Acoustics Erica Bish, AIA, NCARB, CSI WJHW Proposal - City of Southlake; Town Hall Plaza Renovation Project - Phase 1 February 13, 2024 Page 6of6 PROFESSIONAL SEAL WJHW will not be producing documents for bidding or permit; therefore, the contract documents produced will not be sealed by WJHW. RE -DESIGN WJHW will perform programming, analysis and design work one time. If we are requested to provide re -design or value engineering changes, after our design is issued for bid and/or incorporated, due to something beyond our control (change in overall project budget, changes based on Owner's request, etc.), we would be pleased to comply on an additional services basis, either hourly or for a negotiated fee. If "value engineering" (cost reduction through eliminating, reducing or substitution) recommendations are made by any party that are contrary to WJHW's recommendations or accepted practice and WJHW objects to any of these recommendations, WJHW will so state in writing. If Architect or Owner requires the incorporation of changes to the project documents to which WJHW has objected, Architect and Owner agree, to the fullest extent permitted by law to waive all claims against WJHW and to indemnify and hold harmless WJHW from any damages, liabilities, or costs, including reasonable attorney's fees and the cost of defense, which arise in connection with or as a result of the incorporation of such changes required by Architect or Owner. LIMITATIONS OF CONSTRUCTION RESPONSIBILITIES: WJHW shall not have control over, or charge of, and shall not be responsible for, construction, means, methods, schedules, or delays, or for safety precautions and programs in connection with the Work. These fees are based on our best assessment of the needs of the project. If our understanding of the scope requires modification, please let us know; we will work with you on a changed scope of services and fee structure. Thank you for the opportunity to be of service. Please let me know if you have any questions or need further information. Best Regards, ACCEPTED: WRIGHTSON, JOHNSON, HADDON & WILLIAMS, INC. By David Vieira, ASTC Title Principal Date Wrightson, Johnson, Haddon & Williams, Inc. Designers and Planners for Sound, Video, Multi -Media, Telecommunication, Broadcast, Theatre & Acoustics Item 4C- Attachment B Park Interest & Goals 1_ Incorporation of Visitor Center with state of the art technology. 2_ Dedicated park rest rooms & event storage space. 3_ Utilization of Fountain Place and Main Street for permanent or temporary closures. 4_ Increase family stay time at park with engaging program. 5_ Update water fountain to appropriate scale and design. 6_ Multiple conservation / gathering areas / event set up. 7_ Park utility upgrades related to site lighting, electrical (3 phase power), wifi, and food trucks. 8_ Increased plaza flexibility through technology updates to include but not limited to: program audio, lights, visuals for community events. 9_ Improvements to park drainage and maintenance. Annual Park Events Art Festival - April Stairs and Stripes - July TBG Homecoming - September Oktoberfest - October Southlake Plaza Town Goals and Analysis oOF Main Street Fountaih Plaza Southlake Bly Southlake, Texas 06/12/2023 N ' ` Park Inventory / Analysis City of Southlake Town Center - --I I Goal -Axis and View. �...,... ........,_�;......,��;. ......... ................................................................................................ Axis View Revisions to preserve and enhance axial form and views established in park design. r ti4 .DNuts�. J --- r r.. • • . . . • • . . c I �I - Axis View • , , , ' Rusti6 Park'7�> r 1 i i i " + �� Pavilion '\_`;;�.. ...... ...� .Cf > .. �.. . sJ Cr j � 1 Axis l iew f0, r 1 \ \ I.......................:..:OC... • •' .. t �� ; �� ? Detention Pond 011 1�-� •r...r.:.:. ` ..............I............. r......: .... / .... ..� y... J . 1 I C1 I 1 I I l r II C + ( + \ C� II Main Street Opportunity / Challenge - Street Closure ..�............. .............. ........ Street closure good for pedestrian safety and access. Need to study vehicular impact for how closure will impact Town Center Opportunity - Kiosk Improvement With improvements to technology at park, opportunity to improve Kiosk presence and usability in park for town center. ........................... Opportunity. -• Art •i•n •Park................................ Re -look at Art Opportunity and Placement in park. Goal - Water Feature Improvement Water Fountain to feel more to scale, while staying with park intent; visible icon, not accessible, and formal. Opportunity for interactive lighting. Opportunity - Preservation of Legacy. Trees ...... [ ........ 0_0 .................. Enhancing user friendly spaces by incorporating Fountain Plaza N6, existing trees in project. Opportunity - Flexible Lawn Opportunity to consolidate open•space to large flexible lawn for both events, tent layouts, and gatherings. Challenge - Street Closure & Parking With Main Street closure, need to evaluate ADA and City Council parking relocation. .......................... Opportunity.-. Pergola• Seating •Zone.......... • •. Opportunity to utilize street closure to expand lawn in front of pavilion for seating and closer community engagement. .......................... Goat ... tntentio.n.al S.eafin.g .......... .. ............. Current seating in park attracts people but has opportunity to be more intentional for gatherings places in park. Opportunity - Pond Interaction & ....Southlake Blvd .................... •rmprovem'Brits................................................... lls� Opportunity to provide closer access and gather nodes closer to pond along with improvements to pond outlet and drainage system. TBG 2001 Bryan St. Suite 1450 Dallas, Texas 75201 The information shown is based on the best information available and is subject to change without notice. mmmm%mmmm 0 20' 40' 80' 0 [2141 744 0757 tbgpartners.com Concept - Flexible Main Street lksl� � 1 1 Tabled Street For Flexible Use Tabled Main Street at Town Center with removable bollards for more flexible vehicular and pedestrian use. !-. v �� . •ram 4ae 3 Pavilion Lawn Utilize closure of Fountain Plaza to create dedicated lawn for event performance. 2 Smaller Flexible Lawns Smaller flexible lawns partitioned with paths to reduce foot traffic impact. 4_ Restroom / Amenity / Pavilion Enhanced Pavilion and Bathroom Building Along Central Axis of Townhall Plaza 5_ Social Nodes at Existing Trees 6_ Dedicated Seating Tree Grove Opportunity to establish permanent seating and gathering Tree Grove providing opportunity for flexible seating and nodes at existing trees for all purpose program. event layout along with dedicated seating zones. ilqk TBG Southlake Town Plaza Conceptual Framework Plan Southlake, Texas 06/12/2023 / Main Street Fnsrntain Pla.7a Southlake BI 1 j [ I TBG 2001 Bryan St. Suite 1450 Dallas, Texas 75201 "W 1 1 1 I 1 d N Q 0 ac Q Q go ON Main Street Fodntain Plaza , I Southlake Blvd. The information shown is based on the best information available and is subject to change without notice. Parking Count Approx. 57 Spots Total: + (4) ADA Spots at Seating Tree Grove + (2) Standard Spots at Seating Tree Grove - (2) Spot Reduction at Park for ADA Spots (Note: ADA spots relocated to North of Town Center) +/- (18) Spot Reduction 0 20' 40' 80' 2 [2141 744 0757 tbgpartners.com Art in the Square Festival Existing Tent Layout (Total 138) ❑ ❑ ❑ ❑ SPONSOR BOOTHS SPONSOR BOOTHS SPONSOR ' El El El I El ❑ ❑ ' BOOTHS ► I I M EWELL O I ' AVONDAL RAPEVINE ARTIST EALERSHIP ZONE 13 12 11 INFORMATION H U EF71 ZONE El ❑ ❑ j 12 13 1410 10 ❑ ❑ 10 ❑_� ❑ I U ® ❑ 11 El El❑ El H 1 ❑ El ❑ ❑ ❑ I ❑ 13 El El El 1❑ ❑4 El ' 14 ' ❑ © li © El ' 14 El 15 , ❑ ❑ 3 ,sue Fil 6 , Efl I ❑ 6 16 El ❑ El H 10 11 El 16 [i] M El Ej�:J I El El 7 El 1$ El M E H 13 14 , ' © 0 El El FIRSTAID FOOD/ DRINKS SEATING GAZEBO FOOD/ STATION BEER ODRINKS I ATI TENT SEATING D SPONSOR BOOTHS .. ED, El1 , � UEl ❑2 I 10 11 ❑3 3 ' 11 12 I 4❑ El 12 , 13 F51, 5 1 13 14 i 6❑ ❑ i 14 15 ❑ 7❑ I 15 16 1 ❑ ❑ I 16 r i 1 � l! � 1 4 TBG Southlake Town Arts Festival Plaza Layout Southlake, Texas 06/12/2023 Art in the Square Festival Proposed Tent Layout (Total 155) 1:1 ❑ SPONSOR BOOTHS SPONSOR BOOTHS ' EWELL O j RAPEVIN ZONE/ ❑ E I E I ARTIST E I E ❑ 13 12 11 INFORMATION 10 $- ❑7 1 2 3 9 4 5 ❑ ❑ ❑ 12 13 14 El SPONSOR BOOTHS i10 1 El El El 10 El I 11 I Fil El El Elo' N I El HI 12 v' El ❑ ---- - - 10 11 ---; ----- El :10: 4 ;15; ; 1�_ ❑g 13 0' ! ❑ El ❑ ❑ 1 O 1 I El` El 1 14 J � ❑ - � i� �--!- - - -art = "4 � ❑ 1 Q El 15; ElElI ❑ ❑ 0, I ----- ----- 16 ' El ❑ 2 11 ElI � 17 ' ❑ ��---' I - -- :4 :15: ' ❑ 6❑ El El D IL�I 3 1 ! -- El ❑ ! ! ;6: ' i - 7- 8 - - 9 :10 : :11 : I STAGE LAWN I ' I FO DI DRINKS 5EAT1 Q 1 STAGE AT El , Ell PAVILION 10 I ❑ ! El El I H El 3 ! H El H El E I El ! 16 i El I --4; 2 - ❑ ' El 16 ' El ' _9_ El I ED H 14 ❑ ❑ :16: :12::13: :14: :15: :17 I f GAZEBO[:] FOO DI BEER DRINKS TENT SEATING SPONSOR BOOTHS TBG 2001 Bryan St. Suite 1450 Dallas, Texas 75201 rJ I I I I I � I 7 I I H 11 12 13 14 15 16 17 18 FIRSTAID STATION f r EL 4000 The information shown is based on the best information available and is subject to change without notice. Tent Count Existing Qty: 138 Impacted Locations: 15 Additional Locations: 17 Proposed Total: 155 Le. end Relocated Tents ❑ Existing Tents Impacted Tent ■ Locations/ Renovations Sponsor Booth Artist Info Additional Tent L _ J Space Stage + First Aid Food/Drinks I Permanent _ Seating Zone Potential Food Truck(5) J 0 20' 40' 80' 3 [2141 744 0757 tbgpartners.com Oktoberfest Existing Tent Layout (Total 122) OPEN 1--10E] OPEN F-1 F-1 F-1 OPEN i OMEN OPEN � OPEN 1:11:1000E] EIE]EIE]EIE] EIE] SPONSOR TENTS SPONSOR TENTS I I r SPONSOR TENTS SPONSOR TENTS I ❑ 011111--101] DE]EIDEJEJ ❑ I OPEN 28 27 H 67 68 OPEN ❑ o y H 1:1 2 ' ❑ 40 I � 1:1 r El H i 53 41 , El ❑ I ❑ ' H I ❑ H ElI El15 62 54 9 Ell _J ❑ El_ 0 M H ,, El ❑ 7 OM w m45 El.� M I I 1:1 , E H ois 57 46 , 1:1 ❑ Fil 2 a ' G' 47 I ❑ r El10 H 58 48 I ElI ❑ 11 20 s 59 HE 12 ' ❑ H❑❑ e ❑O 0 I I 13 � s❑ 34 33 72 73 j L � I SPONSOR TENTS SPONSOR TENTS — o , ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ I ❑ r r ❑ I ❑ ❑ El SPONSOR ter - TENTS �� , !3 - `' El ❑ - ❑ ❑ I ❑ �` �� �� SPONSOR El' ❑ ' TENTS Elr ❑ MUSIC STAGE ' OPEN OPEN OPEN I TBG Southlake Town Plaza u Oktoberfest Layout OPEN ❑ ❑ r Southlake, Texas 06/12/2023 Oktoberfest Proposed Tent Layout (Total 128) OPEN 000 OPEN i E100000 SPONSOR TENTS I I El r SPONSOR I TENTS I PEN I o I I I I I n El El El ED 6❑ El 10 El 12 El E100000 SPONSOR TENTS SPONSOR TENTS SPONSOR TENTS F-1❑❑ ❑o❑ 000000 28 27 Efl EJ H :29 <$> ; 52 ❑ .69 ❑ E:22 31 23 w H 60 :70 54 - ❑ J .... _J :55I 01 ---- I LU U_ 0 -- LU :63 : 18 :17: :38 Q a , -- 56: EJ 19 ❑ , -- 58 L..J 77 H ... �j �6�1 > :37_ :75 1 � 34 33 72 73 ❑ ❑ ❑ ❑ r� SPONSOR TENTS SPONSOR TENTS ❑ E F-1 E El El EIPE]EXI: --- : F-1 El OPEN STAGE LAWN I I I ;1 ;2: 3; ; } ;4;:5::6: ❑ ----- ----- ----- * — — — — — — — — — — — — — — — ......... - TBG 2001 Bryan St. Suite 1450 Dallas, Texas 75201 El F-1 OPEN 0l I I I OPEN EEI OPEN 1 ❑ 11 F-1 I ❑ EJ 1 I El 1 El I ElI I El I El 0 I ❑I El SPONSOR TENTS The information shown is based on the best information available and is subject to change without notice. Tent Count Existing Vendor Qty: 77 Impacted Locations: 20 Existing Sponsor Qty: 45 Impacted Locations: 2 Additional Locations: 6 Proposed Total: 128 Legend I Relocated Tents Sponsor Tents ElImpacted Sponsor Tents Vendor Tents ■Impacted Vendor Tents ❑ Open Tents � Additional Tent ` — j Space Festival Music Stage Lawn Permanent Seating Zone Potential Food Truck(5) 0 20' 40' 80' 21 [2141 744 0757 tbgpartners.com Christmas Festival Existing Event and Seating Layout (Total 17540 sq ft) STAFF RESTROOM r CARRIAGE Q RIDE �y * ! b TENT cc �ISTAFF STAGESTAFFI w I f SPONSOR I Q Elr AREA CARRIAGE RIDE r TENT f' r I � I � r r 1 EVENTAND r I r SEATING AREA ,r i (17540 sf) ~' r r I r 1 w w. cc OC r ' Q `� r p f 0 r� ❑ Z rST FF TAFF z i O r i W a r r � r ICARRIAGE r RIDE TENT VENDOR AREA VENDOR AREA STAFF STAFF STAF€ IBICYCLE FENCE k 0 - 1:1 ElP� li I BICYCLE FENCE $ STAFF STAFF WATER BARRICADE WATER BARRICADE EVENT FLEX SPACE EVENT FLEX SPACE '! I T 1 SANTA S , r c VILLAGE - FIRST AID STATION 1 , r , 1 I I I I I I , I , � 1 - t R111171A Southlake Town Plaza Christmas Festival Layout Southlake, Texas 06/12/2023 Christmas Festival Proposed Event and Seating Layout (Total 30175 sq ft) J 1:1 STAFF 1I0=1610711 I • r ' ❑ r r � r r STAFF CARRIAGE * STAGE RIDE ❑ r SPONSOR r AREA TENT r------------r ' 1 � g ' 1 PERMANENT z I SEATING 1 4' 1 (550sf) N' I � 1 � VI i1 1 p 1 LU 01 Q I LL Ir PERMANENT ' J' LJ IJ Q o SEATING Q I TAFF (550sf) Z 1 I 1 > W I 1 ❑' I I ' I ' I ' PERMANENT ' ' SEATING I ► I (550sf) CARRIAGE ' RIDE TENT STAFF VENDOR AREA ' EVENT FLEX SPACE I (2700 sf) I WATER BARRICADE LEI C G G 0 1:1 W CARRIAGE I JQ I RIDE v IC_m El , cc a m STAFF I r I r EVENT LAWN PERMANENT ' (2856 sf) SEATING (550sf) r I EVENT FLEX SPACE (14838 sf) r i r r r wr , � r I 4 r PERMANENT Q r❑ SEATING (n ,STAFF (550sf) p r I � r , � r r r r r , PERMANENT SEATING r (550sf) r � r r , EVENT FLEX SPACE Q ' (7803 sf) STAFF VENDOR AREA STAFF ❑ ❑ ti ❑EVENT FLEX SPACE <2.ORG�9 (2700 sf) �pQ' STAFF WATER BARRICADE i SANTA' S VILLAGE TBG 2001 Bryan St. Suite 1450 Dallas, Texas 75201 FIRST AID I STATION ' E] STAFF The information shown is based on the best information available and is subject to change without notice. Event/Seating Existing: 17540 sq ft Additional: 13175 sq ft Proposed Total: 30175 sq ft Legend r � Potential Food — Truck(5) Permanent Park Seating Event Lawn Vendor Area Sponsor Area Stage r—mi ! Event Flex Space L Santa's Village Restroom Carriage Ride Staff + First Aid Road Barricade Water Barricade 0 20' 40' 80' 5 [2141 744 0757 tbgpartners.com Stars and Stripes Celebration Existing Event and Seating Layout (Total 17540 sq ft) COOLING ZONE Restroom 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9 ' J a TI� I 1 1 1 A I INFORMATION _ �f BOOTH T I SPON�OR ZO E I I J ' 1 EVENT SEATING AREA (17540 sf) } CA KID' S ZONE I� - BICYL6 FENCE SEATING ' SEC .RITY 1 AREA ; OFFICER r r I EEL- - r4ile P., Stars and Stripes Celebration Proposed Event and Seating Layout (Tots 142764 sq ft) 1 1 r r r 1 r r r 1 r 1 1 :. - ; COOLING ZONE COOLING ZONE 1 i1 1 1 1 1 1 1 1 1 1 1 1 1 rr� 1 1 1 1 1 1 1 1 :.FIRST 1 ,F1RSTAIDI ' SEATING, GPI 'COM C AREA Q, ZC NE 1 1 VIP VIEWING -7 WATER BARRICADE SEATING AREA SEATING AREA 1 � 1 1 1 i MUSIC 1 J 1 it r , 1 1 ! 1 1 1 ' TALENT TALENT ' 1 1 PARKING PARKING 1 1 1 1 1 1 � 1 i ---- �►- -------------- -ALCOHOL ZONE--------------------=� ----* -- - -771 in il * TBG Southlake Town Plaza Stars and Stripes Festival Layout Southlake, Texas 06/12/2023 r l 1 i EVENT EVENT SEATING SEATING AREA (2250 sf) INFORMATION AREA (2250 sf) , BOOTH i COOLING ZONE ,--------- ------ - - - - -- 1 I I ' r1 r PERMANENT EVENT SEATING PERMANENT „ z r I SEATING AREA SEATING 1 r 1 01 1 (550sf) (17694 sf) (550sf) r1 N , r1 U1 1 I ' O SPONSOR KID' S 1 r1 0 11 LZONE PERMANENT PERMANENT ZONE ' Q i �(4561 sf) SEATING SEATING (8064sf) (550sf) (550sf) r1 � 11 UJ O1 1 r1 1 1 IL I 1 r1 11 PERMANENT PERMANENT r 1 i SEATING SEATING I (550sf) ' (5500) , 1 LU I ' wI ' z STAGE LAWN Z' of -----------10 ' (7576sf} N N EVENT SEATING I EVENT SEATING J; J Restroom 0 AREA ' AREA 01 =� (4847 sf) r (4847 sf) i ------ - - - - -- O i U1 FIRST AID/ iU Q r Q: COMMAND w_ O VIP VIEWING GP ' � WATER BARRICADE 1 1 ' MUSIC Q` 0P � 1 ' l 1 , l , F ' 1 1 r ' 1 ' r ' 1 ' 1 ' 1 r TALENT TALENT ' ' 1 PARKING PARKING y ' 1 ' 1 ' 1 ' l 1 r , 1 , 1 , l , ' 1 I , I , I 1 , , ' 1 I 1 ' ' i 1 I 1 '------ ALCOHOL ZONE 1 ------------------------------------------------------ r-----_' 4 I TBG 2001 Bryan St. Suite 1450 Dallas, Texas 75201 The information shown is based on the best information available and is subject to change without notice. Event/Seating Existing: 17540 sq ft Additional: 25224 sq ft Proposed Total: 42764 sq ft Legend Stage Lawn L — 0 Permanent Park Seating Potential Food Truck (5) Sponsor Zone Talent Parking ~ Kid Zone Event Seating Cooling Zone Music Restroom Info Booth First Aid Alcohol Zone v� i Bicycle Fence Road Barricade Water Barricade 0 20' 40' 80' C. [2141 744 0757 tbgpartners.com Item 4D ICITY OF SOUTHLAKE MEMORANDUM (April 16, 2024) To: Southlake Parks Development Corporation From: Rob Cohen, Director of Public Works Subject: Recommendation on approval of contract change orders with GeoSurfaces for a total not to exceed amount of $12,015,000 for work required to complete the synthetic turf, ballfield fencing and amenities project at Bicentennial Park and Bob Jones Parks. Action Requested: Recommendation of approval of contract change orders with GeoSurfaces for a total not to exceed amount of $12,015,000 for work required to complete the synthetic turf, ballfield fencing and amenities project at Bicentennial Park and Bob Jones Parks. Background Information: The purpose of this item is to seek City Council approval of contract change orders with GeoSurfaces for work required to complete the synthetic turf, ballfield fencing and amenities project at Bicentennial Park and Bob Jones Park, for a total contract amount not to exceed $12,013,000. This amount includes an additional $463,250 of SPDC residuals to this project. At its October 17, 2023 meeting, City Council awarded an agreement to GeoSurfaces to purchase and install synthetic turf, fencing and site amenities at Bicentennial Park and Bob Jones Park, and it authorized a total project budget of $11.6 million, which included engineering and project contingency. The preliminary scope of work for the project entailed removing existing turf, fencing and site amenities and installing synthetic turf and in -kind materials at the existing locations and elevations. To expedite project delivery, the City utilized The Interlocal Purchasing System (TIPS) to procure services from GeoSurfaces. In addition, $the City contracted separately with BHB to furnish the civil and structural engineering that was required for the project, because Page 1 of 4 Item 4D TIPS prohibits engineering services from being included in cooperative purchasing agreements. BHB commenced engineering services for surveying, drainage analysis, and development of a stormwater pollution prevention plan (SWPPP) immediately following contract award. Upon completion of these tasks, GeoSurfaces commenced implementing the SWPPP, demolition and grading. BHB proceeded with structural engineering for the backstop walls, dugouts and installation of net poles and determined that the preliminary design of the structures did not meet current building code requirements. BHB revised and finalized the design with revised material specifications and installation requirements. The finalized structural design caused changes to Geosurfaces' preliminary scope of work. These changes included • Using larger, longer net poles; • Reconstructing backstop wall foundations and pole footings; • Adding additional rebar to the backstop walls and foundations; requiring the dugout poles to be larger and embedded into the foundation; • Requiring welded connections between the dugout frame and structural elements; and • Mobilizing a larger crew with additional equipment to perform the work. Additionally, staff reviewed the vinyl coating for the net poles that Geosurfaces proposed in the preliminary scope of work. Over time, vinyl becomes brittle when exposed to extreme temperature fluctuations and humidity. In contrast, a two-part epoxy coated finish is known to be durable and weather resistant. Staff opted to proceed with a two-part epoxy finish for the net poles, with the intent of minimizing maintenance costs over the life of the poles. GeoSurfaces agreed to a change order in an amount not to exceed $540,000 for the scope changes due to the final structural design. Staff reviewed the price breakdown and deemed it to be fair and reasonable. This price includes the $39,000 investment to finish the poles with a two-part epoxy for enhanced environmental resiliency. Other changes to GeoSurfaces' preliminary scope of work were required due to input from stakeholders after the award of the project. These changes include Installing additional temporary fencing to secure the project site; Page 2 of 4 Item 9A • Implementing the SWPPP; • Installing a mow strip/fencing to protect the new turf on the soccer fields at Bob Jones Park; • Installing a capstone on the backstop walls to match the existing design; • Revising the fencing for the soccer fields at Bob Jones Park, to accommodate the needs of the cross country events; and • Repairing a sinhole discovered at Bicentennial Park. A summary of the project scope, changes, costs and impacts to the project budget are shown in the tables below. Table 1. Proiect Cost Breakdown. ITEM COST FUND BALANCE ORIGINAL AWARD (10/17/2023) $11,600,000 CONSTRUCTION Preliminary Scope of Work Awarded Project Scope (Geosurfaces) $11,207,231 392,769 Final Scope of Work CCO 01Temp Chain Link Fence $41,661 $351,108 CCO 02 SWPPP Implementation $14,848 $336,260 CCO 03 Soccer Field Mow Strip/Fencing $126,069 $210,191 CCO 04 Capstone $0 $210,191 CCO 05 Soccer Field Fence Revision $6,750 $203,441 CCO 06 Sinkhole T&M Repair $4,340 $199,101 CCO 07 Scope of Work Change due to Structural Engineering* $540,000 -$340,899 Project Contingency $74,101 -$415,000 Revised contract amount is $12,015,000. Financial Considerations: The additional funding for this project can be provided from the SPDC residuals. Strategic Link: This item links to the City's Strategy Map strategic focus areas of Infrastructure & Development. It specifically relates to the City's Corporate Objectives, F1: Safeguarding the public trust through a commitment to thoughtful planning and responsible, conservative financial management and F2: Investing to provide & maintain high quality public assets. Citizen Input/ Board Review: The City Council will consider this item at their April 16, 2024 meeting. Page 3 of 4 Item 4D Legal Review: The proposed agreement is a standard agreement that the City Attorney has reviewed and approved. Alternatives: The SPDC Board may recommend approval or denial of the agreement. Staff Recommendation: Recommend approval of contract change orders with GeoSurfaces for work required to complete the synthetic turf, ballfield fencing and amenities project at Bicentennial Park and Bob Jones Park, for a total contract amount not to exceed $12,013,000 and allocation of an additional $463,250 of SPDC residuals to this project. Supporting Documents: Attachment A: Contract Change Orders 01 — 06 Attachment B: Contract Change Order 07 Staff Contact: Rob Cohen, Director of Public Works Lauren LaNeave, Deputy Director of Public Works Administration Mamerto Estepa Jr, P.E., Project Manager Page 4 of 4 Item DocuSign Envelope ID: 6ADF9029-A335-48FF-8E78-98187C4BF3AC SOUTHLAI« .,/III\`� PUBLIC WORKS 4D- Attachment A CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 CITY OF SOUTHLAKE PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NOs. 01 — 04 rev 01 TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates TO: GeoSurfaces, Inc. You are hereby instructed to comply with the following changes from the Vendor/Member Agreement: SUMMARY OF CHANGES Description Change in Additional Work Additional Work (Detailed Explanation Attached) Contract Price' Days Requested Days Approved by Contractor by City 1 CCO 01 — Temporary Chain Link $41,661.00 0 0 Fencing 2. CCO 02 - SWPPP Materials & Labor $14,848.00 0 0 3. CCO 03 — 6" Mow Strip & Fencing $126,069.00 28 0 4 CCO 04 — Cap Stone @ Bicentennial $0.00 5 0 Park Net Change in Contract Price and Work $182,578.00 33 0 Da s2 'Deduction or decrease in Contract Price is denoted in parentheses. 2Net Change in Work Days shall be the sum of the Change in Work Days Approved by City. The following change is hereby made a part of the Vendor/Member Agreement and shall be performed under the same terms and conditions as required by the original Vendor/Member Agreement. Except as modified herein, the original Vendor/Member Agreement and all prior amendments shall remain in full force and effect and all of the terms of the Vendor/Member Agreement are hereby incorporated in this Change Order. SUMMARY OF ALL CHANGE ORDERS ORIGINAL CONTRACT AMOUNT....................................$11,207,231.00 CCO 01....................................................................................$41,661.00 CCO 02.....................................................................................$14,848.00 CCO03...................................................................................$126,069.00 CCO04.............................................................................................. $0.00 TOTAL...............................................................................$11,389,809.00 SUMMARY OF WORKING DAYS FIRST DAY OF WORK: ............................................................ 11/20/2023 CONTRACT WORKING DAYS: ............................................................ 180 TIME EXTENSION: CCO 01 — 04...........................................................0 NEW TOTAL WORKING DAYS: ........................................................... 180 LAST DAY OF WORK: .............................................................. 05/18/2024 DocuSign Envelope ID: 6ADF9029-A335-48FF-8E78-98187C4BF3AC \`��I���/ CITY OF SOUTHLAKE ' �- SOUTHLAKE TIPS Contract #s: 230203, 23020102, � PUBLIC WORKS 23020101, 23010402, 23010401 CHANGE ORDER DETAIL Change Order No TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates The changes or interpretations described and noted herein are hereby authorized. The signed original of this order is on file in the Department of Public Works. Shown as separate paragraphs: (A) Reason for Change; (B) Description of Change; (C) Change in Contract Costs; and (D) Change in Completion Date. Contract Change Order No. 01: Chainlink Temporary Fencing A. Reason for Change: Chainlink temporary fencing was not included in the Scope of Work for the original Vendor/Member Agreement. The City required temporary chainlink temporary fencing, during the preconstruction meeting, to secure the work area. B. Description of Change: Provide Chainlink temporary fencing as directed by the City. C Description Cost Unit Subtotal' Bob Jones Park $27,295.00 EA $27,295.00 Bicentennial Park $14,366.00 EA $14,366.00 TOTAL $41,661.00 'Deduction or decrease in Contract Price is denoted in parentheses. Change in Contract Cost: Add $41,661.00 Change in Completion Date: Contractor requested that 0 working days be added to the Contract Time. Add 0 Working Days DocuSign Envelope ID: 6ADF9029-A335-48FF-8E78-98187C4BF3AC SOUTHLAKE PUBLIC WORKS Change Order No.: 2 CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101,23010402,23010401 TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates The changes or interpretations described and noted herein are hereby authorized. The signed original of this order is on file in the Department of Public Works. Shown as separate paragraphs: (A) Reason for Change; (B) Description of Change; (C) Change in Contract Costs; and (D) Change in Completion Date. Contract Change Order No. 02: SWPPP Material & Labor A. Reason for Change: Material and labor relative to SWPPP implementation was not included in the Scope of Work for the original Vendor/Member Agreement. The City required a SWPPP as part of the project. B. Description of Change: Provide labor and material to implement and maintain the SWPPP for the project. C Description Cost Unit Subtotal' Labor $2,600.00 EA $2,600.00 Straw Wattles $4,596.00 EA $4,596.00 Orange Construction Fencing & T Posts $2,600.00 EA $2,600.00 Cable Ties $130.00 EA $130.00 Stone for Rock Dams $4,142.00 EA 4,142.00 Wooden Stakes $780.00 EA $780.00 TOTAL $14,848.00 Deduction or decrease in Contract Price is denoted in parentheses. Change in Contract Cost: Add $14,848.00 Change in Completion Date: Contractor requested that 0 working days be added to the Contract Time. Add 0 Working Days DocuSign Envelope ID: 6ADF9029-A335-48FF-8E78-98187C4BF3AC CITY OF SOUTHLAKE SOUTHLAI4CE TIPS Contract #s: 230203, 23020102, PUBLIC WORKS 23020101, 23010402, 23010401 Change Order No.: 3 TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates The changes or interpretations described and noted herein are hereby authorized. The signed original of this order is on file in the Department of Public Works. Shown as separate paragraphs: (A) Reason for Change; (B) Description of Change; (C) Change in Contract Costs; and (D) Change in Completion Date. Contract Change Order No. 03: 6" Mow Strip & Fencing Around Bob Jones Soccer Fields A. Reason for Change: 1) Concrete edging around the turfed soccer field was not included in the Scope of Work for the original Vendor/Member Agreement. To protect the new turf during mowing, the City requested for the installation of a concrete mow strip/curbing around the perimeter of the soccer fields at Bob Jones. 2) Fencing around the the Bob Jones Soccer Fields was not included in the Scope of Work for the original Vendor/Member Agreement. To discourage trespassing onto the soccer fields after the turf renovations, the City requested for the installation fencing around the perimeter of the soccer field. B. Description of Change: i) 6" Mow Strip. Install 2,030 +/- of 6" wide by 4" thick concrete mow strip/curbing around the perimeter of the soccer fields at Bob Jones Park. ii) Perimeter Fencing. (1) Install 2,100 LF of 4' black vinyl fencing from the roadside fence, across the front of the parking lot, down the side of the easternmost soccer field and back to the roadside fence along the tree line. (2) Install includes three (3) 12' by 4' bi-parting gates. C. Change in Contract Cost: Description Cost Unit Subtotal' 6" Mow Strip/CurbingStrip/Curbing $44,169.00 EA $44,169.00 Perimeter Fencing — Bob Jones Soccer Fields $81,900.00 EA $81,900.00 TOTAL 1 $126,069.00 D. Change in Completion Date: Contractor requested that 28 working days be added to the Contract Time. Because this work was not on the critical path, the request was denied. Add 0 Working Days DocuSign Envelope ID: 6ADF9029-A335-48FF-8E78-98187C4BF3AC a�=_ SOUTH LAKE PUBLIC WORKS Change Order No.: 4 CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates The changes or interpretations described and noted herein are hereby authorized. The signed original of this order is on file in the Department of Public Works. Shown as separate paragraphs: (A) Reason for Change; (B) Description of Change; (C) Change in Contract Costs; and (D) Change in Completion Date. Contract Change Order No. 04: Capstone for Bicentennial Park Backstops A. Reason for Change: To match the existing masonry style of Bicentennial Park, GeoSurfaces proposed to install a cast stone capstone on the backstops. The City accepted that proposal. B. Description of Change: Install +/- 360 feet of cast stone 18" wide x 4" overall height w/ custom coping on backstops at Bicentennial Park. C. Change in Contract Cost: Add $0.00 D. Change in Completion Date: Contractor requested that 6 working days be added to the Contract Time. Because this work was not on the critical path, the request was denied. Add 0 Working Days SIGNATURE PAGE TO FOLLOW: DocuSign Envelope ID: 6ADF9029-A335-48FF-8E78-98187C4BF3AC +CITY OF SOUTHLAKE SOUTH LAKE TIPS Contract #s: 230203, 23020102, PUBLIC WORKS 23020101, 23010402, 23010401 The original Contract Price was $11,207,231.00. Contract Change Order No. 1 increased the Contract Price by $41,661.00. Contract Change Order No. 2 increased the Contract Price by $14,848.00. Contract Change Order No. 3 increased the Contract Price by $126,069.00. Contract Change Order No. 4 increased the Contract Price by $0.00. The new Contract Price will be $11,389,809.00, resulting in an increase of approximately 1.63% to the original Contract. The original Contract Time of 180 Working Days was extended by 0 Working Days per Change Order Nos. 1 — 4 . The last contract Working Day is 05/18/2024. k14, Ordered: Date: 12/28/2023 Project Manager Acceptance by the Contractor: This Change Order is in full compromise and settlement of all adjustments to Contract Time and Contract Price, and compensation for any and all delay, extended or additional field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment productivity, differing site conditions, construction interferences and other extraordinary or consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effect of these Impacts on the overall Work under the Contract arising directly or indirectly from the performance of Work described in this Change Order. By execution of this Change Order, the Contractor agrees that this Change Order constitutes a complete accord and satisfaction with respect to all claims for schedule extension, Impacts, or any costs of any nature, character or kind arising out of or incidental to this Change Order. LDocuSigned by: Name: T �ntl Date: 1/2/2024 i 12:42 PM CST Title: Project Manager CITY OF SOUTHLAKE SOUTHLAKETIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 CITY OF SOUTHLAKE PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NO. 5 TIPS CONTRACT NOs.-. 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates TO: GeoSurfaces, Inc. You are hereby instructed to comply with the following changes from the Vendor/Member Agreement: SUMMARY OF CHANGES Description Change in Additional Work Additional Work (Detailed Explanation Attached) Contract Price' Days Requested Days Approved by Contractor by City 1 Additional Fencing at Bob Jones Park, $g 74g 88 0 0 per Change Request #5 (attached). Net Change in Contract Price and Work $6,749.88 0 0 Days' IUeduction or tlecrease in Lontract price is aenotea in parentneses. 'Net Change in Work Days shall be the sum of the Change in Work Days Approved by City. The following change is hereby made a part of the Vendor/Member Agreement and shall be performed under the same terms and conditions as required by the original Vendor/Member Agreement. Except as modified herein, the original Vendor/Member Agreement and all prior amendments shall remain in full force and effect and all of the terms of the Vendor/Member Agreement are hereby incorporated in this Change Order, SUMMARY OF ALL CHANGE ORDERS ORIGINAL CONTRACT AMOUNT....................................$11,207,231.00 CCO01.................................................................................... $41,6 61 00 CCO02..................................................................................... $14,8 48 00 CCO03................................................................................... $1 6,0 2 69 00 CCO04.............................................................................................. $0. 00 CCO05....................................................................................... $6,7 49 88 TOTAL...............................................................................$11,396,558.88 SUMMARY OF WORKING DAYS FIRST DAY OF WORK--------------------------------------------------------- ---11/20/2023 CONTRACT WORKING DAYS: ............................................................ 180 TIME EXTENSION: CCO 01 — 05...........................................................0 NEW TOTAL WORKING DAYS: ........................................................... 180 LAST DAY OF WORK: .............................................................. 05/18/2024 SOUTHLAKE Change Order No.: 5 CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 CHANGE ORDER DETAIL TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates The changes or interpretations described and noted herein are hereby authorized. The signed original of this order is on file in the Department of Public Works. Shown as separate paragraphs: (A) Reason for Change; (B) Description of Change; (C) Change in Contract Costs; and (D) Change in Completion Date. Contract Change Order No. 05: Fencing Additions for Bob Jones Soccer Field A. Reason for Change: After review by City staff and the Carroll High School cross country coaching staff, the original fencing plan around the soccer fields at Bob Jones Park was found to not be sufficient to support cross country's racing and practice route. To rectify this, City staff and coaching staff walked the fence line and designated where additional gates would be needed and where currently planned gates could be removed. A plan was drawn noting these alterations and submitted to the Contractor on 12/20/2023 (attached). B. Description of Change: The installation of (1) 4' x 6' swing gate, (1) 30' x 4' bi-parting swing gate, (3) 20' x 4' bi-parting swing gates, and the removal of (3) 12' x 4' bi-parting gates, per the 12.20.23 revised fencing plan (attached). C. Change in Contract Cost: Add $6,749.88 D. Change in Completion Date: Add 0 Working Days SIGNATURE PAGE TO FOLLOW: KS CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 The original Contract Price was $11,207,231.00. Contract Change Order No. 1 increased the Contract Price by $41,661.00. Contract Change Order No. 2 increased the Contract Price by $14,848.00. Contract Change Order No. 3 increased the Contract Price by $126,069.00. Contract Change Order No. 4 increased the Contract Price by $0.00. Contract Change Order No. 5 increased the Contract Price by $6,749.88. The new Contract Price will be $11,396,558.88, resulting in an increase of approximately 1.69% to the original Contract. The original Contract Time of 180 Working Days was extended by 0 Working Days per Change Order Nos. 1 — 5 . The last contract Working Day is 05/18/2024. Of 2/ 16/2024 Ordered: Date: Project Manager Acceptance by the Contractor: This Change Order is in full compromise and settlement of all adjustments to Contract Time and Contract Price, and compensation for any and all delay, extended or additional field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment productivity, differing site conditions, construction interferences and other extraordinary or consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effect of these Impacts on the overall Work under the Contract arising directly or indirectly from the performance of Work described in this Change Order. By execution of this Change Order, the Contractor agrees that this Change Order constitutes a complete accord and satisfaction with respect to all claims for schedule extension, Impacts, or any costs of any nature, character or kind arising out of or incidental to this Change Order. Name: Date: Title: 11c� t / I011 SURFACES �d31i�1'f��:�'at't'�f �1�"tt�(2'r't=writ;:"aT�'fib..,diQ°&�uit�i}ti�s':A1"w�fu;AE,�L�fs�iRr cr:..:•. - Change Request #5 February 8, 2024 Project Reference: City of Southlake - Bob Jones & Bicentennial Park Renovations GeoSurfaces, Inc, will make the following changes/adjustments to our Base Bid scope of work for the above referenced project: Bob Jones Park: FencingAdditions............................................................................ $6,749.88 1. Install one 4' by 6' swing gate. 2. Install one 30' by 4' bi-parting swing gates. 3. Install three 20' by 4' bi-parting swing gates. 4. Remove three 12' by 4' bi-parting gates (No longer needed) ChangeOrder No. 5 Total.......................................................................... $6,749.88 TERMS/EXCLUSIONS: • The cost of permits, city engineering fees. water management fees or other fees, if applicable, will be provided by owner, • Testing for strength of concrete cylinders and proctor testing is included. • No concrete adjustment or repair of parking lot or grass areas used for entrance is included in this proposal. Back dragging of rutted areas is included. • Proposed cost is applicable for one mobilization: any additional mobilizations will be charged at a cost of $4, 500.00 each. • Clear site access is to be provided by Owner. • No grading or sitework outside of the newly installed field areas is included. • Installation will commence upon receipt of Purchaser's written notice .and as soon as GeoSurfaces' schedule allows. • Completion will be within the agreed upon good weather working days. • Utility, water, or other lines that are not marked are the responsibility of the Owner. • Installation shall not be interrupted or delayed by Purchaser for any reason without prior written approval from GeoSurfaces. 7080 St. Gabriel Ave. — Suite A, St. Gabriel, LA 70776. 877.663.5968 Phone • 225.208.0243 Fax • www.Leosq!*4cgs.com Acceptance of Offer to Sell: This offer to sell (Change Request #5) is valid for acceptance by Purchaser by the execution of the Acceptance of Proposal below and return of an original to GeoSurfaces. If the Acceptance of Proposal is not received by GeoSurfaces on or before the Proposal expiration date, this offer to sell shall be deemed automatically cancelled and withdrawn. Proposal tendered this 8th day of February 2024. For: GeoSurfaces, In . By:, Z- - Proposal expires the 16th day of February 2024. For: City of Southiake Parks $ Recreation M 7080 St. Gabriel Ave. - Suite A, St. Gabriel, LA 70776. 877.663.5968 Phone • 225.208.0243 Fax • www.Aeosurfaces.com A, kw� cm co 0 7[3 Ml cn o o c- c C— o cn c cn C") (D 2 CCL > I �ET= a� �-n CD -n CD 1 SD (n -0 FD' 0. CA 03 >< -1 U) CC) CITY OF SOUTHLAKE SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 CITY OF SOUTHLAKE PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NO. 6 TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates TO: GeoSurfaces, Inc. You are hereby instructed to comply with the following changes from the Vendor/Member Agreement: SUMMARY OF CHANGES Description Change in Additional Work Additional Work (Detailed Explanation Attached) Contract Price' Days Requested by Contractor Days Approved by City Revised Scope of Work to Repair Sink 1 Holes Below Field #6 at Bicentennnial $4,340.00 0 0 Park, per Contract Change Request #07 (attached). Net Change in Contract Price and Work $4,340.00Day 0 0 s lueduction or ciecrease in contract Trice is aenotea in parentneses. 2Net Change in Work Days shall be the sum of the Change in Work Days Approved by City. The following change is hereby made a part of the Vendor/Member Agreement and shall be performed under the same terms and conditions as required by the original Vendor/Member Agreement. Except as modified herein, the original Vendor/Member Agreement and all prior amendments shall remain in full force and effect and all of the terms of the Vendor/Member Agreement are hereby incorporated in this Change Order, SUMMARY OF ALL CHANGE ORDERS ORIGINAL CONTRACT AMOUNT .................................... $111207,231.00 CCO01.................................................................................... $41,6 61 00 CCO02..................................................................................... $14,8 48 00 CCO03................................................................................... $1 6,0 2 69 00 CCO04.............................................................................................. $0. 00 CCO05....................................................................................... 6, 749 88 CCO 06....................................................................................... $4,34 0.00 00 TOTAL............................................................................... $11,400,898.88 SUMMARY OF WORKING DAYS FIRST DAY OF WORK: ............................................................ 11/20/2023 CONTRACT WORKING DAYS: ........................................................... 180 TIME EXTENSION: CCO 01 — 06...........................................................0 NEW TOTAL WORKING DAYS : .............................. ............................ 180 LAST DAY OF WORK: ............................................................. 05/18/2024 . SOUTHLAI« ' u P U 6 L I C 4ti'URKS Change Order No.: 6 CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 CHANGE ORDER DETAIL TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates The changes or interpretations described and noted herein are hereby authorized. The signed original of this order is on file in the Department of Public Works. Shown as separate paragraphs: (A) Reason for Change; (B) Description of Change; (C) Change in Contract Costs; and (D) Change in Completion Date. Item No. 1: Revised Scope of Work to Repair Sink Holes Below Field #6 at Bicentennnial Park, per Contract Change Request #07 (attached). A. Reason for Change: Contractor identified sink holes while grading Field #6 at Bicentennial Park. City crew sent a camera to investigate the existing storm drain line and found no evidence of separation, collapse or failure of the line. City directed Contractor to expose the line in the areas of the sink hole. The exposed line revealed that the lift hole cap for the line was missing. City crew replaced the lift hole cap per industry standard, and directed Contractor to backfill and compact. Work was completed as noted in Change Request #7 (attached). B. Description of Change: See Change Request #7 (attached). C. Change in Contract Cost: Add $4,340.00 D. Change in Completion Date: Add 0 Working Days SIGNATURE PAGE TO FOLLOW: SOUTHLAKE CITY OF SOUTHLAKE TIPS Contract #s: 230203, 230201021 23020101, 23010402, 23010401 The original Contract Price was $11,207,231.00. Contract Change Order No. 1 increased the Contract Price by $41,661.00, Contract Change Order No. 2 increased the Contract Price by $14,848.00. Contract Change Order No. 3 increased the Contract Price by $126,069.00. Contract Change Order No. 4 increased the Contract Price by $0.00. Contract Change Order No. 5 increased the Contract Price by $6,749.88. Contract Change Order No. 6 increased the Contract Price by $4,340.00. The new Contract Price will be $11,400,898.88, resulting in an increase of approximately 1.69% to the original Contract. The original Contract Time of 180 Working Days was extended by 0 Working Days per Change Order Nos. 1 — 6 . The last contract Working Day is 05/18/2024. Ordered: Project Manager Acceptance by the Contractor: Date: April 4, 2024 This Change Order is in full compromise and settlement of all adjustments to Contract Time and Contract Price, and compensation for any and all delay, extended or additional field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment productivity, differing site conditions, construction interferences and other extraordinary or consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effect of these Impacts on the overall Work under the Contract arising directly or indirectly from the performance of Work described in this Change Order. By execution of this Change Order, the Contractor agrees that this Change Order constitutes a complete accord and satisfaction with respect to all claims for schedule extension, Impacts, or any costs of any nature, character or kind arising out of or incidental to this Change Order. Name: Date: 2 Title: sea� SURFACES w A TENGATE COMPANY R Change Request #7 March 4, 2024 Project Reference: City of Southlake - Bob Jones & Bicentennial Park Renovations GeoSurfaces, Inc. will make the following changes/adjustments to our Base Bid scope of work for the above referenced project: Bicentennial Park: Field #6 Sink Hole Repairs................................................................ $4,340.00 1. Dig up and reveal underlaying drainage line. 2. Once repairs are completed by the City of Southlake, backfill around the drainage line with stone. 3. Once backfilled with stone, cover with native soil and compact. 4. Change Order consists of 9 tons of stone, daily rental on the compaction roller, 2 hours of COE (Skidsteer and Excavator), and 2 hours of labor. Change Order No. 5 Total.......................................................................... $4,340.00 TERMS/EXCLUSIONS: • The cost of permits, city engineering fees, water management fees or other fees, if applicable, will be provided by owner. • Testing for strength of concrete cylinders and proctor testing is included. • No concrete adjustment or repair of parking lot or grass areas used for entrance is included in this proposal. Back dragging of rutted areas is included. • Proposed cost is applicable for one mobilization; any additional mobilizations will be charged at a cost of $4,500.00 each. • Clear site access is to be provided by Owner. • No grading or sitework outside of the newly installed field areas is included. • Installation will commence upon receipt of Purchaser's written notice and as soon as GeoSurfaces' schedule allows. • Completion will be within the agreed upon good weather working days. • Utility, water, or other lines that are not marked are the responsibility of the Owner. • Installation shall not be interrupted or delayed by Purchaser for any reason without prior written approval from GeoSurfaces. 7080 St. Gabriel Ave. - Suite A, St. Gabriel, LA 70776 • 877.663.5968 Phone * 225.208.0243 Fax • www.geasurfaces.com Acceptance of Offer to Sell: This offer to sell (Change Request #5) is valid for acceptance by Purchaser by the execution of the Acceptance of Proposal below and return of an original to GeoSurfaces. If the Acceptance of Proposal is not received by GeoSurfaces on or before the Proposal expiration date, this offer to sell shall be deemed automatically cancelled and withdrawn. Proposal tendered this 4th day of March 2024. For: GeoSurfaces, Inc. By: Proposal expires the 8th day of March 2024. For: City of Southlake Parks & Recreation 7080 St. Gabriel Ave. — Suite A, St. Gabriel, LA 70776 • 877.663.5968 Phone o 225.208.0243 Fax • www.geosurfaces.com Item 4D- Attachment B 1i111i,` CITY OF SOUTHLAKE SOUTHLAKE TIPS Contract #s: 230203, 23020102, PUBLIC WORKS 23020101, 23010402, 23010401 CITY OF SOUTHLAKE PUBLIC WORKS DEPARTMENT CONTRACT CHANGE ORDER NO, 7 TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates TO: GeoSurfaces, Inc. You are hereby instructed to comply with the following changes from the Vendor/Member Agreement: SUMMARY OF CHANGES Description Change in Additional Work Additional Work (Detailed Explanation Attached) Contract Price' Days Requested Days Approved by Contractor by City 1. Demolition at Bob Jones Park $31,301.13 0 0 2 Backstop Wall Foundations at Bob $41,679.14 0 0 Jones Park 3 Backstop Wail Reinforcement at Bob $4,219.22 0 0 Jones Park 4. Net Poles at Bob Jones Park $117,265.48 0 0 5. Dugouts at Bob Jones Park $48,703.73 ❑ 0 6. Demolition at Bicentennial Park $15,989.96 0 0 7 Backstop Wall Foundations at $28,765.48 ❑ 0 Bicentennial Park 8. Backstop Wall Reinforcement at $3,873.82 0 0 Bicentennial Park 9. Net Poles at Bicentennial Park $87,949.11 0 0 10. Dugouts at Bicentennial Park $33,778.34 0 0 11 Micellaneous Costs Associated with $49,835.92 0 0 Net Poles 12. Mobilization $11,765.00 ❑ 0 13. Labor $64,291.60 0 0 in Contract Price and Work $539,417.93 0 0 Dot sChange 'Deduction or decrease in Contract Price is denoted in parentheses. 2Net Change in Work Days shall be the suns of the Change in Work Days Approved by City. The following change is hereby made a part of the Vendor/Member Agreement and shall be performed under the same terms and conditions as required by the original Vendor/Member Agreement. Except as modified herein, the original Vendor/Member Agreement and all prior amendments shall remain in full force and effect and all of the terms of the Vendor/Member Agreement are hereby incorporated in this Change Order. ,�i�i�,_ SOUTHLAKE /i1\ PUBLIC WORKS SUMMARY OF ALL CHANGE ORDERS CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101,23010402,23010401 ORIGINAL CONTRACT AMOUNT....................................$11,207,231.00 CCO01....................................................................................$41,661.00 CCO02..................................................................................... $14,848.00 CCO03...................................................................................$126,069.00 CCO04.............................................................................................. $0.00 CCO05....................................................................................... $6,749.88 CCO06....................................................................................... $4,340.00 CCO07................................................................................... $539,417.93 TOTAL...............................................................................$11,940,316.81 SUMMARY OF WORKING DAYS FIRST DAY OF WORK: ............................................................ 11/20/2023 CONTRACT WORKING DAYS: ............................................................ 180 TIME EXTENSION: CCO 01 - 07...........................................................0 NEW TOTAL WORKING DAYS: ........................................................... 180 LAST DAY OF WORK: .............................................................. 06/18/2024 'W& CITY OF SOUTHLAKE SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101,23010402,23010401 CHANGE ORDER DETAIL Change Order No.: 7 TIPS CONTRACT NOs.: 230203, 23020102, 23020101, 23010402, 23010401 DESCRIPTION: Renovations to the Bicentennial Park Baseball Field; Bicentennial Park Site Amenities; Bob Jones Park Soccer Fields; Bob Jones Park Site Amenities; Bob Jones Park Softball Field; and Including Bob Jones Park & Bicentennial Park — Add Alternates The changes or interpretations described and noted herein are hereby authorized. The signed original of this order is on file in the Department of Public Works. Shown as separate paragraphs: (A) Reason for Change; (B) Description of Change; (C) Change in Contract Costs; and (D) Change in Completion Date. Item No. 1: Demolition at Bob Jones Park A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Demolish +/- 864 feet of curbing, sawcut +/- 320 feet of dugout slabs, and haul away demolished materials. C. Change in Contract Cost: Add $31,301.13 D. Change in Completion Date: Add 0 Working Days SOUTHLAKE I1 CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101,23010402,23010401 Item No. 2: Backstop Wall Foundations at Bob Jones Park A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Install of +/- 864 feet of new 18" wide by 12" deep backstop wall foundations and #4 rebar and concrete, per BHB Engineered Drawings (final scope of work). C. Change in Contract Cost: Add $41,679.14 D. Change in Completion Date: Add 0 Working Days Item No. 3: Backstop Wall Reinforcement at Bob Jones Park A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Install additional #4 rebar and #4 L bars per BHB Engineered Drawings (final scope of work). C. Change in Contract Cost: Add $4,219.22 D. Change in Completion Date: Add 0 Working Days SOUTHLAKE ill Item No. 4: Net Poles (Material) at Bob Jones Park CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Furnish (24) HSS6.625 x 0.432 x 33. 5 Long Net Poles powder - coated black and concrete for embedment, per BHB Engineered Drawings (final scope of work). C. Change in Contract Cost: Add $117,265.48 D. Change in Completion Date: Add 0 Working Days Item No. 5: Dugouts at Bob Jones Park A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Install 3" STD Pipe SCH 40 Fence Posts/Dugout legs, #4 rebar, concrete for embedment, and concrete for sawcut slab replacements per BHB Engineered Drawings (final scope of work). C. Change in Contract Cost: Add $48,703.73 D. Change in Completion Date: Add 0 Working Days SOUTHLAKE Item No. 6: Demolition at Bicentennial Park CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101,23010402,23010401 A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Demolish +/- 440 feet of curbing, sawcut +/- 176 feet of dugout slabs, and haul away demolished materials. C. Change in Contract Cost: Add $15,989.96 D. Change in Completion Date: Add 0 Working Days Item No. 7: Backstop Wall Foundations at Bicentennial Park A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Install +/- 440 feet of new 18" wide by 12" deep backstop wall foundations, #4 rebar and concrete, per BHB Engineered Drawings (final scope of work). C. Change in Contract Cost: Add $28,765.48 D. Change in Completion Date: Add 0 Working Days SOUTHLAKE CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101,23010402,23010401 Item No. 8: Backstop Wall Reinforcement at Bicentennial Park A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Install additional #4 rebar and #4 L Bars per BHB Engineered Drawings (final scope of work). C. Change in Contract Cost: Add $3,873.82 D. Change in Completion Date: Add 0 Working Days Item No. 9: Net Poles (Material) at Bicentennial Park A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Furnish (18) HSS6.625 x 0.432 x 33.5 Long Net Poles powder coated black and concrete for embedment, per BHB Engineered Drawings (final scope of work). C. Change in Contract Cost: Add $87,949.11 D. Change in Completion Date: Add 0 Working Days SOUTHLAKE Item No.10: Dugouts at Bicentennial Park CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101,23010402,23010401 A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Install 3" STD. Pipe SCH 40 Fence Posts/Dugout legs, #4 rebar, concrete for embedment, and concrete for sawcut slab replacements, per BHB Engineered Drawings (final scope of work). C. Change in Contract Cost: Add $33,778.34 D. Change in Completion Date: Add 0 Working Days Item No. 11: Net Poles (Miscellaneous Costs) at Bob Jones Park & Bicentennial Park A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: This is the incremental increase in miscellaneous costs (overhead, bond & insurance, equipment rental, concrete testing, per diem and freight) between the preliminary scope of work and final scope of work. C. Change in Contract Cost: Add $49,835.92 D. Change in Completion Date: Add 0 Working Days =.di,_ SOUTHLAKE Item No. 12: Incremental Mobilization Cost CITY OF SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101, 23010402, 23010401 A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: Cost to mobilize resources incrementally from the preliminary scope of work to the final scope of work. C. Change in Contract Cost: Add $11,765.00 D. Change in Completion Date: Add 0 Working Days Item No. 13: Incremental Labor A. Reason for Change: Upon completion of the structural engineering for the renovations at Bicentennial and Bob Jones Parks' baseball and softball fields, BHB found that the design of the proposed net poles, backstops and dugouts did not meet current building code. BHB issued plans that detailed the revised material specifications and installation requirements. The changes would require (1) procurement of new structural steel, (2) demolition and reconstruction of existing pole foundations, (3) additional work to be performed for the dugouts and backstop walls, and (4) additional resources to be used for installation of new net poles. B. Description of Change: This is the incremental increase in the cost of labor between the preliminary scope of work and final scope of work. C. Change in Contract Cost: Add $64,291.60 D. Change in Completion Date: Add 0 Working Days SIGNATURE PAGE TO FOLLOW: Nk-W.r�.i11lIII :tl►0a0 SOUTHLAKE TIPS Contract #s: 230203, 23020102, 23020101,23010402,23010401 The original Contract Price was $11,207,231. Contract Change Order No. 1 increased the Contract Price by $41,661. Contract Change Order No. 2 increased the Contract Price by $14,848. Contract Change Order No. 3 increased the Contract Price by $126,069. Contract Change Order No. 4 increased the Contract Price by $0.00. Contract Change Order No. 5 increased the Contract Price by $6,749.88. Contract Change Order No. 6 increased the Contract Price by $4,340.00. Contract Change Order No. 7 increased the Contract Price by $539,417.93.The new Contract Price will be $11,940,316.81, resulting in an increase of approximately 6.54% to the original Contract. The original Contract Time of 180 Working Days was extended by 0 Working Days per Change Order Nos. 1 — 7. The last contract Working Day is 05/18/2024. Ordered: Date: Mayor Acceptance by the Contractor: This Change Order is in full compromise and settlement of all adjustments to Contract Time and Contract Price, and compensation for any and all delay, extended or additional field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment productivity, differing site conditions, construction interferences and other extraordinary or consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effect of these Impacts on the overall Work under the Contract arising directly or indirectly from the performance of Work described in this Change Order. By execution of this Change Order, the Contractor agrees that this Change Order constitutes a complete accord and satisfaction with respect to all claims for schedule extension, Impacts, or any costs of any nature, character or kind arising out of or incidental to this Change Order. Date: - 2 Item 4E CITY OF SOUTH LAKE MEMORANDUM (April 16, 2024) To: Southlake Parks Development Corporation From: Rob Cohen, Director of Public Works Subject: Recommendation on approval of engineering services agreements with Baird, Hampton & Brown (BHB) in an amount not to exceed $70,000 for engineering services, structural design, and construction administration support. Action Requested: Recommendation on approval of engineering services agreements with Baird, Hampton & Brown (BHB) in an amount not to exceed $70,000 for engineering services, structural design, and construction administration support. Background Information: The purpose of Item 9B is to seek City Council approval of contract change orders with GeoSurfaces and engineering services agreements with Baird, Hampton & Brown (BHB) for the synthetic turf, ballfield fencing and amenities project at Bicentennial Park and Bob Jones Park. At its October 17, 2023, meeting, City Council awarded an agreement to GeoSurfaces to purchase and install synthetic turf, fencing and site amenities at Bicentennial Park and Bob Jones Park, and it authorized a total project budget of $11.6 million, which included engineering and project contingency. The preliminary scope of work for the project entailed removing existing turf, fencing and site amenities and installing synthetic turf and in -kind materials at the existing locations and elevations. To expedite project delivery, the City utilized The Interlocal Purchasing System (TIPS) to procure services from GeoSurfaces. In addition, the City contracted separately with BHB to furnish the civil and structural engineering that was required for the project, because TIPS prohibits engineering services to be included in cooperative purchasing agreements. Page 1 of 3 Item 4E BHB commenced engineering services for surveying, drainage analysis, and development of a stormwater pollution prevention plan (SWPPP) immediately following contract award. Upon completion of these tasks, GeoSurfaces commenced implementing the SWPPP, demolition and grading. BHB proceeded with structural engineering for the backstop walls, dugouts and installation of net poles and determined that the preliminary design of the structures did not meet current building code requirements. BHB revised and finalized the design with revised material specifications and installation requirements. The finalized structural design caused changes to Geosurfaces' preliminary scope of work and required construction administration support from BHB, including structural observation and final site survey/drainage verification at the end of the project. BHB submitted a proposal to perform those services in an amount not to exceed $20,000. A summary of the project scope, changes, costs and impacts to the project budget are shown in the table below. Table 1. Breakdown of Engineering Funding ITEMS REQUIRING CITY COUNCIL APPROVAL COST ENGINEERING Field engineering $ 39,500 Structural engineering $ 8,750 CONSTRUCTION Administration $ 20,000 Contingency $ 1,750 TOTAL $ 70,000 Financial Considerations: The additional funding for this project can be provided from the SPDC residuals. Strategic Link: This item links to the City's Strategy Map strategic focus areas of Infrastructure & Development. It specifically relates to the City's Corporate Objectives, F1: Safeguarding the public trust through a commitment to thoughtful planning and responsible, conservative financial management and F2: Investing to provide & maintain high quality public assets. Citizen Input/ Board Review: The City Council will consider this item at their April 16, 2024 meeting. Page 2 of 4 Item 9B Legal Review: The proposed agreement is a standard agreement that the City Attorney has reviewed and approved. Alternatives: The SPDC Board may recommend approval or denial of the agreement. Staff Recommendation: Recommend approval of engineering services agreements with Baird, Hampton & Brown (BHB) in an amount not to exceed $70,000 for engineering services, structural design and construction administration support and allocation of an additional $21,750 of SPDC residuals to this project. Supporting Documents: Attachment A: Baird, Hampton and Brown Engineering Services Agreement dated April 16, 2024 Attachment B: Baird, Hampton and Brown Engineering Services Agreements dated October 17, 2023 & November 29, 2023 Staff Contact: Rob Cohen, Director of Public Works Lauren LaNeave, Deputy Director of Public Works Administration Mamerto Estepa Jr, P.E., Project Manager Page 3 of 4 Item 4E- Attachment A AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is made this day of , 2024 by and between the City of Southlake, Texas (hereinafter referred to as "CITY"), and Baird, Hampton & Brown, Inc. (hereinafter referred to as "ENGINEER"). WHEREAS, CITY contemplates the need for construction administration services for the proposed Southlake Sport Field Improvement Projects at Bob Jones and Bicentennial Parks, hereinafter referred to as the "Project". WHEREAS, ENGINEER is qualified, able, and desirous of performing the necessary engineering work upon which the Project is based and is willing and able to work with CITY staff to organize and coordinate the professional services necessary to complete the Project. NOW, THEREFORE, CITY engages ENGINEER to perform, and ENGINEER agrees to perform, the engineering work for the Project, as more fully described herein below, and CITY agrees to pay as compensation, and ENGINEER agrees to accept as compensation, the payments on the dates and in the amounts herein specified, all in accordance with the terms more fully set out below and as provided in Attachment A which is attached hereto and incorporated by reference as if fully set forth herein. I. ARTICLE ENGINEERING SERVICES A. Scope of Work ENGINEER will provide the supervision, direction, personnel, and equipment to perform the engineering Services outlined in Attachments A thru C, in accordance with the terms set forth in this Agreement. B. Definitions Services refer to the professional services performed by ENGINEER pursuant to this Agreement. C. Changes CITY, without invalidating the Agreement, may order changes within the general scope of the work required by the Agreement by altering, adding to and/or deducting from the work to be performed. If any change causes an increase or decrease in ENGINEER's cost of, or the time required for, the performance of any part of the Services under the Agreement, an equitable adjustment will be made by mutual agreement and this Agreement shall be modified in writing accordingly. Page 1 D. Coordination with Owner The CITY shall make available to ENGINEER for use in performing Services hereunder all existing plans, maps, field notes, statistics, computations, and other data in the CITY's possession relative to existing facilities and to the Project. E. Site and Local Conditions ENGINEER has the right to examine the site in order to become acquainted with local conditions and accepts conditions at the site unless otherwise noted in writing to the CITY. Any coordination or scheduling of work by CITY shall not relieve ENGINEER from its responsibilities specified hereunder. Necessary arrangement for access to any site by ENGINEER's employees will be made with CITY. F. Assignment and Subcontractors/Third Party Rights The rights and obligations covered herein are personal to each party hereto and not to any third party and for this reason neither this Agreement nor any contract hereunder shall be assigned by either party in whole or in part; nor shall ENGINEER subcontract any of its obligations under this Agreement without the prior written consent of CITY. G. Independent Contractor ENGINEER covenants and agrees that it will perform the work hereunder as an independent contractor, and not as an officer, agent, servant, or employee of CITY; that ENGINEER shall have exclusive control of and exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors, subcontractors, and consultants; that the doctrine of respondent superior shall not apply as between CITY and ENGINEER, its officers, agents, employees, contractors, subcontractors, and consultants, and nothing herein shall be construed as creating a partnership orjoint enterprise between CITY and ENGINEER. H. Disclosure By signature of this contract, ENGINEER warrants to CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interests, direct or indirect, in property abutting the proposed Project and business relations with abutting property owners. ENGINEER further warrants that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. Finally, Engineer warrants that it has submitted to the City a completed Conflicts of Interest Questionnaire as required by Chapter 176 of the Texas Local Government Code. Page 2 I. Approval by CITY Approval by CITY of this Agreement shall not constitute or be deemed to be a release of the responsibility and liability of ENGINEER, its officers, agents, employees, and subcontractors for the accuracy and competency of the Services performed under this Agreement, including but not limited to surveys, designs, working drawings and specifications and other engineering documents. Such approval shall not be deemed to be a waiver or an assumption of such responsibility and liability by CITY for any negligent act, error, or omission in the performance of ENGINEER's professional services or in the conduct or preparation of the subsurface investigations, surveys, designs, working drawings and specifications or other engineering documents by ENGINEER, its officers, agents, employees and subcontractors, it being the intent of the parties that approval by CITY signifies the CITY's approval of only the general design concept of the Improvements to be constructed. J. Indemnification 1zi►[ell►1ziziammmamnw_VIoil 9Z0]Z&ya21V211-Y/_TelV21afell 10l9721►VA1►11w/_V19AImI 191 HARMLESS CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES FROM ANY AND ALL DAMAGES, LOSS OR LIABILITY OF ANY KIND WHATSOEVER, BY REASON OF DEATH OR INJURY TO PROPERTY OR PERSON CAUSED BY ANY OMISSION OR NEGLIGENT ACT OF ENGINEER, ITS OFFICERS, AGENTS, EMPLOYEES, INVITEES, OR OTHER PERSONS FOR WHOM IT IS LEGALLY LIABLE, WITH REGARD TO THE PERFORMANCE OF THIS CONTRACT, AND ENGINEER WILL, AT ITS COST AND EXPENSE, DEFEND, PAY ON BEHALF OF, AND PROTECT CITY AND ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY AND ALL SUCH CLAIMS AND DEMANDS. THE PROVISIONS OF THIS SECTION ARE SUBJECT TO THE LIMITATIONS OF TEXAS LOCAL GOVERNMENT CODE SECTION 271.904 AND SHALL BE CONSTRUED TO THAT EFFECT. K. No Third Party Beneficiary For purposes of this Agreement, including its intended operation and effect, the parties specifically agree and contract that: (1) this Agreement only affects matters/disputes between the parties to this Agreement, and is in no way intended by the parties to benefit or otherwise affect any third person or entity (except the indemnitees identified or described in Article I, Section J., above), notwithstanding the fact that such third person or entities may be in a contractual relationship with CITY and ENGINEER, or both; and (2) the terms of this Agreement are not intended to release, either by contract or operation of law, any third person or entity from obligations they owe to either CITY or ENGINEER. L. Successors and Assigns CITY and ENGINEER each bind themselves and their successors, executors, administrators and assigns to the other party to this Agreement and to the successors, Page 3 executors, administrators and assigns of such other party with respect to all covenants of this Agreement. Neither CITY nor ENGINEER shall assign or transfer its interest in this Agreement without prior written consent of the other. II. ARTICLE CITY'S RESPONSIBILITIES CITY will: 1. Provide full information as to CITY's requirements for the Project; 2. Assist ENGINEER by placing at ENGINEER's disposal all information in CITY's control or knowledge which is pertinent to the Project, including executed right-of-way easements and final field survey data; 3. Examine all work presented by ENGINEER and respond within reasonable time and in writing to the material submitted by ENGINEER; 4. Pay all costs incident to advertising for obtaining bids or proposals from Contractors; 5. Give prompt written notice to ENGINEER whenever CITY observes or otherwise becomes aware of any defect in ENGINEER's work or in Contractor's work; 6. Designate in writing a person to act as its representative with respect to this Agreement, such person having complete authority to transmit instructions, receive information, and make or interpret the CITY's decisions; 7. Provide all information and criteria as to the CITY's requirements, objectives, and expectations for the Project including all numerical criteria that are to be met and all standards of development, design, or construction. 8. Provide to the ENGINEER all previous studies, plans, or other documents pertaining to the Project and all new data reasonably necessary in the ENGINEER's opinion, such as site survey and engineering data, environmental impact assessments or statements, zoning or other land use regulations, etc., upon all of which the ENGINEER may rely; and 9. Arrange for access to the site and other private or public property as required for the ENGINEER to provide its services. 10. Provide any other information or assistance as outlined in Attachment B hereto. Page 4 III. ARTICLE COMPENSATION FOR ENGINEERING SERVICES The CITY shall compensate ENGINEER for services rendered under this Agreement, in accordance with the following: For the completion of the work contemplated in Article I, the ENGINEER shall be paid on a lump sum basis in the amount of $10,770.00 for Basic Services, plus $9,230.00 for Special Services (as outlined in Attachment B) with a total not to exceed cost ceiling of $20,000.00 as billed monthly by ENGINEER. IV. ARTICLE TIMES OF BILLING AND PAYMENT The ENGINEER shall bill CITY monthly for any services and expenses incurred in accordance with the work performed subject to the limits set out in Article III. Payment shall be due within thirty (30) days of receipt by CITY of a properly prepared and correct invoice from ENGINEER. ENGINEER's invoices shall be accompanied by such records or other written proof as CITY deems necessary to verify the billings. Invoices shall be made to City Finance Department's office at 1400 Main Street, Suite 440, Southlake, Texas 76092. If CITY fails to make payment due ENGINEER within thirty (30) days of the day when payment for services and expenses is due under the terms of this Agreement, ENGINEER shall be entitled to interest on such unpaid sums at the rate provided in Chapter 2251 of the Texas Government Code. V. ARTICLE ADDITIONAL ENGINEERING SERVICES In addition to performing the engineering services set out in Article I, hereof, ENGINEER agrees to perform additional services as requested by CITY from time to time and CITY agrees to compensate ENGINEER for such services in accordance with ENGINEER's standard hourly fee and expenses (see Attachment B) for actual time expended and actual out-of-pocket sums expended, such services to be one or more of the following: 1. Make or prepare detailed description of sites, maps, or drawings related thereto and outside the scope of the Project; 2. Appearances before courts or boards on matters of litigation or hearings related to the Project; 3. Preparation of environmental impact assessments or statements for any Page 5 governmental agency; 4. Miscellaneous engineering work for CITY not related to the Project; 5. To provide resident project construction inspection, unless such inspection is not required, in writing, by the CITY; 6. Other services agreed to by the parties in writing and incorporated herein. VI. ARTICLE STANDARD OF CARE In performing its professional services, the ENGINEER will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of its profession in the same locality at the time the services are provided and in accordance with any applicable governmental laws, regulations and ordinances. VII. ARTICLE PERIOD OF SERVICE This Agreement shall be effective upon execution by CITY and ENGINEER, and shall remain in force until work is completed on the Project or until terminated under the provisions hereinafter provided in Article VIII. VIII. ARTICLE TERMINATION The CITY may terminate this Agreement at any time for convenience, with or without cause by giving written notice to the ENGINEER. Such termination may be made effective on such future date as agreed by the parties, but absent such agreement shall be immediate. Upon receipt of such notice the ENGINEER shall immediately discontinue all services and work and the placing of all orders or the entering into contracts for supplies, assistance, facilities, and materials in connection with the performance of this Agreement and shall proceed to cancel promptly all existing contracts insofar as they are chargeable to this Agreement. The ENGINEER, upon termination, shall be paid for all services rendered through the date of termination together with any additional reimbursable expense then due. Page 6 IX. ARTICLE OWNERSHIP OF DOCUMENTS All completed or partially completed reports prepared under this Agreement, including the original drawings in both paper and electronic formats, shall become the property of CITY if this Agreement is terminated. Upon completion and payment of the contract, the final design, drawings, specifications and documents in both paper and electronic formats shall be owned by CITY. 2. Reuse, change or alteration by CITY or others acting by or on behalf of CITY of such documents without the permission of ENGINEER shall be at CITY's sole risk. X. ARTICLE INSURANCE ENGINEER shall carry and maintain at all times relevant hereto, at ENGINEER's expense, insurance of the type and of minimum coverage limits as follows: Workers Compensation - Statutory Employer's Liability - Limits as required by the State of Texas. 2. Comprehensive General Liability, Bodily Injury and Property Damage including contractual liability in a combined single limit - $500,000 per occurrence. 3. Comprehensive Automotive Liability, Bodily Injury and Property Damage in a combined single limit - $1,000,000 per accident. Certificates of insurance for the above coverage in a form acceptable to CITY, evidencing the coverage required above, shall be provided to CITY within ten (10) business days after execution of this Agreement and prior to issuing Notice to Proceed. Such certificates shall provide that the insurer will give CITY not less than ten (10) days notice of any material changes in or cancellation of coverage. In the event any subcontractor of ENGINEER, with or without CITY's consent, provides or renders services under this Agreement, ENGINEER shall ensure that the subcontractor's services are covered by the same insurance limits as set forth above. ENGINEER shall not commence work under this Agreement until it has obtained Professional Liability (Errors and Omissions) Insurance as required hereunder and such insurance coverage has been approved by CITY. Such insurance shall be in the minimum amount of $1,000,000 and shall include coverage of Contractually Assumed Liability. The insurance coverage prescribed herein shall be maintained until one (1) year after CITY's acceptance of the construction project and shall not be canceled without prior written notice to CITY. In this connection, upon the signing and return of this Agreement by Page 7 ENGINEER, a Certificate of Insurance shall be furnished to CITY as evidence that the insurance coverage required herein has been obtained by ENGINEER, and such certificate shall contain the provision that such insurance shall not be cancelled or modified without thirty (30) days prior written notice to CITY. ENGINEER shall notify CITY within ten (10) days of any modification or alteration in such Professional Liability (Errors and Omissions) Insurance. XI. ARTICLE AUTHORIZATION, PROGRESS AND COMPLETION CITY and ENGINEER agree that the Project is planned to be completed by March 2024. ENGINEER shall employ manpower and other resources, and use professional skill and diligence to meet the schedule; however, ENGINEER shall not be responsible for schedule delays resulting from conditions beyond its control. By mutual agreement, CITY and ENGINEER may modify the Project schedule during the course of the Project and if such modifications affect ENGINEER's compensation, it shall be modified accordingly, subject to CITY's approval. It is understood that this Agreement contemplates full and complete engineering services for this Project, including any and all Services necessary to complete the work. For additional Engineering Services, the authorization by CITY shall be in writing and shall include the definition of the services to be provided, the schedule for commencing and completing the services, and the basis for compensation as agreed upon by CITY and ENGINEER. Page 8 XII. ARTICLE NOTICE Any notice required under this Agreement will be in writing and given either personally, by registered or certified mail, return receipt requested, or by a nationally recognized overnight courier service, addressed to the parties as follows: If to CITY: Shana Yelverton City Manager City of Southlake 1400 Main Street, Suite 460 Southlake, Texas 76092 Phone: 817-748-8400 Fax: 817-748-8010 If to ENGINEER: Austin Baird, PE Principal, Sr. Civil Engineer Baird, Hampton & Brown 3801 William D Tate, Suite 500 Grapevine, Texas 76051 Phone: (817) 251-8550 Fax: (817) 251-8810 All notice shall be effective upon the date of receipt. XIII. ARTICLE SEVERABILITY In the event that any provision of this Agreement shall be found to be void or unenforceable, such finding shall not be construed to render any other provisions of this Agreement either void or unenforceable. All provisions, which are void or unenforceable, shall not substantially affect the rights or obligations granted to or undertaken by either party. XIV.ARTICLE VENUE -LAW Venue of any suit or cause of action under this Agreement shall lie exclusively in Tarrant County, Texas. This Agreement shall be construed in accordance with the laws of the State of Texas. IN WITNESS WHEREOF the parties have caused this Agreement to be executed in two equal originals on the date and year first above mentioned. Page 9 CITY OF SOUTHLAKE: Shana Yelverton, City Manager ATTEST: By: City Secretary Page 10 ENGINEER: Baird, Hampton & Brown By. / John Austin B,6ird, PE, Principal, Sr. Civil Engineer THE STATE OF TEXAS § COUNTY OF TARRANT § Before me on this day personally appeared John Austin Baird known to me [or proved to me on the oath of 6or through � ji VX0W� . (description of identity card or other ocumen )] to be the person whose name is subscribed to the foregoing instrument and that he/she is the duly authorized Principal of Baird Hampton & Brown, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. Given under my hand and seal of office this I_ day of Februor4 , 20z . (SEAL) Notary Kublic, State of Texas M -Aytil I yCwvh 40c--k �PpY PUS, MIRIAM IVANA ROCK Notary Public, State of Texas Notary's Name Printed Comm. Expires 10-04-2027 ... Notary ID 134588864 Page 11 ATTACHMENT A - CONTINUED SPECIAL SERVICES for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE CONSTRUCTION ADMINISTRATION SERVICES City of Southlake The scope of work for SPECIAL Engineering Services is generally described as follows: I. CONSTRUCTION ADMINISTRATION SERVICES — Hourly Efforts A. RFIs Responses to up to four (4) RFIs are included in this scope of work and will be billed hourly. B. Site Visits Up to seven (7) site visits are included in this scope of work and will be billed hourly. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Construction Administration (February 2024) Page 3 of 9 ATTACHMENT A - CONTINUED HOURLY AND/OR ADDITIONAL ENGINEERING SERVICES for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE CONSTRUCTION ADMINISTRATION SERVICES City of Southlake ADDITIONAL Engineering Services not included in the scope of work are formal Contract Documents, including coordinating their execution by the respective parties. ADDITIONAL Engineering Services not included in the scope of work include those services that may result from significant changes in the general scope, extent or character of the PROJECT or its design including, but not limited to, changes in size, complexity, CITY's schedule, character of construction or method of financing; and revising previously accepted studies, reports, design documents or Contract Documents when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond ENGINEER'S control. III. ADDITIONAL Engineering Services not included in the scope of work also include assistance to the CITY in connection with bid protests, rebidding or renegotiating contracts for construction, materials, equipment or service, or preparing to serve or serving as a consultant or witness for CITY in any litigation, arbitration or other legal proceeding involving the PROJECT. IV. ADDITIONAL Engineering Services not included in the scope of work also include preparing Record Drawings to reflect available information as to how the work was constructed. V. HOURLY and/or ADDITIONAL Engineering services in connection with the PROJECT and described above, and including services which are to be furnished on an hourly basis or by the CITY, and services not otherwise provided for in this Agreement, will be provided at the following rates: ENGINEERING & LANDSCAPE ARCHITECTURE LAND SURVEYING SERVICES Engineering & Management, Principal/VP $ 295.00 /hr Surveying & Management, Principal/VP $ 295.00 /hr Project Management $ 195.00 /hr Surveying Services, Senior RPLS $ 195.00 Ar Engineering Services, Senior PE $ 195.00 /hr Surveying Services, RPLS $ 150.00 Ar Engineering Services - PE $ 140.00 /hr Surveying Services, Senior Tech. $ 150.00 /hr Engineering Services - EIT $ 105.00 /hr CAD/Technical Survey Services $ 95.00 Ar Design Services, Senior Designer $ 140.00 /hr Field Surveying - 1 Person Crew $ 175.00 /hr Design Services by Designer $ 105.00 /hr Field Surveying - 2 Person Crew $ 205.00 /hr CAD/Drafting Services $ 70.00 /hr Construction Staking — 2 Person $ 225.00 Ar Landscape Architectural Services - LA $ 140.00 /hr Landscape Architect Intern $ 90.00 /hr Clerical Services $ 70.00 /hr ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Construction Administration (February 2024) Page 4 of 9 ATTACHMENT A - CONTINUED CITY PROVIDED INFORMATION/SERVICES for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE CONSTRUCTION ADMINISTRATION SERVICES City of Southlake The CITY will provide the following services to the ENGINEER in the performance of the PROJECT upon request: I. Provide any existing data the CITY has on file concerning the PROJECT, if available including the materials selected for turf installation. II. Provide any available Record Drawings for existing streets and drainage facilities, if available. III. Provide any available Record Drawings for existing water and sanitary sewer mains, if available. IV. Assist the ENGINEER, as necessary, in obtaining any required data and information from local franchise utility companies. V. Provide standard details in digital format. VI. Assist the ENGINEER by coordinating with the franchise utility companies and addressing potential conflicts prior to construction. VII. Assist the ENGINEER by requiring appropriate utility companies to expose underground utilities within the Right -Of -Way, if/when required. VIII. Give prompt written notice to ENGINEER whenever CITY observes or otherwise becomes aware of any development that affects the scope or timing of the ENGINEER's services. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Construction Administration (February 2024) Page 5 of 9 ATTACHMENT B COMPENSATION for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE CONSTRUCTION ADMINISTRATION SERVICES City of Southlake COMPENSATION For and in consideration of the services to be rendered by the ENGINEER, the CITY shall pay, and the ENGINEER shall receive, the compensation hereinafter set forth for the Design and Construction Phases of the work and additionally for Special Engineering Services and/or Additional Engineering Services. All remittances by CITY of such compensation shall either be mailed or delivered to the ENGINEER's office. A. Compensation for the Basic Engineering Services shall be a lump sum fee of $10,770.00. Compensation for the Special Services shall be an estimated, sum of $9,230.00. This is a total estimated contract amount of $20,000.00. Payment for the Basic Engineering Services shall be due in monthly installments in proportion to that part of the services which have been accomplished. Final payment for services authorized in this phase shall be due at the completion of these services. Payment for any requested Construction Support Services of the Special Services shall be due in monthly installments and per the contract hourly billing rates schedule. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Construction Administration (February 2024) Page 6 of 9 B. Compensation for Additional Services not covered by Basic Engineering Services or Special Services provided herein shall be as follows: 1. For all of ENGINEER'S personnel time applied to the Additional Engineering Services and not itemized above, the following hourly rates shall be used: ENGINEERING & LANDSCAPE ARCHITECTURE Engineering & Mgmt. -Principal/VP $ 295.00 /hr Project Management $ 195.00 /hr Engineering Services, Senior PE $ 195.00 /hr Engineering Services - PE $ 140.00 Ar Engineering Services - EIT $ 105.00 Ar Design Services, Senior Designer $ 140.00 /hr Design Services by Designer $ 105.00 /hr CAD/Drafting Services $ 70.00 Ar Landscape Architectural Services - LA $ 140.00 /hr Landscape Architect Intern $ 90.00 /hr Clerical Services $ 70.00 /hr 2. For all direct non -labor and/or subcontract expense, including mileage, travel and living expenses at invoice or internal office cost times a multiplier of 1.10. Payments to the ENGINEER for authorized Additional Engineering Services will be due monthly, upon presentation of monthly statement by the ENGINEER for such services. II. PAYMENT Payments to the ENGINEER will be made as follows: A. Invoice and Time of Payment Monthly invoices will be issued by the ENGINEER for all work performed under this Agreement, and shall be in proportion to the percent completion of the total work. Invoices will be prepared in a format approved by the CITY; see format on the following page; and are due and payable within 30 days. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Construction Administration (February 2024) Page 7 of 9 Proposed Invoice Format I NVOI CE FOR SERM CES BOB JONES & BI CENTENNIAL PARK IMPROVEMENTS Sauthlake, TX February 7, 2023 Park Contract Percent Amount Previously AmountDue Amount Item Task Desch ption Improvements Amount Complete to Date Invoiced This Invoice Remaining BAS1CSERViCES (f&edfee wnounp S 10.770.00 S 10.770.00 0% 5 5 S 5 10.770.00 ConstructianAdministration $ 14,770.00 5 10.770.00 0% $ 5 $ $ 10,770.00 Review Contrattnr 5 u rvey S 1,584. 00 0% 5 - $ - $ 1,584.00 Construction Observation Report $ 2,135.00 0% S - $ - $ 2.135.00 As-Bu l It Tope Su rvey $ 7,055.00 0% S - S - S 7.055.00 SPECIAL SERVICES $ 9,230.00 $ 9123ODD 0% $ - $ - $ - $ 9,230A0 AcUtional Special Services S 9,230.00 $ 91230A0 4% $ - $ - $ - $ 9,230A0 RFIs (4j (hourly) S 1 ,440.00 0% $ - S - S 1.440.00 Site Visits(71(hourly� S 7,790.00 4% $ - $ - $ 7,794.00 Total for Professional Services S 20.000.00 5 20.000.00 0% S 3 S 20,000.00 ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Construction Administration (February 2024) Page 8 of 9 Aw EXHIBIT C PROJECT LOCATION MAP for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE CONSTRUCTION ADMINISTRATION SERVICES City of Southlake PROJECT LOCATION 0 Della Hotels b, f.' Countryside Bible Church aall�as SSorithla�. PROJECT LOCATION _ Southlake Town Square COSt Co Whalesal - - - - - i Wh:t I Southlake Esa,u,lakeBk Methodl�t:-izcl• 9 GoogleA T ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Construction Administration (February 2024) Page 9 of 9 ORIGINAL DOCUMENT Item 4E- Attachment B CITY OF SOUTI-ILAKE Council Action] fi 'N AGREEMENT FOR ENGINEERING SERV'CESatS' No. -- Dais Approved _ L.211. I123 THIS AGREEMENT is made this lam" day of V9- , 2023 by and between the City of Southlake, Texas (hereinafter referred to as "CITY"), and Baird, Hampton & Brown, Inc. (hereinafter referred to as "ENGINEER"). WHEREAS, CITY contemplates the need for engineering services for the proposed Southlake Sport Field Improvement Project, hereinafter referred to as the "Project". WHEREAS, ENGINEER is qualified, able, and desirous of performing the necessary engineering work upon which the Project is based and is willing and able to work with CITY staff to organize and coordinate the professional services necessary to complete the Project. NOW, THEREFORE, CITY engages ENGINEER to perform, and ENGINEER agrees to perform, the engineering work for the Project, as more fully described herein below, and CITY agrees to pay as compensation, and ENGINEER agrees to accept as compensation, the payments on the dates and in the amounts herein specified, all in accordance with the terms more fully set out below and as provided in Attachment A which is attached hereto and incorporated by reference as if fully set forth herein. I. ARTICLE ENGINEERING SERVICES A. Scope of Work ENGINEER will provide the supervision, direction, personnel, and equipment to perform the engineering Services outlined in Attachments A thru C, in accordance with the terms set forth in this Agreement. B. Definitions Services refer to the professional services performed by ENGINEER pursuant to this Agreement. C. Changes CITY, without invalidating the Agreement, may order changes within the general scope of the work required by the Agreement by altering, adding to and/or deducting from the work to be performed. If any change causes an increase or decrease in ENGINEER's cost of, or the time required for, the performance of any part of the Services under the Agreement, an equitable adjustment will be made by mutual agreement and this Agreement shall be modified in writing accordingly. Pau, C I D. Coordination with Owner The CITY shall make available to ENGINEER for use in performing Services hereunder all existing plans, maps, field notes, statistics, computations, and other data in the CITY's possession relative to existing facilities and to the Project. E. Site and Local Conditions ENGINEER has the right to examine the site in order to become acquainted with local conditions and accepts conditions at the site unless otherwise noted in writing to the CITY. Any coordination or scheduling of work by CITY shall not relieve ENGINEER from its responsibilities specified hereunder. Necessary arrangement for access to any site by ENGINEER's employees will be made with CITY. F. Assignment and Subcontractors/Third Party Rights The rights and obligations covered herein are personal to each party hereto and not to any third party and for this reason neither this Agreement nor any contract hereunder shall be assigned by either party in whole or in part; nor shall ENGINEER subcontract any of its obligations under this Agreement without the prior written consent of CITY. G. Independent Contractor ENGINEER covenants and agrees that it will perform the work hereunder as an independent contractor, and not as an officer, agent, servant, or employee of CITY; that ENGINEER shall have exclusive control of and exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors, subcontractors, and consultants; that the doctrine of respondent superior shall not apply as between CITY and ENGINEER, its officers, agents, employees, contractors, subcontractors, and consultants, and nothing herein shall be construed as creating a partnership or joint enterprise between CITY and ENGINEER. H. Disclosure By signature of this contract, ENGINEER warrants to CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interests, direct or indirect, in property abutting the proposed Project and business relations with abutting property owners. ENGINEER further warrants that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. Finally, Engineer warrants that it has submitted to the City a completed Conflicts of Interest Questionnaire as required by Chapter 176 of the Texas Local Government Code. Page 2 Approval by CITY Approval by CITY of this Agreement shall not constitute or be deemed to be a release of the responsibility and liability of ENGINEER, its officers, agents, employees, and subcontractors for the accuracy and competency of the Services performed under this Agreement, including but not limited to surveys, designs, working drawings and specifications and other engineering documents. Such approval shall not be deemed to be a waiver or an assumption of such responsibility and liability by CITY for any negligent act, error, or omission in the performance of ENGINEER's professional services or in the conduct or preparation of the subsurface investigations, surveys, designs, working drawings and specifications or other engineering documents by ENGINEER, its officers, agents, employees and subcontractors, it being the intent of the parties that approval by CITY signifies the CITY's approval of only the general design concept of the Improvements to be constructed. J. Indemnification ENGINEER SHALL AND DOES HEREBY AGREE TO INDEMNIFY AND HOLD HARMLESS CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES FROM ANY AND ALL DAMAGES, LOSS OR LIABILITY OF ANY KIND WHATSOEVER, BY REASON OF DEATH OR INJURY TO PROPERTY OR PERSON CAUSED BY ANY OMISSION OR NEGLIGENT ACT OF ENGINEER, ITS OFFICERS, AGENTS, EMPLOYEES, INVITEIES, OR OTHER PERSONS FOR WHOM IT IS LEGALLY LIABLE, WITH REGARD TO THE PERFORMANCE OF THIS CONTRACT, AND ENGINEER WILL, AT ITS COST AND EXPENSE, DEFEND, PAY ON BEHALF OF, AND PROTECT CITY AND ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY AND ALL SUCH CLAIMS AND DEMANDS. THE PROVISIONS OF THIS SECTION ARE SUBJECT TO THE LIMITATIONS OF TEXAS LOCAL GOVERNMENT CODE SECTION 271.904 AND SHALL BE CONSTRUED TO THAT EFFECT. K. No Third Party Beneficiary For purposes of this Agreement, including its intended operation and effect, the parties specifically agree and contract that: (1) this Agreement only affects matters/disputes between the parties to this Agreement, and is in no way intended by the parties to benefit or otherwise affect any third person or entity (except the indemnitees identified or described in Article I, Section J., above), notwithstanding the fact that such third person or entities may be in a contractual relationship with CITY and ENGINEER, or both; and (2) the terms of this Agreement are not intended to release, either by contract or operation of law, any third person or entity from obligations they owe to either CITY or ENGINEER. L. Successors and Assigns CITY and ENGINEER each bind themselves and their successors, executors, administrators and assigns to the other party to this Agreement and to the successors, executors, administrators and assigns of such other party with respect to all covenants of this Agreement. Neither CITY nor ENGINEER shall assign or transfer its interest in this Agreement without prior written consent of the other. II. ARTICLE CITY'S RESPONSIBILITIES CITY will: Provide full information as to CITY's requirements for the Project; 2. Assist ENGINEER by placing at ENGINEER's disposal all information in CITY's control or knowledge which is pertinent to the Project, including executed right-of-way easements and final field survey data; 3. Examine all work presented by ENGINEER and respond within reasonable time and in writing to the material submitted by ENGINEER; 4. Pay all costs incident to advertising for obtaining bids or proposals from Contractors; 5. Give prompt written notice to ENGINEER whenever CITY observes or otherwise becomes aware of any defect in ENGINEER's work or in Contractor's work; 6. Designate in writing a person to act as its representative with respect to this Agreement, such person having complete authority to transmit instructions, receive information, and make or interpret the CITY's decisions; 7. Provide all information and criteria as to the CITY's requirements, objectives, and expectations for the Project including all numerical criteria that are to be met and all standards of development, design, or construction. 8. Provide to the ENGINEER all previous studies, plans, or other documents pertaining to the Project and all new data reasonably necessary in the ENGINEER's opinion, such as site survey and engineering data, environmental impact assessments or statements, zoning or other land use regulations, etc., upon all of which the ENGINEER may rely; and 9. Arrange for access to the site and other private or public property as required for the ENGINEER to provide its services. 10. Provide any other information or assistance as outlined in Attachment B hereto. Page 4 III. ARTICLE COMPENSATION FOR ENGINEERING SERVICES The CITY shall compensate ENGINEER for services rendered under this Agreement, in accordance with the following: For the completion of the work contemplated in Article I, the ENGINEER shall be paid on a lump sum basis in the amount of $15,500.00 for Basic Services, plus $24,000.00 for Special Services (as outlined in Attachment B) with a total not to exceed cost ceiling of $39,500.00 as billed monthly by ENGINEER. IV. ARTICLE TIMES OF BILLING AND PAYMENT The ENGINEER shall bill CITY monthly for any services and expenses incurred in accordance with the work performed subject to the limits set out in Article III. Payment shall be due within thirty (30) days of receipt by CITY of a properly prepared and correct invoice from ENGINEER. ENGiNEER's invoices shall be accompanied by such records or other written proof as CITY deems necessary to verify the billings. Invoices shall be made to City Finance Department's office at 1400 Main Street, Suite 440, Southlake, Texas 76092. If CITY fails to make payment due ENGINEER within thirty (30) days of the day when payment for services and expenses is due under the terms of this Agreement, ENGINEER shall be entitled to interest on such unpaid sums at the rate provided in Chapter 2251 of the Texas Government Code. V. ARTICLE ADDITIONAL ENGINEERING SERVICES In addition to performing the engineering services set out in Article I, hereof, ENGINEER agrees to perform additional services as requested by CITY from time to time and CITY agrees to compensate ENGINEER for such services in accordance with ENGINEER's standard hourly fee and expenses (see Attachment B) for actual time expended and actual out-of-pocket sums expended, such services to be one or more of the following: Make or prepare detailed description of sites, maps, or drawings related thereto and outside the scope of the Project; 2. Appearances before courts or boards on matters of litigation or hearings related to the Project; 3. Preparation of environmental impact assessments or statements for any Pane governmental agency; 4. Miscellaneous engineering work for CITY not related to the Project; 5. To provide resident project construction inspection, unless such inspection is not required, in writing, by the CITY; 6. Other services agreed to by the parties in writing and incorporated herein. VI. ARTICLE STANDARD OF CARE In performing its professional services, the ENGINEER will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of its profession in the same locality at the time the services are provided and in accordance with any applicable governmental laws, regulations and ordinances. VII. ARTICLE PERIOD OF SERVICE This Agreement shall be effective upon execution by CITY and ENGINEER, and shall remain in force until work is completed on the Project or until terminated under the provisions hereinafter provided in Article VIII. VIII. ARTICLE TERMINATION The CITY may terminate this Agreement at any time for convenience, with or without cause by giving written notice to the ENGINEER. Such termination may be made effective on such future date as agreed by the parties, but absent such agreement shall be immediate. Upon receipt of such notice the ENGINEER shall immediately discontinue all services and work and the placing of all orders or the entering into contracts for supplies, assistance, facilities, and materials in connection with the performance of this Agreement and shall proceed to cancel promptly all existing contracts insofar as they are chargeable to this Agreement. The ENGINEER, upon termination, shall be paid for all services rendered through the date of termination together with any additional reimbursable expense then due. Page 6 IX. ARTICLE OWNERSHIP OF DOCUMENTS All completed or partially completed reports prepared under this Agreement, including the original drawings in both paper and electronic formats, shall become the property of CITY if this Agreement is terminated. Upon completion and payment of the contract, the final design, drawings, specifications and documents in both paper and electronic formats shall be owned by CITY. 2. Reuse, change or alteration by CITY or others acting by or on behalf of CITY of such documents without the permission of ENGINEER shall be at CITY's sole risk. X. ARTICLE INSURANCE ENGINEER shall carry and maintain at all times relevant hereto, at ENGINEER's expense, insurance of the type and of minimum coverage limits as follows: Workers Compensation - Statutory Employer's Liability - Limits as required by the State of Texas. 2. Comprehensive General Liability, Bodily Injury and Property Damage including contractual liability in a combined single limit - $500,000 per occurrence. 3. Comprehensive Automotive Liability, Bodily Injury and Property Damage in a combined single limit - $1,000,000 per accident. Certificates of insurance for the above coverage in a form acceptable to CITY, evidencing the coverage required above, shall be provided to CITY within ten (10) business days after execution of this Agreement and prior to issuing Notice to Proceed. Such certificates shall provide that the insurer will give CITY not less than ten (10) days notice of any material changes in or cancellation of coverage. In the event any subcontractor of ENGINEER, with or without CITY's consent, provides or renders services under this Agreement, ENGINEER shall ensure that the subcontractor's services are covered by the same insurance limits as set forth above. ENGINEER shall not commence work under this Agreement until it has obtained Professional Liability (Errors and Omissions) Insurance as required hereunder and such insurance coverage has been approved by CITY. Such insurance shall be in the minimum amount of $1,000,000 and shall include coverage of Contractually Assumed Liability. The insurance coverage prescribed herein shall be maintained until one (1) year after CITY's acceptance of the construction project and shall not be canceled without prior written notice to CITY. In this connection, upon the signing and return of this Agreement by Page 7 ENGINEER, a Certificate of Insurance shall be furnished to CITY as evidence that the insurance coverage required herein has been obtained by ENGINEER, and such certificate shall contain the provision that such insurance shall not be cancelled or modified without thirty (30) days prior written notice to CITY. ENGINEER shall notify CITY within ten (10) days of any modification or alteration in such Professional Liability (Errors and Omissions) Insurance. XI. ARTICLE AUTHORIZATION, PROGRESS AND COMPLETION CITY and ENGINEER agree that the Project is planned to be completed by December 2023. ENGINEER shall employ manpower and other resources, and use professional skill and diligence to meet the schedule; however, ENGINEER shall not be responsible for schedule delays resulting from conditions beyond its control. By mutual agreement, CITY and ENGINEER may modify the Project schedule during the course of the Project and if such modifications affect ENGINEER's compensation, it shall be modified accordingly, subject to CITY's approval. It is understood that this Agreement contemplates full and complete engineering services for this Project, including any and all Services necessary to complete the work. For additional Engineering Services, the authorization by CITY shall be in writing and shall include the definition of the services to be provided, the schedule for commencing and completing the services, and the basis for compensation as agreed upon by CITY and ENGINEER. Page 8 XII. ARTICLE NOTICE Any notice required under this Agreement will be in writing and given either personally, by registered or certified mail, return receipt requested, or by a nationally recognized overnight courier service, addressed to the parties as follows: If to CITY: Shana Yelverton City Manager City of Southlake 1400 Main Street, Suite 460 Southlake, Texas 76092 Phone: 817-748-8400 Fax: 817-748-8010 If to ENGINEER: Austin Baird, PE Principal, Sr. Civil Engineer Baird, Hampton & Brown 3801 William D Tate, Suite 500 Grapevine, Texas 76051 Phone: (817) 251-8550 Fax: (817) 251-8810 All notice shall be effective upon the date of receipt. XIII. ARTICLE SEVERABILITY In the event that any provision of this Agreement shall be found to be void or unenforceable, such finding shall not be construed to render any other provisions of this Agreement either void or unenforceable. All provisions, which are void or unenforceable, shall not substantially affect the rights or obligations granted to or undertaken by either party. XIV.ARTICLE VENUE -LAW Venue of any suit or cause of action under this Agreement shall lie exclusively in Tarrant County, Texas. This Agreement shall be construed in accordance with the laws of the State of Texas. IN WITNESS WHEREOF the parties have caused this Agreement to be executed in two equal originals on the date and year first above mentioned. Page 9 CITY OF SOUTHLAKE: u B� l Y A01,11ho, Shana Yelve &I City Manager ATTEST: L AK c-j• Fol IF By: — City e reta : v Page 10 ENGINEER: Baird, Hampton & Brown B �a- Jolin'Austin y. Baird, PE, Principal, Sr. Civil Engineer THE STATE OF TEXAS § COUNTY OF TARRANT § Before me on this day personally appeared John Austin Baird known to me [or proved to me on the oath of or through p„v rs j:censr (description of identity card or other document)] to be the person whose name is subscribed to the foregoing instrument and that he/she is the duly authorized Principal of Baird. Hampton & Brown, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. Given under my hand and seal of office this �_ day of 20Z3 MI - SOULES Notary Public, State of Texas Comm. Expires 03-03-2024 Notary 1D 126416047 it'A 11 0'&� ") Notary Public, State of Texas EY)lcPlle .i 6cL-le S Notary's Name Printed Page 11 ATTACHMENT A BASIC ENGINEERING SERVICES for SOUTHLAKE SPORT FIELD IMPROVEMENTS City of Southlake The City of Southlake has requested that Baird, Hampton & Brown perform a drainage analysis for the proposed sport field improvement projects at both Bob Jones and Bicentennial Parks to ensure no adverse impacts to the surrounding areas and downstream storm drain systems. This project proposes to replace the existing natural turf with artificial turf. If the analysis indicates adverse impacts are anticipated, additional improvements will be proposed to mitigate drainage concerns. The scope of work for Basic Engineering Services involves project management and evaluation of field improvements. GENERAL A. Project Management, Administration and Coordination 1. The ENGINEER will establish, and maintain PROJECT schedules and budgets, develop progress reports, prepare invoices, and meet with other entities on an as needed basis For the duration of the PROJECT's design. 2. Supervision of Subconsultant, the ENGINEER will establish a work program and schedule for each subconsultant, if any, at the beginning of each phase/section of the PROJECT. The ENGINEER will be responsible for the coordination, supervision, review and incorporation of work performed by subconsultants. II. LAND SURVEYING A. Topographic Survey — Limited Topographic survey of the project areas for use in the analysis and design of the proposed improvements including: 1. Photogrammetric Mapping — Orthorectified imagery showing certain feature locations (excluding boundaries) where survey grade on -the -ground measurements are not otherwise necessary. (i) Georeferenced Orthomosaic (ii) Digital Elevation Model (DEM) 2. Topographic Survey - Adequately model the above referenced project and 15' (fifteen feet) outside the perimeter where accessible. (i) Locate drainage infrastructure improvements. (ii) Drainage infrastructure invert elevations and pipe sizes where accessible. (iii) Show 1' (one foot) contours created from photogrammetric DEM at an approximate 6" (six inch) grid. (iv) Establish a minimum of 2 (two) on-site/project benchmarks per park. (v) Underground Utilities locating service by a third -party company such as Texas811. ENGINEERING SERVICES FOR THE CITY OF SOLITHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 1 of 9 III. EVALUATION OF FIELD IMPROVEMENTS A. Drainage Analysis 1. The engineer shall prepare detailed drainage area maps for each location where turf field improvements are proposed. Calculations will be performed to quantify the anticipated impacts of the proposed improvements. Drainage area maps and computations will be prepared in conformance with the City of Southlake drainage criteria. Additionally, should the proposed improvements indicate that an increase of runoff is anticipated a downstream analysis will be prepared in conformance with the City of Southlake and NCTCOG iSWM criteria to determine the area of concern. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 2 of 9 ATTACHMENT A - CONTINUED SPECIAL SERVICES for SOUTHLAKE SPORT FIELD IMPROVEMENTS City of Southlake The scope of work for SPECIAL Engineering Services includes developing engineering plans, as necessary, for drainage improvements to mitigate drainage concerns due to anticipated adverse impacts caused by installation of artificial turf. The scope of work for these Special Services is more generally described as follows: CONSTRUCTION PLANS & ESTIMATES A. Prepare Final Construction Plans 1. Develop grading, storm drain, and erosion control plans over actual field surveys. Provide necessary construction details for the proposed improvements. 2. Submit two (2) sets of final bid documents for CITY approval and construction. B. Prepare SWPPP 1. Develop SWPPP packet and documentation, including all required exhibits. C. Bid Documents 1. Prepare Quantities 2. Prepare Engineers Opinion of Probable Construction Costs 3. Prepare supplemental project manual documents. Please note that due to the fact that this effort is anticipated to supplement an existing city project we have not included the preparation of a complete project manual with bidding documents. Rather this effort is intended to provide the required documents for a change order to the existing agreements. IL CONSTRUCTION PHASE A. Construction support services, including responding to RFIs, reviewing product submittals, and conflict resolution. B. Prepare Record Drawings, with the assistance of the CITY's Resident PROJECT Representative, to reflect available information as to how the work was constructed. The CITY's Resident PROJECT Representative will provide the ENGINEER a red -lined set of drawings depicting changes during construction. The ENGINEER shall revise original design drawings, noting changes during construction, and submit one (1) printed set of Record Drawings and electronic files (in pdf and dwg formats), to the CITY. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 3 of 9 ATTACHMENT A - CONTINUED HOURLY AND/OR ADDITIONAL ENGINEERING SERVICES for SOUTHLAKE SPORT FIELD IMPROVEMENTS City of Southlake ADDITIONAL Engineering Services not included in the scope of work formal Contract Documents, including coordinating their execution by the respective parties. II. ADDITIONAL Engineering Services not included in the scope of work include those services that may result from significant changes in the general scope, extent or character of the PROJECT or its design including, but not limited to, changes in size, complexity, CITY's schedule, character of construction or method of financing; and revising previously accepted studies, reports, design documents or Contract Documents when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond ENGINEER's control. III. ADDITIONAL Engineering Services not included in the scope of work also include assistance to the CITY in connection with bid protests, rebidding or renegotiating contracts for construction, materials, equipment or service, or preparing to serve or serving as a consultant or witness for CITY in any litigation, arbitration or other legal proceeding involving the PROJECT. IV. HOURLY and/or ADDITIONAL Engineering services in connection with the PROJECT and described above, and including services which are to be furnished on an hourly basis or by the CITY, and services not otherwise provided for in this Agreement, will be provided at the following rates: ENGINEERING & LANDSCAPE ARCHITECTURE LAND SURVEYING SERVICES Engineering & Management, Principal/VP $ 295.00 /hr Surveying & Management, Principal/VP $ 295.00 /hr Project Management $ 195.00 /hr Surveying Services, Senior RPLS $ 195.00 Ar Engineering Services, Senior PE $ 195.00 /hr Surveying Services, RPLS $ 150.00 /hr Engineering Services - PE $ 140.00 /hr Surveying Services, Senior Tech. $ 150.00 Ar Engineering Services - EIT $ 105.00 /hr CAD/Technical Survey Services $ 95.00 Ar Design Services, Senior Designer $ 140.00 /hr Field Surveying - 1 Person Crew $ 175.00 Ar Design Services by Designer $ 105.00 /hr Field Surveying - 2 Person Crew $ 205.00 Ar CAD/Drafting Services $ 70.00 /hr Construction Staking — 2 Person $ 225.00 Ar Landscape Architectural Services - LA $ 140.00 /hr Landscape Architect Intern $ 90.00 /hr Clerical Services $ 70.00 /hr ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 4 of 9 ATTACHMENT A - CONTINUED CITY PROVIDED INFORMATION/SERVICES for SOUTHLAKE SPORT FIELD IMPROVEMENTS City of Southlake The CITY will provide the following services to the ENGINEER in the performance of the PROJECT upon request: I. Provide any existing data the CITY has on file concerning the PROJECT, if available including the materials selected for turf installation. II. Provide any available Record Drawings for existing streets and drainage facilities, if available. III. Provide any available Record Drawings for existing water and sanitary sewer mains, if available. IV. Assist the ENGINEER, as necessary, in obtaining any required data and information from local franchise utility companies. V. Provide standard details in digital format. VI. Assist the ENGINEER by coordinating with the franchise utility companies and addressing potential conflicts prior to construction. VII. Assist the ENGINEER by requiring appropriate utility companies to expose underground utilities within the Right -Of -Way, if/when required. Vill. Give prompt written notice to ENGINEER whenever CITY observes or otherwise becomes aware of any development that affects the scope or timing of the ENGINEER's services. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 5 of 9 ATTACHMENT B COMPENSATION for SOUTHLAKE SPORT FIELD IMPROVEMENTS City of Southlake COMPENSATION For and in consideration of the services to be rendered by the ENGINEER, the CITY shall pay, and the ENGINEER shall receive, the compensation hereinafter set forth for the Design and Construction Phases of the work and additionally for Special Engineering Services and/or Additional Engineering Services. All remittances by CITY of such compensation shall either be mailed or delivered to the ENGINEER's office. A. Compensation for the Basic Engineering Services shall be a lump sum fee of $15,500.00. Compensation for the Special Services shall be an estimated, sum of $24,00.00. This is a total estimated contract amount of $39,500.00. Payment for the Design phase portion of the Basic Engineering Services shall be due in monthly installments in the proportion to that part of the services in the Design phase which have been accomplished. Final payment for services authorized in the Design phase shall be due at the completion of these services. Payment for any requested Assistance, Construction Support Services of the Special Services, shall be due in monthly installments and per the contract hourly billing rates schedule. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 6 of 9 B. Compensation for Additional Services not covered by Basic Engineering Services or Special Services provided herein shall be as follows: 1. For all of ENGINEER's personnel time applied to the Additional Engineering Services and not itemized above, the following hourly rates shall be used: ENGINEERING & LANDSCAPE ARCHITECTURE Engineering & Mgmt. -Principal/VP $ 295.00 /hr Project Management $ 195.00 /hr Engineering Services, Senior PE $ 195.00 /hr Engineering Services - PE $ 140.00 /hr Engineering Services - EIT $ 105.00 /hr Design Services, Senior Designer $ 140.00 /hr Design Services by Designer $ 105.00 /hr CAD/Drafting Services $ 70.00 /hr Landscape Architectural Services - LA $ 140.00 /hr Landscape Architect Intern $ 90.00 /hr Clerical Services $ 70.00 /hr 2. For all direct non -labor and/or subcontract expense, including mileage, travel and living expenses at invoice or internal office cost times a multiplier of 1.10. Payments to the ENGINEER for authorized Additional Engineering Services will be due monthly, upon presentation of monthly statement by the ENGINEER for such services. II. PAYMENT Payments to the ENGINEER will be made as follows: A. Invoice and Time of Payment Monthly invoices will be issued by the ENGINEER for all work performed under this Agreement, and shall be in proportion to the percent completion of the total work. Invoices will be prepared in a format approved by the CITY; see format on the following page; and are due and payable within 30 days. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE By BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 7 of 9 Proposed Invoice Format INVOICE FOR SERVICES BOB JONES & BICENTENNIAL PARK SPORT FIELD IMPROVEMENTS Southlake, TX September 29, 2023 Park Contract Percent Amount Previously Amount Due Amount Item / Task Description Improvements Amount Complete to Date Invoiced This Invoice Remaining BASIC SERVICES (fixed fee amounq $ 15,500.00 $ 15,500.00 0% $ - $ - $ - $ 15,600.00 Land Surveying Services $ 7,500.00 S 7,500.00 0% $ - rS - $ - $ 7,500.00 Topographic Surrey $ 7.500.00 0% $ - 0 $ - $ 7,500.00 Evaluation of Field Improvements $ 8,000.00 S 8,000.00 0% $ - rs - $ $ 8,000.00 Drainage Analysis $ 8,000.00 0% $ - $ - $ 8,000.00 SPECIAL SERVICES $ 24,000.00 $ 24,000.00 0% $ S $ S 24,D00.00 Improvement Plans and Construction Period $ 24,000.00 $ 24,000.00 0% $ $ $ $ 24,000.00 Plans, Specs & Estimates $ 21,510.00 0% $ - $ - $ 21,510.00 Construction Phase $ 2,490.00 0% $ - $ - $ 2.490.00 Total for Professional Services $ 39,600.00 $ 39,500.00 0% $ $ S 39,500.00 ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 8 of 9 ib EXHIBIT C PROJECT LOCATION MAP for SOUTHLAKE SPORT FIELD IMPROVEMENTS City of Southlake Bob Jones Park PROJECT 4G ScN Coo LOCATION Marriott Dallas/Fort Worth Westlake 4 'N Do., Rd E Dove Rd fg Delta Hotels by Marriott Countryside Bible Church © Dallas Southlake L. ' PROJECT LOCATION a • °-D A Bicentennia SouthlakeToNnSq,ar Q Park Ccstco Yihcleszfe '• S°" r•e;•e White's Chapel Southlake ES, 1, k 8 Methodist Church Go gle ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements (September 2023) Page 9 of 9 ORIGINAL DOCUMENT CITY OF SOUTI ILAKE AGREEMENT FOR ENGINEERING SERVICES Council Action: Y/v Ord./Res. No. THIS AGREEMENT is made this ai day of al�c T ovdA�. between the City of Southlake, Texas (hereinafter referred to as "CITY"), and Baird, Hampton & Brown, Inc. (hereinafter referred to as "ENGINEER"). WHEREAS, CITY contemplates the need for structural engineering services for the proposed Southlake Sport Field Improvement Project, hereinafter referred to as the "Project". WHEREAS, ENGINEER is qualified, able, and desirous of performing the necessary engineering work upon which the Project is based and is willing and able to work with CITY staff to organize and coordinate the professional services necessary to complete the Project. NOW, THEREFORE, CITY engages ENGINEER to perform, and ENGINEER agrees to perform, the engineering work for the Project, as more fully described herein below, and CITY agrees to pay as compensation, and ENGINEER agrees to accept as compensation, the payments on the dates and in the amounts herein specified, all in accordance with the terms more fully set out below and as provided in Attachment A which is attached hereto and incorporated by reference as if fully set forth herein. I. ARTICLE ENGINEERING SERVICES A. Scope of Work ENGINEER will provide the supervision, direction, personnel, and equipment to perform the engineering Services outlined in Attachments A thru C, in accordance with the terms set forth in this Agreement. B. Definitions Services refer to the professional services performed by ENGINEER pursuant to this Agreement. C. Changes CITY, without invalidating the Agreement, may order changes within the general scope of the work required by the Agreement by altering, adding to and/or deducting from the work to be performed. If any change causes an increase or decrease in ENGINEER's cost of, or the time required for, the performance of any part of the Services under the Agreement, an equitable adjustment will be made by mutual agreement and this Agreement shall be modified in writing accordingly. Page 1 D. Coordination with Owner The CITY shall make available to ENGINEER for use in performing Services hereunder all existing plans, maps, field notes, statistics, computations, and other data in the CITY's possession relative to existing facilities and to the Project. E. Site and Local Conditions ENGINEER has the right to examine the site in order to become acquainted with local conditions and accepts conditions at the site unless otherwise noted in writing to the CITY. Any coordination or scheduling of work by CITY shall not relieve ENGINEER from its responsibilities specified hereunder. Necessary arrangement for access to any site by ENGINEER's employees will be made with CITY. F. Assignment and Subcontractors/Third Party Rights The rights and obligations covered herein are personal to each party hereto and not to any third party and for this reason neither this Agreement nor any contract hereunder shall be assigned by either party in whole or in part; nor shall ENGINEER subcontract any of its obligations under this Agreement _without the prior written consent of CITY. G. Independent Contractor ENGINEER covenants and agrees that it will perform the work hereunder as an independent contractor, and not as an officer, agent, servant, or employee of CITY; that ENGINEER shall have exclusive control of and exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors, subcontractors, and consultants; that the doctrine of respondent superior shall not apply as between CITY and ENGINEER, its officers, agents, employees, contractors, subcontractors, and consultants, and nothing herein shall be construed as creating a partnership orjoint enterprise between CITY and ENGINEER. H. Disclosure By signature of this contract, ENGINEER warrants to CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interests, direct or indirect, in property abutting the proposed Project and business relations with abutting property owners. ENGINEER further warrants that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. Finally, Engineer warrants that it has submitted to the City a completed Conflicts of Interest Questionnaire as required by Chapter 176 of the Texas Local Government Code. Page 2 Approval by CITY Approval by CITY of this Agreement shall not constitute or be deemed to be a release of the responsibility and liability of ENGINEER, its officers, agents, employees, and subcontractors for the accuracy and competency of the Services performed under this Agreement, including but not limited to surveys, designs, working drawings and specifications and other engineering documents. Such approval shall not be deemed to be a waiver or an assumption of such responsibility and liability by CITY for any negligent act, error, or omission in the performance of ENGINEER's professional services or in the conduct or preparation of the subsurface investigations, surveys, designs, working drawings and specifications or other engineering documents by ENGINEER, its officers, agents, employees and subcontractors, it being the intent of the parties that approval by CITY signifies the CITY's approval of only the general design concept of the Improvements to be constructed. Indemnification ENGINEER SHALL AND DOES HEREBY AGREE TO INDEMNIFY AND HOLD HARMLESS CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES FROM ANY AND ALL DAMAGES, LOSS OR LIABILITY OF ANY KIND WHATSOEVER, BY REASON OF DEATH OR INJURY TO PROPERTY OR PERSON CAUSED BY ANY OMISSION OR NEGLIGENT ACT OF ENGINEER, ITS OFFICERS, AGENTS, EMPLOYEES, INVITEES, OR OTHER PERSONS FOR WHOM IT IS LEGALLY LIABLE, WITH REGARD TO THE PERFORMANCE OF THIS CONTRACT, AND ENGINEER WILL, AT ITS COST AND EXPENSE, DEFEND, PAY ON BEHALF OF, AND PROTECT CITY AND ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY AND ALL SUCH CLAIMS AND DEMANDS. THE PROVISIONS OF THIS SECTION ARE SUBJECT TO THE LIMITATIONS OF TEXAS LOCAL GOVERNMENT CODE SECTION 271.904 AND SHALL BE CONSTRUED TO THAT EFFECT. K. No Third Party Beneficiary For purposes of this Agreement, including its intended operation and effect, the parties specifically agree and contract that: (1) this Agreement only affects matters/disputes between the parties to this Agreement, and is in no way intended by the parties to benefit or otherwise affect any third person or entity (except the indemnitees identified or described in Article I, Section J., above), notwithstanding the fact that such third person or entities may be in a contractual relationship with CITY and ENGINEER, or both; and (2) the terms of this Agreement are not intended to release, either by contract or operation of law, any third person or entity from obligations they owe to either CITY or ENGINEER. L. Successors and Assigns CITY and ENGINEER each bind themselves and their successors, executors, administrators and assigns to the other party to this Agreement and to the successors, Page 3 executors, administrators and assigns of such other party with respect to all covenants of this Agreement. Neither CITY nor ENGINEER shall assign or transfer its interest in this Agreement without prior written consent of the other. II. ARTICLE CITY'S RESPONSIBILITIES CITY will: Provide full information as to CITY's requirements for the Project; 2. Assist ENGINEER by placing at ENGINEER's disposal all information in CITY's control or knowledge which is pertinent to the Project, including executed right-of-way easements and final field survey data; 3. Examine all work presented by ENGINEER and respond within reasonable time and in writing to the material submitted by ENGINEER; 4. Pay all costs incident to advertising for obtaining bids or proposals from Contractors; 5. Give prompt written notice to ENGINEER whenever CITY observes or otherwise becomes aware of any defect in ENGINEER's work or in Contractor's work; 6. Designate in writing a person to act as its representative with respect to this Agreement, such person having complete authority to transmit instructions, receive information, and make or interpret the CITY's decisions; 7. Provide all information and criteria as to the CITY's requirements, objectives, and expectations for the Project including all numerical criteria that are to be met and all standards of development, design, or construction. 8. Provide to the ENGINEER all previous studies, plans, or other documents pertaining to the Project and all new data reasonably necessary in the ENGINEER's opinion, such as site survey and engineering data, environmental impact assessments or statements, zoning or other land use regulations, etc., upon all of which the ENGINEER may rely; and 9. Arrange for access to the site and other private or public property as required for the ENGINEER to provide its services. 10. Provide any other information or assistance as outlined in Attachment B hereto. Page 4 III. ARTICLE COMPENSATION FOR ENGINEERING SERVICES The CITY shall compensate ENGINEER for services rendered under this Agreement, in accordance with the following: For the completion of the work contemplated in Article I, the ENGINEER shall be paid on a lump sum basis in the amount of $7,250.00 for Basic Services, plus $1,500.00 for Special Services (as outlined in Attachment B) with a total not to exceed cost ceiling of $8,750.00 as billed monthly by ENGINEER. IV. ARTICLE TIMES OF BILLING AND PAYMENT The ENGINEER shall bill CITY monthly for any services and expenses incurred in accordance with the work performed subject to the limits set out in Article III. Payment shall be due within thirty (30) days of receipt by CITY of a properly prepared and correct invoice from ENGINEER. ENGINEER's invoices shall be accompanied by such records or other written proof as CITY deems necessary to verify the billings. Invoices shall be made to CitV Finance Department's office at 1400 Main Street, Suite 440, Southlake, Texas 76092. If CITY fails to make payment due ENGINEER within thirty (30) days of the day when payment for services and expenses is due under the terms of this Agreement, ENGINEER shall be entitled to interest on such unpaid sums at the rate provided in Chapter 2251 of the Texas Government Code. V. ARTICLE ADDITIONAL ENGINEERING SERVICES In addition to performing the engineering services set out in Article I, hereof, ENGINEER agrees to perform additional services as requested by CITY from time to time and CITY agrees to compensate ENGINEER for such services in accordance with ENGINEER's standard hourly fee and expenses (see Attachment B) for actual time expended and actual out-of-pocket sums expended, such services to be one or more of the following: 1. Make or prepare detailed description of sites, maps, or drawings related thereto and outside the scope of the Project; 2. Appearances before courts or boards on matters of litigation or hearings related to the Project; 3. Preparation of environmental impact assessments or statements for any Page 5 governmental agency; 4. Miscellaneous engineering work for CITY not related to the Project; 5. To provide resident project construction inspection, unless such inspection is not required, in writing, by the CITY; 6. Other services agreed to by the parties in writing and incorporated herein. VI. ARTICLE STANDARD OF CARE In performing its professional services, the ENGINEER will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of its profession in the same locality at the time the services are provided and in accordance with any applicable governmental laws, regulations and ordinances. VII. ARTICLE PERIOD OF SERVICE This Agreement shall be effective upon execution by CITY and ENGINEER, and shall remain in force until work is completed on the Project or until terminated under the provisions hereinafter provided in Article Vill. Vlll. ARTICLE TERMINATION The CITY may terminate this Agreement at any time for convenience, with or without cause by giving written notice to the ENGINEER. Such termination may be made effective on such future date as agreed by the parties, but absent such agreement shall be immediate. Upon receipt of such notice the ENGINEER shall immediately discontinue all services and work and the placing of all orders or the entering into contracts for supplies, assistance, facilities, and materials in connection with the performance of this Agreement and shall proceed to cancel promptly all existing contracts insofar as they are chargeable to this Agreement. The ENGINEER, upon termination, shall be paid for all services rendered through the date of termination together with any additional reimbursable expense then due. Page 6 IX. ARTICLE OWNERSHIP OF DOCUMENTS 1. All completed or partially completed reports prepared under this Agreement, including the original drawings in both paper and electronic formats, shall become the property of CITY if this Agreement is terminated. Upon completion and payment of the contract, the final design, drawings, specifications and documents in both paper and electronic formats shall be owned by CITY. 2. Reuse, change or alteration by CITY or others acting by or on behalf of CITY of such documents without the permission of ENGINEER shall be at CITY's sole risk. X. ARTICLE INSURANCE ENGINEER shall carry and maintain at all times relevant hereto, at ENGINEER's expense, insurance of the type and of minimum coverage limits as follows: 1. Workers Compensation - Statutory Employer's Liability - Limits as required by the State of Texas. 2. Comprehensive General Liability, Bodily Injury and Property Damage including contractual liability in a combined single limit - $500,000 per occurrence. 3. Comprehensive Automotive Liability, Bodily Injury and Property Damage in a combined single limit - $1,000,000 per accident. Certificates of insurance for the above coverage in a form acceptable to CITY, evidencing the coverage required above, shall be provided to CITY within ten (10) business days after execution of this Agreement and prior to issuing Notice to Proceed. Such certificates shall provide that the insurer will give CITY not less than ten (10) days notice of any material changes in or cancellation of coverage. In the event any subcontractor of ENGINEER, with or without CITY's consent, provides or renders services under this Agreement, ENGINEER shall ensure that the subcontractor's services are covered by the same insurance limits as set forth above. ENGINEER shall not commence work under this Agreement until it has obtained Professional Liability (Errors and Omissions) Insurance as required hereunder and such insurance coverage has been approved by CITY. Such insurance shall be in the minimum amount of $1,000,000 and shall include coverage of Contractually Assumed Liability. The insurance coverage prescribed herein shall be maintained until one (1) year after CITY's acceptance of the construction project and shall not be canceled without prior written notice to CITY. In this connection, upon the signing and return of this Agreement by Page 7 ENGINEER, a Certificate of Insurance shall be furnished to CITY as evidence that the insurance coverage required herein has been obtained by ENGINEER, and such certificate shall contain the provision that such insurance shall not be cancelled or modified without thirty (30) days prior written notice to CITY. ENGINEER shall notify CITY within ten (10) days of any modification or alteration in such Professional Liability (Errors and Omissions) Insurance. XI. ARTICLE AUTHORIZATION, PROGRESS AND COMPLETION CITY and ENGINEER agree that the Project is planned to be completed by February 2024. ENGINEER shall employ manpower and other resources, and use professional skill and diligence to meet the schedule; however, ENGINEER shall not be responsible for schedule delays resulting from conditions beyond its control. By mutual agreement, CITY and ENGINEER may modify the Project schedule during the course of the Project and if such modifications affect ENGINEER's compensation, it shall be modified accordingly, subject to CITY's approval. It is understood that this Agreement contemplates full and complete engineering services for this Project, including any and all Services necessary to complete the work. For additional Engineering Services, the authorization by CITY shall be in writing and shall include the definition of the services to be provided, the schedule for commencing and completing the services, and the basis for compensation as agreed upon by CITY and ENGINEER. Page 8 XII. ARTICLE NOTICE Any notice required under this Agreement will be in writing and given either personally, by registered or certified mail, return receipt requested, or by a nationally recognized overnight courier service, addressed to the parties as follows: If to CITY: Shana Yelverton City Manager City of Southlake 1400 Main Street, Suite 460 Southlake, Texas 76092 Phone: 817-748-8400 Fax: 817-748-8010 If to ENGINEER: Austin Baird, PE Principal, Sr. Civil Engineer Baird, Hampton & Brown 3801 William D Tate, Suite 500 Grapevine, Texas 76051 Phone: (817) 251-8550 Fax: (817) 251-8810 All notice shall be effective upon the date of receipt. XIII. ARTICLE SEVERABILITY In the event that any provision of this Agreement shall be found to be void or unenforceable, such finding shall not be construed to render any other provisions of this Agreement either void or unenforceable. All provisions, which are void or unenforceable, shall not substantially affect the rights or obligations granted to or undertaken by either party. XIV.ARTICLE VENUE -LAW Venue of any suit or cause of action under this Agreement shall lie exclusively in Tarrant County, Texas. This Agreement shall be construed in accordance with the laws of the State of Texas. IN WITNESS WHEREOF the parties have caused this Agreement to be executed in two equal originals on the date and year first above mentioned. Page 9 CITY OF SOUTHLAKE: ATTEST: H Lk<< m Page 10 ENGINEER: Baird, Hampton & Brown By: f �- John Austin Bai d, PE, Principal, Sr. Civil Engineer THE STATE OF TEXAS § COUNTY OF TARRANT § Before me on this day personally appeared John Austin Baird known to me [or proved to me on the oath of - :Q,� IF-', _ _ or through �Y;ytfg 1.icyvet, (description of identity card or other document)] to be the person whose name is subscribed to the foregoing instrument and that he/she is the duly authorized Principal of Baird, Hampton & Brown, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. Given under my hand and seal of office this 29 4.' day of Novem)x-v , 2023. Nota Public, State of Texas A�,,pHY PVb'4 RrAklIVANA ROCK a° co Notary Public, State of Texas `c Comm. Expires 10-04-2027 {V},Y %OyVj 1 ow'D, �.e , $;,���` Notary ID 134588864 Notary's Name Printed Page 11 /3are1111111:IuI:111II/e1 BASIC ENGINEERING SERVICES for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE STRUCTURAL ENGINEERING SERVICES City of Southlake The City of South lake is pursuing improvements to the backstops at several sports fields at Bob Jones Park. The above -described proposed improvements are to be packaged with the drainage analysis already underway to evaluate the impacts of converting grass fields to artificial turf. The design of future drainage improvements at Bob Jones and Bicentennial Parks will be provided as a separate effort. The scope of work for Basic Engineering Services includes construction plans and specifications for the above -described structural improvements. I�H4oI49e11 A. Project Management, Administration and Coordination 1. The ENGINEER will establish and maintain PROJECT schedules and budgets, develop progress reports, prepare invoices, and meet with other entities on an as needed basis for the duration of the PROJECT's design. 2. Supervision of Subconsultants The ENGINEER will establish a work program and schedule for each subconsultant, if any, at the beginning of each phase/section of the PROJECT. The ENGINEER will be responsible for the coordination, supervision, review, and incorporation of work performed by Subconsultants. II. CONSTRUCTION DOCUMENTS A. Prepare Construction Plans 1. The engineer shall analyze, prepare structural calculations for, and design the vertical and lateral load -resisting structural systems for the backstop fencing and backstop wall. 2. The engineer shall prepare structural specifications for the proposed the backstop fencing and backstop wall. ENGINEERING SERVICES FOR THE CITY OF SOUTHI3.KE By BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Structural Engineering (November 2023) Page 1 of 8 rvrsy:I���a►�reQa.T►��nai� SPECIAL SERVICES for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE STRUCTURAL ENGINEERING SERVICES City of Southlake The scope of work for SPECIAL Engineering Services is generally described as follows: I. CONSTRUCTION PHASE A. Construction support services, including responding to RFls, reviewing product submittals, and conflict resolution. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Structural Engineering (November 2023) Page 2 of 8 ATTACHMENT A -CONTINUED HOURLY AND/OR ADDITIONAL ENGINEERING SERVICES for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE STRUCTURAL ENGINEERING SERVICES City of Southlake I. ADDITIONAL Engineering Services not included in the scope of work are formal Contract Documents, including coordinating their execution by the respective parties. II. ADDITIONAL Engineering Services not included in the scope of work include those services that may result from significant changes in the general scope, extent or character of the PROJECT or its design including, but not limited to, changes in size, complexity, CITY's schedule, character of construction or method of financing; and revising previously accepted studies, reports, design documents or Contract Documents when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond ENGINEER'S control. III. ADDITIONAL Engineering Services not included in the scope of work also include assistance to the CITY in connection with bid protests, rebidding or renegotiating contracts for construction, materials, equipment or service, or preparing to serve or serving as a consultant or witness for CITY in any litigation, arbitration or other legal proceeding involving the PROJECT. IV. ADDITIONAL Engineering Services not included in the scope of work also include preparing Record Drawings to reflect available information as to how the work was constructed. V. HOURLY and/or ADDITIONAL Engineering services in connection with the PROJECT and described above, and including services which are to be furnished on an hourly basis or by the CITY, and services not otherwise provided for in this Agreement, will be provided at the following rates: ENGINEERING & LANDSCAPE ARCHITECTURE LAND SURVEYING SERVICES Engineering & Management, Principal/VP $ 295.00 /hr Surveying & Management, Principal/VP $ 295.00 /hr Project Management $ 195.00 /hr Surveying Services, Senior RPLS $ 195.00 /hr Engineering Services, Senior PE $ 195.00 /hr Surveying Services, RPLS $ 150.00 /hr Engineering Services - PE $ 140.00 /hr Surveying Services, Senior Tech. $ 150.00 /hr Engineering Services - Err $ 105.00 /hr CAD/Technical Survey Services $ 95.00 /hr Design Services, Senior Designer $ 140.00 /hr Field Surveying - 1 Person Crew $ 175.00 /hr Design Services by Designer $ 105.00 /hr Field Surveying - 2 Person Crew $ 205.00 /hr CAD/Drafting Services $ 70.00 Ar Construction Staking-2 Person $ 225.00 /hr Landscape Architectural Services - LA $ 140.00 /hr Landscape Architect Intern $ 90.00 Ar Clerical Services $ 70.00 /hr ENGINEERING SERVICES FOR THE CITY OF SOUTHI3.KE By BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Structural Engineering (November 2023) Page 3 of 8 ATTACHMENT A - CONTINUED CITY PROVIDED INFORMATION/SERVICES for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE STRUCTURAL ENGINEERING SERVICES City of Southlake The CITY will provide the following services to the ENGINEER in the performance of the PROJECT upon request: I. Provide any existing data the CITY has on file concerning the PROJECT, if available including the materials selected for turf installation. II. Provide any available Record Drawings for existing streets and drainage facilities, if available. III. Provide any available Record Drawings for existing water and sanitary sewer mains, if available. IV. Assist the ENGINEER, as necessary, in obtaining any required data and information from local franchise utility companies. V. Provide standard details in digital format. VI. Assist the ENGINEER by coordinating with the franchise utility companies and addressing potential conflicts prior to construction. VII. Assist the ENGINEER by requiring appropriate utility companies to expose underground utilities within the Right -Of -Way, if/when required. Vill. Give prompt written notice to ENGINEER whenever CITY observes or otherwise becomes aware of any development that affects the scope or timing of the ENGINEER's services. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE 8Y BAIRD, HAMPTON R BROWN, INC. Southlake Sport Field Improvements Structural Engineering (November 2023) Page 4 of 8 ATTACHMENT B COMPENSATION for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE STRUCTURAL ENGINEERING SERVICES City of Southlake I. COMPENSATION For and in consideration of the services to be rendered by the ENGINEER, the CITY shall pay, and the ENGINEER shall receive, the compensation hereinafter set forth for the Design and Construction Phases of the work and additionally for Special Engineering Services and/or Additional Engineering Services. All remittances by CITY of such compensation shall either be mailed or delivered to the ENGINEER's office. A. Compensation for the Basic Engineering Services shall be a lump sum fee of $7,250.00. Compensation for the Special Services shall be an estimated, sum of $1,500.00. This is a total estimated contract amount of $8,750.00. Payment for the Design phase portion of the Basic Engineering Services shall be due in monthly installments in the proportion to that part of the services in the Design phase which have been accomplished. Final payment for services authorized in the Design phase shall be due at the completion of these services. Payment for any requested Assistance, Construction Support Services of the Special Services, shall be due in monthly installments and per the contract hourly billing rates schedule. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE By BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Structural Engineering (November 2023) Page 5 of 8 B. Compensation for Additional Services not covered by Basic Engineering Services or Special Services provided herein shall be as follows: 1. For all of ENGINEER's personnel time applied to the Additional Engineering Services and not itemized above, the following hourly rates shall be used: ENGINEERING & LANDSCAPE ARCHITECTURE Engineering & Mgmt. -Principal/VP $ 295.00 /hr Project Management $ 195.00 /hr Engineering Services, Senior PE $ 195.00 /hr Engineering Services - PE $ 140.00 /hr Engineering Services - Err $ 105.00 /hr Design Services, Senior Designer $ 140.00 /hr Design Services by Designer $ 105.00 /hr CAD/Drafting Services $ 70.00 /hr Landscape Architectural Services - LA $ 140.00 /hr Landscape Architect Intern $ 90.00 /hr Clerical Services $ 70.00 /hr 2. For all direct non -labor and/or subcontract expense, including mileage, travel and living expenses at invoice or internal office cost times a multiplier of 1.10. Payments to the ENGINEER for authorized Additional Engineering Services will be due monthly, upon presentation of monthly statement by the ENGINEER for such services. 1�2_ ky,140YI Payments to the ENGINEER will be made as follows: A. Invoice and Time of Payment Monthly invoices will be issued by the ENGINEER for all work performed under this Agreement, and shall be in proportion to the percent completion of the total work. Invoices will be prepared in a format approved by the CITY; see format on the following page; and are due and payable within 30 days. ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE By BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Structural Engineering (November 2023) Page 6 of 8 Proposed Invoice Format INVOICE FOR SERVICES BOB JONES PARK BACKSTOP IMPROVEMENTS Southlake, TX November 21, 2023 Park Contract Percent Amount Previously Amount Due Amount Item I Task Description Improvements Amount Complete to Date Invoiced This Invoice Remaining BASIC SERVICES (fixed /ee amoun4 $ 1,250.00 $ 7,250.00 0% $ $ $ $ 7,250.00 Backstop Wall $ 2,515.00 $ 2,515.00 0% $ I$ - $ - $ 2,515.00 Stmclural Design $ 2,515.00 0% S - $ - $ 2.515.00 Backstop Fence $ 4,735.00 $ 4,735.00 0% $ - FS - $ - $ 4.735.00 Stmntnral Design $ 4,735.00 0% S - $ - $ 4735.00 SPECIAL SERVICES $ 1,500.00 $ 1,500.00 0% $ $ S $ 1,500.00 Construction Period Services $ 1,500.00 $ 1,500.00 0% $ - $ - $ - $ 1,500.00 Constmction Admin $ 1,500.00 0% S - $ - $ 1, 500.00 Total for Professional Services $ 8,750.00 $ 8,750.00 0% $ $ S 8,750.00 ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE BY BAIRD, HAMPTON & BROWN, INC. Soulhlake Sport Field Improvements Structural Engineering (November 2023) Page 7 of 8 EXHIBIT C PROJECT LOCATION MAP for AMENDMENT to SOUTHLAKE SPORT FIELD IMPROVEMENTS To PROVIDE STRUCTURAL ENGINEERING SERVICES City of Southlake PROJECT He ly ca® LOCATION \ o Worth Dallas; Fort Worth Westlake 1MITI itP aj - Delta Hotels by Marriott C,:..-.tr, i]I Citurth .Dallas Southlake �,- o. ryc £ a x 3 A a Ir �\ Southlake Town SquareQ - Bicentennial Park Co tco MJholesafev_\� Nhltes Chapel Southlake ,Methodist Ciwrch � ® Google" ENGINEERING SERVICES FOR THE CITY OF SOUTHLAKE By BAIRD, HAMPTON & BROWN, INC. Southlake Sport Field Improvements Structural Engineering (November 2023) Page 8 of 8 Item 4A- Attachment 1 SOUTHLAKE PARKS DEVELOPMENT CORPORATION 1/2% SALES TAX REPORT 2024 Collected Budget Balance Budget to Date Balance Percent $ 9,898,000 $ 4,496,732 ($5,401,268)-54.57% FISCAL FISCAL FISCAL YEAR % Inc YEAR % Inc YEAR % Inc MONTH 2O22 -Dec 2023 -Dec 2024 -Dec October $ 821,929 24.15% $ 924,613 12.49% $ 835,266 -9.66% November $ 841,928 52.37% $ 923,897 9.74% $ 866,767 -6.18% December $ 1,251,441 27.52% $ 1,277,303 2.07% $ 1,214,389 -4.93% January $ 816,278 27.56% $ 784,281 -3.92% $ 837,048 6.73% February $ 707,532 41.95% $ 731,863 3.44% $ 743,261 1.56% March $ 1,006,221 14.31% $ 935,411 -7.04% $ - -100.00% April $ 873,307 16.55% $ 870,350 -0.34% $ - -100.00% May $ 879,169 36.64% $ 889,340 1.16% $ - -100.00% June $ 913,290 -30.68% $ 926,941 1.49% $ - -100.00% July $ 818,878 10.92% $ 825,615 0.82% $ - -100.00% August $ 845,223 16.22% $ 1,333,769 57.80% $ - -100.00% September $ 835,797 -2.78% $ 1,002,789 19.98% $ - -100.00% $ 10,610,994 $ 11,426,173 TOTAL $ 4,496,732 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 ,p¢c 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 $ 1,214,389 $ 1,214,389 $ 114,389 11.73% January $ 784,281 $ 710,000 $ 837,048 $ 837,048 $ 127,048 20.01 % February $ 731,863 $ 670,000 $ 743,261 $ 743,261 $ 73,261 14.89% 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 $ 10,274,732 1 $ 376,732 TOTALI 1 $ 4,496,732 1 4.70%