Loading...
Agreement Relating to Wilbur and Matson Fields AGREEMENT between the CITY OF SALINA, KANSAS and SALINA BASEBALL ENTERPRISES, INC.; relating to Relating to Wilbur Field and James Matson Field This Agreement dated effective October 9,2023 (the"Agreement")is entered into between the City of Salina, Kansas, a Kansas municipal corporation ("City") and Salina Baseball Enterprises, Inc., a Kansas not-for-profit corporation("Baseball Enterprises"). Recitals A. In 2018 the Salina Athletic Partners [including Baseball Enterprises, Unified School District No. 305 (the "District"), and Kansas Wesleyan University ("KWU")] initially presented a proposal to the City for a multi-phase, $8M partnership project to enhance the baseball and softball experience in Salina for local and visiting teams through upgrades to existing public facilities and construction of new public facilities at what was then known as the East Crawford Recreation Area("ECRA") and Bill Burke Park. B. On July 22, 2019, the City Commission adopted Resolution No. 19-7722 expressing its conceptual support for the objectives of the Salina Athletic Partners proposal, expressing the City's desire to pursue a partnership with the Salina Athletic Partners within parameters ultimately determined by the City Commission to be programmatically and financially prudent and feasible, and authorizing staff to proceed with necessary preparations for the City's participation in such a partnership; however, the Coronavirus pandemic precluded the City from participating in the $8M partnership project, resulting in an Agreement relating to Dean Evans Stadium dated August 3, 2020, regarding the funding, design, construction, and maintenance of improvements to and the future use and scheduling of Dean Evans Stadium (the "Dean Evans Stadium Agreement"). C. In the next phase of work to enhance facilities within the Berkley Family Recreation Area, Baseball Enterprises' primary interests include completion of its vision of renovations and enhancements of what is now known as Wilbur Field and renovations to James Matson Field to the extent the combined budgetary resources of the City and Baseball Enterprises allow after completion of all Wilbur Field renovations. The City's primary interests include installation of new field lighting for Dean Evans Stadium; basic renovations to Wilbur Field; and basic renovations to James Matson Field,to the extent the combined budgetary resources of the City and Baseball Enterprises allow. D. The City and Baseball Enterprises intend through this Agreement to address the funding, design, construction, and installation of new field lighting for Dean Evans Stadium; renovations and improvements to Wilbur Field; and renovations to James Matson Field to the extent the project budget allows, including a cooperative process whereby budgeted versus actual project costs for each element of the overall project can be identified, evaluated, and potentially value engineered such that, to the extent necessary, cost overruns and underruns can result in reallocation of the combined public and private funds consistently with both the City's and Baseball Enterprises' interests. THE PARTIES, therefore, agree and covenant: 1. Exhibit A Inventory of Renovations; Project Scope. 1.1. Inventory of Renovations. The attached and incorporated Exhibit A inventories a multi-task program of identified renovations (the "Renovations") including playing field lighting for Dean Evans Stadium, renovations to Wilbur Field, and renovations to James Matson Field, in terms of: (a) An itemization and brief description of each element of the program of identified renovations by field; (b) The projected Budgetary Raw Cost, the projected Budgetary Overhead Allocation, and the projected Budgetary Total Cost Allowance for each project element; subtotals of each of those projections for Wilbur Field (including the field lighting element for Dean Evans Stadium) and James Matson Field, and totals of each of those projections for the full program of renovations; (c) Identification of the project elements to be funded by Baseball Enterprises (the "Baseball Enterprises Elements"); and (d) Identification of the project elements to be funded by the City (the "City Elements"). 1.2. Project Scope. Subject to the terms and conditions of this Agreement, the scope of the renovations to be designed, constructed, installed, and funded pursuant to this Agreement include: (a) The Wilbur Field Renovations listed on Exhibit A as elements 1 a, lb, 1 c (including playing field lighting at Dean Evans Stadium), 1 d, 1 e, 2, and 3 (the "Wilbur Field Project Scope") at a projected Budgetary Total Cost Allowance totaling $3,109,556 (the Wilbur Field Project Budgetary Total Cost"); and (b) Potentially, to the extent the combined budgetary resources of Baseball Enterprises and the City allow after completion of the Wilbur Field Project Scope, one or more of the James Matson Field Renovations listed on Exhibit A 2 in order of priority as elements 4 through 11 (the "James Matson Field Project Scope") at a projected Budgetary Total Cost Allowance totaling $301,297 (the "James Matson Field Project Budgetary Total Cost"). 2. Funding the Project Scope. The City and Baseball Enterprises agree to fund the cost of the Wilbur Field Project Scope and potentially, after completion of the Wilbur Field Project Scope,the James Matson Field Project Scope(collectively,the"Project")in the following manner. 2.1. City Funding Commitment. 2.1.1. Amount and Application to Project. The City agrees to contribute toward the cost of the Project("City Funding")the greater of(a) $932,867 or(b) if Baseball Enterprises raises additional funds beyond Baseball Enterprises' commitment of$2,176,689 to fund the cost of the Project (see Section 2.2 below), a continued match at a ratio of 70% Baseball Enterprises / 30% City, subject to a cap on City Funding of$1,000,000. City Funding shall be applied first to the City Elements of the Wilbur Field Project Scope by direct payment of contractor applications for payment for work performed on the City Elements of the Wilbur Field Project Scope as certified by Jones Gillam Renz Architects (the "Architect") and approved by the City and Baseball Enterprises for expenses incurred for the following City Elements as identified in Exhibit A: City Elements Exhibit A Budgetary Total Cost Allowance (a) General site/civil work(Wilbur Field) la $ 61,742 (b) Stadium Utilities (Wilbur Field) lb $ 16,839 (c) Playing field lighting (Dean Evans) 1 c $ 280,647 (d) Playing field lighting (Wilbur Field) lc $ 449,035 (e) Fencing (Wilbur Field)—(excluding backstop fence/netting system) 1 e $ 90,722 (f) Share of bullpens (Wilbur Field) 7 $ 33,882 TOTAL $ 932,867 2.1.2. Payment Process for City Elements. Applications for payment certified by the Architect and approved by the City and Baseball Enterprises for work performed on the City Elements of the Wilbur Field Project Scope shall be paid directly to the Contractor by the City pursuant to the following process. Provided that an application for payment is received by the Architect not later than the 20th day of a month and the Architect is able to certify the application for payment and submit the application for payment to the City and Salina Baseball Enterprises by the following 25th day of the month for approval,the City shall make payment of the certified and approved amount to the contractor not later than the 20th day of the following month. If an application for payment is received by the Architect after the date fixed above and the Architect is able to certify the application for payment and submit the application for payment to the City and Salina Baseball Enterprises within five(5)business days for approval,the City shall 3 make payment of the certified and approved amount to the contractor not later than 20 days after the Architect submits the certified application for payment to the City and Baseball Enterprises. 2.1.3. Cost Underruns. If cost underruns result in any of the City Funding remaining unexpended upon completion of the City Elements of the Wilbur Field Project Scope, the unexpended City Funding shall be held in abeyance until a joint review by the City and Baseball Enterprises can be completed toward a determination of whether any of the unexpended City Funding is required and should be reallocated toward completion of any of the Baseball Enterprises Elements of the original Wilbur Field Project Scope in response to cost overruns in the Baseball Enterprises Elements of the original Wilbur Field Project Scope. If, and to the extent the unexpended City Funding is not required to complete the Baseball Enterprises Elements of the Wilbur Field Project Scope, the unexpended City Funding will be applied to the elements of James Matson Field Project Scope as prioritized in Exhibit A. 2.1.4. Cost Overruns. If cost overruns preclude completion of the City Elements of the Wilbur Field Project Scope,the City and Baseball Enterprises agree to conduct a joint review of whether unexpended Baseball Enterprise Funds are available and should be reallocated toward completion of the City Elements of the Wilbur Field Project Scope. If not, Baseball Enterprises reserves the right to raise and expend amounts in addition to Baseball Enterprises Funding (including the resulting match of additional City Funding pursuant to Sec. 2.1.1. above) as may be required to complete the original Wilbur Field Project Scope. If Baseball Enterprises either chooses not to or is unable to raise and expend additional funds sufficient to complete the original Wilbur Field Project Scope,Baseball Enterprises and the City agree to conduct further joint review of what value engineering or elimination of elements of the Wilbur Field Project Scope can result in completion of the Wilbur Field Project Scope as fully as combined City Funding and Baseball Enterprise Funding will allow, placing priority on completion of project elements (a)-(f) identified in Sec. 2.1.1. above. 2.2. Baseball Enterprises Funding Commitment. 2.2.1 Amount and Application to Project. Baseball Enterprises agrees to fund the cost of the Project in the amount of$2,176,689 [the projected cost of all elements of the Wilbur Field Project Scope ($3,109,556) less the projected cost of the City Elements ($932,867), referred to as "Baseball Enterprises Funding"]. Baseball Enterprises Funding shall be applied first to the Baseball Enterprises Elements of the Wilbur Field Project Scope by direct payment of verified contractor invoices submitted to Baseball Enterprises for work performed on the Baseball Enterprises Elements of the Wilbur Field Project Scope. 2.2.2. Cost Underruns. If cost underruns result in any of the Baseball Enterprises Funding remaining unexpended upon completion of the Baseball 4 Enterprises Elements of the Wilbur Field Project Scope, the unexpended Baseball Enterprises Funding shall be held in abeyance until a joint review by the City and Baseball Enterprises can be completed toward a determination of whether any of the unexpended Baseball Enterprises Funding is required and should be reallocated to complete any of the City Elements of the original Wilbur Field Project Scope in response to cost overruns in the City Elements of the original Wilbur Field Project Scope. If, and to the extent the unexpended Baseball Enterprises Funding is not required to complete the City Elements of the Wilbur Field Project Scope, the unexpended Baseball Enterprise Funding shall be applied to the elements of James Matson Field Project Scope as prioritized in Exhibit A. 2.2.3. Cost Overruns. If cost overruns preclude completion of the Baseball Enterprises Elements of the Wilbur Field Project Scope, the City and Baseball Enterprises agree to conduct a joint review of whether unexpended City Funds are available and should be reallocated toward completion of the Baseball Enterprises Elements of the Wilbur Field Project Scope. If not,Baseball Enterprises reserves the right to raise and expend amounts in addition to Baseball Enterprises Funding(including the resulting match of additional City Funding pursuant to Sec. 2.1.1. above) as may be required to complete the original Wilbur Field Project Scope. If Baseball Enterprises either chooses not to or is unable to raise and expend additional funds sufficient to complete the original Wilbur Field Project Scope, Baseball Enterprises and the City agree to conduct further joint review of what value engineering or elimination of elements of the Wilbur Field Project Scope can result in completion of the Wilbur Field Project Scope as fully as combined City Funding and Baseball Enterprise Funding will allow, placing priority on completion of project elements (a)-(f) identified in Sec. 2.1.1. above. 2.2.4. Baseball Enterprises Funding Source. The City acknowledges that Baseball Enterprises has and will continue to pursue contributions from principal users of the City's public baseball facilities and from persons desiring to support Salina's baseball tradition as the means of providing the Baseball Enterprises Funding. 2.2.4.1. Funds on Account; Line-of-Credit-Backed Pledges. The City is advised that contributions toward Baseball Enterprise Funding are being administered under a project contributions account maintained by Baseball Enterprises (the "Account"). The City is further advised that certain of the private contributions to Baseball Enterprise's funding of the Project are in the form of pledges payable over a period of years which are backed by a consortium of local banks in the form of a line of credit upon which Baseball Enterprises may draw, subject to guidelines prescribed by the bank consortium, in the form of a bank loan payable by Baseball Enterprises (the "Line of Credit"). 2.2.4.2. Naming Rights. As part of its fundraising efforts,Baseball Enterprises has expressed its desire to offer and propose the potential 5 naming or renaming of components of the Project. BFRA is subject to the City of Salina Municipal Facility Naming Guidelines, including a five-step process contained in Resolution No. 17-7481 adopted October 9, 2017 (the "Naming Guidelines"). On August 26, 2019,the City Commission adopted Resolution No. 19-7733 in completion of the first step under the Naming Guidelines by identifying the former East Crawford Recreation Area (now BFRA), in its entirety, as a qualified facility for naming rights under the Naming Guidelines. Any renaming of a qualified facility currently named after an individual will require written proof satisfactory to the City that the family has been consulted and concurs with the renaming. Baseball Enterprises agrees that when communicating with prospective donors regarding the naming or renaming of elements of the Project, its representatives will inform prospective donors that any naming initiative is ultimately subject to City Commission discretionary approval. 2.2.4.3. Required Certification of Availability of Funds as Condition Precedent to Commencement of Improvements. As a condition precedent to commencement of the Project, within ten business days after a date on or before December 1,2023, as determined by Baseball Enterprises (the "Certification Date"), Baseball Enterprises and any banks backing pledges with lines of credit must collectively provide to the City written certification of the amount and availability of funds raised as of the Certification Date by Baseball Enterprises in the form of(a)cash on deposit in the Account and (b) bank lines of credit secured by pledges; in a combined amount of no less than $2,176,689 qualified and committed for utilization toward Baseball Enterprises Funding. Unless Baseball Enterprises Funding equals or exceeds $2,176,689 as of the Certification Date,Baseball Enterprises shall not enter into any contracts for construction of any element of the Project. 2.2.4.4. Required Availability of Funds as Condition Precedent to Entering any Additional Contracts. As a condition precedent to entering into any additional contract(s) for any element(s) of the Project after commencement of the Project in compliance with Section 2.2.4.3., Baseball Enterprises and any banks backing pledges with lines of credit must collectively provide to the City written certification of the amount and availability of funds in the form of(a) cash on deposit in the Account and (b) bank lines of credit secured by pledges; in a combined amount equal to or greater than the cost of the proposed additional contract(s). Unless such certification is provided, Baseball Enterprises shall not enter into the additional contract(s). 2.2.5. Funds Management. 2.2.5.1. Baseball Enterprises Project Account. Baseball Enterprises shall maintain a Project Account to be funded with Baseball 6 Enterprises Funding to pay for design, construction, and installation costs of the Project and shall maintain all necessary books, records and financial controls in accordance with generally accepted accounting principles. 2.2.5.2. Accounting and Reporting. Following commencement of the Project, Baseball Enterprises shall provide the City with a monthly accounting, both in the aggregate and segregated by project element, no later than the 15th of the following month reporting on (a) its Project Account receipts, disbursements and cash-on-hand; and (b) invoices presented by Baseball Enterprises and approved payments made by the City to contractors. Baseball Enterprises shall not be required to identify any private contributors when fulfilling the reporting requirement of this Section. 2.2.5.3. Audit. Baseball Enterprises shall annually have prepared and submit to the City, at a minimum, a cash and transaction audit of its Project Account by a certified public accountant. 3. Design, Construction, and Installation of Renovations. 3.1. City Authority; Design and Construction Advisory Group. Design, construction, and installation of each element of the Project shall be conducted under the administrative oversight of the city manager with the advice of a Design and Construction Advisory Group made up of a representative for each of Baseball Enterprises,the City,and a licensed architect mutually agreed upon by Baseball Enterprises and the city manager on behalf of the City. The Design and Construction Advisory Group will meet and confer with the city manager as frequently as needed. The Parties acknowledge the City's final discretionary authority regarding matters of design and construction as the ultimate owner of all elements of the Project. 3.2. Compliance with Applicable Law; Permits. The design, construction, and installation of each element of the Project shall be in accordance with all applicable laws, including but not limited to the City Code. Baseball Enterprises shall obtain or shall cause to be obtained all licenses,permits or other approvals required by any governmental authorities to complete each element of the Project. 3.3. Pro iect Management and Contracting. 3.3.1. Baseball Enterprises as Contracting Entity; Process. Baseball Enterprises shall serve as the contracting party for design, construction, and installation of City-approved elements of the Project. For each element of the Project, Baseball Enterprises shall serve in the lead role for each of the following stages, subject to City review and consent at each stage: • Development of the design for recommendation to the Design and Construction Advisory Group and the city manager; 7 • Preparation of a proposed budget; • For each work element identified to be paid for by Baseball Enterprises using private (non-public) funds, at the discretion of Baseball Enterprises, obtain procurement of price quotes by negotiating with selected,pre-qualified bidders,or by a generally publicized invitation to bid, or by a qualifications-based invitation to bid conducted according to the Procedure for Contractor Selection and Procurement attached and incorporated as Exhibit B; • For each work element identified to be paid for by City, solicitation of sealed bids either, at the discretion of the City,by a generally publicized invitation to bid or by a qualifications-based invitation to bid conducted according to the Procedure for Contractor Selection and Procurement attached and incorporated as Exhibit B; • Reporting by Baseball Enterprises to the City via the form attached and incorporated as Exhibit D, as soon as actual cost information regarding a project element is first available or changes; • Review of scope and cost of proposed contract(s) by the Design and Construction Advisory Group and the city manager for purposes of evaluating budget impacts and anticipating potential need for value engineering; • Contracting upon approval by Baseball Enterprises board of directors; • Administration of the contract, change orders, or contract amendments; • City inspection and acceptance of the improvements; and • Administration of final payment(s) pursuant to the contract(s), to be paid for directly by the responsible party identified in Exhibit A. The City acknowledges the post-contracting role of Baseball Enterprises through its designated representative in ongoing contract administration involving the exercise of discretionary authority within the approved scope of each element of the Project and not resulting in a substantive alteration of the scope of any individual element. Baseball Enterprises shall, through its designated representative,report the circumstances prompting any substantive exercise of such discretionary authority and the outcome to the City and the Design and Construction Advisory Group as soon as reasonably possible. 3.3.2. Contract Document Requirements. For the reason that all components of the Project are to be constructed and installed on City-owned public property for ultimate acceptance and ownership by the City, all contracts entered into by Baseball Enterprises for work to be performed as part of the Project must include as an attached addendum to the contract the form"Addendum to Contract" attached and incorporated as Exhibit C. Baseball Enterprises agrees that the City reserves the right to modify the form Addendum to Contract under the authority and discretion of the city manager as circumstances warrant. Upon completion of any element of the Project by Baseball Enterprises and upon inspection and approval of the completed element by the City, Baseball Enterprises shall dedicate the completed element to the City. 8 3.3.3. Material Breach. Either (a) failure by Baseball Enterprises to contract for, complete and/or fund the cost of any Baseball Enterprises Element, or (b) Baseball Enterprises giving the City a reasonable basis to believe Baseball Enterprises does not intend to contract for, complete and/or fund the cost of any Baseball Enterprises Element shall be a material breach of this Agreement and, at the sole discretion of the City, may trigger a reopener of negotiations between the City and Baseball Enterprises regarding the City Funding as established under Section 2.2.1. above. 3.4. Access to Wilbur Field and James Matson Field. The City grants a non- exclusive license (the "License") to Baseball Enterprises and its employees, contractors, agents, and volunteers for access to the Fields as is necessary to construct and install the elements of the Project (the "Licensed Area") subject to the following terms and conditions. 3.4.1. Maintenance and Control of Licensed Area. During construction or installation of any element of the Project,Baseball Enterprises and its employees, contractors, agents, and volunteers shall maintain the Licensed Area in a safe and clean condition and shall regularly remove debris and surplus material occasioned by the work. Baseball Enterprises (or its agents or its contractors if expressly delegated by written contract) shall be responsible for site security and securing construction tools, equipment, supplies, and materials left in the Licensed Area. Baseball Enterprises shall consult and coordinate with the City regarding construction scheduling to minimize any interference with scheduled events in the Licensed Area. 3.4.2. Injury to Persons or Damage to Property. The City and Baseball Enterprises agree to notify the City's Risk Management Department at (785) 309- 5705 in the event of injury to person(s)or damage to property on the Licensed Area. 4. Facilities Operations, Scheduling, and Maintenance. 4.1. Ownership and Control. The Parties acknowledge that following construction and acceptance by the City of the completed Renovations, Dean Evans Stadium, Wilbur Field, and James Matson Field shall remain under the ownership and control of the City. As such, the City shall at all times have the right to control and designate the uses and scheduling of Wilbur Field and James Matson Field, subject to Baseball Enterprises' and the District's respective scheduling priority described in Section 4.3,and with the benefit of the recommendations of the BFRA operations and maintenance advisory board described in Section 4.2. and 4.3 and the parks and recreation advisory Board, as applicable. 4.2. BFRA Operations and Maintenance Advisory Board. The City and Baseball Enterprises acknowledge and agree that both Wilbur Field and James Matson Field (the "Fields") are BFRA Facilities for purposes of the role of the existing BFRA 9 operations and maintenance advisory board as described in Section 4.2 of the existing Dean Evans Stadium Agreement. 4.3 Scheduling; Term; Logistics; Priority. Scheduling of the Fields will be a city staff administrative function to be conducted upon the same terms as (a) the existing Dean Evans Stadium Agreement (DESA Sec. 4.4), including the priority given Baseball Enterprises (DESA Sec. 4.4.1.) and the District (DESA Sec. 4.4.2.), but excluding the priority given KWU(DESA Sec. 4.4.3); and(b)recommendations of the BFRA operations and maintenance advisory board as the needs of the Parties and other current and future users of the Fields evolve over the term of this Agreement (see Section 11 of this Agreement). 4.4. Maintenance and Fees. 4.4.1. Maintenance of Improvements. Baseball Enterprises agrees to assign to the City all warranties and maintenance contracts associated with each element of the Project at the time of the City's acceptance of the applicable element. In particular, the parties intend to assure that the turf element for Wilbur Field is maintained and utilized in a manner that will maximize its potential for a useful life of as much as 12-15 years before requiring full replacement, including (a) the development and enforcement of rules relating to proper use of turf fields and (b) the inclusion, as part of the turf installation cost, of multiple replacement turf "panels" for selective partial replacement of turf in high wear areas of the playing field such as the pitcher's mound, batter's box, and around the bases. 4.4.2. User Fees. 4.4.2.1. Recognition of Project Contributions. The Dean Evans Stadium Agreement provides for recommendation by the BFRA operations and maintenance advisory board and ultimate approval by the City's governing body of a graduated user fee schedule for the use of Dean Evans Stadium,taking into consideration the respective contribution of each of the Salina Athletic Partners (including Baseball Enterprises) toward funding construction of the Dean Evans Stadium Improvements. Baseball Enterprises has conditioned its contribution to the cost of the renovation and improvement of the Fields upon approval of its request that it not be subject to user fees for its use of Dean Evans Stadium and the Fields for ten years. Consistent with the intent of the Dean Evans Stadium Agreement and the City's ultimate responsibility and authority in determining applicable user fees, Baseball Enterprises shall not be subject to users fees applicable to Dean Evans Stadium and the Fields for a period of ten years from the effective date of this Agreement in recognition of the relationship between (a) the intent of users fees for purposes of future field maintenance and (b) the significant contribution of Baseball Enterprises toward both the Dean Evans Stadium Improvements completed pursuant to the Dean Evans Stadium Agreement and the renovation and improvement of the Fields 10 pursuant to this Agreement. Also, in recognition of the contribution to the Project by Unified School District No. 305 (the "District") and in further recognition of the contribution of Baseball Enterprises to the Project, a graduated user fee schedule conceptually identical to the existing graduated fee schedule provided for in Sec. 4.5.2 of the existing Dean Evans Stadium Agreement shall apply to the District commencing upon the effective date of this Agreement and to Baseball Enterprises commencing ten years from the effective date of this Agreement. 4.4.2.2. User Fees; Future Maintenance. The City and Baseball Enterprises acknowledge that funding of future maintenance of the Fields will be dependent,to the extent feasible,upon fees for facility use consistent with those charged by other communities with comparable facilities. The City and Baseball Enterprises agree that fees for facility use shall (a) be by the game for games, (b) be by the hour for practices and other uses, (c) require additional fees for use of lights, and (d) not be subject to waiver. The City and Baseball Enterprises express their intent and desire that the BFRA advisory board when making its recommendations and the city commission when establishing fees for facility use will also take into consideration relevant factors, including, without limitation: a. Cost of operation associated with use of a specific facility; b. Cost of ongoing facility maintenance and repairs; c. Capital costs associated with construction and maintenance of the Improvements; d. Game play compared with practices; e. Age and size of participants; and f. Number of innings per game 5. Administration of Agreement. All references in this Agreement requiring the City's participation or approval shall mean the participation or approval of the city manager or the city manager's designee, unless otherwise provided herein. 6. Separate Entity. It is understood and agreed that the City is an entity separate from Baseball Enterprises and that no relationship of principal/agent or employer/employee exists between the City and Baseball Enterprises. Persons employed by the City shall be entirely and exclusively under the control, direction and supervision of the City. All terms of employment, including hours, wages, working conditions, discipline, hiring and discharging or any other term of employment shall be determined by the City. While Baseball Enterprises has agreed to participate for the general purpose of advancing the goals of this project, nothing within this Agreement is intended to and will not constitute,create, give rise to,or otherwise recognize a joint venture, or formal business association or organization of any kind between the City and Baseball Enterprises. 7. Assignment. The Parties acknowledge that participation under this Agreement is based upon the unique nature and role of each of the City and Baseball Enterprises. Consequently, 11 neither this Agreement nor any interest in it shall be assigned or transferred by either the City or Baseball Enterprises. 8. Amendment. This Agreement may be amended from time to time upon the unanimous approval of both the City and Baseball Enterprises documented by a writing specifically stating the amended terms and signed by an authorized representative of both the City and Baseball Enterprises. 9. Default. If either the City or Baseball Enterprises fails to comply with any term of this Agreement within ten (10) days after written notice to comply has been mailed by the non- defaulting Party to the defaulting Party, such failure shall be deemed an immediate breach of this Agreement ("Event of Default"). 10. Remedies. Upon the occurrence of an Event of Default, the non-defaulting party shall have the following rights and remedies,in addition to any other rights and remedies provided under this Agreement or by law: 10.1. Termination.The non-defaulting Party shall have the right to terminate this Agreement or terminate the defaulting Party's rights under this Agreement. 10.2 Other Remedies. The non-defaulting Party may pursue any available remedy at law or in equity (including specific performance) by suit, action, mandamus or other proceeding to enforce and compel the performance of the duties and obligations set forth in this Agreement, to enforce or preserve any other rights or interests of the non- defaulting Party under this Agreement or otherwise existing at law or in equity and to recover any damages incurred by the non-defaulting Party resulting from such Event of Default. 11. Term. This Agreement shall commence effective upon its execution by all parties and shall remain in effect until December 31, 2050, unless otherwise terminated pursuant to the terms of this Agreement. 12. General Provisions. 12.1 Time. Time is of the essence in this Agreement and for the performance of all covenants and conditions of this Agreement. 12.2 Non-appropriation. The Parties acknowledge that the City is subject to Kansas cash basis laws, and that payment of the obligations of the City under this Agreement can only be paid from appropriated funds legally available for such purpose. Nothing in this Agreement shall be interpreted or construed as a commitment or requirement that the City obligate or pay funds in contravention of applicable Kansas law. 12.3. Entire agreement. This Agreement constitutes the entire agreement among the parties and supersedes all prior agreements and understandings pertaining thereto,whether written or oral. No covenant,representation or condition not expressed in 12 this Agreement shall affect or be deemed to interpret, change or restrict the express provisions of this Agreement. 12.4. Feminine-Masculine, Singular-Plural. Wherever used, singular shall include the plural,plural the singular, and use of any gender shall include all genders. 12.5. Kansas Law—Interpretation. This Agreement and its validity,construction, and performance shall be governed by the laws of Kansas. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any party. 12.6. Notices. All notices required or permitted to be given pursuant to this Agreement shall be in writing and delivered personally or sent by registered or certified mail, return receipt requested, or by generally recognized, prepaid, commercial courier or overnight air courier service. Notices shall be addressed as appears below for each party: City of Salina, Kansas: City Clerk 300 W. Ash St. P.O. Box 736 Salina, KS 67402-0736 Salina Baseball Enterprises, Inc.: Kenneth H. Hancock Co-Executive Director 1831 Hillcrest Lane Salina, KS 67401 12.7. Invalidity in part. In the event that any condition, covenant or other provision contained in this Agreement is held to be invalid or void by any court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall in no way affect any other condition, covenant, or provision herein contained. In the event a provision is deemed invalid, the Parties agree to amend this Agreement to include a new condition, covenant, or other provision that replicates as closely as is legally possible under Kansas law the intent of the severed provision. 12.8. Authorized signatories. Each signatory executing this Agreement does thereby represent and warrant to the other Parties that the signatory has been duly authorized to deliver this Agreement in the capacity and for the entity for which the signatory acts. 12.9. Headings. The headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the interpretation of any provision of this Agreement. 12.10. Venue. In the event of any legal action to enforce or interpret this Agreement, the sole and exclusive venue shall be in the District Court of Saline County, Kansas. 13 12.11. Parties Bound. This Agreement shall extend to and bind the Parties and their successors. 12.12. Waiver. No failure or delay by a Party hereto to insist on the strict performance of any term of this Agreement, or to exercise any right or remedy consequent to a breach thereof, shall constitute a waiver of any breach or any subsequent breach of such term. 12.13. No Third Party Beneficiaries. Solely the parties to this Agreement shall have rights and may make claims under this Agreement. There are no intended third-party beneficiaries under this Agreement, and no third parties shall have any rights or make any claims hereunder. IN WITNESS WHEREOF, each of the Parties, by its duly authorized representative, has executed this Agreement on the date shown below the representative's signature. CITY OF SALINA, KANSAS Michael L. Hoppock, • -or Date: OcJ-ober , 2023 Attest: ), • Nikki Goding, City Clerk SALINA BASEBALL ENTERPRISES, INC. e eth H. H nock, Co-Executive Director Date: � '/� '' 212023 't"4••.(/0 -7—'1 Byron W. Tomlins, Co-Executive Director Date: Alen/v.14 AO, 2023 14 Exhibit A to r E u U.o Ln 73 II w Ca Ln u w m o = a a 0 _ E morn C v p 0 0 v .0 - axi 03 C) o Tu E0 c c ,� _ w u `0 ui OD OL a O O = N N 0 '. E = o E `Y° = o 0 v 0 00 o 5- U n >, o '� o S c Eo au = > a=1 In Y y 3 .'4J' u ' J `.- '.- L C N LC C 3 CC 0V. 3 = 4-, 3 0 00 ` 0 0 - -o - E - 0 m a cCD c Q1n on SD E (7, a <L,to oo E m o 3 o m `m c N m o o -' o a o iO N .- o ma, ',7 = 00 > - = c 3 vY 'x �o .. .. 3 - 3 -'o 1.1▪1 0- b LU o3 • cu cc ` -oovo a "C o o •` o c c c0 -6in E av y v vd m E E = L c u = p } r0 E .D O — VI +~ a ,« a T v ui ui u � o m mY a m N N w � ° c m v m n n a = .. a n O OO CC w m n ` n N A 5 U E Y v o 3 3 1O CO3 3 3 if,' 0 v m 0 O v v E .0 .c0 v v 07,1 C 0 0 0 0- 0 0 0 C 0 c - -o ? E E 3 m 0 3 0 v '3'' 0 O - = - 0 0 0 = O a a O a a a 0 m m m m m m 3 c n c w w a a c v v m a a "o a s }+ w U ++ a ._ .> N C a>+ Y U W W LU W W y Y W W W LU W (j L a s U U w m m m 00 00 U U m m 00 00 CO W in VI H 13 COtn CO C.) i — -- th 0 c Q H d y t L. i A +r as 0 0 W• al LL u0 w .(3 N -- as 3 C w n CO 00 0 a y vii -0 4-I D as C fC o 49 E 0dm (C EB CO >•• C a tY c ++ m • �L N l0 t0 o WO t0 0l 01 0 01 o n m m n 01 0 V1 n 01 m 10 m 01 .. V1 01 I.0` (13 +• 0 Cr N N Vt N V1. N M M VT m 1/). N N H N V if). M V N H O U1m 0 10 N ,--IO O O C N N N N N CO CO 00 00 00 10 V u) O 00 H 00 00 (Cl CO 01 .-I V n (n 'L w ri r-i ri c-i c-i to tB cr Lr ui rr c-i ei o t0 Vi ri n' to o 0S 0 vi /.� m 3 0 ct ti In n u Cr CO u an vt 0 a .� VI. ci IIS Vf N lA V} V} VT VI V10 M m c-I N to V* V? i? V? V? CL ▪W m _,2 N .-i V? V1 to Y LL V 11). 0 L N LID 10 0 l0 O 10 01 01 0 01 O n M m n 01 O V1 n 01 m t0 V1 01 ei V1 O1 10 • a C V N N ...n. N1. m m VI M .1.1} N .-I .-t N V Vt In V N .4O V1 m 0 ID .-I .-i 4- I .N N N N N co 00 00 ci00 10 0 to O t0 1-1t0 m M CO .4 N 01 N U 13 v L 10 ,.,5c-1 –7- –7- c-1 ri –,- .4 n U? V? rC t0 Q1 O tD V) n ‘.4. C ,_, c-I V- V0 to 1.n- tn. VI V0 VI. u1 Cr ci V m Vt Vt ill Ill Vt illO j O NVI.VVT VT � m O Q H C O 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O 0 CO 0 `- O O O VT O VT O O 0 VI 0 VI O O 0 O O an. 0 0 0 0 0 0 O 0 O O O 0 Y O O O O O O O O V1 O O O O O O O O to O O a1 C V1 CO U y v O O O O o 1 tri to u O to 0 0 0 ul (V O to a, n V oc 0 u1 N N H N ,--1N N 01 (11 u} N m O to to V} V} 10 N to .-I tn. .--1_ 00 cc U t? Vt .1./1. Vt V0 VT V0 VI O ci .--4 ch N t? VI V1. VI. Vt illj ni ty` Vt tn. VT Q. CO ..n. � W —. — N CL 100 .T roa ad -o .N 0 0 --- 7o- m . u m E E o a m w a -5 c t▪ > o c c m m a 00 u m LL - 0m 3 > 3 p 2 0vLnvm v `n O NN'. m00 a n m - a, 0 o w o ` IL/ w 3 o aa a v • > m v n cu -� m m n 03 c m 0 u om Y m. - ttc — . O c V m ov N w O m a LL CO v a U cd - cCv W 3 j m y j Vvi m 'O 0 c O —▪ 0 " l7 n E '� 00 (0 w IL3w iT a 00 = a C o ar *' N w Y, C .. n a al Co W ro a u C7 H a 0 m to 0 d ti .4 p • .4 a ti • W L J o m '( LnM co L h M 0 .moi C C n N VI y a W .1 iJ�+ i••• to CCC a U C m E O Q! L E i O ti O N ▪ M C N C YO U c E o w C O N . fo U .-..7 Co m• •E03 F6 a m a, co N N - O Y C O m U Y C YO C N C A Ou t1) o V O o C C C C - m .LJ L N 0 Z ,2,-; L Y L o. v C (v.a d J o u o D a+ A o U (1 a N a = 0) L a.+ 00 .a U CIO 4-, 2AS' O. 00 v 0 VI C to - o +t++� 0 E CO c •to to I E to L Cro 0 C 0 0 .x m O 'i 0 d y0 t _0 N c C . v v - 0 0 Y a, w a - to f0 .-1 '- N C c X = O) o Q to EO m in l0 m w O J C f1 to U U v O1 o n a v -o D O i L O O C C U C U U t0 O U a) U N U V U O V ▪EN C o C a O) O C •` •^ C C f0 C C C CCC C C y (a t0 to O U -U (o CO lD a U (o (O to fo (o f0 co O) o a o —' o@ o too OD o o 0 to o o o v 0 0 0 o a a to to .n to io2 .n To To io to To a is To To 0. to ° f1 ��▪//�� i > W V/ C ` m Y N Y Y W >. W W 0 f0 Y V 0 U U V) V LII V) m m .CS a a cu ce L _1 �� _. c d 2 I— y w g o .... 0 0 3 u u LLV to N a C 01 II p to a a JTi• D ..• "o m E O E C a W GJ m CC to a o 0 0 M O m Ln co M co M co a m m ao 03 m to m L M .1 10 ` Y a t/1 M n M CC) M VT n CID N N H O .-i Cl) LO 00 N N 10 M N N N Nvt to C N LO CO N 0 O N N M 00 V 10 00 O N O M N N H CO N N N LE/ LVD) 0A W U tp .i N l0 .ol0 .-i O N M Ol lD Ill' N V N 00 oc .-i .-i LO ID .i .-i ci u "4 m m- 3 m M V1 .i M o v V} v1 01 v1 ill- VT 1 0 N m r v1 0 n. .� VT In .n .-� .n yn a .ti VI. .1 In .n v1 v? VT .n v) .ti W a O V1 IT of v1 In LL m' ~ ¢ tri L o 0 O m a M o 00 If) 03 M M M LO m m V1 0 CO ID L0 0 Ln m LO ID 0 l0 M .-I _� .� >a C lD In O co M in- m C LID N m N O .-i Ln O t/1 CO N N V1 LO M N N VT N .-1 lO lO //�� to O O m ul N ID m 0 M N M O N LO M .'i N O M N N N CO N N N VT ID - N L m O M .-i M .-I V1 U! .--I V1 V1 V N M c H H N .-1 - N H aN 1 .- VV1 V1 1 N .- V1 V1 V 1 V1 .-I V1 to V1 VT VT V1 V1 m a j O Vf I)- to VT V1 en m o ¢ M Ln O O Cl) 0 0 0 Ln o 0 0 in 0 0 O C) 0 0 0 0 0 0 0 0 O O O o ` .i NN N 0 0 v1 n O O In N O O O O O O O O O O O O O O O m 13, CO O .-1 ci V) O CO O O N l0 O u) m O O O C) C) x 0 0 0 O O V) CT3 " o m lO M N O LI1 N n 00 V u> N a; O V) O O O a ui O O O Vl ) m N t0 n N V1 .-I M m M V} V1 V1 .1 VT t/1 LI) O N u1 .-1 .-o s 1 .-1 .1 .1 .-1 I) 'O C U VT V1 VT V} VT VT V1 V1 VT V1 V1 V1 V1 VT n m N I/1 N N CO 0 C U no a) U y) LL C J O 'D i Q td . C CU C C E Y m 01 01 00 `t u b.0 C j a) cu Y N 000 E O e2 00 u 8O 00 Y 1 .j x 0) O 0 ')3,- 0 a• C CO J 0 h O CLI C '~ N "o JO m J C ` N O J H w N m u w E L° m m 0 v u '" 0 ff, �' a n to a W y N 0 m O N i• C i0 Y O 'C m Y Q to d K o N m C m 0 (-) W \ is N U % N L 0 a a m m 3 'c > v f0 a in m y f0 D- A m to C cc v m c l7 c = CC is c r n 0 yam. (_,co LL N _w •c 0a .a a a 0 C1 C a Y C C C m W c U LL C m ±. CO 'o -13 p O m O) N 0 o Ct .i o N M IO I Q - I II on ate-+ 3 ul n v :D a) c a) a C a F. w u m w — o `}° axi G) is 'o . .5 .— ,_n m t. To .. .D o .v. E - 5 a) 4' o E9- w E a) aa, x '° m m 0 00 vi -o a -0 0100 on 3 w v O 2 °: a v a tL- t., . Z o -o 1:23 U n m c .5 vvl c v S i .. 3yvv ° Oo O' 2 c v 3 o> o v Y w 3 3 un vv o ro C u41+ss , = 0 11 aw - o cO ° o v a WXN o = o -0 v a) _o b0 n- m o 5 00 1:0 Z emain Cyn z' c E u O 2 'o= d v W c "0 i ,_ anW = 'a° .5- ‘E. a . > O a O Cl a a v � m ° Cmmoam v v v Q v a) U O_ C 60 UO NGOD 6 E v v o a 0 m O c c u DJ .p O O C p cu O v N - y Z N O Or. 0 �- d O. ,F O u N N m IN i- — w N J a) u W N }r w `^ o v n c c ❑" a rca c N c c c C a5 CO — s v c w 3 1O to o m m a m -0 `-T' o I c E E E '� x c m u •c m o. v .° °c° -§ ° -o v u o ° m w F v 3 N a) in o a) v m c 3 c on w a3, c, as c u .- - 0ca v N 8 u Ea..' o 0 0 8 u a) C u 0 C u u 3. t E -,•:-.-,.,_ o c v v III r° m c 0�`0 ` N c c 00 c !._ m C m m c c o N a) f.6 N ill GQ p r to 00 o C 0 o o ° n o c c o a o o Y v 3o a 3 3 w m m o v -to 3 S 0 co an Q.) o To o w m m c c a) ,r m m c v v v a) m m m .n a To CO maxi a s �' �3 w a A °c Lw a s u U U CJ LI Ca d O ,(j — d 7 E >co o o 0 u C o II /�/ U w Y aO+ 11` — o A 7 d d y O `o O W p _our, ° E w li In tD O o O al O O O al' CO a) O O o O O vl a) M to 00 CO co CO CO N CO a) to IA O a) a O ` ++ ut0 N Vf V} to M to V? to IA N M to Cf V? VT V? V) M N a t0 N N s-I O 0 t0 .-I s-I V? M N VT O N 00 N N CO CO CO N N CO CO a CO 00 M .-I a NEi CO .-I /I� •' U ta N .~-I i tri N .--1- t0 N t0 O N M al i..6N N O t0 W Vl M t0 tD W V 3 O •1 •-I •~ CO .-C a .n to to rI VT I./i- v). o O .-I ix). c-I N .-i V> N into N V? tn. V) to an to V1. an to to to 0 0 - 4/1- LI. LL CO F Q C CO tD 0 0 0 0) 0 0 0 O1 CO a) 0 0 0 0 0 to a) co CO CO m M CO to .-1 CO al CO en o a) o a O O V o CO N to to V? M C/ to to to N M V? V. to to to V) M O> a tD N a) .-I o 0 CO s-I 1-1 H ur M Cl) N to N O O N CO N N CO M CO M N m 0 N CD CO C N a) N Ii) CO CO N d a N L 10 f/1 a--1 •--I N N H R n a V? V) n a--1 N V1 1. a/ V? .y N H {/? 00 N in. to N in. V? V} to [n to VY to VY VT L! V) m 0 a H o 0 0 0 0 o O o 0 pp 0 o O o 0 0 0 0 o In 0 0 0 CO o 0 0 0 0 0 — 0 0 0 0 Z. 0 O VT an in O to to to 8 0 0 VT an to to in. O O N O O tO N O O 0 O O O 0 in. O O to 0 O O O O O O 00 O O n lD O to 01 a to O t!1 O Li) tg V1 O CO O O CO O CO V1 N M 00 a to N If1 a 1� a O to CO 130 O N .-I .--I C .-I .-I CO .-1 M to V! to s-I V) VT M .-I to .-I N .-I V1 E 00 O: U VF N V? A to V? to to to V? v* V? in an to CUm 1 01 w toC c .T 10 IS 00 0/ C 9 :0 .tn N N ° tri 2. O O l'-o C O C C a ° W m `m O t 3 C 5 a 00 j u ' u N j GI' v W N W m y t ° n n 0 10 O 1- > .c w '^ I- .0 u 3 3 W 19 O t 0) N O v 0 v N m W — m N 'N c C ..,':.• 0)1.5 vi 0) ry N a. to 'j 3 c y m a 7. Y '_' m In j m w A o 5 m u c t c m u a D., c 'm m o v u v m `� t° N v v m o v v c Y, i3 c m u c v o m o m c u w v — w a To v 00 to v c ,,, n c C Ym is = a a o Y, OBD m DJ m a+ 00 w FA .-. 3 ,.. U. n N O v 10 c Q. m w b N N N C 0 00 N . vOi O •i C = w 'j, = C 0. 3 2 c U 0) N l7 to o t+ = p m H l7 _ 7 w Q w F. o m Z a _5 of Li P 0C Q in 0 To co a, 3 On C 0 c D Z iiiv vi - 3 ,x, c w O w 3 a = (0 ' 0 ''S' v Gl a; v v v(0 'o C 7, 00 v a, to 3 Ev, a m v -0 c O x u w U> f0 c VI -0 N C V' > O E c c c v .0 O —O w w w o w Z c '11 n CO o v " v oo F Fa 0 w cu o 2 to CO L m m m ` E E E > O v wli n n n4c o ai 2 w 'a N Ng C C C 0 00 C m C m - m vi — O • E 2 2 Oc w v m '05 !, o ..- L N - 3 a _ Q o 0 U u U co z 'V c 9 _ d 7 u - y `w - O CD o O O C c0 `.. U W VI r -- — Y i 11 o m a.a n7 v W m o E o o oE15, v C u ��yQ)) m _ y� r N 01 Ol O O O O 0 CD 0 CD 0 00 CD O O W h m a+ El M 03 a/a in. a/? N an IN an an an. h a/? V? if? N 01 Ui C CC0 l Oo coOo 0 N CO _ 'a'' U q ,. l0 l0 l0 M m ,-1 O ^' .-I 1 L? a/? M m O r-4�✓ 'O a�. O N tR iN V? M a O O - M LL m F Q L 01 01000 O O 0 CD CD 0 CO O CD CD 03 N W CD > 0 C M m V?an an U) i/? (C [A t/? to N an in a/? h 0 tO Taw o CO ao n N ,n a {n y .c VI r-I Nan an- M f+1 N N m i/? b N N M 44.0 M 11 > O a/? R 2 m O Q O CD CD O O O O CD CD 0 CD O CD CD CD O U) U) N > O O N an an N 4.4 csl NN -1 N lA an O N L? a/? CD Cr) CO 0 M C 3 Y U) vi (0 US 0 C) o 00 C . o u an 4/1. lm /T Ls:, O (Q m ? _S ...444.... — In N O U 7Y O 0 1- i- C Y ,n O U al 4, 0 o 2 0 T 00 c `o 7-3 v C "i' v A w m v TC v v OD J Z m N v W C N l7 W W W W v.' v v c C O „+ CO o L d ,„=' iQ " y `_' 3 d w r„, 2 5 , ., 3 v , O w v v v = u a p oQ a. > ° '^ C 7 t O v m ° 0 w - E = S – m i 0 O. 2 i U 00 R. v w C n .0 .ICI•. 7 a, �n vi w v = Oof Exhibit U SBE Procedure for Turf Contractor Selection and Procurement 1. Develop a list of potential pre-qualified turf contractors (suppliers / installers) based on national and regional reputation and previous experience on similar size and scope projects, using the previous experience of various Salina Athletic Partners members on turf installation projects and consulting with SBE design professional for additional recommendations. 2. From the list of potential contractors, select 3-4 pre-qualified turf contractors identified as best qualified to be part of the sealed competitive bid process. 3. From each of the selected pre-qualified turf contractors request: • product data on the various turf products offered • information about where their turf is manufactured and by whom • do they manufacture their own turf and/or do they have a carpet manufacturer that exclusively manufacturers turf to their specifications? • suggestions on specific types of turf products, minimum turf weight recommended, sub-base products and procedures, and in-fill products they recommend for our project • geographic locations and contact information for previous specific relevant projects similar to ours • contact names for relevant projects • potential things to avoid 4. Meet privately with each selected pre-qualified turf contractor to hear first hand about their company, see their turf products, discuss our specific project, etc. 5. Visit selected sites / projects of each of the potential bidders. 6. Develop a Request for Proposal (RFP) and send to each pre-qualified turf contractor selected to submit a sealed bid. 7. Receive sealed bids and have a contractor selection team consisting of a representative from SBE, City of Salina, and USD 305 evaluate and individually rank each proposal based on: • completeness of response to RFP • availability to complete the project within our stated timeline base bid cost • proposed alternative bid considerations submitted (if any) • recommended changes / improvements to base bid requirements and associated costs (if any) • previous relative experience and local or regional projects completed (if any) 7. Select the successful turf contractor after comparing the evaluations made by the contractor selection team, discussing any recommended suggestions and costs (additions or savings) from base bid, ultimately selecting the contractor that represents the highest value for our project. 8. SBE will contact the selected turf contractor and enter into construction contract with contractor naming the City of Salina as an additional insured. Exhibit C CITY OF SALINA CONTRACTUAL PROVISIONS ADDENDUM This Addendum to is entered into this day of , 20 , by and between Baseball Enterprises, Inc., a Kansas corporation ("Baseball Enterprises"), and a ("Contractor"). Recitals A. Baseball Enterprises is a party to an agreement with the City of Salina, Kansas ("City.), dated , 2020 (the "Dean Evans Stadium Agreement"), setting forth the terms and conditions under which the City, Baseball Enterprises, and certain other parties collectively identified as the "Salina Athletic Partners" will make contributions to the proposed improvements to Dean Evans Stadium("Improvements"). B. Pursuant to the Dean Evans Stadium Agreement,Baseball Enterprises and the City agreed that Baseball Enterprises will incorporate certain mandatory contractual provisions into all contractual agreements related to work to be performed on the Improvements. C. Baseball Enterprises and the Contractor have entered into a contract, dated , 20 , providing for Contractor's provision of in connection with the Improvements("Agreement"). D. This Addendum contains the mandatory contractual provisions required by the City to be attached to and incorporated in the Agreement between Baseball Enterprises and the Contractor. The parties, in consideration of the mutual promises set forth in this Addendum and the Agreement,agree and covenant: 1. Incorporation of Addendum; Order of Precedence. This Addendum, including the Recitals set forth above, is hereby incorporated into the Agreement as though more fully set forth therein. The requirements of this Addendum will take precedence of any inconsistent provisions in the Agreement. 2. Designation of City as Third-Party Beneficiary. The Contractor agrees that the City is an express third-party beneficiary of the provisions of this Addendum, shall be entitled to the rights and benefits hereunder, and may enforce the provisions of this Addendum in the same manner as if it were a party hereto. 3. Insurance Requirements. 3.1. Types and Amount of Coverage. The Contractor agrees to obtain insurance coverage as specified in the attached and incorporated Insurance Requirements Summary and shall not make any material modification or change from these specifications without the prior approval of the City. If the Contractor subcontracts any of its obligations under the Agreement,the Contractor shall require each such subcontractor to obtain insurance coverage as specified in the Insurance Requirements Summary. Failure of the Contractor or its subcontractors to comply with these requirements shall not be construed as a waiver of these requirements or provisions and shall not relieve the Contractor of liability. 3.2. Rating.All insurance policies shall be issued by insurance companies rated no less than A- VII in the most recent "Bests" insurance guide and admitted in the State of Kansas. Except as otherwise specified in the Insurance Requirements Summary, all such policies shall be in such form and contain such provisions as are generally considered standard for the type of insurance involved. 3.3. Certificate of Insurance. Prior to commencing the performance of any work or services under the Agreement, the Contractor shall furnish the City with a certificate of insurance listing the City as the Certificate Holder and evidencing compliance with the insurance requirements in the Agreement. The City reserves the right to require complete certified copies of all insurance policies procured by the Contractor pursuant to the Agreement, including any and all endorsements affecting the coverage required hereunder. 4. Indemnification. To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless the City, its agents, representatives, officers, officials and employees from and against all claims, damages, losses and expenses (including but not limited to attorney fees and court costs) attributable to bodily injury, sickness, disease, death, or injury to, impairment, or destruction of property, including loss of use resulting therefrom, to the extent that such claims, damages, losses, and expenses relate to, arise out of, or are alleged to have resulted from the wrongful acts, errors, mistakes, omissions, or defective work or services of the Contractor, its employees, agents, or any tier of subcontractors in the performance of the Agreement. 5. Injury to Persons or Damage to Property. The Contractor acknowledges responsibility for any injury to person(s)or damage to property caused by its employees or agents in the performance of its duties under the Agreement and shall immediately notify the City's Risk Management Department at (785)309-5705 in the event of such injury to person(s)or damage to property. 6. Applicable Law; Venue. The Agreement and its validity, construction and performance shall be governed by the laws of Kansas. In the event of any legal action to enforce or interpret the Agreement, the sole and exclusive venue shall be in the Saline County,Kansas District Court. 7. Equal Opportunity. In conformity with the Kansas act against discrimination and Chapter 13 of the Salina Code,the Contractor and its subcontractors,if any, agree that: (1) The Contractor shall observe the provisions of the Kansas act against discrimination and Chapter 13 of the Salina Code and in doing so shall not discriminate against any person in the performance of work under the Agreement because of race, sex, religion, age, color, national origin,ancestry or disability; (2) The Contractor shall include in all solicitations, or advertisements for employees, the phrase "equal opportunity employer,"or a similar phrase to be approved by the City's human relations director; (3) If the Contractor fails to comply with the manner in which the Contractor reports to the Kansas human rights commission in accordance with the provisions of K.S.A. 44-1031 and amendments thereto, the Contractor shall be deemed to have breached the Agreement and it may be canceled,terminated or suspended, in whole or in part,by the City; (4) If the Contractor is found guilty of a violation of Chapter 13 of the Salina Code or the Kansas act against discrimination under a decision or order of the Salina human relations commission or the Kansas human rights commission which has become final, the Contractor shall be deemed to have breached the Agreement and it may be canceled,terminated or suspended, in whole or in part,by the City; (5) The Contractor shall not discriminate against any employee or applicant for employment in the performance of the Agreement because of race, sex, religion, age, color, national origin, ancestry or disability; and (6) The Contractor shall include similar provisions in any subcontract under the Agreement. 2 8. Construction Requirements. If the Contractor is obligated under the Agreement to construct or make repairs to any portion of the Improvements,Contractor shall comply with the following requirements: 8.1. Performance and Payment Bonds. If compensation payable to Contractor for work on the Improvements exceeds$50,000,then prior to the commencement of any work on the Improvements, the Contractor shall furnish a performance bond,running independently to the City,and a statutory payment bond running to the state of Kansas. The performance bond shall be conditioned upon the prompt,full,and complete performance by the Contractor as principal of its covenants, obligations, and agreements as contained in the Agreement and related contract documents, including but not limited to performance by the Contractor of its warranty obligations set forth in Section 9 below. The statutory payment bond shall be conditioned upon the Contractor, as principal, paying all indebtedness incurred for labor, supplies, equipment, and materials furnished in making the Improvements called for by the Agreement and related contract documents. Each bond shall be in an amount at least equal to the contract price for the Improvements. The form of each bond shall be subject to approval by the City. Each bond shall be executed by such sureties as are authorized to conduct business in the state of Kansas. All bonds signed by an agent must be accompanied by a certified copy of the agent's authority to act. The performance bond shall be delivered to the City Clerk. The Contractor shall file the payment bond with the Clerk of the Saline County District Court in accordance with K.S.A. 60-1111(b)and deliver a file-stamped copy to the City Clerk. 8.2. Contractor's Warranty to City. A. If within two years after final completion of the Improvements as a whole (as evidenced by final payment and release of all retainage), any Improvements constructed by the Contractor or its subcontractors are found to be defective,the Contractor shall promptly, without cost to the City and in accordance with the City's written instructions: (i) Correct such defective Improvements; or (ii) If the defective Improvements have been rejected by the City, remove and replace them with Improvements that are not defective; and satisfactorily correct or repair, or remove and replace, any damage to other Improvements or other land or areas resulting therefrom. B. If the Contractor does not promptly comply with the terms of the City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Improvements corrected or repaired or may have the rejected Improvements removed and replaced. All claims, costs, losses,and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court costs)arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by the Contractor. C. Where defective Improvements (and damage to other Improvements resulting therefrom) has been corrected or removed and replaced under this paragraph, the warranty period hereunder with respect to such Improvements will be extended for an additional period of two years after such correction or removal and replacement has been satisfactorily completed. 3 D. The obligations under this paragraph are in addition to any other obligation or warranty, and shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitations or repose. IN WITNESS WHEREOF,the parties hereunto have executed this Addendum this day of , 20 ]CONTRACTOR NAME], [Contractor Legal Entity] By: Name: Title: Date: ,20 SALINA BASEBALL ENTERPRISES, INC., a Kansas not-for-profit corporation By: , President Date: ,20 4 INSURANCE REQUIREMENTS SUMMARY Pursuant to Section 3 of the Addendum, the Contractor shall obtain, pay for, and maintain— and shall require each of its authorized subcontractors to obtain and maintain—for the duration of the Agreement, policies of insurance meeting the following requirements: 1. General Requirements. A. Additional Insured. With the exception of the workers' compensation and professional liability policies to be obtained by the Contractor hereunder, all policies shall name the City of Salina ("City'), its agents, representatives, officers, officials, and employees as additional insured(s). Insurance for the additional insured shall extend to Products/Completed Operations and be as broad as the insurance for the named insured, including defense expense coverage, and, with respect to the commercial general liability policy required hereunder, shall be endorsed to apply as primary and non-contributory insurance before any other insurance or self- insurance, including any deductible, maintained by, or provided to, the additional insured(s). B. Waiver of Subrogation. Where allowed by law, all policies will include a waiver of subrogation in favor of the City, its agents, representatives, officers, officials, and employees. C. Claims Made Policies. If coverage is written on a claims-made basis for any of the policies required by this Agreement, the Contractor must maintain the coverage for a minimum of two (2) years from the date of final completion of all work under the Agreement. D. Premium and Deductible Expenses. The Contractor shall be responsible for all premiums and retention or deductible expense for any and all policies required by this Agreement. 2. Specific Coverage Requirements. A. Commercial General Liability ("CGL"). The Contractor shall maintain CGL coverage written on ISO Occurrence form CG00 01 or an industry equivalent, which shall cover liability arising from Personal Injury, Bodily Injury, Property Damage, Premises and Operations, Products and Completed Operations, Contractual Liability, Independent Contractors and Advertising Injury. The policy limits shall not be less than the following: • Each occurrence $1,000,000 • General aggregate $2,000,000 • Personal and Advertising Liability $1,000,000 The policy shall contain an endorsement that modifies the general aggregate to apply separately to each project. The Contractor shall maintain the Products and Completed Operations liability coverage for a period of at least two (2) years after completion of all work under the Contract. B. Business Automobile Liability ("BAL"). The Contractor shall maintain BAL coverage written on ISO form CA 00 01 or an industry equivalent. Coverage shall be applicable 5 to all autos and other vehicles subject to compulsory auto liability laws that are owned, hired, rented or used by the Contractor and include automobiles not owned by but used on behalf of the Contractor. The BAL policy limits shall not be less than the following: • Combined single limit $1,000,000 C. Workers' Compensation/Employer's Liability. The Contractor shall maintain workers' compensation and employer's liability coverage with policy limits not less than the following: • Workers' Compensation (Coverage Part A) o Statutory • Employer's Liability (Coverage Part B) o $100,000 each accident o $500,000 disease—policy limit o $100,000 disease—each employee 6 Exhibit D 00 v a E >u T) « 47. > h > OB te,C _ C m N N h A "O U N - _N O az Q C C u C = c C O O v « w L 1 C C C Y pa m v CO v ti V O _ p 9) 0 O O a, - C N 0 O E -O p0 C CK v m O C C u Y C O O C . C N W N �O O c o E = 0 = v ' > U '? v i';,'' .�, a, ate+ N p o w a o v= c c E 0 _ -, > u 5 4) Y 'O s Ill 10 c Y ? j Y N c0 t ? y 3 3 _ o a 0 0 8 3 Li o 2 o v c c 3 c Z 3 0 m v �^ o E v v n m C n v Y 0 w N 01 "0 E c V v v -0 co = (0 J C O m -O n (a 0 to « C .2 -0 m C J >, 0 ✓T 2 al O O C is m ,Q. E .. .0 LL 'r = _ N c_ v Co v m E o o m m m ° o `0 0 x 4- 0 c a r' f2 H NWI' Q N 00 c 'm .0 N O o m W = 00 C 0 m > N m '> N •y O C C '3 O « « N ll Lc CU N - N .X d C . d O oo 0 3 v 0 3 m ° v E E . 0 't o m c A v0 v o _ v m E a E v v_ a, -0 c m e v C m E +.- w v Y v v ai ai TO u Y o. v « v m n o = a C u C m v v o 0 (o c o 3 w ° u o- c n o m w n = 0. N a 3 `v u v v m v v v u v u m - 3 3 3 a ° ui > ` ti > a > > c u o o u c (0 m m '� m m m m m E E co co y v io m m 0 0 m v -,v0_ O w v dA 3 3 3 m 3 3 3 « v v v « ; 1a m m E E 3 o m a o ate, m m C o 0 o n o 0 0 0 0 o 0 0 - o p o o p v Y (0 to (0 (0 (0 (0 (0 3 c 3 C (vii 0 0) a a C 0) 0) (0 .0 .0 (0 .0 0 .0 0 .0 U 0 CD E C) C)) ), o^ Y Y .0 ._ W LU W W W r LU LU LU LU W U 0 `- \ CO CO CO Co Co CO Co Co Co CO r a a u u W Vf in to to vi U (J V1 v1 in to VI W m co LnN rx --,7, M LD LO 0 t0 0 t0 01 0 M O O1 O O t0 m Co IN 0 O V1 N 0) Co l0 V1 01 0 O V1 Ol LID 0 ` V N N VT N VT N M V) W V) Co to V) N .1 s--I N V V) Co Cr N N--I O V1 Co V) O t0 .-1 .1 V) 4-, N N N N N 03 00 LD LID t0 V V1 O t0 ci l0 00 Co Co Co ci V N U C N N ..{ .-I . ci .-I t0 ci lD to V1 M N Q1 O <O V1 N N l0 O t0 00 V1 ^, `, ) LD .-1 ci N sn N VT .-i in V) V) ci V7 V Co 1)l V) VT t0 .-i V .-1 in. ci 4/ d p o. VT V* V? V? LT VT {/T m Co VT 11) V? Vf V} V? O a o O V) in. 1- O y u u Q. p II 1.y In u a C • a 013 0 0 0 0 0 0 O 0 0 0 0 O O 0 0 O O 0 0 O 0 0 0 0 0 O 0 0 0 0 0 0 ! La m El 0) t m .n VI .-I C c In a) . N O c a t v a E C E o v C «o en o `^ o v -0 c O w CI o u m Ln = a m v u 2 1.+ .. Y C OU 00 0 v 00 O o C Y. 00 U 0 a) -O E — = v 5 r v Z .v. c c c c m co v m o 'm w c c 3 v -o .., u u u o `� .=2 m A x0 oO uu .�+ p Ol .iii v co 0. 00 v c no , N m (0 2 c Y .),°-,-', t O y C ''.°3' O al U C 4! to c 'a •yn m on d O 7 cu C N 4 c CT, C CI C K y O — O) a c '> a, '> c `o co m " Y v c v v - 0 0 N ` — C — p v C 5 _ U 17 Q Cl ..N. w .. a) c U .u-I-I i ar 2 O 1° c0 E 00 t0 N J O 2 K C O. 17 U `) a/ X O N in .0 = 0 'O O. O dL O a) ~ w i C \ in al _l�D C u v O) — u u U 0, u u u o U on > _ aj i.1,-1 U C U f0 C C C C C C C on C N C N al u O .' c C U f0 W td CO Y CO CO CO N N bA — m 3 E m 3 'o v m m 3 3 3 a o o v o 0 0 CU 3 0 O. O F+ j O — o. N O j j O O v — — — C) — •— ° n m al .0 m .2 E a o a .o 0 (0 .2 m as is o. CO CO CO a To U al CO i m CO CO 0.d T u u u u to u of vl N z u 0 .-__ — U C a0 L!1 V o V en M o o M U) CO M CO m t0 C. O 0) v1 O CO VD O 111 01 l0 to O to M N O A m N m 00 M VT V N V D N N N C) V N In t0 V} co N N t/0_ t0 CO N N V} N .--I Co V} (0 4••, c N to 00 N V O N N CO CO ? to CO O N O M N N .-I CO N N N t0 � u C N N .i N (.0' V N t0 .--I O fml 01 t0 In N V N OO 00 .--1 .-1 lD ,-i' --I -i Io c- . . 1. W > as M V} .-i m O V VT V} V} .-1 VT V} O .-I N t0 .-i .--I .-I c-1 a-I .--I .-I V} d O .+ .-i t/} V} V} N V} V} V .'-I V} .1 VT VT V} V} V} V} V} OI " C u U Q. rn LL 011 y j/} N U N ry O O V O O O O O O C O O O O O C O O O O O O O O O O O O O C N V V} V} V} V} t/. V} if V} V} t/T t/} V} V} _ N V} V} t/} V} V} V} to V} VT V} aR V} V: CV .> -0 K al s O m v C o E n1 11 W ~ W 11 CC U al 'O .2 IS m -0 cu Vl V V a O M O O M Vl 00 m 00 m <0 O O Ol In 00 to to In Ol to O O m .-1 O LID In M N m OO en V} Vl. N V to N .-i .--1 O V'.. N in t0 co N Nn) en N N N .1 t0 V} LL C N to co N V O N N M CO a t0 CO O N O m N N .-i CO N N N t0 in cu 0 O. .-1 N t0 o O .--I N M O) t0 it N V N W W .--Z .-4 t0 t0 . .-1 .-I cr on s- t0 U .,T 0) en V). .-i m C) V V} V} V} .-i V} V} O .-i N t0 ri .-1 .--1 .--1 .--1 .-I .--I V} Ql Z E cV} V} V} .-i +R V} R .-i V} .-1 V} V} 4./1. V} iR V} V} O v.. n o v} v} v} v} v} w o x ni gao `^ U en m +, CC o O m U .+ v) U . To C) H = O O W a, :. a` o -o — a o v a ;0 C I— CU E c H c co v E v m E n CU v 0 8 C — 00 ' m vro 0 m v v, tv n +, oC m a C\ " E v 2 0. ,' c m o0 0 ra O v IL . u c Ia v v °c 0) v ° c c n > u u u t c v al o 3 v v u '" v N N '0^ m `o C c c _ L cu CD 4-- .v do .n w on CO C ) CU inn C m o c 8 2 v v N v 1O OD) O 0) 16 w cc C -o -o v o U no ;a a u c T. > m Y m c u C C vc c u 1O p . t 'c 'O c Y u u t m m ._ v Si a v U '" 5' p m m O m io o v oa O 2 0 2 m u l7 -0 w in a In a z 0 i.L c 0 0 0 w m (5 IJ oom u H w ' c.7 c.7 a 2 u Li- 2 t.7 3 SX E .v N m v Y