Loading...
Item 4E - Attachment A - Apex Concrete Renewal 25-26CITY OF SOUTHLAKE 9 June 17, 2025 Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 Attn: Mr. Danny Porter Subject: Notification of Contract Renewal for Concrete Services RFP2201B380AB220002 Dear Mr. Porter: The City of Southlake is providing notification of contract renewal, pending City Council approval, for Concrete Services RFP2201B380AB220002. This renewal shall become effective August 1, 2025, pending City Council approval (CC Award date ) 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 indicated no increase is requested at this renewal. The terms and conditions proposed and accepted in this renewal agreement are as follows: Payment Terms: Net 30 days (Unless otherwise noted — such as pre- and/or partial payment) Method of Payment: Shall be made by purchasing card or purchase order. Delivery Terms: FOB Destination Delivery Locations: IF STATED IN RFP DOCUMENT Term of Contract: Shall be effective for twelve months from date of renewal and is eligible for up to one (1) more one (1) year annual renewal. City Contact: Julio Reyna 817-748-8604 Send all billing to: City of Southlake accountspayablekci.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 taxes. All other specifications, terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Thank you for participating in our procurement process. Please call 817-748-8312 with any questions. Sincerely, Tim Slifka Purchasing Manager CPPO, CPPB City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifka&ci.southlake.tx.us Attest: Fax: 817-748-8010 Amy Shelley, TRMC City Secretary Contract Renewal Accepted: Signed: Date: Approved as to Form and Legality: Mayor Shawn McCaskill City of Southlake City Attorney Timothy Slifka From: Danny Porter <apexconstruction57@gmail.com> Sent: Tuesday, June 17, 2025 11:51 AM To: Timothy Slifka Subject: Re: Contract Renewal Information from City of Southlake We are not requesting an increase but would be honored to continue the contract as is. Thank you Sent from my iPhone On Jun 17, 2025, at 3:29 AM, Timothy Slifka <ts[if ka@ci.south [ake.tx.us> wrote: Mr. Porter, Following up on this contract renewal again. Please see below and let me know if you will be seeking an increase at this renewal. Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake, Texas 76092 Phone: 817-748-8312 tslifka(a)-ci.south lake.tx.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 Survey - How are we Doing? <image001.jpg> From: Timothy Slifka Sent: Monday, June 9, 2025 3:19 PM To: Apex Construction <apexconstruction57@gmail.com> Cc: Julio Reyna <jreyna@ci.southlake.tx.us>; Junior Camacho <fcamacho@ci.southlake.tx.us>; Denise Hernandez <DHernandez@ci.southlake.tx.us> Subject: RE: Contract Renewal Information from City of Southlake Following up on this. 1 CITY OF SOUTHLAKE May 21, 2024 Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 ORTGTNAL, DOCUMENT CITY OF SOunfLAKE Council Actioi . Y, Ord./Res. No. --- Date Approved c,2 ( Attn: Mr. Danny Porter Subject: Notification of Contract Renewal for Concrete Services RFP2201B380AB220002 Dear Mr. Porter: The City of Southlake is providing notification of contract renewal, pending City Council approval, for Concrete Services RFP2201B380AB220002. This renewal shall become effective August 1, 2024, pending City Council approval (CC Award date LoM 2M and shall continue in full force based on the terms and conditions of the initial award. As a condition of contract enewal, 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 is requesting a four percent (4%) increase at this renewal to contract rates. This increase has been approved and revised pricing is included. 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 two (2) more one (1) year annual renewals. City Contact: Julio Reyna 817-748-8604 Send all billing to: City of Southlake accountspa. able ei.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 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 ca11;817-748-8312 with any questions. SS�mcerel, im Slifka Purchasing Manager PO, CPPB City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 tslifkakci.southlake.tx.us Fax:817-748-8010 Contract n wal Accepted: Signed: 1 7 Duo) Mayor Shawn McCaskill City of Southlake 50UTHt q '�1, Attes in S ', C City Seciary'• rnnrn�� A prove s t Fo n Legality: City Attom y FY 23-24 Pricing FY 24-25 Pricing Increase % Increase % Per Item Per Item After Per Item Per Item After Quanitv .Formal Hour Senices Vendor Notes Normal Hour Services Work Additional Fee Work Additional Fee Flatwork to Perform all Concrete work NO REMI:OVAL OR DISPOSAL Per Square Foot 4" Thick (1-500 SF) (Flatwork to perform all concrete 91 1 work / NO REMOVAL OR DISPOSAL 1 S 8.00 $ 2.50 per square foot $8.32 $2,60 4.0% 4.0% 6" Thick (1-500 SF) (Flatwork to perform all concrete # t 2 work / NO REMOVAL OR DISPOSAL I S 1000 $ 2.50 per square foot $10.40 S2.60 4.0% 4.0% 8" Thick (1-500 SF) (Flatwork to perform all concrete #1-3 work / NO REMOVAL OR DISPOSAL I S 10.50 $ 2.50 per square foot $10.92 $2.60 4.0% 4.0% 4" Thick (500 and up SF) (Flatwork to perform all 91 4 concrete work / NO REMOVAL OR DISPOSAL I S 7,50 $ 2.50 per square foot $7.80 $2.60 4.0% 4.0% 6" Thick (500 and up SF) (Flatwork to perform all #1-5 concrete work / NO REMOVAL OR DISPOSAL 1 $ 9.50 $ 2.50 per square foot $9.88 $2.60 4A% 4.0% 8" Thick (500 and up SF) (Flatwork to perform all # 16 concrete work / NO REMOVAL OR DISPOSAL t S 10.25 $ 2.50 per square foot $IO.GG $2.60 4.0% 4.0% Flatwork to Perform all Concrete Work INCLtiDING REMOVAL AND DISPOSAL Per S uare Foot 4" Thick (1-500 SF) (Flatwork to perform all concrete -4.0% #2 1 work / INCLUDING REMOVAL AND DISPOSAL 1 $ 10.20 $ 2.50 per square foot $10.61 $2.60 4.0% 6" Thick (1-500 SF) (Flatwork to perform all concrete #2 2 work / INCLUDING REMOVAL AND DISPOSAL I S 1296 $ 2.50 per square foot $13.48 $2.60 4.0% 4.0% 8" Thick (1-500 SF) (Flatwork to perform all concrete 92-3 work / INCLUDING REMOVAL AND DISPOSAL I $ 14.75 $ 2.50 per square foot $15.34 S2.60 4.0% 4.0% 4" Thick (500 and up SF) (Flatwork to perform all #2-4 concrete work / INCLUDING REMOVAL AND t $ 10.20 S 2,50 per square foot $10.61 S2.60 4 0% 4.0% DISPOSAL 6" Thick (500 and up SF) (Flatwork to perform all 92-5 concrete work / INCLUDING REMOVAL AND I S 12.50 S 2.50 per square foot $13.00 S2.60 4.0% 4.0% DISPOSAL 8" Thick (500 and up SF) (Flatwork to perform all 42-6 concrete work / INCLUDING REMOVAL AND 1 $ t4.o8 $ 2.50 per square foot S14.64 $2.60 4.0% 4 0% DISPOSAL Retai ing Wall- Perform all Concrete Work Per Linear Foot 6" thick, Vertical Retaining Wall (to Perform all 93 1 concrete work) For projects of 1-2' High Wall 1 $ 32.00 $ 0.00 NA $3328 $0.00 4.0% 0.0% 6" thick, Vertical Retaining Wall (to Perform all 93 2 concrete work) For projects of 2-3' High Wall 1 $ 40.00 S 0 00 NA $41 60 11 10 4.1% 0 0% 6" thick, Vertical Retaining Wall (to Perform all #3-3 concrete work) For projects of 3-4' High Wall 1 $ 110.00 $ 0.00 NA $114.40 $0.00 4.0% 0.0% 8" thick, Vertical Retaining Wall (to Perform all 03 4 concrete work) For projects of 1-2' High Wall 1 $ 32 00 $ 0.00 NA S33.28 S0.00 4.0% 0.0% 8" thick, Vertical Retaining Wall (to Perform all M3-5 concrete work) For projects of 2-3' High Wall 1 $ 45.00 $ 0.00 NA $46.80 $0.00 4.0% 0.0% 8" thick, Vertical Retaining Wall (to Perform all 43-6 concrete work) For projects of 3-4' High Wall I S 125 00 $ 0 00 NA $130.00 S0.00 4.0% 0.0% V thick, Vertical Retaining Wall (to Perform all #3 7 concrete work) For projects of 1-2' High Wall I S42,00 $ 0.00 NA $43.68 $0.00 4.0% 0.0% 1' thick, Vertical Retaining Wall (to Perform all #3-8 concrete work) For projects of 2-3' High Wall I S 45.00 $ 0 0o NA S46.80 $0 00 4.0% 0 0% V thick, Vertical Retaining Wall (to Perform all 93-9 concrete work)For projects of 3-4' High Wall 1 $ 135.00 $ 0.00 NA $140,40 $0.00 4.0% 0.0% Curb and Gutter NO REMOVAL OR DISPOSAL Per Linear Foot 0 - 100 linear feet of 6" curb and 18" gutter. NO #a 1 REMOVAL OR DISPOSAL 1 $ 36 00 $ 3 00 per linear Coot S37 44 $3.12 4.0% 0 0% 101 - 500 linear feet of 6" curb and 18" gutter. NO 94 2 REMOVAL OR DISPOSAL 1 $ 35.00 $ 3.00 per linear foot $36 40 $3.12 4.0% 0.0 % 501 - 1,000 linear feet of 6" curb and 18" gutter. NO 94 3 REMOVAL OR DISPOSAL I S 32.00 S 0 00 per linear foot 53328 $0.00 4.0% 0.0% 1,001 - 1,500 linear feet of 6" curb and 18" gutter. NO #4 4 REMOVAL OR DISPOSAL 1 $ 32.00 $ 0.00 per linear foot $33.28 50.00 4.0% 0.0% 1,001 - 1,500 linear feet of 6" curb and 18" gutter. NO 94 5 REMOVAL OR DISPOSAL I $ 32.00 .S 0 00 per linear foot $33.28 $0.00 4.0 % 0.0 % 3,001 and Up linear feet of 6" curb and 18" gutter. NO #4 6 REMOVAL OR DISPOSAL I S 32.00 $ 0.00 per linear foot S33.28 $0.00 4.0% 0.0% Curb and Gutter INCLUDING REMOVAL AND DISPOSAL Per Linear Foot 0 - 100 linear feet of 6" curb and 18" gutter. 45 1 INCLUDING REMOVAL AND DISPOSAL I S 39 50 $ 3.00 per hnear foot S41 08 $3.12 4 0% 4 0% #5-2 101 - 500 linear feet of 6" curb and 18" gutter. INCLUDING REMOVAL AND DISPOSAL I S 3s.50 $ 3.00 per linear foot $40.04 33.12 4.0% 4.0% 05 3 501 - 1,000 linear feet of 6" curb and 18" gutter. INCLUDING REMOVAL AND DISPOSAL I S 36.50 S 0.00 per linear foot S37 96 SON 4.0% 0 0% #s 4 1,001-1,500 linear feet of 6" curb and 18" gutter. INCLUDING REMOVAL AND DISPOSAL I S 36.50 $ 0,00 per lnearfoot $3796 $0.00 4.0% 0.0% a5 5 1,501 - 3,000 linear feet of 6" curb and 18" gutter. INCLUDING REMOVAL AND DISPOSAL I S 35 00 S 0.0U per linen foot $3640 $000 4 0% 00% #5-6 3,001 and Up linear feet of 6" curb and 18" gutter. INCLUDING REMOVAL AND DISPOSAL I S 35.00 $ 0.00 per linear foot $36.40 $0.00 4.0% 0.0% Construct Barrier- Free Curb Ram #6-1 Construct Barrier -Free Curb Ramp per Scope of Services 1 $ 2,450.00 $ 0.00 each S2.54x.00 so 00 4.0% 0.0% French Drain Installation Includes all Required Services Per Linear Foot #7-1 Four Inch (4") French Drain Installation 1 $ 25.00 $ 0.00 per linear foot $26.00 S0.00 4.0% 0.0% 07-2 Six Inch (6") French Drain Installation 1 $ 30.00 S 0.00 per linear foot S31.20 $0.00 4.0% 0.0% 97-3 Eight Inch (8") French Drain Installation t S 35,00 $ 0.00 per linear foot S36.40 $0 00 4.0% 0.0% Unclassified Excavation and Disposal Per Cubic Yard 98 1 Unclassified Excavation and Disposal Per Scope of Services 1 $ 40.00 $ 0.00 per cubic vard $41.60 so 00 4.0% 0.0% Manhole Ring and Lid Adjustment- Labor Only Per Hour #9-1 Manhole Ring and Lid Adjustment Per Scope of Services 1 $ t5o.00 $ 0.00 each S156.00 $0,00 4.0% 0.0% Water Valve Adjustment Labor Only Per Hour # 10-1 Water Valve Adjustment Per Scope of Services I S 150 00 S 0 00 each S 156 00 S0.00 4 0% 0 0% Install, Remove and/or Replace Headwalls Per Each # i t-t Remove and Replace Headwalls per Scope of Services 1 $ 3 600 00 S 0 00 0-36"each $3,744,00 $om 4 0% 0 0% d 11-2 Construct New Headwall, Per Each I S 3,600 00 S 0 00 0-36" each $3.744 00 S0 00 4 0% 0.0 % Install, Remove and/or Reset 12" to 36" Reinforced Concrete Pie RCP all Inclusive Per Linear Foot 1112 1 Remove and Reset Reinforced Concrete Pipe (RCP) per Scope of Services 1 5 75.00 $ 0.00 per linear foot $78.00 $0.00 4.0% 0.0 % U 12 2 Install New 12" to 36" Reinforced Concrete Pipe (RCP) all inclusive Per Linear Foot I S 15000 S o 00 per Imear foot $156 00 $0.00 4 0% 0 0 % Rough and Finish Grading Including Labor and Equipment Required( Material not included Per S uare Foot 1113-1 Rough and Finish Grading per Scope of Services 1 $ 1.10 $ 0.00 per square foot S1. 14 Som 4.0% 0.0% General Laborer Services including Required Equipment Per Man, Per Hour a14-1 General Laborer Services per Scope of Services I S 135500 $ 0.00 Equip -2 men 5140.40 $0.00 4.0% 0.0% Install 4"- 6" Rip - Rap including all required Material, Labor, Equipment Per Square Foot 415-1 Rip -Rap Installation per Scope of Services l 5 5.75 $ 0.00 NA $5.98 $0.00 4.0% 0.0% Exposed Aggregate Finish Per Square Foot 916 1 Exposed Aggregate Finish 1 to 500 SF per Scope of Services 1 5 11.50 S 0.00 per square foot Sit 96 $0.00 40% 0.0% #16-2 Exposed Aggregate Finish 501 and up SF per Scope of Services I S 10.50 S 0.00 per square foot $10.92 $0.00 4.0% U% Colored Concrete Per Square Foot ,117-1 Colored Concrete 1 to 500 SF per Scope of Services 1 S 11.50 $ 0.00 per square foot $11.96 $0.00 4.0% 0.0% d17-2 Colored Concrete 501 and up SF per Scope of Services 1 $ 10.50 $ 0.00 per square foot $10.92 $0.00 4.0% 0.0% Installation of Brick Pavers and Truncated Domes- Labor Only Per S uare Foot 918 1 Brick Paver and Truncated Domes Installation per Scope of Services 1 $ 6.85 $ 0.00 per square foot 57 12 so 00 4 0 % 0.0% Stam ed Concrete, Per Square Foot 919-1 Stamped Concrete Per Scope of Services I $ 14.50 S 0 00 per square foot $15.08 $0.00 4.0 % 0.0% Erosion Control Measures 020-1 Rock Filter Dam, Per Scope of Services, Per Cubic Yard I S 32.00 S 0 00 per cubic yard S33 28 50 00 4.0 % 0 0 % 920 2 Temporary Sediment Control Fence, Per Scope of Services, Per Linear Foot I S2.10 $ 0.00 per linear foot SIB s $0.00 4.0% 0.0% 420 3 Curb Inlet Protection, Per Scope of Services, Per Linear Foot I S 10.00 S 0 00 per Iinoar foot $10 40 $0 00 4 0 % 0 0 % Flowable Backtill, Per Cubic Yard #21-1 Flowable Backfill, Per Scope of Services, Per Cubic Yard l S 175.00 $ 0.00 NA $182,00 $0,00 4.0% 0.0% Embankment Per Scope of Services, Per Cubic Yard #22-1 Embankment per Scope of Services Per Cubic Yard 1 $ 46.00 $ 0,00 per cubic yard $47 84 $0.00 4.0% 0.0% Handrail Removal and Reinstallation Services Per Linear Foot #23-1 Handrail Removal and Reinstallation Services Per Scope of Services Per TxDOT Type PR1 Specifications I S 56.00 $ OM NA $58.24 $0,00 4.0% 0.0% 423 2 Handrail Removal and Reinstallation Services Per Scope of Services Per ACI318-06 Specification I S 85.00 S 0.00 NA $88 40 $0.00 4.0% 0 0% New Handrail Installation Services Per Linear Foot #24 1 New Handrail Installation Services Per Scope of Services Per TxDOT PRI Specification 1 $ 350.00 $ 0.00 Decorative $364.00 WOO 4.0% 0.0% 424 2 New Handrail Installation Services Per Scope of Services Per Decorative Handrail ACI381-06 Specification 1 $ 350.00 $ 0.00 Galvanized $364.00 50.00 4.0 % 0.0% Fence Removal and Reinstallation Services Per Sco a of Services, Per Linear Foot #25-1 Chain Link Fence 1 $ 42.00 $ 0.00 8' High $43.68 $0.00 4.1% 0.0% #25-2 Wooden Fence 1 S 68.00 3 0.00 6' Cedar $70.72 $0.00 40% 0.0% #25-3 Wrought Iron Fence 1 $ 8400 S 0.00 5' $87.36 $0.00 4.0% 0.0% 425-4 Barbed Wire Fence I S 55.00 S 0 00 5 Strand $57.20 SO OO 4 0% 0.0% #25-5 Vinyl Fence 1 $ 62,00 $ 0.00 6' S64.48 $0.00 4.0% 0.0% #25-6 Metal Pipe Fence 1 $ 75.00 S 0,00 paint not included $78.00 SO 00 4 0% 0.0 % #25-7 Brick Fence 1 $ t50.00 S 0 00 6' $156.00 $0.00 4.0% 0.0% Install FlexBase including all required Material, Labor, E ui ment Per Square Yard 426-1 Install FlexBase Per Scope of Services 1 $ 22.10 S O OO 6" Thick S23.40 $0 00 4.0% 0.0% Install Top Soil including all required 'Material, Labor, Equipment Per Square Yard #27-1 Install Top Soil per Scope of Services 1 S 27.00 $ 0,00 6" Thick S28.08 $0.00 4.0% 0.0% S 13,36024 $ 42.00 S 13,894.0 S 43 68 TOTAL May not E-c 4 % 4.0% 4.0% CITY Of SOUTHLAKE 9 July 7, 2023 Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 ORIGMAL DOC'li,tiII NT CITY OF SOLrTIILAKC Council Action-6)�; Ord./Res. No. Date Approved __ ____ 5q G Attn: Mr. Danny Porter Subject: Notification of Contract Renewal for Concrete Services RFP2201 B380AB220002 Dear Mr. Porter, The City of Southlake is providing notification of contract renewal, pending City Council approval, for Concrete Services RFP2201B380AB220002. This renewal shall become effective August 2, 2023, pending City Council approval (CC Award date alp, ►_yam) 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 indicated no increase will be requested at this renewal. As such, all pricing, 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 three (3) more one (1) year annual renewals. City Contact: Julio Reyna 817-748-8604 Send all billing to: City of Southlake accountsnavableAci.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 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 o rocurement process. Sincerely Tim Slifka Purchasing Manager CPPO, PB City of Southlake 1400 Main Street, Suite 420 Southlake, Texas 76092 is lifkagci.southlake.tx. us Fax:817-748-8010 Contrac Renewal Accept d Please call 817-748-8312 with any questions. DUTHLgk ti > �ShJjy, TRMC U ;• Z i ecretary Signed: !� YL"Date: �0�����••.*,*.* ove as to Form an e ality. l�V�y Ir P� ewe l,�iii��� City of Southlake 'Shp VCQSk �( City Attorielr Timothy Slifka From: Danny Porter <apexconstruction57@gmail.com> Sent: Tuesday, June 20, 2023 9:04 AM To: Timothy Slifka Subject: Re: Concrete Contract After research from our vendors, we would like to continue the contract with current pricing. Sorry for the late response. Danny Porter Apex Concrete Construction Inc. Sent from my Whone On Jun 20, 2023, at 8:30 AM, Timothy Slifka <tslifka@ci.southlake.tx.us> wrote: Mr. Porter, I just realized this morning you have not responded with your pricing increase request. Please get this completed and returned as quickly as you can. This contract renewal still requires City Council approval. Tim Timothy Slifka, CPPO, CPPB Purchasing Manager 1400 Main Street Suite 420 Southlake, Texas 76092 Phone: 817-748-8312 Fax: 817-748-8010 tslifkaa-ci.south lake. tx.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 * * Internal Staff Bid Survey * Vendor Survey - How are we Doing? <image001.jpg> From: Apex Construction <apexconstruction57@gmail.com> Sent: Tuesday, March 7, 2023 7:03 AM To: Timothy Slifka <Tslifka@ci.south lake.tx.us> Subject: Concrete Contract We received an Increase again on Jan 1st for Concrete. I have reached out to all our vendors and asked that they give me an indication of planned price increases for this FY. I will get that info to you as soon as I get a response. Thank:You Danny <Apex Concrete 2023 Price Increase Request Pending.xls> <Apex Concrete RFP220002 2022.pdf> SOUTHLAKE ORIGINAL DOct tp yr C'IF"O"O t IIfL �KU Ord. 'Rcs. No. Datc �\pPru� c�1��7 June 23. 2023 Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 Attn: Mr. Dannv Porter Subject: Temporary Contract Extension for Concrete Services for City of Southlake RFP22101 B380AB220002 Dear Mr. Porter. The City of Southlake wishes to extend the current Concrete Services contract for an additional forty-two (42) days. This contract is set to renew June 21. 2023. pending City Council approval and the Citv of Southlake wishes to extend this contract through August 1. 2023. We are requesting this extension of services per the terms and conditions of the current contract dated and approved June 21. 2022. This extension will expire on August 2, 2023. We anticipate City Council approval of the annual renewal of this contract August 1. 2023. All specifications. terms and conditions shall be as provided in the original procurement documents. No other attachments to or in response to this extension agreement will be accepted unless approved in writing by the Purchasing Manager or an authorized representative of the City of Southlake. Sincerely - Tim Slifka. CPPO. CPPB Purchasing Manager City of Southlake Extension of Contract cc4ed: Si«ned: Printed: Date: crr,r of ORIGINAL DOCUMENT BOUT - -AKE CITY OF SOUTHLAKE Council Action Ord./Res. No. Date Approved Apex Concrete Construction Inc. 1080 Katy Road Keller, Texas 76244 Attn: Mr. Danny Porter Subject: Contract Award Notification for Concrete Services RFP2201 B380AB220002 Dear Mr. Porter: The City of Southlake is pleased to inform you that Apex Concrete Construction Inc., of Keller, Texas is the awarded vendor for "Concrete Services RFP220 I B380AB220002" The award and this agreement are based on your proposal to the City, copy enclosed. This is a single vendor award co tract. Your company's award is attached. This award was approved by the City of Southlake City Council on �0 The terms and conditions proposed and accepted in this agreement are as follows: Payment Terms: Net 30 days (Unless otherwise noted — such as pre- and/or partial payment) Estimated Quantities: The City does not guarantee to purchase any minimum or maximum quantity but does contemplate purchasing the awarded items exclusively during the term of the contract from the successful vendors. Method of Payment: Shall be made by City procurement card or purchase order Delivery Terms: FOB Destination Delivery Locations: Vendor Delivery or City employee pick-up. Term of Contract: The term of awarded contract shall remain in effect for twelve months from date of award and is eligible for up to four (4) one ( l) year annual renewals City Contact: Anthony Blain 817-748-8604 Send all billing to: City of Southlake accountspa able(a)ci.southiake.tx.us (preferred) or 1400 Main Street, Suite 420, Accounts Payable, Southlake, TX 76092 Other Charges: The City of Southlake is a tax-exempt municipal corporation and is exempt trom 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 8 t 7-748-8312 with any questions Sincerel Tim Sliflca! C O CPPB Purchasing Manager ```,��Itlt►Ilt���� H t_.. �� ,,�� `�� �uT City of Southlake ''�� 1400 Main Street, Suite 420 Southlake, Texas 76092 :• �x t co tslifka@ci.southlake.tx.us Att Contract and ward c pted: Signed. Date: U � or J u , nan City of Southlake Amy S11elley,�MC•., R•,.,,,,.• City Secretary li4.- *,*.* Ap/ ye as to Fo L gality: City Atto y Primary Responses 3-.: All data 1. vdidl Flatwork to Perform all Concrete work NO REMOVAL OR DISPOSAL Per Square Foot 3- AO..Na provided Bid 91-1 4" Thick (1500 SF) (Flatwork to perform all I SHOO s 2.50 per squats root S 10,50 concrete work / NO REMOVAL OR DISPOSAL Success. AN vaMa,praviged Bid 01-2 6" Thick (1-500 SF) (Flatwork to pern rfoag 1 5 ra m 5 2.50 all square fool 5 1250 concrete work I NO REMOVAL OR DISPOSAL Sams.: All odame proWd d Bid a13 8" Thick (1500 SF) (Flatwork to perforn all 1 S m.ea s 2.50 per a..re root E 13.00 concrete work I NO REMOVAL OR DISPOSAL suaara! AN vahlsa praNded Bid p1 r 4" Thick (500 and up SF) (Flatwork to pedorm all I S 7 50 s 25o par swore tool 5 10 o0 concrete work I NO REMOVAL OR DISPOSAL Surx.s: Ail 4" proddad Bid 01.5 6" Thick (500 and up SF) (Flatwork to perform all � S 950 9 2.5a ar square rem p S 12,00 c.-te work I NO REMOVAL OR DISPOSAL Sudan; AN vekta prodded Bid 11-0 8" Thick (500 and up SF) (Flatwork to perform all 1 concrete work I NO REMOVAL OR DISPOSAL $ 10.25 5 2.50 per square t..t 5 12.75 Flatwork to Perform all Concrete Work INCLUDING REMOVAL AND DISPOSAL Per Square Foot 4" Thick (1d00 SF) (Flatwork to perform all a SufaC AS values prwld.d Bid 92-1 concrete work I INCLUDING REMOVAL AND 1 s 10.20 S 2.50 oar square root S 12.7o DISPOSAL 6" Thick (1.500 SF) (Flatwark to par(.- all Succor if AM veld. P*Adad Bid .2-2 concrete work / INCLUDING REMOVAL AND 1 S 12.96 5 2.50 oar s - ..1 5 1546 - DISPOSAL 8" Thick (1500 SF) (Flatwork to perform ad Sanwa: AS vakres provided Bid i 2-3 concrete work / INCLUDING REMOVAL AND 1 5 1435 $ 2.50 per squats tom S 17 25 DISPOSAL 4"Thick (500 and up SF) (Flatwork to perform all Suease: All vaklr provkled Bid 024 concrete work I INCLUDING REMOVAL AND I 5 10,20 52.50 per Squaw fool S 1270 DISPOSAL - 6" Thick (500 and up SF) (Flatwork to perforn all Secows: AN akin provided Bid 02-5 concrete work / INCLUDING REMOVAL AND I 5 IZ50 S 2.50 per square tool s 15.00 DISPOSAL 8" Thick (500 and up SF) (Flatwork to perform all Success: All value pmvldad Bid s2a concrete work INCLUDING REMOVAL AND 1 514.08 5250 oar squaw fore S1858 DISPOSAL Retaining Wall - Perform all Concrete Work Per Linear Foot Success: A0 value provided Bid 03.1 6" thick, Vertical Retaining Wall (to Perform all 1 $ 32.00 5000 rrA 5 32.00 concrete work) For projects of 1-2' High Wall Suaaa: All v.Iua provided Bid a3-2 6" thick, Vertical Retaining Wall (to Perform all 1 5 40.ao s 0 00 .w 5 40 00 concrete work) For projects of 23' High Wall So-! AO Values p-1.1.4 Bid 93.3 6" thick, Vertical Retaining Wall (to Pedorm .11 1 S +w 30 S 0 oa r4q s 110.00 concrete work) For projects of 3-V High Wall So-; All v.I- p-lded Bid 03-0 S" thick, Vertical Retaining Wall (to Perform all 1 S 32 00 5 a 0o NA 5 3200 concrete work) For projects of 1-2' High Wall eurmser: AD vales provided Bid a7-5 8" thick, Vertical Retaining Wall (to Perform all 1 145 0a s o.a0 uA S 45 00 concrete work) For projects of 23' High Wall Suave.: All value prodded Bid .3-d B" thick, Vertical Retaining Wall (to Perform all 1 5 125 00 50.00 1A S 125 00 concrete work) For projects of 1.4' High Wall Sums.: All-kiea pmvlded Bid rN'7 l'thick, Vertical Retaining Wall (to Perform all i 5 42.0c 5 0.0a NA E a2.a0 concrete work) For projects of 1-2' High Wall suaaese: AN values provided Bid aye V thick• Vertical Retaining Wall (to Perform ail 1 5 as 00 5 0.30 raa 545.00 concrete work) For projects of 2J' High Wall 3-: All vales provide lib a3-9 V thick, Vertical Retaining Wag (to Perform ail 1 3 13500 50.00 NA 5 175.Oa concrete work)For projects of 3-4' High Wall Curb and Gutter NO REMOVAL OR DISPOSAL Per Linear Foot Success: A8 r Was prwm.d Bid 0-1 0. 100 linear feet of 6" curb and 18" gutter. NO 1 S 36.00 3 3.00 p., "0.., f.m $ 3900 REMOVAL OR DISPOSAL !caeca: AN role- prorldad Bid *W2 101 - 500 linear feet of 6" curb and 18" gutter. NO 1 $35.00 5 3.00 par Onear foot 5 38 00 REMOVAL OR DISPOSAL seaaeseAll-ears pravlded Bid -3 501 -1,000 linear feet of 6" curb and 18" gutter. I S 32.00 5 0.00 pe mover toot S 32.00 NO REMOVAL OR DISPOSAL 8erae.a: All value prods Bid a,N 1.001 -1,500 linear feet of 6" curb and 18" gutter. I 5 32.00 S 0.00 per linear toot S 3200 NO REMOVAL OR DISPOSAL laoeaa: AO -1ues ptovldd Bid a4.5 1,001 - 1,500 linear feet of 6" curb and 18" gutter. 1 5 32.00 3 OA. par [,near tool 5 72.00 NO REMOVAL OR DISPOSAL lar : All values provided Bid p4-e 3,001 and Up linear feet of 6" curb and 18" gutter. 1 5 7200 5 0.00 P. hneer root 5 32.00 - NO REMOVAL OR DISPOSAL Curb and Gutter INCLUDING REMOVAL AND DISPOSAL Per Linear Foot aes-..-A•-oleo p-mad Bid 05-1 0 - 100 Omar feet of 6" curb and 18" gutter. 5 3S 50 5 J 00 pet Imeer I.m S 42.50 INCLUDING REMOVAL AND DISPOSAL l-: M reYr- provYYd Bid-2 101 - 5001inear feat of 6" curb and 18" gutter. 1 5 3e.50 $].00 per linear Tool 341.50 INCLUDING REMOVAL AND DISPOSAL flame AN vale-p,.Add Bid e5-3 501 -1,D00 linear feet of 8" curb and 18" gutter. 1 $76.50 3 0.00 per linear 1-5 38.50 INCLUDING REMOVAL AND DISPOSAL arms Act -obese prevlded Old 95,4 1,001 - 1,6001ineer feet of 6" curb and 18" gutter. 1 s 3s.50 S 0.00 per linear Ioat $]6.5a INCLUDING REMOVAL AND DISPOSAL ademe: Act valu- prodded Bid 05-5 1,501 - 3, 0,00 linear feet of 6" curb and 18" gutter. 1 $ 35.00 30.00 p.r I-er roof 5 25.00 INCLUDING REMOVAL AND DISPOSAL lupeesa. All velu- provided Bides 3,001 and Up linear feet of 8" curb and 18" gutter. 1 S 35.00 5 0.00 par Iin.ar A0 fool $36 INCLUDING REMOVAL AND DISPOSAL Construct Barrier -Free Curb Ramp Success: AN values provided Bid ' Construct Barier-Free Curb Ramp per Scope of I S2.45000 S 0 90 a $ 2.450.00 a00 Services French Drain Installation Includes all Required Services Per Linear Foot des...: AN values prodded Bid 47-I Fora Inch (4") French Drain Installation $ 25.00 5 0.00 per nn..r root 5 25.00 laceeec AS veto" provide Bid e7-2 Six Inch (6"1 French Drain Installation 1 5 3o.aa 5 0 00 par n.ae1 lam s 30 00 sate-e: AN vanes p-ldd Bid 47a Eight Inch (B") French Drain Installation 1 S 35.00 5 000 par Imes mm 5 15,00 Unclassified Excavation and Disposal Per Cubic Yard lucaea: AN values p-ldd Bid .8-I Unclassified Excavation and Disposal Per Scope 1 5 40 AO 5 o 00 per cue,c yar0 5 a0,00 Of Services Manhole Ring and Lid Adjustment - Labor Only Per Hour i 5eao-: Act -dues provldd Bid aa-1 Manhole Ring and Lid Adjustment Per Scope of 1 3 160.00 SON each S 150.00 Services Water Valve Adjustment Labor Only Per Hour Suacaaa: AN -.dues prowded Bid 410-1 Water Valve Adjustment Per Scope of Services 1 5 150.00 5 0 00 Hach 5 150. DO Install, Remove and/or Replace Headwalls Per Each 3— All values provided Bid Al I-1 Remove and Replace Headwalls per Scope of 1 3 3,fi00.00 3 0.00 0-36" eaen 3 ],600.00 Services $uaeua: All Values provided Bid o11-2 Construct New Headwall, Per Each 1 5 3,60000 S 0,00 a116" eaen S 3.500.00 Install, Remove and/or Reset 12" to 36" Reinforced Concrete Pipe (RCP) all Inclusive Per Linear Foot Saco.": AN valeaa provided Bid 812-1 Remove and Reset Reinforced Concrete Pipe 1 3 15 00 S 0.00 per Aneer fool $ 75.00 (RCP) per Scope of Services Sumaec All velw pmkled Bid 412-2 Install New 12" to 36'. Reinforced Concrete Pipe 1 S 150,00 S 0 00 per ewor tom S 15o on (RCP) all inclusive Per Linear Foot Rough and Finish Grading Including Labor and Equipment Required (Material not included) Per Square Foot Suoeesa: AN vabw pmvlded Bid e13-1 Rough and Finish Grading per Scope of Services 1 51,10 30.00 per equere loos 51.10 General Laborer Services including Required Equipment Per Man, Per Hour Suaeae: AM vslwa F—kied Old 0-1 General Laborer Services per Scope of Services 1 5 135.00 S a 00 E4mp • 2 — 5 13500 Install 4"-6" Rip -Rap including all required Material, Labor, Equipment Per Square Foot Success: NValuas provided Old #15-1 Rip -Rap Instsllallon per Scope of Services 1 5 5 75 5 0.0o NA 55,75 Exposed Aggregate Finish Per Square Foot Sumea: All valued pmeWad Bid p1s-1 Exposed Aggregate Finish 1 to 500 SF par Scope 1.50 5 0 oa Per lquara mot s 11 50 of Services Sued N Ild— provided Bid 016-2 Exposed Aggregate Finish 501 and up SF per s 10.50 $ 000 por+quara mm s io.5o Scope of Services Colored Concrete Per Square Foot S—: Nvak—plovWed Bid ally Colored Concrete 1 to 500 SF per Scope of 1 S 11 so S 0 ao per aqu— Ioo1 S 11 50 Services Suess. AN vak— provW d Bid 917.2 Colored Concrete 501 and up SF per Scope of I 5 10.50 5000 oer square mot s 10,50 Services Installation of Brick Pavers and Truncated Domes - Labor Only Per Square Foot Smee Nvah—p1wW.d Bid #181 Brick Paver and Truncated Domes Installation per 1 36.85 Sam per square Ioo1 S695 Scope of Services Stamped Concrete, Per Square Foot aueee.e N Vakrs pmvhied Bid e1s-1 Stamped Concrete Per Scope of Services 1 5 1450 50,00 per square mat 5 1450 Erosion Control Measures 3— An values provided Bid e20-1 Rock Filter Dam, Per Scope of Services, Per 1 5 32 00 Saco per nrb,c yard 5 R 00 Cubic Yard Srl .: An valued p—ldad Bid a20-2 Temporary Sediment Control Fence, Per Scope of 1 5 2 10 5 a 0e par brier foal s 2 10 Services, Per Linear Foot Sucaxa: All vah— p—tdad Bid e20.3 Curb Inlet Protection, Per Scope of Services, Per 5 10.00 soon par exam roof S 10.00 Linear Foot Flowable Backfill, Per Cubic Yard Sueeeae: All values provldad Bid ni-1 Flewable 8ackfiin, Par Scope of Services, Per 5 115.00 SON NA S 175,00 Cubic Yard Embankment Per Scope of Services, Per Cubic Yard 9urx:ese: Ali values pmvtded Bid 022-1 Embankment per Scope of Services Per Cubic Yard Handrail Removal and Reinstallation Services Per Linear Foot Handrail Removal and Reinstallation Services Par 9edeeas: AN v0— provldad Bid 420-1 Scope of Services Per TxDOT Type PRt + Specifications 9uecese: All vales provided Bid s23-2 Handrail Removal and Reinstallation Services Per Scope of Services Per AC1318-06 Specification New Handrail Installation Services Per Linear Foot 9.—a: AN valwe provided Bid 024-+ New Handrail Installation Services Per Scope of 1 Services Per T%DDT PRt Specification New Handrail Installation Services Per Scope of 9uceus: AN values provided Bid d2,1-2 Services Per Decorative Handrail ACI381-06 + Specification Fence Removal and Reinstallation Services Per Scope of Services, Per Linear Foot $a —AB veh—ii—Idad Bid a25-1 Chain Link Fence � eudoese: N vaiea provided Bid e25-2 Wooden Fence i 8—: AN vatw P—Ided Bid d25 Wrought Iron Fence eutxese: AN vales prodded Bid x25-1 Barbed Wire Fence 9ueeass: AN vidues provided Bid a255 Vinyl Fenee I S.—: N vekw provided Bid C255 Metal Pipe Fence I 9uccws: AN vabes p—Wd Bid 925-7 Brick Fence + Install FlexBase including all required Material, Labor, Equipment Per Square Yard Buecra: N vslwa providd Bid d26-1 Install FlexBase Per Scope of Services + Install Top Soil including all required Material, Labor, Equipment Per Square Yard 9-11: A9 values provided Bid #27.1 InsfaM Top Soil per Scope of Services i Additional Vendor Charges Not Listed. Please Describe. Not Bidding No Bid 428-1 Additional Vendor Fee Not Specifically Listed i Not BWding No Bid a28-2 Additional Vendor Fee Not Specifically Listed + Not Bldding No Bid a2a-3 Additional Vendor Fee Not Specifically Listed Not Boding No Bid d28-4 Additional Vendor Fee Not Specifically Listed 54600 5000 per cuam yard 5460o $ 56.00 5 0.00 NA 5 56 00 1 S 85.00 5 0 110 NA S 85.00 I S 350.0a S o.00 Deooralive S 35o as 5 350.00 5 TOO G,,--d 5 350 00 S 42.00 S 0.00 S' High 5 4200. $68.00 SO.00 9'cadar 568.00 8 84 00 S o 00 5' S 84.00 S 55.00 S 0.00 5 Strand S 55 00 562.00 50.00 6 $8200 $ T5 00 5 a .30 palm ram imluded 5 75. 00 S 15000 50.00 9' S 150.00 S 22.50 5 0 00o Thick S 22 50 1 5 27,00 5 0.00 6" Thmk $ 27.00 Appendix B — Proposal Submittal Checklist: (To determine validity of proposal) Appendix B (pages 35 through _"_) must be included in the proposal submittal ✓ Appendix C Conflict of Interest Form (page _44-) must be included in the proposal submittal. VForm 1295 Certificate of Interested Party must be included in the proposal submittal. See page 2. --6,, ' HB 89, SB 252, SB 13, and SB 19. See Page _41_. �l RFP Number: RFP2201B380AB220002 Project Title: Concrete Services Submittal 3:00 P.M. (CST), Friday May 20, 2022 Deadline: Submit Electronically* to: https://southlake.bonfirehub.com/login * Requires email account login and password. Pro oser Information: Proposer's Legal Name: (; -r O C Address: Q 4 City,State & Zip I Federal Employers Identification Number # Phone Number: .Far.Nnmber. E-Mail Address: (� 1 DP-D Proposer Authorization I, the undersigned, have the authority to execute this Proposal in its entirety as submitted and enter into a contract on behalf of the Proposer. Printed Name and Position of Authorized Repr AV: Signature of Authorized Representative: Signed this 4_(day) of (month)& 22(year) City of Southlake - RFP2201B380AB220002 - Page 35 of 45 Appendix B — Proposal (coudnued) I. 2. 3. REOUIRED PROPOSAL INFORMATION. IN ORDER FOR A PROPOSAL TO BE CONSIDERED COMPLETE, AND TO BE EVALUATED FOR A CONTRACT AWARD BY THE CITY, PROPOSER MUST SUBMIT ALL OF THE FOLLOWING INFORMATION: Proposed Products and/or Services A. Product or Service Description: Proposers should utilize this section to describe the technical aspects, capabilities, features and options of the product and/or service proposed in accordance with the required Scope of Services as identified in Appendix A. Promotional literature, brochures, or other technical information may be used. B. Additional Hardware Descriptions: Proposers should also include in this section a detailed description of what additional hardware and/or software, if any, would be required by the City in order to fully utilize the goods and/or services proposed. C. Guarantees and Warranties: Each Proposer shall submit a complete copy of any warranties or guarantees provided by the manufacturer or Proposer with the Proposal submitted. D. Project Schedule/DeIivery Date: Proposer must provide a project schedule noting all projected completion dates for segments of the Project, from start-up to completion, and all delivery dates for goods covered by the RFP. The Proposal must show the number of days required to deliver and install the product or equipment after the receipt of the City's Purchase Order. Cost of Proposed Products and/or Services A. Pricing: Pricing shall reflect the full Scope of Services defined herein, inclusive of all associated cost for delivery, labor, insurance, taxes, overhead, and profit. B. Schedule of Pricing: Proposer shall quote unit pricing in accordance with the itemized listing of products or contract segments stated in the Scope of Services and using the following format: For this procurement the schedule of pricing is not available in hardcopy. You may access it via the online portal(https://southlake.bonfirehub.conVIogin). To submit your schedule of pricing, please download the Bid Table and fill it in accordingly per the sample below. For instructions on how to complete Bid Tables, please refer to this article on Bonfire's Support Website. Please note: even if you do not have additional responses, you must download and re - upload the blank document. This is to confirm that you do not require any additional costs. If you have any additional items, please fill out the Additional Responses template accordingly. Term of Contract and Option to Extend Any contract resulting from this RFP shall be effective for twelve months from date of award. The City anticipates that contract shall be renewed pursuant to the availability of funds and at the discretion of the City. The following clauses shall be included in the contract: City of Southlake - RFP220IB380AB220002 - Page 36 of 45 A. Option Clause: It is agreed that City will have the option to extend the contract for up to four (4) additional years, in one-year intervals. To exercise this option, the City shall serve notice 30 days prior to contract termination or to the end of any one-year extension. The Option to Extend will not be considered if funding is unavailable or if the contractor's past performance is not within the industry standard. B. Escalation Clause: Should market conditions prevail which dictate an increase, the successful contractor may submit documentation requesting permission to increase pricing no later than 30 days after receiving notice from the City of its intent to extend the agreement. Escalation may only occur at the time of renewal and only upon securing the approval of the City in writing. Requests for price adjustments must be solely for the purpose of accommodating an increase in the contractor's cost, not profits. Vendors shall show in this quote their anticipated percent of escalation if/when the option to extend is exercised. The percent quoted will be a maximum. In addition, the percentage proposed will be a factor in determining the best value to the City. It is the average price over the period of the contract that will be the price factor considered in the evaluation of this quote, Quotes in which negative or no escalation is shown will be considered as 0% escalation. C. Price Increases Upon Extension: If approved by the City, the Contractor shall modify the rates charged by the Contractor to reflect any changes shown in the comparative statement delivered to the City. The maximum increase allowed under this provision shall be four percent (4%) per year. The City shall have authority, in its reasonable discretion, to determine the validity of any change in Contractor's rates. City cannot exercise the Option to Extend with any price increases unless the Vendor completes the section of the Quote requesting anticipated percentage of annual escalation. First Additional Year Escalation Percentage ............................................. 4 % Second Additional Year Escalation Percentage 4 Third Additional Year Escalation Percentage ................................................. 4 % Fourth Additional Year Escalation Percentage 4 o 4. Proposer's Experience / Staff A. Project Team: Identify all members of the Proposer's team (including both team members and management) who will be providing any services proposed and include information which details their experience. B. Removal or Replacement of Staff: If an assigned staff person must be removed or replaced for any reason, the replacement person must be approved by City prior to joining the project. C. Business Establishment: State the number of years the Proposer's business has been established and operating. If Proposer's business has changed names or if the principals operating the business operate any similar businesses under different names, or have operated any other businesses or changed the legal status or form of the business within the last five (5) years, all names, of predecessor business names, affiliated entities, and previous business entities operated by the principals, if different than present, must be provided; State the number of years' experience the business has: .110 ; and the number of employees: D. Project Related Experience: All Proposals must include detailed information that details the Proposer's experience and expertise in providing the requested services that demonstrates the Proposer's ability to logically plan and complete the requested project. City of Southlake - RFP2201B380AB220002 - Page 37 of 45 5. References Proposer shall provide four (4) references where Proposer has performed similar to or the same types of services as described herein. Reference #1: Client / Company Name: Contact Name: Contact Title: '2iC i �• v v Phone: Email: R ---oki Date and Scope of Work Provided: V' Reference #2: Client / Company Name: Contact Name: Contact Title: O_% e L `_- :� - _ Phone: i - - ^Z`7 Email: v� M' Date and Scope of Work Provided: �o��E -�_ a '� - �- � J Reference #3: Client / Company Name: _ T Contact Name: Contact II gTitle: Phone: _ ` Email: ► Date and Scope of Work Provided: le� �- - C—, l _ a,4r� - E Reference #4: Client / Company Name: CO Contact Name: Contact Title: i Phone: (� _ Email: Date and Scope of Work Provided: W\..wE A-L � fC lam-% ► c� ant C� 0 c� N ti. A- � 6 f�J .— l City of Southlake - RFP2201B380AB220002 - Page 38 of 45 ram. , 45 1 M 6. Trade Secrets and/or Confidential Information Trade Secrets and/or Confidential Information, This proposal _ (does) (does not) contain trade secrets and/or confidential information. If applicable, describe such trade secrets and confidential information, and the basis for your assertion that such material qualifies for legal protection from disclosure. 7. Federal, State and/or Local Identification Information A. Centralized Master Bidders List registration number: B. Prime contractor HUB / MWBE registration number: C. An individual Proposer acting as a sole proprietor must also enter the Proposer's Social Security Number: # - - 8. Emergency Business Services Contact Notice During a natural disaster, or homeland security event, there may be a need for the City of Southlake to access your business for products or services after normal business hours and/or holidays. The City may request City employee pick up or vendor delivery of product or services. For this purpose, a primary and secondary emergency contact name and phone number are required. It is critical the vendor's emergency contact information remains current. City shall be contacted by E- mail with any change to a contact name or phone number of these emergency contacts. Updates may be emailed to vendors ,ci.southlake.tx.us. All products or services requested during an emergency event are to be supplied as per the established contract prices, terms and conditions. The vendor shall provide the fee (pricing) for an after-hours emergency opening of the business, if any. In general, orders will be placed using a City of Southlake procurement card (Master Card) or City issued Purchase Order. The billing is to include the emergency opening fee, if applicable. The contractor shall provide the names, phone numbers and fee (pricing), if any, for an after-hours emergency opening of the business listed below. Business Name: �l -�, r O��Q( LC,Z-) Ex y yC , Contract #: _ Lr P f -13-61 R J�R C) A2) 22 D Q0 Z Description: Ctk1V i? �i',o _ IE \l Primary Contact (Name): 7)jjA-jk I i / TC�2 tl✓ IZ Primary Contact Phone Numbers: Home: ] - S i q 5- Cell: �A-11A )C— Secondary Contact (Name): P—c) R C (Z`7" Secondary Contact Phone Numbers: Home: Ih--4t-4-19iP Ceil: SHI'Vx r After Hours emergency opening fee, if applicable: City of Southlake - RFP2201B380AB220002 Page 39 of 45 9. Cooperative Governmental Purchasing Notice Other governmental entities maintaining interlocal agreements with the City, may desire, but are not obligated, to purchase goods and services defined in this RFP from the successful Proposer. All purchases by governmental entities, other than the City, will be billed directly to and paid by that governmental entity. The City will not be responsible for another governmental entity's debts. Each governmental entity will place their own orders with the successful Proposer and be responsible for ensuring full compliance with the RFP specifications. Prior to other governmental entities placing orders, the City will notify the successful Proposer of their intent. Please indicate below if you will permit other governmental entities to purchase from your agreement with the City. Yes, Others can purchase [ ] No, Only the City can purchase Q. CONTRACT TERMS AND CONDITIONS, EXCEPT WHERE PROPOSER MAKES SPECIFIC EXCEPTION IN THE SUBMITTED PROPOSAL, ANY CONTRACT RESULTING FROM THIS RFP WILL CONTAIN THE FOLLOWING TERMS AND CONDITIONS, WHICH PROPOSER HEREBY ACKNOWLEDGES, AND TO WHICH PROPOSER AGREES BY SUBMITTING A PROPOSAL: 1. Delivery of Products and/or Services A. Payment Terms: Unless otherwise specified in the Scope of Services or otherwise agreed to in writing by the City, payment terms for the City are Net 30 days upon receipt of invoice. B. Warranty of Products and Services: All products furnished under this contract shall be warranted to be merchantable and good quality and fit for the purposes intended as described in this Proposal, to the satisfaction of City and in accordance with the specifications, terms, and conditions of the Scope of Services, and all services performed shall be warranted to be of a good and workmanlike quality, in addition to, and not in lieu of, any other express written warranties provided. C. Late Delivery or Performance: If Proposer fails to deliver acceptable goods or services within the timeframes established in the Project Schedule, the City shall be authorized to purchase the goods or services from another source and assess any increase in costs to the defaulting Proposer, who agrees to pay such costs within ten days of invoice. D. Title to Goods and Risk of Loss: For goods to be provided by Proposers hereunder, if any, the title and risk of loss of the goods shall not pass to City until City actually receives, takes possession, and accepts the goods and the installation of such goods, has tested the system, and determined that it is in good and acceptable working order. 2. Miscellaneous A. Independent Contractor: Proposer agrees that Proposer and Proposer's employees and agents have no employer -employee relationship with City. Proposer agrees that if Proposer is selected and awarded a contract, City shall not be responsible for the Federal Insurance Contribution Act (FICA) payments, Federal or State unemployment taxes, income tax withholding, Workers Compensation Insurance payments, or any other insurance payments, nor will City furnish any medical or retirement benefits or any paid vacation or sick leave. B. Assignments: The rights and duties awarded the successful Proposer shall not be assigned to another without the written consent of the Purchasing Manager. Such consent shall not relieve the assigner of liability in the event of default by the assignee. City of Southlake - RFP220IB380AB220002 - Page 40 of 45 C. Liens: Proposer shall indemnify and save harmless the City against any and all liens and encumbrances for all labor, goods, and services which may be provided to the City by Proposer or Proposer's vendor(s), and if the City requests, a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. D. Gratuities / Bribes: Proposer certifies that no bribes in the form of entertainment, gifts, or otherwise, were offered or given by the successful Proposer, or its agent or representative, to any City officer, employee or elected representative, with respect to this RFP or any contract with the City, and that if any such bribe is found to have been made this shall be grounds for voiding of the contract E. Financial Participation: Proposer certifies that it has not received compensation from the City to participate in preparing the specifications or RFP on which the Proposal is based and acknowledges that this contract may be terminated and/or payment withheld if this certification is inaccurate. F. Required Licenses: Proposer certifies that he holds all licenses required by the State of Texas for a provider of the goods and/or services described by the Scope of Services herein. G. Authority to Submit Proposal and Enter Contract: The person signing on behalf of Proposer certifies that the signer has authority to submit the Proposal on behalf of the Proposer and to bind the Proposer to any resulting contract. H. Compliance with Applicable Law: Proposer agrees that the contract will be subject to, and Proposer will strictly comply with, all applicable federal, state, and local laws, ordinances, rules, and regulations. I. Compliance with BB 89: Proposer agrees per BB 89 vendor shall not boycott Israel at any time while providing roducts or services to the City of Southlake. Yes, we agree [ ] No, we do not agree [ ] N/A J. Compliance with SB 252: Proposer agrees per SB 252 vendor shall not do business with Iran, Sudan or a foreign terrorist organization while providing products or services to the City of Southlake. KYes, we agree [ ] No, we do not agree K. Compliance with SB 13: Proposer agrees per SB 13 vendor does not boycott energy companies as those terms are defined in the Texas Government Code § 809.001, and will not boycott energy companies during the term of any contract with the City of Southlake. Yes, we agree [ ] No, we do not agree L. Compliance with SB 19: Proposer agrees per SB 19 vendor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association as those terms are defined in the Texas Government Code § 2274.001, and that vendor will not so discriminate during the tern of any contract with the City of Southlake. Yes, we agree [ ] No, we do not agree 3. Financial Responsibility Provisions A. Insurance: The Proposer, consistent with its status as an independent contractor, shall carry, and shall require any of its subcontractors to carry, at least the following insurance in such form, with such companies, and in such amounts (unless otherwise specified) as City may require: Worker's Compensation and Employer's Liability insurance, including All States Endorsement, to the extent required by federal law and complying with the laws of the State of Texas; City of Southlake - RFP2201B380AB220002 - Page 41 of 45 ii. Commercial General Liability insurance, including Blanket Contractual Liability, Broad Form Property Damage, Personal Injury, Completed Operations/Products Liability, Premises Liability, Medical Payments, Interest of Employees as additional insureds, and Broad Form General Liability Endorsements, for at least One Million Dollars ($1,000,000) Combined Single Limit Bodily Injury and Property Damage on an occurrence basis; iii. Comprehensive Automobile Liability insurance covering all owned, non -owned or hired automobiles to be used by the Contractor, with coverage for at least One Million Dollars ($1,000,000) Combined Single Limit Bodily Injury and Property Damage. B. Indemnification: Proposer agrees to defend, indemnify and hold harmless the City, all of its officers, Council members, agents and employees from and against all claims, actions, suits, demands, proceedings, costs, damages and liabilities, including reasonable attorneys' fees, court costs and related expenses, arising out of, connected with, or resulting from any acts or omissions of Proposer or any agent, employee, subcontractor, or supplier of Proposer in the execution or performance of this contract without regard to whether such persons are under the direction of City agents or employees. City of Southlake - RFP220IB380AB220002 - Page 42 of 45 Appendix C — Form CIQ INFORMATION REGARDING VENDOR CONFLICT OF INTEREST O IFSTTONNAIRF WHO: The following persons must file a Conflict of Interest Questionnaire with the City if the person has an employment or business relationship with an officer of the City that results in taxable income exceeding $2,500 during the preceding twelve — month period, or an officer or a member of the officer's family has accepted gifts with an aggregate value of more than $250 during the previous twelve — month period and the person engages in any of the following actions: contracts or seeks to contract for the sale or purchase of property, goods or services with the City, including any of the following: a. written and implied contracts, utility purchases, purchase orders, credit card purchases and any purchase of goods and services by the City; b. contracts for the purchase or sale of real property, personal property including an auction of property; c. tax abatement and economic development agreements; submits a bid to sell goods or services, or responds to a request for proposal for services; enters into negotiations with the City for a contract; or applies for a tax abatement and/or economic development incentive that will result in a contract with the City THE FOLLOWING ARE CONSIDERED OFFICERS OF THE CITY: l . Mayor and City Council Members; 2. City Manager; 3. Board and Commission members and appointed members by the Mayor and City Council; 4. Directors of 4A and 4B development corporations; 5. The executive directors or managers of 4A and 4B development corporations; and 6. Directors of the City of Southiake who have authority to sign contracts on behalf of the City. EXCLUSIONS: A questionnaire statement need not be filed if the money paid to a local government official was a political contribution, a gift to a member of the officer's family from a family member; a contract or purchase of less than $2,500 or a transaction at a price and subject to terms available to the public; a payment for food, lodging, transportation or entertainment: or a transaction subject to rate or fee regulation by a governmental entity or agency. WHAT: A person or business that contracts with the City or who seeks to contract with the City must file a "Conflict of Interest Questionnaire" (FORM CIQ) which is available online at www.ethics.state.tx.us and a copy of which is attached to this guideline. The form contains mandatory disclosures regarding "employment or business relationships" with a municipal officer. Officials may be asked to clarify or interpret various portions of the questionnaire. WHEN: The person or business must file: 1. the questionnaire —no later than seven days after the date the person or business begins contract discussions or negotiations with the municipality, or submits an application, responds to a request for proposals or bids, correspondence, or other writing related to a potential contract or agreement with the City; and 2. an updated questionnaire — within seven days after the date of an event that would make a filed questionnaire incomplete or inaccurate. It does not matter if the submittal of a bid or proposal results in a contract. The statute requires a vendor to file a FORM CIQ at the time a proposal is submitted or negotiations commence. WHERE: The vendor or potential vendor must mail or deliver a completed questionnaire to the Finance Department. The Finance Department is required by law to post the statements on the City's website. ENFORCEMENT: Failure to file a questionnaire is a Class C misdemeanor punishable by a fine not to exceed $500. It is an exception to prosecution that the person files a FORM CIQ not later than seven business days after the person received notice of a violation. NOTE: The City does not have a duty to ensure that a person files a Conflict of Interest Questionnaire. City of Southlake - RFP220IB380AB220002 - Page 43 of 45 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491. 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006. Local Government Code. An offense under this section is a Class C misdemeanor. 1J Name of person who has a business relationship with local governmental entity. 2 ❑Check this box If you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed queshonnaire becomes incomplete or inaccurate ) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A. B. C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.00 [ (1-a), Local Government Code Attach additional pages to this Form CIO as necessary. A Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes F-1 No �b B Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? aYes M No C Is the filer of this questionnaire employed by a c rporation or other business entity wart respect to which the local government officer serves as an officer or director. or he d� an ownership of 10 percent or more? Yes No f!',/'/ly� D Describe each employment or business relationship with the local government officer named in this section ±j 77 ZC Signature or person doing business wth the governmental entity IDate Adopted 06/29/2007 City of Southlake - RFP2201B380AB220002 - Page 44 of 45 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofi Complete Nos. 1- 4 and 6 if there are Interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Apex Concrete Construction Inc. 2022-887409 Keller, TX United States Date Filed: 05/17/2022 2 Name of governmental ent or state agency that is a party to the contract for which the form is being filed. City of Southlake, Texas Date Acknowledged: g 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. RFP2201B380AB220002 Concrete Services 4 Nature of interest Name of Interested Parry City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARA71ON t My name is and my date of birth is , My address is LD M% ke ii pZ 1 - G (6 et) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. '�' / r C —, A on the L ay of 20_�7/ Executed in / / IF— r`+/� �%� County, State;ture (month (year) 1 t` � Sign o at,ttho ized agent of contracting business entity (Declarant) Forms provided by Texas Fthirs rnmmiccin., — I1 Q.JLaLC.UL.UJ Version V1.1.191b5cdc