Loading...
Item 4D - Staff ReportCITY OF SOUTHLAK,E MEMORANDUM October 11, 2024 To: Alison Ortowski, City Manager From: David Miller, Director of Community Services Subject: Award a bid with C. Green Scaping, L.P., for the construction of Phase 1 of the Green Ribbon Project along the intersection of State Highway 114 and Dove Road in an amount not to exceed $419,879. Action Requested: Award a bid with C. Green Scaping, L.P., for the construction of Phase 1 of the Green Ribbon Project along the intersection of State Highway 114 and Dove Road in an amount not to exceed $419,879. Background Information: The purpose of this item is to award a Bid with C. Green Scaping, L.P. for the construction of Phase 1 of the Green Ribbon Project. The Green Ribbon program is a TXDOT-reimbursable grant program designed to improve the visual character of highway corridors and minimize the negative impacts of air pollution by planting trees and shrubs. The City Council directed staff to begin the implementation of the State Highway 114 Green Ribbon Master Plan at the 2023 summer workshop. City staff has worked with Kimley Horn on the engineering and design for phase 1 of this project and received bids that were opened publicly on July 22, 2024. There were four bidders for this project: ALCC, LLC dba Perfect Finish Landscaping, Cole Construction Inc., C. Green Scaping, LP, and Central North Construction, LLC. C. Green Scaping, LP was the lowest qualified bidder which is a requirement of most TxDOT highway improvement projects and has received approval as a TXDOT contractor. C. Green Scaping has performed acceptably on previous Green Ribbon projects in North Texas and has successfully worked with Kimley Horn on Previous landscaping enhancement projects. Funding in the amount of $400,000 was awarded by TxDOT for Phase 1 in late 2023 and construction is set to begin in the fall of 2024. Phase 1 of the Green Ribbon Projected is projected to take 64 working days and will complete the entire south side of the Dove and 114 intersection. This phase will not be impacted by the current City of Southlake Values. - Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Alison Ortowski, City Manager Meeting Date —October 15, 2024 Page 2 of 2 TxDOT work on the north side of the intersection and minimal traffic impacts are expected. Financial Considerations: This request is in alignment with the approved FY 2024 CIP budget. All costs associated with the construction of phase 1 are reimbursed up to $400,000, and the additional $19,879 will require City funds which are available within the current approved General Fund CIP Intersection Improvements on State Highway 114 project. Strategic Link: This item is linked to the City's Strategy Map related to the focus area of Quality Development and Infrastructure and meets the corporate objective to Invest to provide and maintain high -quality public assets and collaborate with select partners to implement services solutions. Alternatives: 1) Approval of the proposed contract as presented 2) Approval with modifications to the proposed contract 3) Denial of the proposed contract Supporting Documents: • Copy of proposed contract agreement • Bid Proposal — C. Green. Scaping • Copy of Green Ribbon Implementation Plan Staff Recommendation: Award a bid with C. Green Scaping, L.P., for the construction of Phase 1 of the Green Ribbon Project along the intersection of State Highway 114 and Dove Road in an amount not to exceed $419,879. City of Southlake Values. - Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork Proposed Contract Agreement STANDARD FORM OF AGREEMENT BETWEEN THE CITY OF SOUTHLAKE AND CONTRACTOR THIS AGREEMENT is dated as of the 15th day of October in the year 20 24 by and between the City of Southlake (hereinafter called OWNER) and; C. Green Scapinq, LP of the City of _Ft. Worth , County of Tarrant called CONTRACTOR). State of Texas (hereinafter OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. The PROJECT for the Work detailed under the Contract Documents (see Article 8 of this Agreement for items included in the "Contract Documents") is generally identified as following: SH 114 Landscape Enhancement Project No. F2024(996) CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Median Landscape Enhancement along SH 114 from South of W. Dove Rd to W. Dove Rd. Article 2. ENGINEER. The Project has been designed by: Kimley-Horn and Associates, Inc. but the term ENGINEER in these Contract Documents shall refer to the City Engineer, or his authorized representative, who shall exercise the rights and authority assigned to ENGINEER in the Contract Documents and in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. The Contractor will achieve 100% final completion of the Work, with no punch -list items remaining, and will be ready to submit Application for final payment in accordance with the Contract Documents within sixty-four (64) working days from the date written notice to proceed is provided to the Contractor by the City. 3.2. LIQUIDATED DAMAGES. The Contract Time is of the essence and.will be strictly enforced. Liquidated damages will be assessed against the Contractor for failure to achieve Final Completion by the date established by the parties for Final Completion of the Work. The Contractor and surety agree that the liquidated damages provisions in this Contract are reasonable, facially valid, are not a penalty, and do not otherwise operate as a penalty. For each and every calendar day that any Work shall remain incomplete after the expiration of the date established by the parties for Final Completion of the Work as specified in the Contract Documents, including any time extension authorized in writing by the Owner, the sum of $500.00 per calendar day may be deducted from the moneys due to the Contractor, or may be charged against the Contractor, not as a penalty, but as liquidated damages. The Contractor agrees that for purposes of Texas Gov't Code Ch. 2252, a bona fide dispute exists if liquidated damages are assessed under this Contract and the Owner may withhold payment to satisfy liquidated damages owed to the Owner hereunder. The sum of money thus deducted or charged as liquidated damages is not to be considered as a penalty, but shall be deemed, taken, and treated as reasonable liquidated damages, representing a reasonable estimate of damages, or a reasonable forecast of just compensation, because the harm caused by the breach is incapable or extremely difficult of estimation due to the public nature of the work and the likely loss to be sustained by the Owner and the general public, estimated at or before the time of executing this Contract. Further, the parties acknowledge the Owner's paramount purposes and duty to protect the "public fisc" and the general health, safety, and welfare of the public, and the parties agree that any alleged disparity between actual and liquidated damages shall be construed as bridgeable and acceptable as a matter of law and public policy and shall be calculated and construed in favor of the Owner. Article 4. CONTRACT PRICE. 4.1. OWNER shall Pay the CONTRACTOR according to in place quantities multiplied times the price or prices shown in the Bid Proposal, which form a part of this Contract, or according to an approved Schedule of Values, plus (or minus) any approved extra work or change orders. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Application for Payment in accordance with the Standard General Conditions of the Construction Contract (EJCDC) (the "General Conditions"). Application for Payment will be processed by the ENGINEER as provided in the General Conditions. 5.1. Progress Payments. OWNER shall make progress payments on the basis of CONTRACTOR'S Applications for payment as recommended and approved by ENGINEER. On or about the last day of each month during the construction CONTRACTOR shall meet with ENGINEER'S representative to determine number of units completed and/or value of completed work. All progress payments will be on the basis of the progress of the Work measured by the number of units completed or, if applicable, by the schedule of values established in the General Conditions. 5.1.1. Prior to Final Completion, in accordance with paragraph 15.01 of the General Conditions, progress payments will be subject to a retainage in an amount equal five (5%) of the total Contract Price, as indicated in paragraph15.01 of the General Conditions and less the aggregate of payments previously made. 5.2. Final Payment. Upon Final Completion and acceptance of the Work in accordance with the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by the ENGINEER. Article 6. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality and all local and State and Federal Laws and Regulations that in any manner may affect cost; progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and test of subsurface conditions and drawings of physical conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all examinations, investigations, explorations, test, reports and studies which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms of and conditions of the Contract Documents, including the General Conditions; and no additional examinations, investigations, explorations, test, studies or similar information or data are or will be required by the CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, exploration, test, reports studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with other terms and conditions of the Contract Documents, including the General Conditions. 6.5. CONTRACTOR including assigned Project Manager has visited the site prior to bidding. 6.6. CONTRACTOR has correlated the results of all such observations, investigations, explorations, test, reports and studies with the terms and conditions of the Contract Documents. 6.7. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and in the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 7. MISC. 7.1. Terms in this agreement are defined in Article 1 of the General conditions will have the meanings indicated in the General Conditions. 7.2. No assignments by a party hereto of any rights under or interest in the Contract Documents will be binding on another party, hereto without written consent of the party sought to be bound; and specifically but without limitation moneys that may come due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may limited by law), and unless specifically stated to the contrary in any written consent to an assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 7.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. Article 8. CONTRACT DOCUMENTS. The Contract Documents that comprise the entire agreement between the OWNER and CONTRACTOR concerning the work consist of the items listed in the Table of Contents, Construction Documents, General Conditions, and any other documents specifically referenced in the Design Manual. The Drawings and Plans, consisting of a cover sheet and sheets numbered 001-042 inclusive with each sheet bearing the following general title: (may not be attached). SHEET # SHEET NAME 001 Title Sheet 002 Index of Sheets 003 Overall Layout Plan 004-007 General Notes 008 Estimate and Quantity Sheet 009 Proposed Project Quantities 010 Existing Conditions 011-024 Traffic 025 Hardscape Plans 026-028 Landscape Plans 029-031 Irrigation Plans 032-034 Electrical Details 035-042 Erosion Control Plan Other published specifications and standard drawings manuals (Texas State Department of Highways and Public Transportation Standard Specifications for Construction) as may be referenced in other portions of the Contract Documents. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may be only amended, modified or supplemented as provided in the Contract Documents. Article 9.OTHER PROVISIONS. INDEMNITY THE SUCCESSFUL BIDDER AGREES TO DEFEND, INDEMNIFY, AND HOLD THE CITY AND ALL OF ITS OFFICERS, AGENTS, EMPLOYEES, AND ELECTED OFFICIALS WHOLE AND HARMLESS TO THE EXTENT AUTHORIZED BY LAW AGAINST ANY AND ALL CLAIMS FOR DAMAGES, COSTS, AND EXPENSES OF PERSONS OR PROPERTY THAT MAY ARISE OUT OF, OR BE OCCASIONED BY, OR FROM ANY NEGLIGENT ACT, OR OMISSION OF THE SUCCESSFUL BIDDER, OR ANY AGENT, SERVANT, OR EMPLOYEE OF THE SUCCESSFUL BIDDER IN THE EXECUTION OF THE PERFORMANCE OF THIS AGREEMENT, WITHOUT REGARD TO WHETHER SUCH PERSONS ARE UNDER THE DIRECTION OF CITY AGENTS OR EMPLOYEES. THIS INDEMNITY OBLIGATION IS MADE IN ADDITION TO THE INDEMNITY OBLIGATION REQUIRED BY PARAGRAPH 7.18 OF THE GENERAL CONDITIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement. This Agreement will be effective on the - day of CITY OF SOUTHLAKE 1400 MAIN ST. SOUTHLAKE, TEXAS 76248 By. — Signature 1017;' Attest Recommended: By: Alison Ortowski, City Manager Approved as to Form and Legality this City Attorney , 20 CONTRACTOR: C. Green Scaping, LP By: Signat e Cathleen Ruiz ident Print Name and Title 4_i 'My,)vN_-q Zb Attest 2401 Handley Ederville Rd Street Address Ft. Worth, TX 76118 City, State & Zip 817-577-9299 - day of Phone Number Seal (if Corporation) , 20 W Q O n � v V so INNO04 C h v 9 �•i to - 0 1 ifwJ N d- 0 .► Iwo 00430 BID BOND BIDDER (Name and Address): C. Green Scaping LP 2401 Handley Ederville Drive Fort Worth. TX 76118 SURETY (Name and Address): Merchants Bonding Company (Mutual) P.O. Box 14498, Des Moines, IA 50306-3498 OWNER (Name and Address BOND City of Southlake I400 Main Street Southlake, TX 76092 BID DUE DATE: July 22, 2024 PROJECT (Brief Description Including Location): SH 114 Landscape Enhancement; CSJ:0353-03-11 I; Project No: F2024(996) BOND NUMBER.472391 DATE (Not later than Bid due date):July 22, 2024 PENAL SUM:Five Percent of Bid Amount (Words) 5% BID BOND FORM (Figures) IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. C_ Green Scaping T.P (Seal) Bidder's Name and Corporate Seal By: ignature and Title Curtis Green Contractor Attest: t- s Signature nd Title Note: (1) (2) 6-1E1:140 Merchants Bonding Company (Mutual) (Seal) Surety's Name and Corporate Seal By: , ObDNLIm Signature and Title (Attach Power of Attorney) Ginny Buchanan Attorney -in -Fact Attest: and Title Above addresses are to be used for giving required notice. Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable. 00430-1 CON 0690 (8/18) Bid Bond Form 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1. OWNER accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents, or 3.2. All Bids are rejected by OWNER, or 3.3. OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 Calendar Days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. & No suit or action shall be commenced under this Bond prior to 30 Calendar Days after the noticeof default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power or Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer or proposal as applicable. 00430-2 CON 0690 (8/18) MERCHANBond #: 472391 TS � BONDING COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Ginny Buchanan their true and lawful Attorneys) -in -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14. 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 22nd day of July 2024 . •.•`PITON 1 ••, .p�N� CQA • MERCHANTS NA IOINAL BON ING,(NCTUAL) ANG COMPANY ;may pRQ�Rgo ; �O 0[�Iq4, q� d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY .v..c� iv 2003 1933By : c: � • � � � •. �' lea . STATE OF IOWA ••""'•" •' •••''•• President COUNTY OF DALLAS ss. On this 22nd day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �yFt1Aks Penni Miller r z Commission Number 787952 _ 1, • • My Commission Expires + rOWA January 20, 2027 otary�Pyplic i (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 22nd day of July 2024 , PN IO IY,e 4 01131 Gp�•. ;sty : aT144R4.6'p : : �D O�PQ99JgZ,c ze Z :� ; y 1933 2003 �; Secretary .v . ,� • POA0018 (1/24) •••••••' BID PROPOSAL FOR SH 114 LANDSCAPE ENHANCEMENT for the CITY OF SOUTH LAKE, TEXAS (THIS BIDPROPOSAL MUST NOT BE REMOVED FROM THE CONTRACT DOCUMENTS) DATE: 7/22/2024 TO: CITY of SOUTHLAKE, TX 1400 MAIN STREET, SUITE 270 SOUTHLAKE, TX 76092 FOR: SH 114 LANDSCAPE ENHANCEMENT The budget estimate for this project is 4 I Cl , 61 B , 6 0 . Pursuant to the foregoing "NOTICE TO BIDDERS", the undersigned bidder, having thoroughly examined the Contract Documents, the site of the project and understanding the amount of work to be done and the prevailing conditions, hereby proposes to fully complete all of the work and requirements as provided in the plans and Contract Documents and binds himself I herself upon acceptance of this bid proposal to execute a Contract and furnish such bonds as required and proposes to complete the work within the time stated and for the following price: BID: SH 114 LANDSCAPE ENHANCEMENT City of Southlake Federal Aid Project No. F2024(996) BASE BID Item Description Unit QTY UNIT COST ITEM COST 1007002 PREPARING ROW STA 4 $ 1,250.00 $ 5,000.00 1007013 TREE PROTECTION (INSTALL) EA 24 $ 220.00 $ 5,280.00 1647036 BROADCAST SEED (PERM) (URBAN) (CLAY) AC 0.55 $ 4,800.00 $ 2,640.00 1667001 FERTILIZER AC 0.55 $ 600.00 $ 330.00 1687001 VEGETATIVE WATERING TGL 17.6 $ 86.00 $ 1,513.60 1707001 IRRIGATION SYSTEM LS 1 $ 35,300.00 $ 35,300.00 1927009 PLANT BED PREP SY 1,922 $ 59.00 $ 113,398.00 1927024 LOOSE AGGR GRND COVER (TY 1) CY 233 $ 460.00 $ 107,180.00 1927040 PLANT MATERIAL (45 GAL) (TREE) EA 6 $ 300.00 $ 1,800.00 1927041 PLANT MATERIAL (65 GAL) (TREE) EA 7 $ 500.00 $ 3,500.00 1927047 PLANT MATERIAL (5 GAL) (SHRUB) EA 1,999 $ 10.00 $ 19,990.00 1937001 LANDSCAPE ESTABLISH MO 12 $ 1,100.00 $ 13,200.00 1937007 IRRIG SYS OPER AND MAINT MO 12 $ 1,300.00 $ 15,600.00 4327013 RIPRAP (MOW STRIP) (4 IN) CY 26 $ 2,360.00 $ 61,360.00 5007001 MOBILIZATION LS 1 $ 11,900.00 $ 11,900.00 5027001 BARRICADES, SIGNS AND TRAFFIC MO 3 $ $ HANDLING 4,600,00 13,800.00 5067043 BIODEG EROSN CONT LOGS (INSTL) (8") LF 841 $ 5.00 $ 4,205.00 5067046 BIODEG EROSN CONT LOGS (REMOVE) LF 841 $ 2.00 $ 1,682.00 6207007 ELEC CONDR (NO.8) BARE LF 100 $ 22.00 $ 2,200.00 BASE BID $ 419,878.60 TOTAL BASE BID $ 419,878.60 2 The undersigned bidder agrees to execute and file with the Owner a Contract and bonds on the forms provided within ten (10) days after written notification of award of the Contract to him I her and to begin work to be performed under the Contract within ten (10) days after written authorization to begin the work (Work Order) and to complete the work in full within sixty-four (64) contract working days after the date specified in the "Notice to Proceed I Work Order". Enclosed with this bid is a certified check or cashier's check or bid bond payable to the CITY OF SOUTHLAKE in the amount of five percent (5%) of the total bid, which is to become the property of the CITY OF SOUTHLAKE, or the attached Bidder's Bond is to be forfeited in the event the Contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. SIGNED: (Curtis J. Green - Vice President) SUBMITTED BY: C. Green Scaping, LP (Corporation), (Co -Partnership), (Individual), (Other) DOING BUSINESS AS: C. Green Scaping, LP SEAL IF BIDDER IS CORPORATION 3 SH 114 LANDSCAPE ENHANCEMENT SOUTH OF W. DOVE RD TO W. DOVE RD FEDERAL AID PROJECT F2024(996) CSJ 0353-03-111 CITY OF SOUTHLAKE RFB2404B200TS240003 ACKNOWLEDGE OF RECEIPT OF ADDENDA The undersigned Bidder hereby acknowledges receipt of the following Addenda: Addendum Number Dated Acknowledge Receipt (initial) 7/10/24 No addenda were received: Acknowledged for: C. Green Scaping, LP (Name of Bidder) By: - (Signature of Authorized Representative) Name: Curtis J. Green Title: Vice President Date: 7/22/2024 SH 114 Landscape Enhancement Southlake, Texas State of Texas Child Support Business Ownership Form County: Tarrant TxDOT CSJ: 0353-03-111 Business Entity Submitting Bid: C. Green Scaping, LP Project Name: SH 114 Landscape Enhancement LG Project Number: F2024(996) Section 231.006, Family Code, requires a bid for a contract paid from state funds to include the names and social security number of individuals owning 25% or more of the business entity submitting the bid. 1. In the spaces below please provide the names and social security number of individuals owning 25% or more of the business. Name Cathleen Ruiz Curtis J. Green Social Security Number xxx-xx-9730 xxx-xx-6637 2. Please check the box below if no individual owns 25% or more of the business. 4 � No individual own 25% or more of the business. Except as provided by Section 231.302(d), Family Code, a social security number is confidential and may be disclosed only for the purpose of responding to a request for information from an agency operating under the provisions of Part A and D to Title IV of the Federal Social Security Act (42 USC Section 601-617 and 651-699). Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. City of Southlake The information collected on this form will be maintained by Enter Local Government Name . With few exceptions, you are entitled on request to be informed about the information collected about you. Under Sections 552.021 and 552.023 of the Texas Government Code, you also are entitled to receive and review the information. Under Section 559.004 of the Government Code, you are also entitled to have information about you corrected that you believe is incorrect. Signature Curtis J. Green Printed Name 7/22/2024 Date IF THIS PROJECT IS A JOINT VENTURE, ALL PARTIES TO THE JOINT VENTURE MUST PROVIDE A COMPLETED FORM. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AN VOLUNTARY EXCLUSION -LOWER TIER COVERED TRANSACTIONS (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. orized Certifying Official C. Green Scaping, LP Applicant/Organization Curtis J. Green - Vice President Typed Name and Title 7/22/2024 Date Signed ® Forth 2510 DEBARMENT CERTIFICATION (Page 111 of 1 Page 1 1 ARCHITECTURAL, ENGINEERING AND SURVEYING ("PROVIDER") CONTRACTS (1) The PROVIDER certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any federal department or agency: (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public* transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity* with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; (d) Have not within a three-year period preceding this application/proposal had one or more public transactions* terminated for cause or default; and (e) Have not been disciplined or issued a formal reprimand by any State agency for professional accreditation within the past three years. C. Green Scaping, LIP !Name of Provider ure of Certifying Official Vice President Tide of Certifying Official 7/22/2024 Date (2) Where the PROVIDER is unable to certify to any of the statements in this certification, such PROVIDER shall attach an explanation to this certification. Exceptions will not necessarily result in denial of award. Providing false information may result in criminal prosecution or administrative sanctions. * federal, state or local LOBBYING CERTIFICATION For Grants, Contracts, Loans, and Interagency Cooperation Contracts The undersigned certifies to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form — LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclosure accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. re Vice President Title C. Green Scaping, LP Agency 7/22/2024 Date Approved by OMB 0348-0046 Disclosure of Lobbying Activities Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse fnr nnhlic hierr{en riicrincnral I. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial filing N/A b. grant NIA b. initial award N/A b. material change c. cooperative agreement c. post -award d. loan For material change only: e. loan guarantee Year quarter f, loan insurance Date of last report 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee, Prime Subawardee Enter Name and Address of Prime: Tier , if Known: NIA NIA Congressional District ff known: Congressional District if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: NIA NIA CFDA Number, if applicable: 8. Federal Action Number, ifknown: 9. Award Amount, if known: NIA NIA 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, MI): different fi-om No. 1 Da) (last name,,frst name, MI): NIA NIA 11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying Signature: activities is a material representation of fact upon which reliance was placed by the tier above when this transaction print ' Curtis J. Green was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported Title: vice President to the Congress semi-annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than Telephone No.: 817-577-9299 Date: 7/22/2024 $10 000 and not more than $100 000 for each such failure. Federal Use Only Authorized for Local Reproduction Standard Form - LLL (Rev. 7-97) Statement for Loan Guarantees and Loan Insurance The undersigned states, to the best of his or her knowledge and belief, that: If any funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this commitment providing for the United States to insure or guarantee a loan, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required statement shall be subject to a civil penalty of not less than $10,000 and not more than $ l 00,000 for each such failure. 969WA'uthorized Certifying Official C. Green Scaping, LP Applicant/Organization Curtis J. Green - Vice President Typed Name and Title 7/22/2024 Date Signed 23 CFR 635.112 NON -COLLUSION STATEMENT Each bidder shall file a statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. Failure to submit the executed statement as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. Signature Curtis J. Green - Vice President Typed Name and Title C. Green Sca in , LP 7/22/2024 Applicant / Organization Date Signed PRISON PRODUCED MATERIALS Prison -produced materials are products made by convict labor. There are Iimitations on using materials produced by convict labor in a federal -aid highway project. Materials produced after July 1, 1991, by convict labor may only be incorporated in a federal -aid highway construction project if: ■ such materials have been produced by convicts who are on parole, supervised release or probation from a prison; or ■ such material has been produced in a qualified prison facility (Texas does not have a qualified prison facility meeting the requirements of the regulation). The LGPP Manual describes the federal statute prohibiting the use of prison produced materials. The undersigned below understand and acknowledges this requirement. Signature Typed Name and Title C. Green Sca in , LP 7/22/2024 Applicant / Organization Date Signed CONFLICT OF INTEREST DISCLOSURE STATEMENT Proposer's attention is directed to 23 CFR Section 636 Subpart A and in particular to Subsection 636.116 regarding organizational conflicts of interest. Section 636.103 defines "organizational conflict of interest" as follows: Organizational conflict of interest means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the owner, or the person's objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. Proposers are advised that in accordance with TxDOT's Conflicts of Interest Policy, certain firms will not be allowed to participate on any Proposer's team for the Project because of their work with TxDOT in connection with the Project procurement and document preparation and the CDA program. 1. Disclosure Pursuant to Section 636.116 2 In the space provided below, and on supplemental sheets as necessary, identify all relevant facts relating to past, present, or planned interest(s) of the Proposer's team (including the Proposer, the Developer, the Major Participants, proposed consultants and proposed subcontractors, and their respective chief executives, directors, and key project personnel) which may result, or could be viewed as, an organizational conflict of interest in connection with this RFP. Proposer should disclose (a) any current contractual relationships with TxDOT, (b) any past, present, or planned contractual or employment relationships with any TxDOT member, officer, or employee, and (c) any other circumstances that might be considered to create a financial interest in the contract by any TxDOT member, officer, or employee if Proposer is awarded the contract. Proposer shall also disclose matters such as ownership of 10% or more of the stock of, or having directors in common with, any of the RFP preparers. Proposer shall also disclose contractual relationships with an RFP preparer in the nature of a joint venture, as well as relationships wherein the RFP preparer is a contractor or consultant (or subcontractor or subconsultant) to Proposer or a member of Proposer's team. The foregoing is provided by way of example, and shall not constitute a limitation on the disclosure obligations. NIA Col 1-3 2. Explanation In the space provided below, and on supplemental sheets as necessary, identify steps that have been or will be taken to avoid, neutralize, or mitigate any organizational conflicts of interest described herein. NIA Col 2-3 3. Certification The undersigned hereby certifies that, to the best of his or her knowledge and belief, no interest exists that is required to be disclosed in this Conflict of Interest Disclosure Stateynent, other than as disclosed above. Curtis J. Green Name Vice President Title C. Green Scaping, LP Company Name 7/22/2024 Date Col 3-3 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSECINLY This questionnaire Is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Dale Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 178 WB(a), By law this questionnaire must be fled with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed See Section 176-006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly vlolates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. NIA 2 Check this box if you areffling an update to a prevlously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th btlsirless day after the date on which you became aware that the originally filed questionnaire was Incomplete or Inaccurate.) Ij Name of local government officer about whom the Information Is being disclosed. NIA Name of Officer 4 Describe each employment or other business relationship with the local government offcer, or a family member of the officer, as described by Section IM003(a)(2)(A). Also describe any family relationship with the local government officer. Completesubparts A and B foreach employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than Investment Income, from the vendor? Yes FX—] No S. Is the vendor receiving or likely to recelve taxable Income, other than investment Income, from or at the direction of the local government officer or a family member of the officer AND the taxable Income Is not received from the local governmental entity? 71 Yes No 8 Describe each employment or business mistionshitp that the vendor named In Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership Interest of one percent or more. NIA 8 N� Check this box If the vendor has given the local government officer or a iamily member of the officer one or more gifts as described In Section 176.003(a)(2)(B), excluding gifts described In Section 176.003(a-1). 7 7/22/2024 re of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.slate.tx.us Revised 1 f1 i1(121 Disadvantaged Business Enterprise (DBE) Program Commitment Agreement Form Tesee Pepe�7men! o! Tiensperrelian This commitment is subject to the award and receipt of a signed contract from the Texas Department of Transportation for the subject project. Form 5M5.4901 (Rev, 06108) Page 1 of t Project #: F2024(996) ICounty: Tarrant Contract-CSJ: 0353-03-111 Items of work to be performed (attach a list of work items if more room is required): Bid Item # Item Description Unit of Measure Unit Price Quantity Total Per Item Ia2 �D24, Lmd Cogjr 101D Total ( C) t Sp , dD The contractor certifies by signature on this agreement that subcontracts will be executed between the prime contractor and the DBE subcontractors as listed on the agreement form. If a DBE Subcontractor is unable to perform the work as listed on this agreement form. the prime contractor will follow the substitution/replacement approval process as outlined in the Contract DBE Special Provision. IMPORTANT: The signatures of the prime contractor and the DBE, and the total commitment amount must always be on the same page. Prime Contractor: C. Green Scaping, LP Name/Title (please print): Curtis J. Green - Vice President Address: 2401 Handley Ederville Rd., Ft. Worth, TX 76118 Signature: Phone: 817-577-9299 1 Fax: 817-577-9331 E-mail: cgreen@greenscaping.com 2/2024 DBE: C. Green Sea in , LP Name/Title (please print): Curtis J. Green - Vice President Vendor No.: Address: 2401 Handley Ederville Rd, Ft. Worth, TX 76118 Signature: ate:7/2212024 Phone: 817-577-9299 1 Fax: 817-577-9331 E-mail: cgreen@greenscaping.com Subcontractor (if the DBE will be a second tier sub): Name/Title (please print): Address: Signature: Phone: Fax: E-mail: Date: i ne texas mpartment of I ransportauon marnlains the inlonnatron collected through this form. With Jew exceptions, you are entitled on request to be informed about the information that we collect about you. Under §§552.021 and 552.023 of the "texas Government Code. you also are entitled to receive and review the information. lender §559.004 oC (lie Government Code. you al-e also entitled to have us correct information about you that is incorrect. To ensure prompt and efficient handling of'your protect lile Nve are requesting chat all commitments to be presented to the Office of Civil Rights, using this basic format. ACoRD0 CERTIFICATE OF LIABILITY INSURANCE DATE(MM1DDnmrY) llli.� 05/13/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Page Terry NAME: Agents Alliance Services, Ltd PHONH (800) 453-9691 FAX, (940) 243-1050 No : Ramey King Insurance E-MAIL pageterry@rameyking.com ADDRESS: 830 S 1-35E INSURER(S) AFFORDING COVERAGE NAIC # Denton TX 76205 INSURER A: EMCASCO 21407 INSURED INSURER B : Employers Mutual Casualty Co. 21415 C. GREEN SCAPING, LP INSURER C : Texas Mutual Ins. Co. 22945 2401 HANDLEY EDERVILLE RD INSURER D : INSURER E : FORT WORTH TX 76118-6947 INSURER F : COVERAGES CERTIFICATE NUMBER: CL2451394416 REVISION NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF IMMIDDffYYYI POLICY EXP (MMIODMYY LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 500,000 MED EXP fAny one person) $ 10,000 PERSONAL &ADV INJURY $ 1,000,000 A 61333402 05/13/2024 05/13/2025 GEN'LAGGREGATE LIMITAPPLIESPER! POLICY 19 PRO- JECT 19 LOC GENERAL AGGREGATE $ 2,000.000 PRODUCTS - COMWOP AGG $ 2,000.000 Limited Pollution $ 1,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Eaaccldent $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO B OWNED SCHEDULED ALTOS ONLY AUTOS 6E33402 05/13/2024 05/13/2025 BODILY INJURY (Per accident) $ HIRED X NON -OWNED ALTOS ONLY AUTOS ONLY X PROPERTY DAMAGE Per accident $ $ X UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE 5 5,000,000 B EXCESS LIAB CLAIMS -MADE 6,133402 05/13/2024 05/13/2025 DED I X1 RETENTION $ 10,000 3 C WORKERS COMPENSATION ANDEMPLOYERTLIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? Fq (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N 7 A OD01252254 0511312024 05113/2025 X PER OTH- I STATUTE I I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE 3 1,000,000 E.L. DISEASE -POLICY LIMIT 3 1,OOD,D00 B Equipment Floater 6C33402 05/1312024 05/13/2025 Rented/Leased Deductible $125,000 $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) When Required by a Written Contract, General Liability Includes the Blanket Additional Insured endorsement. Primary and Non-contributory with a Blanket Waiver of Subrogation- 30-day notice of cancelation (Per attached CG7578.3 02119, CG7174.3 10113, CG7578.3 02119, CG7578.3 02119. IL7447.6 10117). When Required by a Written Contract, the Auto Liability has a Blanket Additional Insured & Waiver of Subrogation endorsements. Coverage is Primary and Non-contributory. 30-day notice of cancelation (Per attached CA7450 11117, CA 0449 11116 & IL 7447.6 10/17). When Required by a Written Contract, the Workers' compensation a Blanket Waiver of Subrogation and a Blanket Texas Notice of Material Change 30-Days (Per attached WC 42 03 04 A 1100 & WC 42 06 01). The Umbrella is Follow form per underlying coverages (Per attached CU7460 12115 & CU7468 01117). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE U 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD C_IIY 0I SOUTHLAKE 9 City of Southlake City of Southlake Bid No. RFB2404B200TS240003 SH 114 Landscape Enhancement CSJ 0353-03-111 Federal Aid Project: F2024(996) Bid Date: Monday, July 22, 2024 The following information, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. ADDENDUM NO. 1 July 10, 2024 Contract Documents Clarifications/Changes Plan Sheet Revisions: 1. Sheet 001 • Revised note to call for TXDOT 2024 Specifications 2. Sheet 008 • Revised Bid Item names and numbers to match TXDOT 2024 Specifications 3. Sheet 009 • Revised Bid Item names and numbers to match TXDOT 2024 Specifications Project Manual Revisions: 1. Table of Contents • Revised Table of Contents to remove TXDOT 2014 Specifications 2. Bid Proposal • Revised Bid Item names and numbers to match TXDOT 2024 Specifications 3. Local Government Special Provisions • TXDOT 2014 Local Government Special Provisions removed (000-004L, 002- 009L, 006-040L, 007-011L, 009-016L) • TXDOT 2024 Local Government Special Provision 006-001 L added ATTACHMENTS FOR ADDENDUM NO. 1 INCLUDE: UPDATED PLAN SHEETS UPDATED PROJECT MANUAL END OF ADDENDUM NO. 1 SH 114 Landscape Enhancement Addendum No. 1 —]uty 10, 2024 Page 1 of 1 Kimley>>>Horn Implementation Plan State Highway 114 Green Ribbon Implementation Plan To: David Miller, Director of Community Services City of Southlake, Texas From: Laura Presley, PLA Kimley-Horn and Associates, Inc. Report Date: October 18, 2023 Mr. Miller, Page 1 The following document identifies proposed intersection improvements along State Highway 114 in Southlake, Texas with respective preliminary opinions of probable construction costs as funded by the TXDOT Green Ribbon Grant. Funding from the TXDOT Green Ribbon Grant can be applied to construction costs for tree and shrub planting, groundcover for plant beds (mulch, decomposed granite, river rock, etc.) concrete mow strips, and irrigation systems (excluding overhead spray irrigation). The funding cannot be applied to hardscape improvements (such as sidewalks), sod, or overhead irrigation systems. The improvements are organized from west to east along State Highway 114 with the intention of phasing over multiple years to beautify the corridor as a whole. Each intersection's improvements include native and adaptive vegetation, canopy trees, hardwood mulch, concrete mow strips, and underground irrigation systems for the new plantings. Projects have been divided into phases and they will be implemented over multiple years. The TXDOT Green Ribbon funding may provide up to $400,000 per year. As costs continue to rise, the award amount, or the anticipated number of phases for completion, may vary from what is listed in this document. The proposed phasing order is as follows: 1. West Dove Road and State Highway 114 o West Dove Road enhancements are projected to be completed within three (3) Green Ribbon phases and consist of twelve (12) planting beds and associated improvements. 2. North White Chapel Boulevard and State Highway 114 o North White Chapel Boulevard enhancements are projected to be completed in three (3) Green Ribbon phases and consist of four (4) planting beds and associated improvements. North Carroll Avenue and State Highway 114 o North Carroll Avenue enhancements are projected to be completed within four (4) Green Ribbon phases and consist of sixteen (16) planting beds and associated improvements. Kimley»>Horn Page 2 4. Kimball Avenue and State Highway 114 o Kimball Avenue enhancements are projected to be completed in three (3) Green Ribbon phases and consist of four (4) planting beds and associated improvements. The following implementation plan includes opinions of probable construction cost (OPCC) for the intersection improvements. These OPCCs are intended to inform, budget, and prioritize phasing of the intersection improvements per Green Ribbon funding for the City. Kimley-Horn and Associates, Inc. has no control over the cost of labor, materials, equipment, or over the contractor's methods of determining prices or over competitive bidding or market conditions. Estimates are based on the information known to Kimley-Horn and Associates, Inc. at the time and represent only Kimley-Horn and Associates, Inc.'s judgement as a design professional firm familiar with the construction industry. Kimley-Horn and Associates, Inc. cannot guarantee that proposals, bids, or actual construction costs will not vary from its opinion. If you have additional questions or inquiries about this document, feel free to reach out to me at Iaura.presleyCcD-kimley-horn.com. Sincerely, Laura Presley, PLA Kimley-Horn and Associates, Inc. Cl) N O N cr W m 0 U O Z� CL LLJ J p O o x 00 w 00 ,� Q oc 0 w Q J p� _ W ZD o CD J � CL o 0 Cl) N O N cr LU m O U O T LO C)') LO C.C) rl_ T T T cz C �_ C C Cy' cz 0 > Q Q O cz 0 cz U E Y Za� N W z z z czo 0 0 0 O— — cn cn cn cn 0 0 C C C C O W J m 0 Q I IN .-o \\j-2 \\)/§) \ 0 CD 5)-_ �}3 � § ■ / ) ; oo T \\\T5 0 o 1. o o o E m_,,, IN Kimball Ave +Aa IN Kimball Ave } is « /^ \ � v S g ! . .—~11—^ \ � K mewm « „ \ � - , w- Shady Oaks ae +e L 2 z �u ✓ .�p� a k • .,.nr x , w , C -D j l 0 , ji LU U Q Y Z r J w �} z &�� `fin O /Y \�►� � \ � ..` .61M�C,i' � LLU U w o O ,. LU 4 _ 2 U' t N f a4 CC 2i 1' • j c� z Cw z =o (/� 2i ::D T w 2i Ir ¢ w z Q_ 2i w afi" o Q w • z� U w z w CDQ `_ w o CD r t w 0 w ob0�Moo M a j U' u Z � Z U w G O ^I i y m O � Z 1 H z j U T i k 1 jl r, I :I r, r r I r r i i I 11 �r I � � �• Jl A ' -ter r 1 Z 67 N W O J 7 F fL W V Z O V U) z 0 a z 0 U H z w cc U w O C) a L.0 > ]LC OJ fm0 T �m z C) m m rr z w w rr CD w I Y OJ r0 H West Dove Road Improvements - Green Ribbon Southlake, Texas Opinion of Probable Costs SOUTHLAKE 0 6/14/2023 Green Ribbon Applicable Items Unit Quantity Cost Item Cost 1006002 PREPARING ROW STA 20.5 $3,500.00 $71,750.00 1646008 BROADCAST SEED (PERM) (RURAL) (CLAY) AC 1.8 $2,000.00 $3,600.00 1666001 FERTILIZER AC 1.8 $2,500.00 $4,500.00 1686001 VEGETATIVE WATERING MG 122.2 $130.00 $15,886.00 1706001 IRRIGATION SYSTEM (DRIP & BUBBLERS) LS 1 $130,000.00 $130,000.00 1926003 PLANT MATERIAL (3-GAL) EA 8,700 $25.00 $217,500.00 192 613 MULCH SY 5,200 $2.50 $13,000.00 1926025 PLANT MATERIAL (45 GAL) (TREE) EA 30 $800.00 $24,000.00 1926016 PLANT BED PREP SY 5,200 $10.00 $52,000.00 1936001 PLANT MAINTENANCE MO 12 $2,200.00 $26,400.00 1936007 IRRIGATION SYSTEM OP AND MAINT MO 12 $950.00 $11,400.00 5006001 MOBILIZATION LS 1 $35,000.00 $35,000.00 5026001 BARRICADES, SIGNS, AND TRAFFIC HANDLING MO 6 $5,500.00 $33,000.00 5066040 INSTALL EROSION CONTROL LOGS LF 2,500 $6.00 $15,000.00 5066043 REMOVE EROSION CONTROL LOGS LF 2,500 $3.00 $7,500.00 4326001 RIP RAP (CONC)(12"Wx4"D) CY 52 $1,000.00 $52,000.00 6206007 ELEC CONDR (NO. 8) BARE LF 430 $2.50 $1,075.00 1004 6001 TREE PROTECTION EA 44 $325.00 $14,300.00 Green Ribbon Construction Subtotal $727,911.00 Green Ribbon Contingency (f20%) $148,009.00 Green Ribbon Indirect Costs - 5-10 Year Phasing (f35%) $254,080.00 Green Ribbon Design Fees - Landscape Architecture, Engineering, Survey (f15)% $110,000.00 Green Ribbon Total Estimated Project Cost $1,240,000.00 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids. or actual costs will not vary from its opinions of probable costs. w ) f �1 r I M f JJ3iv r✓Y�V'i N ¢ w 0 Y w w w p- O O O Z Z �5 �5 ¢ i o o a �5 N wNNNCNAPE�,g�VN • F w 4 tr.+vy� ryy�ryv»i f „ \ z e� CO) W G J a CL d W V Z O C1 U) z 0 0 z 0 U H z w ZD U 2E C7 CO) W O J a 0 CL d W CE Z O C� r_1 North White Chapel Boulevard Improvements - Green Ribbon Southlake, Texas Opinion of Probable Costs SOUTHLAKE 0 6/14/2023 Green Ribbon Applicable Items Unit Quantity Cost Item Cost 1006002 PREPARING ROW STA 10.5 $3,500.00 $36,750.00 1646008 BROADCAST SEED (PERM) (RURAL) (CLAY) AC 1 $2,000.00 $2,000.00 1666001 FERTILIZER AC 1 $2,500.00 $2,500.00 1686001 VEGETATIVE WATERING MG 82 $130.00 $10,660.00 1706001 IRRIGATION SYSTEM (DRIP & BUBBLERS) LS 1 $115,000.00 $115,000.00 1926003 PLANT MATERIAL (3-GAL) EA 7,200 $25.00 $180,000.00 192 613 MULCH SY 4,270 $2.50 $10,675.00 1926025 PLANT MATERIAL (45 GAL) (TREE) EA 35 $800.00 $28,000.00 1926016 PLANT BED PREP SY 4,270 $10.00 $42,700.00 193 6001 PLANT MAINTENANCE MO 12 $2,200.00 $26,400.00 1936007 IRRIGATION SYSTEM OP AND MAINT MO 12 $950.00 $11,400.00 5006001 MOBILIZATION LS 1 $30,000.00 $30,000.00 5026001 BARRICADES, SIGNS, AND TRAFFIC HANDLING MO 6 $5,500.00 $33,000.00 5066040 INSTALL EROSION CONTROL LOGS LF 1,700 $6.00 $10,200.00 5066043 REMOVE EROSION CONTROL LOGS LF 1,700 $3.00 $5,100.00 4326001 RIP RAP (CONC)(12"Wx4"D) CY 21 $1,000.00 $21,000.00 6206007 ELEC CONDR (NO. 8) BARE LF 585 $2.50 $1,462.50 1004 6001 TREE PROTECTION EA 20 $325.00 $6,500.00 Green Ribbon Construction Subtotal $573,347.50 Green Ribbon Contingency (f20%) $114,652.50 Green Ribbon Indirect Costs - 5-10 Year Phasing (f35%) $202,000.00 Green Ribbon Design Fees - Landscape Architecture, Engineering, Survey (f 15)% $90,000.00 Green Ribbon Total Estimated Project Cost $980,000.00 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids. or actual costs will not vary from its opinions of probable costs. LPAP rr� .r y � J= 0 I o J co f I.1 , AA �4 5' rl y r� 5� i I �V I t.,c it r i RE :m Z ca CO) LU a CL d W CE Z O C� North Carroll Avenue Improvements - Green Ribbon Southlake, Texas Opinion of Probable Costs SOUTHLAKE 0 6/14/2023 Green Ribbon Applicable Items Unit Quantity Cost Item Cost 1006002 PREPARING ROW STA 23.0 $3,500.00 $80,500.00 1646008 BROADCAST SEED (PERM) (RURAL) (CLAY) AC 3.9 $2,000.00 $7,800.00 1666001 FERTILIZER AC 3.9 $2,500.00 $9,750.00 1686001 VEGETATIVE WATERING MG 210 $130.00 $27,300.00 1706001 IRRIGATION SYSTEM (DRIP & BUBBLERS) LS 1 $115,000.00 $115,000.00 1926003 PLANT MATERIAL (3-GAL) EA 7,500 $25.00 $187,500.00 192 613 MULCH SY 4,426 $2.50 $11,065.00 1926025 PLANT MATERIAL (45 GAL) (TREE) EA 30 $800.00 $24,000.00 1926016 PLANT BED PREP SY 4,426 $10.00 $44,260.00 1936001 PLANT MAINTENANCE MO 12 $2,200.00 $26,400.00 1936007 IRRIGATION SYSTEM OP AND MAINT MO 12 $950.00 $11,400.00 5006001 MOBILIZATION LS 1 $40,000.00 $40,000.00 5026001 BARRICADES, SIGNS, AND TRAFFIC HANDLING MO 6 $5,500.00 $33,000.00 5066040 INSTALL EROSION CONTROL LOGS LF 4,550 $6.00 $27,300.00 5066043 REMOVE EROSION CONTROL LOGS LF 4,550 $3.00 $13,650.00 4326001 RIP RAP (CONC)(12"Wx4"D) CY 100 $1,000.00 $100,000.00 6206007 ELEC CONDR (NO. 8) BARE LF 600 $2.50 $1,500.00 1004 6001 TREE PROTECTION EA 61 $325.00 $19,825.00 Green Ribbon Construction Subtotal $780,250.00 Green Ribbon Contingency (f20%) $155,750.00 Green Ribbon Indirect Costs - 5-10 Year Phasing (f35%) $274,000.00 Green Ribbon Design Fees - Landscape Architecture, Engineering, Survey (f15)% $120,000.00 Green Ribbon Total Estimated Project Cost $1,330,000.00 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids. or actual costs will not vary from its opinions of probable costs. t Tit I 'P lZ '3AVIIVSWIN �5 �5 '3AV IIVGVJIN f `�.i1� _-R.:. :,ter i,_.sf. ._... � Y'�L.• .._ .. .. �r��-. _ —��:f .-._ . .m Z C7 CO) W O J a R d 0 a 0 c, LU L-p C\1 f: ' J 1••1�1 Y J 11 ism s- Z ca CO) W O J a 0 CL d W CE Z O C� z 0 m m rr z w w rr C -D LU ZD z LU Q mR W Y J � F 0 H Kimball Avenue Improvements - Green Ribbon Southlake, Texas Opinion of Probable Costs SOUTHLAKE 0 6/14/2023 Green Ribbon Applicable Items Unit Quantity Cost Item Cost 1006002 PREPARING ROW STA 11 $3,500.00 $38,500.00 1646008 BROADCAST SEED (PERM) (RURAL) (CLAY) AC 0.6 $2,000.00 $1,200.00 1666001 FERTILIZER AC 0.6 $2,500.00 $1,500.00 1686001 VEGETATIVE WATERING MG 66 $130.00 $8,580.00 1706001 IRRIGATION SYSTEM (DRIP & BUBBLERS) LS 1 $115,000.00 $115,000.00 1926003 PLANT MATERIAL (3-GAL) EA 7,500 $25.00 $187,500.00 192 613 MULCH SY 4,280 $2.50 $10,700.00 1926025 PLANT MATERIAL (45 GAL) (TREE) EA 30 $800.00 $24,000.00 1926016 PLANT BED PREP SY 4,280 $10.00 $42,800.00 1936001 PLANT MAINTENANCE MO 12 $2,200.00 $26,400.00 1936007 IRRIGATION SYSTEM OP AND MAINT MO 12 $950.00 $11,400.00 5006001 MOBILIZATION LS 1 $30,000.00 $30,000.00 5026001 BARRICADES, SIGNS, AND TRAFFIC HANDLING MO 6 $5,500.00 $33,000.00 5066040 INSTALL EROSION CONTROL LOGS LF 1,700 $6.00 $10,200.00 5066043 REMOVE EROSION CONTROL LOGS LF 1,700 $3.00 $5,100.00 4326001 RIP RAP (CONC)(12"Wx4"D) CY 23 $1,000.00 $23,000.00 6206007 ELEC CONDR (NO. 8) BARE LF 400 $2.50 $1,000.00 Green Ribbon Construction Subtotal $569,880.00 Green Ribbon Contingency (f20%) $115,000.00 Green Ribbon Indirect Costs - 5-10 Year Phasing (f35%) $200,120.00 Green Ribbon Design Fees - Landscape Architecture, Engineering, Survey (f15)% $90,000.00 Green Ribbon Total Estimated Project Cost $975,000.00 The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids. or actual costs will not vary from its opinions of probable costs.