Loading...
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