Item 4C - Attachment A- Tejas Cutters LLC ProposalaAIA Document A310TM .2010
CONTRACTOR:
(Name, legal status and address)
Tejas Cutters, LLC
1562 C R 4127
Decatur, TX 76234
OWNER:
(Name, legal status and address)
City of Southlake
1400 Main Street
Southlake, TX 76092
SURETY:
(Name, legal status and principal place
of business)
Merchants National Bonding, Inc.
P. O. Box 14498
Des Moines, IA 50306-3498
BOND AMOUNT: Five Percent of the Greatest Amount Bid (5% GAB)
This document has important legal
consequences. Consultation with
an attorney is encouraged with
respect to its completion or
modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
pluraI where applicable.
PROJECT:
(Name, location or address, and Project number, if any)
Carroll Avenue Mobility Improvements Project Number, if arty:
Southlake, TX
The Contractor and Surety are bound to the Owner in the amount set forth above, for die payment of which the
Contractor and Surety bind themselves, their heirs, executors, adimiustrators, successors and assigns, jointly and
severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and
Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terns of such
bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted
in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract
and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the
difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount
for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this
obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of
an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of
notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for
an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the teen Contractor in this Bond shall
be deemed to be Subcontractor and the tern Owner shall be deemed to be Contractor.
Whhen this Bond has been furnished to comply with statutory or other legal requirement in the locator of the Project,
any provision in this Bond conflicting rvitlh said statutory or legal requirement shall be deemed deleted herefrotn and
provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein, hcn so
furnished, the intent is that this Bond shall be construed as a statutory bond and not ajf a common law).
Signed and sealed this 20th day of March, 2025
(Wihaess)
(Principal)
(Title) �
Merchants National Bondino. Inc.
Robbi Morales, Attorney in Fact
AIA Document A310�M - 2010. Copyright ®19ti3, 1970 end 2010 by The American Institute of Architects. All rights reserved.
(Seat)
(Seal)
MERCHANTS
BONDING COMPANY:,!
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
bath being corporations of the State of Iowa, dlb/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Don E Cornell; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; Ricardo J Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie
Petranek
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 April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024,
'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 out 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
iIs 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 Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Department of 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 29th day of July 2024
.+....
..•" '••.. . • • -" - • • . MERCHANTS BONDING COMPANY (MUTUAL)
°•••�P1,PO,. ��'. : p��\N 40 q41 • MERCHANTS NATIONAL BONDING, INC.
�g .opR /? 94 OZ N 9o'A so
• 9 •• d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
=2 _o_ o�Z:
,v. 2003 ;60o
C
L�9
President
STATE OF IOWA '•.,••���1�++++•.•• •.. • � • • • .
COUNTY OF DALLAS ss.
On this 29th 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. ----
_ ��
: y 1933 ssee c;
• <ti �bd KN
,`Q-�tA�s Penni Miller
Z � Commission Number 787952
• • My Commission Expires
TOWN January 20, 2027
(Expiration of notary's commission does not invalidate this instrument)
Notary Public
r
I, Elisabeth Sandersfeld, 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 20th day of March 12025
44
CO
as
a as new
l6vb (adzoot
_goess
001111 go
' r _ o G ; Z' : 1933 c • 3 Secretary
�*. 2003 :'.�: . ,.- c•
�'•
POA 0018 (6/24)
1AERCHANTS
BONDING COMPANY.,
MERCHANTS
BONDING
COMPANY
(MU TUAL.) • MERCHAN'TS
NATIONAL
BONDING.
INC.
P.O.
BOX
14498 •
DES
MOINES, IOWA
5030G-3498
1 (800) G78-8171
•
(51S) 243-3854
FAX
IMPORTANT NOTICE
Have a complaint or need help?
If you have a problem with a claim or your premium, call your insurance company first. If you can't work out the
issue, the Texas Department of Insurance may be able to help.
Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal
through your insurance company. If you don't, you may lose your right to appeal,
Merchants Bonding Company (Mutual)
To get information or file a complaint with your insurance company:
Call: Compliance Officer at 800-678-8171
To I I -free : 1-800-678-8171
Email: regulatory@merchantsbonding.com
Mail: P.O, Box 14498, Des Moines, IA 50306-3498
To get insurance information you may also contact your agent:
CaIL•
Mail:
The Texas Department of Insurance
To get help with an insurance question or file a complaint with the state:
:all
with a question: 1-800-252-3439
He
a complaint: www.tdi.texas,gov
Email: ConsumerProtection@tdi.texas,gov
Mail; MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091
SUP 0032 TX (11/19)
ITEM 3b - STATEMENT OF QUALIFICATIONS
ARTICLE 1: REQUIREMENTS FOR THE STATEMENT OF QUALIFICATIONS
1.01 The Statement of Qualifications must be submitted and include, as a minimum, the information as
described herein. Failure to submit the required information in the Statement of Qualifications may
result in the Owner considering the Proposal non -responsive and result in rejection of the Proposal by
the Owner. Proposers may be required to provide supplemental information if requested by the Owner
to clarify, enhance or supplement the information provided in the Statement of Qualifications.
1.02 Proposers must provide the information requested in the Statement of Qualifications using the forms
attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the
preparation of the Statement of Qualifications. Information in these forms must be provided completely
and in detail. The information in these forms will be used to make direct comparisons with the
information provided by other Proposers. Failure to include the information completely and clearly may
result in lower scores in the evaluations. Information that cannot be totally incorporated in the form may
be included in an appendix to the form. This appendix must be clearly referenced by appendix number
in the form, and the appended material must include the appendix number on every sheet of the
appendix. The appendix must include only the information that responds to the question or item
number to which the appended information applies.
ARTICLE 2: STATEMENT OF QUALIFICATIONS SUBMITTAL REQUIREMENTS, EVALUATION
CRITERIA AND WEIGHTING STATEMENT OF QUALIFICATIONS SUBMITTAL
REQUIREMENTS ARE AS FOLLOWS.
A. Proposer General Information:
1. The proposer shall complete and submit Table 1 and any needed appendix to the form (See
section 1.02 above).
B. Project Organization and Experience and Qualifications of Proposed Key Personnel:
1. Provide an organizational chart for this Project showing the structure of Proposer's Project team
with lines identifying the significant positions which shall include as a minimum the Key
Personnel positions and other positions that are responsible for major elements of the Project
execution. Significant positions indicated on the organizational chart can have named
individuals other than Key Personnel. For those additional individuals, a summary paragraph
can be included on these individual 7s qualifications and experience to describe their Project role
and responsibilities. Except for the Key Personnel, it is acceptable for chart to have a position
without a named individual. The chart shall indicate the anticipated percentage of each person's
time that will be committed to the Project. At a minimum the anticipated percentage of each Key
Personnel's time will be provided. Critical support elements of project management and
administration, quality control, safety, subcontractor management, etc. shall be identified.
Charts and accompanying summary paragraph on other individuals named on the charts will be
not subject to the page limit.
2. The Proposer shall complete and submit Table 2. Provide the names of the Key Personnel that
will be actively working on this Project in Table 2. Key Personnel include the Project Manager,
Project Superintendent, Safety Manager and Quality Control Manager. If one or more of these
Key Personnel roles are to be filled by one individual, this information is to be provided with the
plist of proposed individuals. The Proposer must provide the services of the proposed Key
Personnel for the life of the Project as a condition of qualification. Failure to provide the
proposed Key Personnel may result in the disqualification of the Proposer and may void the
award of the Contract. Key Personnel may only be changed with the prior written consent of the
Owner. The Owner reserves the right to request a resume and conduct an interview with the
substitute candidate to demonstrate that he/she is as qualified and experienced as or better
City of Southlake Page 1 of 12 Item 3b -Statement of Qualifications
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
than the Key Personnel individual. The Owner also reserves the right to reject the substitute
candidate.
3. Provide the resumes (not to exceed one page for each) of proposed Key Personnel with the
Statement of Qualifications. The resume shall include:
a. Education and formal training credentials
b. Technical and managerial experience
c. Pertinent work history which describes project experience along with role and
responsibilities on those projects
d. Information on prior projects that demonstrates experience with similar projects as this
Project
4. Proposers are to include a list of the current project assignments for each of the Key Personnel
proposed, the anticipated completion date for these assignments and the percentage of the time
they will have available to devote to the City of Southlake Project, The Project Superintendent
must be dedicated to the City of Southlake Project full time for the duration of the Project.
5. The Proposer will provide information on past projects where Key Personnel worked together.
C. Project Resources; Subcontractors and Suppliers; and Safety
1. The Proposer shall complete and submit Table 3.
2. The Proposer shall complete and submit the Safety Record Questionnaire.
Table 1 —Proposer General Information
Proposer doing business as
,e' r,
S UGC
Business address of principle
office
125q
27
Main number
30
Website address
WLIJLO,
W41
Form of business (check one)
If a Corporation
Date of incorporation
A corporation 14
A partnership An individual
State of incorporation
Chief Executive name
President name
Secretary name
Treasurer name
If a Partnership
Date of organization
State whether partnership is
eneral or limited
IndividualIf an Name
G S
Business address
ProposersIndicators of
City of Southlake Page 2 of 12 Item 3b —Statement of Qualifications
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Average number of current full-
Average estimate of revenue for
//JJ
time employees
the current year
Mt I1 19,07
Proposer.. Office
Business address of office
lJ 420�1 C9 qW7
7X .23
Name of office manager
V16tC
Main number
r/ ?
Website address
Organization History
List of names that this Proposer has and currently operates under over the history of the organization,
including the names of related companies presently doing business:
Names of Proposer
From date
To date
c a
N
r
List of companies, firms or organizations that own any part of the Proposal company.
Name of companies, firms, or organization.
Percent ownership
Construction Experience
Years' experience in projects similar to the proposed project:
As a general contractor 4;�?p
Surety References
Name: �Gn�S N�-��p�� �k
Telepe (m in number):
67 /� cj — 00
Mailing address (principal place of business):
/ f/�/� E
7Q fox
MA4 T 50JOO- S
1.�cS ��
ce of claim):
Telephone (fXtq'•21
Local gent for urety:
Name: VKA
Physical address (principal place of business):
Address: 27 pt
ID4043 7k %5?o
sLU o
Telephone: 021 &0 3�
Surety is a corporation organized and existing under the laws of the state of: `r'%CCS
Is surety authorized to provide surety bonds in the state of Texas?
Is surety listed in "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management
Service, Surety Bond Branch, U.S. Department of the Treasury?
If applicable, Surety A.M. Best rating
City of Southlake
Page 3 of 12 Item 3b —Statement of Qualification
Carroll Avenue Mobility Improvemen
Table 2- Proposed Key Personnel
Pro oser Join business as: T�'
G
Provide information on the Key Personnel proposed for this
Project that will fill the positions listed
below. Provide information for individuals for each of these
positions on the pages for each of these
Key Personnel.
Position
Kev Personnel
Proposed Project Manager
Me.S
Proposed Project Superintendent
T
Proposed Project Safety Manager
Lwpu
Proposed Project Quality Control Manager
If Key Personnel are to fulfill more than one of the roles listed above, provide a written narrative
describing how much time will be devoted to each function,
their qualifications to fulfill each role and
the percentage of their time that will be devoted to each role. If the individual is not to be devoted
solely to this Project, indicate how time it to be divided between
this Project and their other
assignments.
Table 2 continued - Proposed Project Manaaer
Pro oser doin business as
candidatePrimary
Name of individual
Percent of time proposed for this project
O�
Years of experience as project manager
S
Years of experience with this proposer
7
Number of similar projects as project manager
go f
Number of similar projects in other positions
IO,D f
Current
project assignments
Name of assignment
Percent of time used
for this project
Estimated project
complet' n ate
va
oWow
1�
Reference contact information (listing names
a reference
indicates approval to contacting the named individuals as
Name
Name
Title/ position
V
Title/ position
t
Organization
J1 4 reme 41 CO
Organization
�114
Telephone
&(a - RVS19
Telephone
7 - 70- 7
Email
a
WPo
Email
cc, i,
Project
W
Project
- e
Candidate role
on project
tc /)'A"5
Candidate role
on project
/
c�I
City of Southlake Page 5 of 12 Item 3b -Statement of Qualifications
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Table 2 continued - Proposed Project Superintendent
Pro oser doinq business as
Primary candidate
Name of individual
s
C
Percent of time proposed for this project
Gib
Years of experience as project superintendent
Years of experience with this proposer
1
Number of similar projects as superintendent
Number of similar projects in other positions
/O
Current project
assignments
Name of assignment
Percent of time used
for this project
Estimated project
com a ion d to
d ems,
s
Reference contact information (listing names indicates approval to contacting
a reference
the named individuals as
Name
AC4LWfJi►'1CMAJIM
Name
✓ •t
Title/ position
h ,jam
Title/ position
Organization
S q 60
Organization
o
ca
Telephone
&. -
Telephone
a -710 - 7 7
Email
i S yI
Email
)CCA�nr f
u
Table 2 continued -Proposed Safety Manager
u
Pro oser doing business asrimary can e C
ioate-
Name of individual
Percent of time proposed for this project 00
Years of experience as safety manager
Years of experience with this Proposer
Number of similar projects as safety manager go f
Number of similar projects in other positions Qo
Current project assignments
Name of assignment Percent of time used Estimated project
for this project com let n to
AVoLer CcCY� 3/
Reference contact information (listing names indicates approval to contacting the named individuals as
a reference
Name &AkU vn Name 4P.*ro evunmUhII.
Title/ position &VI C JV% Title/ position OLZVI
Or anization 3 va Lo Or anization o. xc4r
Telephone q1t, to =2r g Telephone - 770-&76
Email ? �, Fco Email cc @-
Project it MG0 nGzJI I Project 'Dir�fr YIWckoi MI Log
City of Southlal<e
Specification Guidelines
F
ebruary 19, 2025
'dam
Page 6 of 12 Item 3b -Statement of Qualificat
ions
Carroll Avenue Mobility Improvements
City of Southlal<e
Specification Guidelines
F
ebruary 19, 2025
'dam
Page 6 of 12 Item 3b -Statement of Qualificat
ions
Carroll Avenue Mobility Improvements
Candidate role
Sco �/la
Candidate role
ct
on project
e/
on project
4
r
Table 2 continued — Proposed Quality Control Manager
Proposer doing business as
Primary candidate
Name of individual
1bU
Percent of time proposed for this project
Years of experience as quality control manager
Years of experience with this proposer
7
Number of similar projects as quality control manager
Number of similar projects in other positions
100
Current project assi nments
Name of assignment
Percent of time
for this project
used
Estimated project
compI tion ate
a val-ro e e,cs.,
D
2.5
Reference contact information (listing names indicates
a reference
approval to contacting the named individuals as
Name
me a"Vel
Name
Title/ position
gr4w
Title! position
Organization
t
Organization
Jh%/ C c4br
Telephone
(cam S5
Telephone
3 - 7(a
Email
'�S rho'.1a
Email
Project
pet,
Project
Candidate role
on project
OC Mtwt Q%
Candidate
role on
project
City of Southlake Page 7 of 12 Item 3b —Statement of Qualifications
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Table 3 — Project Resources and Subcontractors and Suppliers
Sr5/tG ( ►��'�UPin�S
lC461O/JCJe�
jr/,y�kp , Warl
Estimate of the amount of the Project that Estimate of the amount of the Project that
will be performed using in-house will be performed by Subcontractors and
resources. Suppliers.
LIO % of the total project value. 1/ (0 % of the total project value.
Continued on next page
City of Southlake
Specification Guidelines
February 19, 2025
Page 8 of 12 Item 3b —Statement of Qualifications
Carroll Avenue Mobility Improvements
Proposer doinq business as:
Project subcontractors
Provide a list of subcontractors
�' T
Name
Work to be provided
Est. percent
of contract
HUB/MWBE
firm
✓1 C lec
St
VI Ov ty, 1 S
�O o
o10
�A
Provide information and identify any of the proposed Key Personnel who
with each of the Subcontractors listed above.
Provide a list of major equipment and materials proposed for use on
information if necessary.
have prior experience working
this project. Attach additional
Supplier name
Equipment / Material Provided
Furnish
only
Furnish
and
install
HUB/M
WBE
firm
nu*w1irpW/lG
'C
✓�
A
City of Southlake
Specification Guidelines
February 19, 2025
Page 9 of 12 Item 3b —Statement of Qualifications
Carroll Avenue Mobility Improvements
SAFETY RECORD QUESTIONNAIRE
The Owner desires to consider the safety records of potential contractors prior to awarding a proposal on this
contract. The Owner uses the following written definition and criteria for accurately determining the safety record
of a proposer prior to awarding a proposal on this contract.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The Owner shall consider the safety record of the proposers in determining the responsibility thereof. The Owner
may consider any incidence involving worker safety or safety of the public, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the Owner may
consider, among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission
(OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations
within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited
to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the
Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the
Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing
environmental protection or worker safety related laws or regulations, and similar regulatory agencies of
other states of the United States. Citations include notices of violation, notices of enforcement,
suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal
complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final
judgments.
c. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the Owner to be material in determining the responsibility of
the proposer and his or her ability to perform the services or goods required by the proposal documents
in a safe environment, both for the workers and other employees of proposer and the public.
In order to obtain proper information from proposers so that the Owner may consider the safety records of
potential contractors prior to awarding a proposal on this contract, the Owner requires that proposers answer the
following four (4) questions and submit them with their proposals:
QUESTION ONE
Has the proposer, or the firm, corporation, partnership, or institution represented by the proposer, or anyone
acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the
past three (3) years?
YES NO
If the proposer has indicated YES for question number one above, the proposer must provide to City of
Southlake, with its proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and
penalty assessed.
Proposer's Initials
City of Southlake Page 10 of 12 m 3b — Statement of Qualifications
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
QUESTION TWO
Has the proposer, or the firm, corporation, partnership, or institution represented by the proposer, or anyone
acting for such firm, corporation, partnership or institution, received citations for violations of environmental
protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation,
notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed,
pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and
judicial final judgments. /
YES NO ✓
If the proposer has indicated YES for question number two above, the proposer must provide to City of Southlake,
with its proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if
any, and penalty assessed.
QUESTION THREE
Has the proposer, or the firm, corporation, partnership, or institution represented by proposer, or anyone acting
for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years of a
criminal offense which resulted in serious bodily i jury or death?
YES NO
If the proposer has indicated YES for question number three above, the proposer must provide to City of
Southlake, with its proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate, as stated by your insurer, for the past three years and
supporting information:
2024
2023 �
City of Southlake Page 11 of 12 Item 3b —Statement of Qualifications
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
I certify that I have made no willful misrepresentations in this Questionnaire, nor have I withheld information in
my statements and answers to questions. I am aware that the information given by me in this questionnaire will
be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal
to be rejected. A*
Title
City of Southlake Page 12 of 12 Item 3b —Statement of qualifications
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
ITEM 3c - STATEMENT OF SIMILAR PROJECT EXPERIENCE
ARTICLE 1: REQUIREMENTS FOR THE STATEMENT OF SIMILAR PROJECT EXPERIENCE
1.01 The Statement of Similar Project Experience must be submitted and include, as a minimum, the
information as described herein. Failure to submit the required information in the Statement of Similar
Project Experience may result in the Owner considering the Proposal non -responsive and result in
rejection of the Proposal by the Owner. Proposers may be required to provide supplemental
information if requested by the Owner to clarify, enhance, or supplement the information provided in the
Statement of Similar Project Experience.
1.02 Proposers must provide the information requested in the Statement of Similar Project Experience using
the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist
with the preparation of the Statement of Similar Project Experience. Information in these forms must be
provided completely and in detail. The information in these forms will be used to make direct
comparisons with the information provided by other Proposers. Failure to include the information
completely and clearly may result in lower scores in the evaluations. Information that cannot be totally
incorporated in the form may be included in an appendix to the form. This appendix must be clearly
referenced by appendix number in the form, and the appended material must include the appendix
number on every sheet of the appendix. The appendix must include only the information that responds
to the question or item number to which the appended information applies.
ARTICLE 2: STATEMENT OF SIMILAR PROJECT EXPERIENCE SUBMITTAL REQUIREMENTS,
EVALUATION CRITERIA AND WEIGHTING STATEMENT OF SIMILAR PROJECT
EXPERIENCE SUBMITTAL REQUIREMENTS ARE AS FOLLOWS:
A minimum of five (5) Similar Projects must be provided for each category listed under the definition of
Similar Project.
Similar Projects are defined as:
I. Paving Improvements
II. Traffic Signal Improvements
III. Pedestrian Facility Improvements
Projects included must have been completed within the last five (5) years.
A single project may be used to represent experience with multiple categories if it involved more
than one of the categories.
Proposers shall complete and submit Table 1 for each Similar Project, a minimum of five (5) is
required. The involvement of the Key Personnel and/or Subcontractors in these projects shall be
identified and highlighted with a minimum of project position/title and responsibilities.
The Proposer will submit Similar Project descriptive narratives which describes lessons learned
from previous project experiences that would benefit this Project in the areas of: minimization of
disruption and inconveniences of construction to the public, and delivering projects at or under
owner's budgets. This narrative is not to exceed one page in length per Similar Project.
City of Southlake
Specification Guidelines
February 19, 2025
Page 1 of 3 Item 3c -Statement of Similar Project Experience
Carroll Avenue Mobility Improvements
m
(/1
()
o-
((DD
.<
c
o
IIIIh
n
N
c
N
o77
Ln
Q_
°
Ln
m
3
w
n
I
o
D Z
(D
� o
c
O v
� o
rt.
o�
(D (D
(D �.
n
Lon (D
z
ml
Ml
CIO
0
p
O
�
p
m
T
z
o a m
0
00
co
O
o
c
°°
�
n
0
v
c�
p
C
O
Q
0
m
o
03
°N�.°
CD
°
°3��
°�o
(D0
(D
LO
CD
CD
a
oo
o
o
m
C
CDCD
°CD
Q
o
CND
v,
-+°v
o
o
c
l
°m
CO
_
1
(D
N
N
v
N
(n
—
M:
In
O
O
`
�_
CO
•
mon
CL
(D
o�
o�
f°
°
<
�
-a
O
O
�.
O
(D U
CO
(0
0
o
CD
•
3
°.
z
•
-.
�"rook
m
_
m
cD
°
L;
CD
3
CD
CD
3
a
<'
n�
o v
°
r.
CD
Q
ZT
wo
CL
}L
3
Q
0
y
\
' .
000
CIO
C
CD r-r
n
J
rt
0
mo
N <
•
C1
Vj
O
O
(D
n
.
m
a
3
'
CD
Do
3
N
CD
o
mo
7
cCD
CD
y
o-
m
m
r;
CD
o
.
D
D
n
C�
C�
C)
z
cn
o'
°
�zTo
o
o
0
c
c
v
m
°
CD
CL
�%
CD
0
(D
n
n
c
c.
co
co
co
mo
(D cam.
3
3
N
N
c
o
0
z
O,
M�
m
v
o
v�
° �
0
0
c
O
a
coo Q_
Q_
3
�.
°-
3
(D'
CD
Q_3
���
v
7 ��
�N
CD
N•
6
O
O
N
N
C7
(OD
O
n
(D
(D
�
O
R
n
3
°
�.
.
�'
O
N
Q.
Q_
3
C
CD
(n
CD
p�
O
c
^.
(D
(D
Q
Q (D
O
d
(D
C)
In
v
o
°
(D (D
CO
�'
a
(�D
(D
CoCD
N
N^
v
O
CID
O
0
(,
Q
O
3
O
ZQV
'
Q.
o
MU
ID
CD
v
mm
v
°m
V�
�mo
�°
one
�z
tJ0
�CD0
rn
Q
Q N
W
N
co
v
N
°
Od
°
mo
co °
CO
v
CD
W
I
OM
cn
<_
cn
c
o
kCD
<
tD
a
Cn
�
O�
mO(D
t
as
a
Co
I
.D
A�A�
\I
rt
0
a�
O
0
O
n
N
ITEM 3d —STATEMENT OF PAST CITY OF SOUTHLAKE PROJECTS
ARTICLEII: REQUIREMENTS FOR THE STATEMENT OF PAST CITY OF SOU I MAKE PROJECTS
1.01 The Statement of Past City of Southlake Projects may be submitted and include, as a minimum, the
information as described herein. Proposers do not need prior experience with the City of Southlake to
submit a proposal, however past experience/relationship with the City is a component of the Best Value
Criteria.
1.02 Proposers must provide the information requested in the Statement of Past City of Southlake Projects
using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to
assist with the preparation of the Statement of Past City of Southlake Projects. Information in these
forms must be provided completely and in detail. The information in these forms will be used to make
direct comparisons with the information provided by other Proposers. Failure to include the information
completely and clearly may result in lower scores in the evaluations. Information that cannot be totally
incorporated in the form may be included in an appendix to the form. This appendix must be clearly
referenced by appendix number in the form, and the appended material must include the appendix
number on every sheet of the appendix. The appendix must include only the information that responds
to the question or item number to which the appended information applies.
ARTICLE 2: STATEMENT OF PAST CITY OF SOUTHLAKE PROJECTS SUBMITTAL REQUIREMENTS,
EVALUATION CRITERIA AND WEIGHTING STATEMENT OF PAST CITY OF SOUTHLAKE
PROJECTS SUBMITTAL REQUIREMENTS ARE AS FOLLOWS:
Provide any relevant past City of Southlake Project experience (up to five total)
Projects included must have been completed within the last ten (10) years.
Proposers shall complete and submit Table 1 for each Past City of Southlake Project. The involvement
of the Key Personnel and/or Subcontractors in these projects shall be identified and highlighted with a
minimum of project position/title and responsibilities.
The Proposer will submit past City of Southlake project descriptive narratives which describes lessons
learned from previous project experiences that would benefit this Project in the areas of: minimization of
disruption and inconveniences of construction to citizenry, and delivering projects at or under owner's
budgets. This narrative is not to exceed one page in length per Similar Project.
City of Southlake
Specification Guidelines
February 19, 2025
Page 1 of 3 Item 3d -Statement of Past City of Southlake Projects
Carroll Avenue Mobility Improvements
Table 1 - Project Information for Past City of Southlake Projects
City of Southlake Project Manager
I JVIA
I
Project name
A)IA
General description of project include any lessons learned if applicable to this SOQ
Project Budget and Schedule Performance
Budget history
Schedule performance
Amount
% of Bid
Amount
Date
Days
Bid
Notice to Proceed
Change orders
Contract Substantial Completion date at Notice to Proceed
Owner enhancements
Contract final completion date at Notice to Proceed
Unforeseen conditions
Change Order authorized Substantial Completion date
.Design issues
Change Order authorized final completion date
Total
Actual / estimated Substantial Completion date
Final cost
Key Project
Identify with an asterisk (*) individuals that are Key
for this Project
Personnel
Actual / estimated final completion date
Project ManaProject Safety Manager Quality Control
ger y ger ntendent Manager
Su eri
Name
Percentage of time devoted to the project,
Proposed for this project,
Did Individual start and complete theproject?
If not, who started or completed the project in their
place.
Reason for change.
Reference contact information (listing names indicates
Name
approval to contacting the named individuals as a reference)
Title/ position Organization Telephone Email
City of Southlake PM
Designer
Construction Manager
Surety
Issues / disputes resolved or pending resolution by arbitration,
Number of issues Total amount involved
resolved: resolved issues:
litigation or dispute
in
review boards
Number of issues Total amount involved in
pending: resolved Issues:
City of Southlake
Specification Guidelines
Page 2 of 3 Item 3d —Statement of Similar Project Experience
Carroll Avenue Mobility Improvements
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A -Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit
1 1 LS PREPARING ROW
Description
if�t/-�'vL�tl6,ijA Dollars and
Cents
Per Lump Sum
2 1 LS MOBILIZATION
���.� _ �cc�,ai Dollars and
Y40 Cents
Per Lump Sum
3 2 EA PROJECT SIGN
�r7r Dollars and
�1 Q Cents
Per Each
4 1 LS PORTABLE CHANGEABLE MESSAGE SIGN
1 In.����1 `,�ow4.,ne� Dollars and
PAWO Cents
Per Lump Sum
5 415 CY EXCAV (ROADWAY)
Unit Cost Total Amount Bid
/ADollars and
Cents
Per Cubic Yard $
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
March 25. 2025 -Addendum 3
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
6 125 SY BLOCK SODDING
f'�{/1 Dollars and
J40 Cents
Per Square Yard $ $ �j SOW vo
7 125 SY FURNISH AND PLACE TOPSOIL (411)
�v7L/ Dollars and
Vial Cents
Per Square Yard $ o?a
FL BS (CMP IN PLC)(TY A GR 1-2) (6" FLEXIBLE
8 779 SY BASE)
Dollars and
n I r�o ,�y� 0 ^Q_ Cents /� �J 4 , / r,G
Per Square and ails $ /� 7o`1. a 1
FL BS (CMP IN PLC)(TY A GR 1-2) (8" FLEXIBLE
9 266 SY BASE)
1 hi 4y— ��!`C-- Dollars and
Cents C
Per Squa e Yard
10 127 SY 2" D-GR HMA TY-D PG64-22
C Dollars and
F es ry-Wi on Cents r�
Per Square and $ ✓ v $ `1
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit
Description
11 127 SY 4" D-GR HMA TY-B PG64-22
Unit Cost Total Amount Bid
�rf: / �0 Dollars and
r
J-W O Cents �/
Per Square Yard $ i• �� $ 5i 33(P�(•
12 266 SY 5" D-GR HMA TY-B PG64-22
Dollars and
S itf —Two Cents
Per Squ re Yard
13 636 SY CONC PVMT (CONY REINF - CRCP)(8")
Qi�I.Q_ V{Gt"f' VQ. Dollars and
A
O Cents
Per Square Yard
14 201 SY LANDSCAPE PAVERS
We � � nWe. Dollars and
no Cents
Per Square Yard
COLORED TEXTURED CONC (8")(INTEGRAL
15 41 SY COLORED)
74 1V� Dollars and
/l Q Cents
Per Square Yard
City of Southlake
Specification Guidelines
February 19, 2025
Item 3a -Bid Proposal
Carroll Avenue Mobility Improvements
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit
Description
16 799 LF CONC CURB (MONO)(6")
Unit Cost Total Amount Bid
/y Dollars and
Cents
Per Linear Foot $ $
17 412 LF CONCRETE CURB AND GUTTER (TY II)
yl,p Cents
Per Linear Foot $ 3j Gv
18 2 EA CURB RAMPS (TY 7)
Two 73 ZM&,cl
Dollars and
�t0 Cents
Per Each
19 27 SY CONC SIDEWALK (4")
ho Cents
Per Square Yard $ VS $
20 5 EA TREE REMOVAL
�V� �wr�� Dollars and
Cents
Per Each
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
21 1 EA GRATE INLET
76 Dollars and
h0 Cents
CP Per Each $ $ 3,Coa•�
22 1 EA RELOCATE EXISTING WATER METER
�o 0"Y"/
we)t t Dollars and
/'tQ Cents �j
Per Each $ 500' $ o� i j 0O•
ADJUST EXISTING WATER VALVE TO PROP
23 2 EA GRADE
nn wo hay dzeal lqtot�rl
tt�*» Dollars and
�Q Cents
Per Each
ADJUST EXISTING STORM MANHOLE TO PROP
24 1 EA GRADE II /
/1 I V`e kuy-W6
Dollars and
�o Cents
Per Each $�OO $ 55-o'3
HARDWOOD MULCH (3" DEPTH)(MATCH
25 43 SY EXISTINGCOLOR)
l�lr�1
Dollars and
n Cents Per Square Yard $ 30• Q� $ 0? /c2
0• c'
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit
Description
EROSION, SEDIMENTATION, AND WATER
POLLUTION PREVENTION ANDD CONTROL
26 1 LS (SWPPP)
O A0 is 4VW Dollars and
n 0 Cents
Per Lump Sum
27 1 LS BARRICADES, SIGNS, AND TRAFFIC HANDLING
Unit Cost Total Amount Bid
/C�l�' T��,t,D� Dollars and
/!Q Cents o0
Per Lump Sum $ 8, OQO.
28 1 LS PAVEMENT MARKINGS
%Ir'At. L'!MUT&.. 3t/U&I lu,wl -
N �j Dollars and
A4 Cents
Per Lump Sum
29 7 EA IN SM RD SN SUP&AM T/Y106W/G(1)SA(P)
�iuvt.o(�!�( rid
r�-V Q,_! Dollars and
no Cents
Per Each
30 1 EA IN SM RD SN SU'P-&AM TYS80(1)SA(T) /
Dollars and
Cents
Per Each
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern, Please type or write legibly.
Task A - Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit
Description
31 2 EA RELOCATE SM RD SN SUP&AM TY 10BWG
�• •
Y10 Cents
Per Each
32 2 EA RELOCATE SM RD SN SUP&AM (SIGN ONLY)
Unit Cost Total Amount Bid
��/1 ✓L Cam/ Dollars an
Jd
�ejlze e/—�j I✓� Cents
Per Each $ • 7s
33 1 LS LANDSCAPE RESTORATION
aid Dollars and
{� Cents
Per Lump Sum
34 1 LS IRRIGATION RESTORATION
ri o Cents
Per Lump Sum
35 22 LF DRILL SHA/F''T (TRF SIG POLE)(48 IN)
T� f TY II"O✓l�C_ Dollars and
Cents
Per L ear oot
City of Southlake
Specification Guidelines
February 19, 2025
Item 3a -Bid Proposal
Carroll Avenue Mobility Improvements
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A -Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit
Description
36 15 LF CONDT (PVC)(SCH 40)(3")
qq r - i Dollars and
�77 & Cents
Per Linea Foot
37 30 LF CONDT (PVC)(SCH 40)(2")
- ��Dollars and
VV Cents
Per Linear Foot
38 30 LF CONDT (PVC)(SCH 40)(4")
�f� Dollars and
sP.y flL �/ Cents
Per Linear Fo
39 75 LF ELEC CONDR (NO. 6)BARE
p�f Dollars and
gelreA 7 "y�e -e, Cents
Per Linear Foot
40 460 LF ELEC CONDR (NO. 6) INSULATED
Unit Cost Total Amount Bid
$ L2
��l Dollars and
4tV76rA fj - rtLf{_ Cents
Per Linear Foot $ 7 3 $ 21
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A -Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
41 1170 LF TRAY CABLE (3 CONDR)(12 AWG)
`✓-�- Dollars and
Se�fiv�N 3r. Cents
Per Linear Foot
42 2 EA GROUND BOX TY D (162922) W/APRON
4kre,�e, ollars and
1� Cents
Per Each
43 1 EA INSTALL HWY TRF SIG (SH 114)
Dollars and
Cents
Per Each
44 1 EA INSTALL HWY TRF SIG (FIRESTATION)
Dollars and
Cents
Per Each
45 1 EA REMOVING TRAFFIC SIGNALS (FIRESTATION)
f i" T ►1 ����t Dollars and
Cents
Per Each
g 0 g %, (QSa•�o
City of Southlake
Specification Guidelines
February 19, 2025
Item 3a -Bid Proposal
Carroll Avenue Mobility Improvements
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
46 3 EA VEH SIG SEC (12")LED(GRN)
i
�i A� 74WO Dollars and
d 1 f'& Cents c �^ 11/
Per Each $ c�aa--$ 1, tP7.5�
VEH SIG SEC
rer tacn
5 EA VEH SIG
Per Each
49 3 EA VEH SIG S
Per Each
50 5 EA VEH SIG
Per Each
RN ARW)
L)
(12")LED(YEL ARW)
=f II.•lJ Dollars and
Cents
7�k*� Dollars and
Cents
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No, Quantity Unit Description Unit Cost Total Amount Bid
51
3
EA VEH SIG
Per Each
and
52 1 EA PED SIG SEC (LED)(COUNT OWN)
✓tL
ea!j ollars and
Cents
Per Each $ l'7 $
53 11 EA PED SIG SEC ( ED)(CNTDW )(MODULE ONLY)
e
C�sk4e^ Dollars and c
fizeL Cents . �O $ /0
Per Each $
54 15 EA BACELATE W/REF BR D (3 SEC)(VENT)(ALUM)
At Dollars and
Cents q o�
Per Each $ a. Q $ 1
55 2 EA BACKrVL�4L/
E W/R='R( 4SEC)(VENT)(ALUM)
/y
S'&reol Dollars and
/t,p Cents �J r/
Per Each $ �• �� $ ��'►• ca
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
56 1 EA BACKP�TE W/RAF BRDIted EC)(VENT)(ALUM)
Ff t%,4a., Dollars and
IITJ Cents tow
Per Each $ C;$ 6 G
57 285 LF TRF SIG CBL (TY A)(14 AWG)(7 CONDR)
�c.�/ Dollars and
Cents (�
Per Linear Foot $ -1 • 07 $ rl J� 1' 9S
58 755 LF TRF SIG CBL (TY A)(14 AWG)(16 CONDR)
Ct A�,-� /�tt Dollars and
.. f y —T Cents
Per Linear Foot
INS TRF SIG PL AM(S)1 ARM(60')LUM&ILSN
59 1 EA (CITY STANDARD) ,, /
OA AA L4na&w �lY/ -OAt. Dollars and
Ae" & Cents
Per Each
Per Each
I
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A - Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
61 2 EA REMOVAL OF CABLES
�1,,otAjae;W 74
sPNPi1 Dollars and
Cents ? /
Per Lump Sum $ 3o/44 o
62 6 EA REMOVAL OF PEDESTRIAN PUSH BUTTONS
00'c_ kU0,6 raj
,SeLaI7 Dollars and
n p Cents
Per Each $ �7G• $ ZQS(O.
63 1 EA REMOVAL F Z4",/
AFFIC SIGNAL POLE FND
4.+0
Dollars and
/1 p Cents
Per Each $ • $ a%/ l o� . OO
64 1 EA REMOVAL OF SIGNAL POLE ASSM
St,x , 444 S ate.( ,Styx% L�,dG�-�
jley ✓ & Dollars and
�rkr Cents
Per Each $ 6 �� $ 7�P 70.
65 11 EA FURN NSTALL OF SIGNAL RELATED SIGN
.S1 C h'yim/ —�an•�
Dollars d
Cents / p
Per Each $ b 5!. 0 $ 7[g/0. (D
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit
66 11 EA
Description
REMOVAL OF PEDESTRIAN SIGNAL (MODULE
ONLY)
Ilars and
rGi �a�i i
67 12 EA WHEEL STOPS
I.sO Dollars and
do Cents
Per Each
68 1,900 LF CONDUIT (PREPARE)
�Wf/lr�l —Si b Dollars and
!r Cents
Per Linear Foot
69 12 EA GR� ND BO�(�PREPAR�) �ltC.�
T7Vi r4e^ t ✓ Dollars and
Ff'�'�cc.t Cents
Per Each
70
C
EA REMOVE EXISTING ILSN
Per Each
Unit Cost
Total Amount Bid
•//
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
71 4 EA ILSN LED) ri
)
be
SI` G t'hk Dollars and
Cents
Per Each $
72 2 EA ILSN (LED) (8S)
SeAICA
Dollars and
Cents
Per Each $ / '� $ �7' ��a • `��
73 2 EA LED RDWY LUMINAIIRW EQ)
iE7i` h
r Dollars and
Cents o�
Per Each $ l ' $ 0 / • ��
DETECTABLE WARNING SURFACE FOR SH 114
74 1 EA BRID E 1
Dollars and
11.0 a
Per Each Cents $ (0001
75 300 LF PRE-EMPTION CABLE
Ian
�.t.✓ Dollars and q r,
...5� V`Cn'f-►,1- �,�'� Cents (� 1 J $ � 7 l !n. �
Per Linear Foot $ 7
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit
Description
76 4 EA PRE-EMPTION CAMERA ASSEMBLY
�r&.Jo n", kWI140C
Dollars and
.r Cents
Per Each
77 2 EA VEH SIG SEC (12")LED(GRN)(INSTALL ONLY)
pry &,pl 4
sA/q`8al1 x Dollars and
tY i �y Cents
Per Each
78 4
79 2
EA
VEH SIG SEC (12")LED(GRN ARW)(INSTALL
Per Each
lars and
EA VEH SIG SEC (12")LED(YEL)(INSTALL ONLY)
Dollars and
Cents
Per Each
VEH SIG SEC 02"1ED(YEL ARW)(INSTALL
Per Each
Ilars and
Unit Cost Total Amount Bid
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
81 2 EA VEH SIG SEC (12")LED(RED)(INSTALL ONLY)
Q✓t�t h u,w do d
le V ty, kv Dollars and
Ai Cents cooPer Each $ ��D•s° $ �7 I'
VEH SIG SEC (12")LED(RED ARW)(INSTALL
82 1 EA ONLY)
,fe" nay Dollars and
�AA� Cents
Per Each $ 7�, So $ / 7o , So
83 4 EA INSTALL OF (RADD) VEHICLE DETECTORS
o � 444UMEC414 ;4"I* n i,.,wr
Dollars and
Trk Cents / c
Per Each $ 41 7V4 10 $
INSTALL OF (RPD) VEHICLE DETECTORS
INSTALL OF SI
Per Each
D SIGNS
rs and
Cents
City of Southlake Item 3a -Bid Proposal
Specification Guidelines Carroll Avenue Mobility Improvements
February 19, 2025
Instructions:
Unit and Lump Sum prices must be shown in both words and figures for each bid item listed in this
Proposal. In the event of a discrepancy, the words shall govern. Please type or write legibly.
Task A = Carroll Avenue Mobility Improvements
Estimated
Item No. Quantity Unit Description Unit Cost Total Amount Bid
BBU SYSTEM (EXTERNAL BATT
86 1 EA CA.ET)(RELOCATE) r
�-C, 40 A144 dr ai
Tw�yCv—1F`Dollars and
Cents
Per Each
87 3 EA RVDS (PRESENCE DETECTION ONLY)
d.t'tV2! - ,�-f�o,,� awV� rt &!!! t
�ukrv-. 4VK/ Dollars and
4iytch4 Cents
Per Each
88 1 EA PTZ CAM RA SYSTEM
I,Ak �,Jtyy/! Dollars and
C; SAAOe Cents
Per Each
$ 3ya�a s�
City of Southlake
Specification Guidelines
February 19, 2025
Item 3a -Bid Proposal
Carroll Avenue Mobility Improvements
Bid Summary
DESCRIPTION TOTAL
Task A Total:
Total.Y62,
The undersigned hereby declares he has visited the site of the work, and has carefully examined the contract
documents relating to the work covered by the above bid. The undersigned further declares that he will work to carry
out the above -mentioned work covered by this proposal in strict accordance with the Contract Documents, and the
requirements pertaining hereto, for the sums set forth. The undersigned agrees to commence work within ten (10)
Jays after written Notice to Proceed, or as otherwise outlined in the Notice to Proceed. Contractors proposes
to fully complete work on which he has bid within 190 working days from the written Notice to Proceed.
Enclosed with the proposal is satisfactory Bid Security in the form of a Cashier's or Certified Check for:
/ Dollars ($ ) or id Bond or the amount of five 5%
percent of the Base Bid.
It is understood that the Bid Security shall be collected and retained by the OWNER as liquidated damages in the
event a contract award is made by the OWNER based on this proposal within ninety (90) calendar days after receiving
bids and the undersigned fails to execute the contract and required bonds within fifteen (15) calendar days from the
date he/she is notified and has received the conformed documents. After this period, if the contract has been executed
and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand.
A Contractor shall be selected based on offering the Best Value to the City; refer to Special Conditions in Item
5 of the Contract Documents for additional information.
Respectfully submitted,
e and 1 Itle
(Print Name and Title)
L
Company
Attested by: Vt&
ct l vtr ro
Print Name and Title
Company Name and Address:
(SEAL)
If Bidder is a Corporation
Receipt is acknowledge/d of the following addenda.. /
Addendum No.1 ✓ Addendum No.2 ✓ Addendum No.3
Note:
Do not detach this Proposal from the Contract Documents. Make all entries on these pages in ink and submit complete with any required bond.
City of Southlake Page 4 of 4 Item 3a — Bid Proposal
Specification Guidelines
February 19, 2025
Carroll Avenue Mobility Improvements
RECEII�E®
M A 2 8 2025
OFFICE OF CITY SECRETARY
�1o�i�cfy