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