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.