Item 4N - MemoCITY OF
SOUTH LAKE
MEMORANDUM
December 31, 2025
To: Alison Ortowski, City Manager
From: David Miller, Director of Community Services
Item 4N
Subject: Award a bid with Central North Construction LLC for Phase 2 of the
Green Ribbon Improvements Project along the State Highway 114
and Dove Road in an amount not to exceed $370,000
Action
Requested: Award a bid with Central North Construction LLC for Phase 2 of the
Green Ribbon Improvements Project along the State Highway 114
and Dove Road in an amount not to exceed $370,000
Background
Information: The purpose of this item is to award a bid to Central North
Construction LLC. for the construction of Phase 2 of the Green Ribbon
Improvements Project along State Highway 114 and Dove Road.
The Green Ribbon Project is a TxDOT reimbursable grant program
designed to improve the visual character of highway corridors and
minimize the negative impacts of air pollution by planting trees
and shrubs. The City Council directed staff to begin the
implementation of the State Highway 114 Green Ribbon Master Plan
at the 2023 Summer Workshop.
City staff worked with Kimley Horn on the engineering and design
for Phase 2 of the project, and received bids that were opening in
late July 2025. There were two bidders: Central North Construction
LLC and C Green Scaping LP.
Central North Construction was the lowest qualified bidder, which is a
requirement for this funding, has received approval as a TxDOT
certified contractor and has a positive track record of completing
Green Ribbon projects within the DFW area.
Funding in the amount of $400,000 was award by TxDOT for Phase 2
in early 2024, and construction is set to begin in early 2026. All costs
associated with the construction of Phase 2 are reimbursed up to
$400,000 and staff do not anticipate any increases above the awarded
reimbursable amount. Funding for this project is available within the
adopted FY 2025 CIP budget.
Financial
City of Southlake Values:
Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork
Alison Ortowski, City Manager
Meeting Date —January 06, 2026
Page 2 of 2
Considerations: This request is in alignment with the approved FY 2026 CIP budget.
All costs associated with the construction of phase 2 are reimbursed
up to $400,000.
Strategic Link: This item is linked to the City's Strategy Map related to the focus area
of Quality Development and Infrastructure and meets the corporate
objective to Invest to provide and maintain high -quality public assets
and collaborate with select partners to implement services solutions.
Alternatives: 1) Approval of the proposed contract as presented
2) Approval with modifications to the proposed contract
3) Denial of the proposed contract
Supporting
Documents:
• Copy of proposed contract agreement with Central North
Construction
• Copy of bid submission from Central North Construction
• Copy of Green Ribbon Implementation Plan
Staff
Recommendation: Award a bid with Central North Construction LLC for Phase 2 of the
Green Ribbon Improvements Project along the State Highway 114
and Dove Road in an amount not to exceed $370,000
City of Southlake Values:
Integrity ♦ Innovation ♦ Accountability ♦ Commitment to Excellence ♦ Teamwork
Copy of proposed contract agreement with Central North Construction
STANDARD FORM OF AGREEMENT
BETWEEN THE CITY OF SOUTHLAKE AND CONTRACTOR
THIS AGREEMENT is dated as of the 6th day of January in
the year 20 26 by and between the City of Southlake (hereinafter called OWNER) and;
Central North Construction LLC
of the City of Allen , County of Collin State of
Texas (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK.
The PROJECT for the Work detailed under the Contract Documents (see Article 8 of this Agreement
for items included in the "Contract Documents") is generally identified as following:
SH 114 Landscape Enhancement
Project No. F2025(760)
City of Southlake Bid No. RFB2506B200TS250009
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
Median Landscape Enhancement along SH 114 from North of W. Dove Rd to W. Dove Rd.
Article 2. ENGINEER.
The Project has been designed by:
Kimley-Horn and Associates, Inc.
but the term ENGINEER in these Contract Documents shall refer to the City Engineer, or his
authorized representative, who shall exercise the rights and authority assigned to ENGINEER in the
Contract Documents and in connection with completion of the Work in accordance with the Contract
Documents.
Article 3. CONTRACT TIME.
3.1. The Contractor will achieve 100% final completion of the Work, with no punch -list
items remaining, and will be ready to submit Application for final payment in
accordance with the Contract Documents within forty-two (42) working days from the
date written notice to proceed is provided to the Contractor by the City.
Page 1 of 6
3.2. LIQUIDATED DAMAGES
The Contract Time is of the essence and will be strictly enforced. Liquidated
damages will be assessed against the Contractor for failure to achieve Final Completion
by the date established by the parties for Final Completion of the Work. The Contractor
and surety agree that the liquidated damages provisions in this Contract are reasonable,
facially valid, are not a penalty, and do not otherwise operate as a penalty.
For each and every calendar day that any Work shall remain incomplete after the
expiration of the date established by the parties for Final Completion of the Work as
specified in the Contract Documents, including any time extension authorized in writing
by the Owner, the sum of $500.00 per calendar day may be deducted from the moneys
due to the Contractor, or may be charged against the Contractor, not as a penalty, but as
liquidated damages. The Contractor agrees that for purposes of Texas Gov't Code Ch.
2252, a bona fide dispute exists if liquidated damages are assessed under this Contract
and the Owner may withhold payment to satisfy liquidated damages owed to the Owner
hereunder.
The sum of money thus deducted or charged as liquidated damages is not to be
considered as a penalty, but shall be deemed, taken, and treated as reasonable
liquidated damages, representing a reasonable estimate of damages, or a reasonable
forecast of just compensation, because the harm caused by the breach is incapable or
extremely difficult of estimation due to the public nature of the work and the likely loss to
be sustained by the Owner and the general public, estimated at or before the time of
executing this Contract.
Further, the parties acknowledge the Owner's paramount purposes and duty to
protect the "public fisc" and the general health, safety, and welfare of the public, and the
parties agree that any alleged disparity between actual and liquidated damages shall be
construed as bridgeable and acceptable as a matter of law and public policy and shall be
calculated and construed in favor of the Owner.
Article 4. CONTRACT PRICE.
4.1. OWNER shall Pay the CONTRACTOR according to in place quantities multiplied
times the price or prices shown in the Bid Proposal, which form a part of this Contract, or
according to an approved Schedule of Values, plus (or minus) any approved extra work
or change orders.
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Application for Payment in accordance with the Standard General
Conditions of the Construction Contract (EJCDC) (the "General Conditions"). Application for Payment
will be processed by the ENGINEER as provided in the General Conditions.
5.1. Progress Payments. OWNER shall make progress payments on the basis of
CONTRACTOR'S Applications for payment as recommended and approved by
ENGINEER. On or about the last day of each month during the construction
CONTRACTOR shall meet with ENGINEER'S representative to determine number of
units completed and/or value of completed work. All progress payments will be on the
basis of the progress of the Work measured by the number of units completed or, if
applicable, by the schedule of values established in the General Conditions.
Page 2 of 6
5.1.1. Prior to Final Completion, in accordance with paragraph 15.01 of the
General Conditions, progress payments will be subject to a retainage in an
amount equal five (5%) of the total Contract Price, as indicated in
paragraph15.01 of the General Conditions and less the aggregate of
payments previously made.
5.2 Final Payment. Upon Final Completion and acceptance of the Work in accordance
with the General Conditions, OWNER shall pay the remainder of the Contract Price as
recommended by the ENGINEER.
Article 6. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
6.1. CONTRACTOR has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality and all local and State and Federal Laws and
Regulations that in any manner may affect cost, progress, performance or furnishing of
the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and test of
subsurface conditions and drawings of physical conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all examinations, investigations, explorations, test,
reports and studies which pertain to the subsurface or physical conditions at or
contiguous to the site or otherwise may affect the cost, progress, performance or
furnishing of the Work as CONTRACTOR considers necessary for the performance or
furnishing of the Work at the Contract Price, within the Contract Time and in
accordance with the other terms of and conditions of the Contract Documents,
including the General Conditions; and no additional examinations, investigations,
explorations, test, studies or similar information or data are or will be required by the
CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at
or contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, exploration, test,
reports studies or similar information or data in respect of said Underground Facilities
are or will be required by CONTRACTOR in order to perform and furnish the Work at
the Contract Price, within the Contract Time and in accordance with other terms and
conditions of the Contract Documents, including the General Conditions.
6.5. CONTRACTOR including assigned Project Manager has visited the site prior to
bidding.
6.6. CONTRACTOR has correlated the results of all such observations, investigations,
explorations, test, reports and studies with the terms and conditions of the Contract
Documents.
6.7. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
Page 3 of 6
discrepancies that he has discovered in the Contract Documents and in the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
Article 7. MISC.
7.1. Terms in this agreement are defined in Article 1 of the General conditions will have
the meanings indicated in the General Conditions.
7.2. No assignments by a party hereto of any rights under or interest in the Contract
Documents will be binding on another party hereto without written consent of the party
sought to be bound; and specifically but without limitation moneys that may come due
and moneys that are due may not be assigned without such consent (except to the
extent that the effect of this restriction may limited by law), and unless specifically
stated to the contrary in any written consent to an assignment will release or discharge
the assignor from any duty or responsibility under the Contract Documents.
7.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns
and legal representatives to the other party hereto, its partners, successors, assigns
and legal representatives in respect of all covenants, agreements and obligations
contained in the Contract Documents.
Article 8. CONTRACT DOCUMENTS.
The Contract Documents that comprise the entire agreement between the OWNER and
CONTRACTOR concerning the work consist of these items listed in the Table of Contents.
The Drawings and Plans, consisting of a cover sheet and sheets numbered 001-054 inclusive with
each sheet bearing the following general title:
(may not be attached).
SHEET #
SHEET NAME
001
Title Sheet
002
Index of Sheets
003
Overall Layout Plan
004-009
General Notes
010
Estimate and Quantity Sheet
011
Proposed Project Quantities
012
Existing Conditions
013-031
Traffic
032-033
Hardscape Plans
034-038
Landscape Plans
039-044
Irrigation Plans
045-046
Electrical Details
047-054
Erosion Control Plan
Other published specifications and standard drawings manuals (Texas State Department of
Highways and Public Transportation Standard Specifications for Construction) as may be referenced
in other portions of the Contract Documents.
Page 4 of 6
There are no Contract Documents other than those listed above in this Article 8. The Contract
Documents may be only being amended, modified or supplemented as provided in paragraphs 3.04.
and 3.05. of the General Conditions.
Article 9. OTHER PROVISIONS.
INDEMNITY
THE SUCCESSFUL BIDDER AGREES TO DEFEND, INDEMNIFY, AND HOLD THE CITY AND
ALL OF ITS OFFICERS, AGENTS, EMPLOYEES, AND ELECTED OFFICIALS WHOLE AND
HARMLESS TO THE EXTENT AUTHORIZED BY LAW AGAINST ANY AND ALL CLAIMS FOR
DAMAGES, COSTS, AND EXPENSES OF PERSONS OR PROPERTYTHAT MAYARISE OUTOF,
OR BE OCCASIONED BY, OR FROM ANY NEGLIGENT ACT, OR OMISSION OF THE
SUCCESSFUL BIDDER, OR ANY AGENT, SERVANT, OR EMPLOYEE OF THE SUCCESSFUL
BIDDER IN THE EXECUTION OF THE PERFORMANCE OF THIS AGREEMENT, WITHOUT
REGARD TO WHETHER SUCH PERSONS ARE UNDER THE DIRECTION OF CITY AGENTS OR
EMPLOYEES. THIS INDEMNITY OBLIGATION IS MADE IN ADDITION TO THE INDEMNITY
OBLIGATION REQUIRED BY PARAGRAPH 7.18 OF THE GENERAL CONDITIONS.
Page 5 of 6
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement.
This Agreement will be effective on the day of.
20
CITY OF SOUTHLAKE
1400 MAIN ST.
SOUTHLAKE, TEXAS 76248
By:
Signature
CONTRACTOR:
Central North Construction, LLC
By:
Signature
Paul Anderton Owner/ Principal
Title e Print Name and Title
Attest
Attest
Recommended
By:
Alison Ortowski, City Manager
Approved as to Form and Legality this
City Attorney
5970 Lindsey Lane
Street Address
Allen,Texas 75002
City, State & Zip
By: 469*569*9781
Phone Number
Seal (if Corporation)
day of 20
Page 6 of 6
Copy of bid submission from Central North Construction
SH 114 LANDSCAPE ENHANCEMENT
NORTH OF W. DOVE RD TO W. DOVE RD
FEDERAL AID PROJECT
F 2025 (760)
CSJ 0353-03-114
CITY OF SOUTHLAKE
RFB25068200TS250009
ACKNOWLEDGE OF RECEIPT OF ADDENDA
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
—)— 29- t4X5,
No addenda were received:
(Name of Bidder)
By:
(Signature of Authorized Representative)
Name: �9r�0-�.i `.t�t�l�✓
Title:
Date: tie7{,
SH 114 Landscape Enhancement
Southlake, Texas
Bid Bond
-0ONTRACTOR: SURETY:
`.:. (Name, legal status and address) (Name, legal status and principal place
Central North Construction, LLC of business)
5970 Lindsey Lane Employers Mutual Casualty Company
Allen, Texas 75002 717 Mulberry Street
Des Moines, IA 50309
OWNER:
(Name, legal status and address)
Southlake, Texas
1400 Main Street
Southlake, Texas 76092
BOND AMOUNT: $Five percent (5%) of Bid Amount
PROJECT:
(Name,' location or address,' and Project number, if any)
-'SH114 Landscape Enhancements F2025(760)
City of Southlake, Texas
The Contractor and Surety are bound to the Owner in the amount set forth above, for the
:.payment of which the Contractor and Surety bind themselves, their heirs, executors,
administrators, 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 terms of such bid, and gives such bond or
bonds as may be specified in the bidding or Contract Documents, with a surety admitted
in thejurisdiction 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 unit 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 fit 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 term
Contractor in this Bond shall be deemed to be Subcontractor and the tens Owner shall be
deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement
in the location of the Project, any provision in this Bond conflicting with said statutory or
legal requirement shall be deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shall be deemed incorporated herein. When so
furnished, the intent is that this Bond shall be construed as a statutory bond and not as a
common law bond.
ADDITIONS
AND DELETIONS:
The author of this document has
added information needed for its
completion. The author may also
It revised the text of the original
AIA standard form. An Additions and
Deielions Report that notes added
in as well as revisions to
the standard form text is available
from
revie
the author and should be
wed. A vertical line in the left
margin of this document indicates
where the author has added
necessary information and where
the author has added to or deleted
from the original AIA text.
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 plural
where applicable.
AIA Document A310^'-20f0.Copyright®196a. 1970 and 2010 by Tha AmeriwnlnsOtute of Architects. All rights reaorvod.
Init. WARNIcNG: ThIa AIAe
Document Is protected by U.S. Copyright Law and Interneflonal booties. unauthorized reproduction or distribution of this AIA Document, or any
ponlon of II, mey rosult In sovere civil end cdminel panollles, and will he prosecuted to the maximum extent possible under the law.
Sipted and sealed this 3Qth day 01 JUIy, 2025.
G I r
OK ess)
(Witness)
( ncipal) (Seal)
(Till
s4pw simv
(SSrrely) (Seal)
Sam Sealer, Attorney in Fact
(Tffle)
tittnna,
u� uht
r; t„>,; trr
SEAL ,=o
�a1NE9 t
nt"�"
IniL AIA Document A3f0^'-20f0. Copyright01t1G3. 1970 end 20106y The American lnatlNle of Arohllecls. All riphls reserved.WARN®ND: Thia AIA'
Document Ia protected by U.9. Copyright Lew and Intemetlonal Trea<lea. Unauthorized raproducllon or diatrihuUon of thla AIA Documem, er any
poAlon of II, may reauit in severe Uvll antl Mminal penaltlea, and will ha prosecuted to the maximum eaten( poaa161e under tha law,
User
Notes: (0770990a0)
/EMC.
P.O. Box 712 • Des Moines, Iowa 50306,0712 INSURANCE
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company; a North Dakota Corporation
6, EMC Property & Casualty Company, an Iowa Corporation
hereinagef referred to severally as "Company' and collectively as °Companies', each tloes, by these presents, make, constitute and appoint:
Sam Sealer
its true and lawful attorney -in -fact, with full power and authority conferred to sign; seal, and execute the Bid Bond
Any and All Bonds
andlo bind each Company thereby as fully atxl to the same extent as it such instmments were signed by the duty authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and txin imied.
AUTHORITY FOR POWER OF ATTORNEY
This Power-ot-Atlontey is made and executed pursuant to and by the authority of the foliovdng resolution of the Boards of Directors of each of the Companlesat the
first regularly scheduled meeting of each company duty called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attorneys•io, act and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recogniz2rx;es, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -In -fact at any time
and revoke the power and authority given to him or her. Altomeys-io-fact shall have power and authority, subject to the terms and limitations of the power-of-ahomey
issued to them, to execute and deliver on behalf of the Company, and to attach the seat of the Company thereto: bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey4n-fact shall be fully and In all respects binding upon.
the Company. Codification as to the validity of any power-ol-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company, The facsimile or machanica Illy reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power-of-allomey of the Company, shall be valid and binding upon the Company with the same force and elf act as though manually affixed.
INWITNESS THEREOF, the Companies have caused these presents tobesign dfor each bytreirofficers asshown, and the Corporate seals to be hereto affixed this
22nd dayof September 2022
Seats `�/ GTioL'T .-A
lot z ':,,, 0 o p , s a Ott R Jean, P ant & CEO Todd Strother,Exeaaive Vice President
do'_F?P ,=ai; i - a^ Oof Company 1; uman, President Chief Legal Officer& Secretary of
do
"sS SEAL o ,'1B63 6 19b3 &CEO of Corn les 2, 3, 4,5&6 Companies 1, 2, 31 4, 5 & 6
OWA ,
o VMA�, NtI, loop OE do Ue( ,.
`�ly
; e M-
'
�. SEAL g,,SEAL -_w- SEAL -S
olle look
MYCamiWbn IWiE
OommYtion IAm6r f�{07f9
awoer. », lal�
Onthis 22nd day of September 2022 beforemeallotaryPublicinandfortheSlate
of Iowa, personally appeared Scott R. Jean and Todd Slroiher, wtw, being by me duly warn,
tlio say that they are, and are known to me to be the CEO, Chairman, President, Executive
Vice President, Chief Legal Officer andfor Secretary, respectively, of each of the Companies
above; that the seals affixed to this Instrument are the seals of said corporations; that sad
instrument was signed and sealed on behalf of each of the Companies by authority of their
espective Boards of Directors; and that the said Scott R. Jean and Todd Soother, as such
officers, acknowledged the execution of said instrument to be their voluntary act and dead,
and the voluntary act and deed of each of the Companies.
figy Commission Expires October 10, 2025.
Nota�n arid the State Active
CERTIFICATE
I, Ryan J. Springer, Vice Presidonl of the Companies, do hereby ceNiy that the foregoing resolution of lho Boards of Directors by each of the Companies, and
tMs Power of Attorney issued pumuantlhereto on 22nd tlay of September 2022 ,are true and correct and are still in full force and effect.
In Testimony Whereol I have subscribed my name aid affixed the facsimile seal of each Company this 301h may of July 2025
i 6' Vice President
7654 (9-22) B025623-NA 10123 902 A 000000 "For verification of the authenticity of the Power of Attorney you may call (515) 345-7548 "
BID PROPOSAL FOR
SH 114 LANDSCAPE ENHANCEMENT
for the
CITY OF SOUTHLAKE, TEXAS
(THIS BIDPROPOSAL MUST NOT BE REMOVED FROM THE CONTRACT DOCUMENTS)
DATE: �' 3�' -Zhe 2S
TO: CITY of SOUTHLAKE, TX
1400 MAIN STREET, SUITE 270
SOUTHLAKE, TX 76092
FOR: SH 114 LANDSCAPE ENHANCEMENT
6�
The budget estimate for this project is
Pursuant to the foregoing "NOTICE TO BIDDERS", the undersigned bidder, having thoroughly
examined the Contract Documents, the site of the project and understanding the amount of
work to be done and the prevailing conditions, hereby proposes to fully complete all of the
work and requirements as provided in the plans and Contract Documents and binds himself 1
herself upon acceptance of this bid proposal to execute a Contract and furnish such bonds as
required and proposes to complete the work within the time stated and for the following price:
BID PROPOSAL FORM: SH 114 LANDSCAPE ENHANCEMENT
City of Southlake
Federal Aid Project No. F2025(760)
BASE BID
Item Description Unit CITY UNIT COST ITEM COST
1007002 PREPARING ROW STA 4 $ kSIWOV $ (03,24904 AO
1007013 TREE PROTECTION (INSTALL) EA 3 $ `w.4.� $ 3oc mo
1647004 BROADCAST SEED (PERM) (URBAN) SY 31693 $ t i $ 553, `t6
(CLAY)
1667001 FERTILIZER AC 0.8 $ tS 0�0 $ l �• Oo
1687001 VEGETATIVE WATERING MG 10 $ /p. tDd Igo
$ tom•
1707001 IRRIGATION SYSTEM LS 1 $ U+�Of• (5 $ �O�Qr�S`L • �5
1927009 PLANT BED PREP SY 1,653 $ �• $ "'t b «' mO
00
1927024 LOOSE AGGR GRND COVER (TY 1) CY 184 �__^^�__�5�t���
1927040 PLANT MATERIAL (45 GAL) (TREE) EA 7 $ (000. QO $ L41260• Ao
927041 PLANT MATERIAL (65 GAL) (TREE) EA 6 $ 00 $ L '6m•QO
927047 PLANT MATERIAL (5 GAL) (SHRUB) EA 20012 $ 1 t►o $ 3(0 1 im 10
937001 LANDSCAPE ESTABLISH MO 12 $ 't QyCO•0O $ a t 600"'
937007 IRRIG SYS OPER AND MAINT MO 12 $ is 00• ^0 $ Clam •00
4327013 RIPRAP (MOW STRIP) (4 IN) CY 18 $ 4ttsco— 0$ �j�tQOO
5007001 MOBILIZATION LS 1 $ 1 (t'Jrc OF$ '1`-�t3O5'
5027001 BARRICADES, SIGNS AND TRAFFIC MO 3 $ 1f too., $ `St3�
PORTABLE CHANGEABLE MESSAGE
502 7001 SIGN EA 2 $ $ VC/
5067043 BIODEG EROSN CONT LOGS (INSTL) (8") LF 634 $ ,�5 $ LA'' f225 .��
506 7046 BIODEG EROSN CONT LOGS (REMOVE) LF 634 $n 10 $ W•
Go
207007 ELEC CONDR (NO.8) BARE LF 100 $ /1 ' 50 $
0
BASE BID $ 3770I
TOTAL BASE BID $Z) O, COO,
2
The undersigned bidder agrees to execute and file with the Owner a Contract and
bonds on the forms provided within ten (10) days after written notification of award of
the Contract to him I her and to begin work to be performed under the Contract within
ten (10) days after written authorization to begin the work (Work Order) and to complete
the work in full within forty-two (42) contract working days after the date specified in the
"Notice to Proceed I Work Order".
Enclosed with this bid is a certified check or cashier's check or bid bond payable to
the CITY OF SOUTHLAKE in the amount of five percent (5%) of the total bid, which is
to become the property of the CITY OF SOUTHLAKE, or the attached Bidder's Bond is
to be forfeited in the event the Contract and bond are not executed within the time set
forth, as liquidated damage ✓-delay and additional work caused thereby.
, , n
SIGNED:
SUBMITTED BY:
DOING BUSINESS AS:
SEAL IF BIDDER ISA CORPORATION
(Corporation), (Co -Partnership), (Individual), (Other)
t�
u 125 E 11th St Austin, Texas 78701
rra512.463.8588
°txdot. ov
or rrxn:ponsnon g
April 14, 2025
CENTRAL NORTH CONSTRUCTION, LLC
5970 LINDSEY LANE
ALLEN TX, 75002
RE: TxDOT Vendor Number 18142
Dear Contractor:
Your Confidential Questionnaire
is satisfactory and qualifies you to bid an
projects let
by the Texas Department of
Transportation (TXDO I I from the
date of this letter through December 31,
2025.
Your bidding capacity has been set at $84,092,400.00. You may request and receive bidding proposals for projects on which
the engineers estimate does not exceed your bidding capacity, less any uncompleted work currently under contract with
TXDOT.
If we may be of further assistance, please contact our Pre -qualification Branch at 512/416-2584.
Sincerely,
Greg Williams
Director, Letting Management Section
Construction Division
Connecting You with Texas
An Equal Opportunity Employer
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
OFFICE USE ONLY
This questionnaire is being filed In accordance with Chapter 176, Local Govemment Code, by a vendor who
Date 17eceivod
has a business relationship as defined by Section 176.001(1-a) with a 1=1 governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records ad millstmtor d the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of fads that require the statement to be
filed. See Section 176.0D6(a-I), Local Government Code.
A vendor commits an offense r the vendor knowingly violates Section 176.DD6, Local Government Cale. An
offense under this section is a misdemeanor.
t Name of vendor who, has a business relationship with local governmental entity.
1(.`111., Nc
2 Check this box if you are filing an update to a previously filed questionnaire.(ft law requires that you file an updated
completed questonnalre with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was Incomplete or Inaccurete.)
3 Name of local government officer about whom the Information is being disclosed,
Name of officer
4 Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A)• Also describe any family relationship with the local govemment off leer,
Completesubparts A and B foreach employment or business relationship described. Attach additional pages to this Form
CID as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable Income,
other than Investment Income, from the vendor?
Yes Jo
B. Is the vendor receiving or likely to receive taxable Income, other than Investment Income, from or at the direction
of the local govemment officer or a family member of the officer AND the taxable Income Is riot received from the
kcal governmental entity?
DYes L�"0
s Describe each employment or business relationship that the vendor named in Section l maintains with a corporation or
other business entity with respect to which the local govemment officer serves as an officer or director, or holds an
ownership Interest of one percent or more.
1�
IF
this box if the vendor has given the local government officer orafamily member of the officer one or more gibs
❑Check
as described In Section 176.003(a)(2)(B), excl I grtg'i'y"�Irascribed In Section 176.003(a-1).
7
Signature of vendor d ing business with the govemmental eMW Date
Form prevlded by Taus Ethics Commission www.ethlcs.slale.lx.us Revised 1/12021
State of Texas Child Support Business Ownership Form
County: TARRANT
TXDOT CSJ: 0353-03-114
Project Name: SH714 Landscape Enhancemenls
LG Project Number: F2o2s (76o)
Business Entity Submitting Bid: Central North Construction, LLC
Section
231.006I Family Code, requires a bid
for
a contract
paid from state funds to include the names and social security
number
of individuals owning 26% or more of
the
business
entity submitting the bid.
1. In the spaces below please provide the names and social security number of individuals owning 25% or more of
the business.
Paul Anderton Owner/ Principal
Social Security Number
462-43-0160
2. Please check the box below if no individual owns 25% or more of the business.
individual own 25% or more of the business.
Except as provided by Section 231.302(d), Family Code, a social security number is confidential and may be disclosed
only for the purpose of responding to a request for information from an agency operating under the provisions of Part A
and D to Title IV of the Federal Social Security Act (42 USC Section 601-617 and 651-699).
Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or business entity named in this
contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this
contract may be terminated and payment may be withheld if this certification is inaccurate.
The information collected on this form will be maintained by City of Soutlake Texas .With few exceptions, you
are entitled on request to be informed about the information collected about you. Under Sections 552.021 and 552.023 of
the Texas Government Code, you also are entitled to receive and review the information. Under Section 559,004 of the
Government Code, you are also entitled to have information about you corrected that you believe is incorrect.
07-30-2025
Signature Date
Paul Anderton Owner/ Principal
Printed Name
IF THIS PROJECT IS A JOINT VENTURE,
ALL PARTIES TO THE JOINT VENTURE MUST PROVIDE A COMPLETED FORM.
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lore
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1343519
Date Filed:
07/30/2025
Date Acknowledged:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Central North Construction, LLC
Allen, TX United Slates
2 Name of governmental entity or state agency that is a party [o the contract for which the form is
being tiled.
City of SoOthlake, Texas
3
Provide the identification nwnber used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
F2025(760) CSJ: 0353-03-114
Landscape Irrigation Green Ribbon SH114 RFB25068200TS250009
4
Name of Interested Part y
Cit State, Count lace of business
y, ry (p )
Nature of interest
(check applicable)
Controlling
Intermediary
5
Check only if there is NO Interested Party. ❑
X
6
UNSWORN DECLARATION ('�
My name is 1 LW� �J'WV.�I�OrV`' ,and my date of birth is �b�� �
My address is � � � �.I�ICSt�1 L.IS. 1���[r.:l � ��, �I Soot w�1T ,.
(city) (state) (zip code) (country)
I declare under penalty of perjury that the forego�i1ng`'is true) and correct. T
Executed in CMG IJ County, State of 1 , on the��ay of 20�5 .
(mon h) (year)
Sig ature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission vrwv.ethicsstate.tx.us version vv.i.u.l
CONFLICT OF INTEREST DISCLOSURE STATEMENT
Proposers attention is directed to 23 CFR Section 636 Subpart A and in particular to
Subsection 636,116 regarding organizational conflicts of interest. Section 636.103
defines "organizational conflict of interest" as follows:
Organizational conflict of interest means that because of other activities or
relationships with other persons, a person is unable or potentially unable
to render impartial assistance or advice to the owner, or the person's
objectivity in performing the contract work is or might be otherwise
impaired, or a person has an unfair competitive advantage.
Proposers are advised that in accordance with TxDOT's Conflicts of Interest Policy,
certain firms will not be allowed to participate on any Proposer's team for the Project
because of their work with TxDOT in connection with the Project procurement and
document preparation and the CDA program.
1. Disclosure Pursuant to Section 636,116t2)(v)
In the space provided below, and on supplemental sheets as necessary, identify
all relevant facts relating to past, present, or planned interest(s) of the Proposers
team (including the Proposer, the Developer, the Major Participants, proposed
consultants and proposed subcontractors, and their respective chief executives,
directors, and key project personnel) which may result, or could be viewed as, an
organizational conflict of interest in connection with this RFP.
Proposer should disclose (a) any current contractual relationships with TxDOT,
(b) any past, present, or planned contractual or employment relationships with
any TxDOT member, officer, or employee; and (c) any other circumstances that
might be considered to create a financial interest in the contract by any TxDOT
member, officer, or employee if Proposer is awarded the contract. Proposer shall
also disclose matters such as ownership of 10% or more of the stock of, or
having directors in common with, any of the RFP preparers. Proposer shall also
disclose contractual relationships with an RFP preparer in the nature of a joint
venture, as well as relationships wherein the RFP preparer is a contractor or
consultant (or subcontractor or subconsultant) to Proposer or a member of
Proposer's team. The foregoing is provided by way of example, and shall not
constitute a limitation on the disclosure obligations.
Col 1-3
2. Explanation
In the space provided belowI and on supplemental sheets as necessary, identify
steps that have been or will be taken to avoid, neutralize, or mitigate any
organizational conflicts of interest described herein.
Co1 2-3
3. Certification
The undersigned hereby certifies that, to the best of his or her knowledge and
no interest exists that is required to be disclosed in this Conflict of Interest
0000 Discsure Statement, other than as disclosed above.
Name
Title
Name
Col 3-3
DISADVANTAGED BUSINESS ENTERPRISES (DBE)
REQUIREMENTS
Project: For the construction of landscape enhancements including landscape planting,
irrigation, and hardscape.
Highway: SH I l4
County: Tarrant
TxDot CSJ: 0353-03-114
The following goal for disadvantaged business enterprises is established as:
DBE: 0 A% ✓
Based on the Federal funding and cost estimates for this project, the number and types of
certified DBE firms in the vicinity of the project location, the types of bid items listed
with estimated values and the total size of the project; the Office of Civil Rights
recommends race conscious DBE goal of zero percent (01/o) for this project proposal.
Race neutral participation is encouraged and suggested, and can possibly be achieved
through various opportunities such as hauling, material supplier, etc.
I
O �0
�1(3o(2cSZT�
Disadvantaged Business Enterprise (DBE) Program
Commitment Agreement Form
if�r
a n,Nvau;w
This commitment is subject to the award and receipt of a signed contract from the
Texas Department of Transportation for the subject project.
Form SMS.4901
(Rev. 06108)
Page 1 of 1
Project#: *7%oJ m1Vo
The
County:
Contract-CSJ: 074S# . C)q& ItUt
Items of work to be performed (attach a list of work items if more room is required):
Bid Item #
Item Description
Unit of Measure
Unit Price
Quantity
Total Per Item
A)a
l�
d
v
Total
The contractor certifies by signature on this agreement that subcontracts will be executed between the prime contractor and
the DBE subcontractors as listed on the agreement form. If a DBE Subcontractor is unable to perform the work as listed on
this agreement form, the prime contractor will follow the substitution/replacement approval process as outlined in the
Contract DBE Special Provision,
IMPORTANT: The signatures of the prime contractor and the DBE,
and the total commitment amount must always be on the same page.
P e Co tractor : /� jAcW)�
uodlot t//T:i`Y�.IJI•
Na a (please print)
Address:�'40 („4^0 ,
Signa
Date:
Phone. Fa 44
Fax:olccat
E-mail: at
DBE:
Name/fit e e print):
Vendor No.:
Address:
Signature:
Phone: Fax:
E-mail:
Date:
Subcontractor (if the DBE will be a second tier sub):
Name/Title (please print):
Address:
Signature: A
0
Phone:flax:
1
E-mail:
I Date:
"Texas Department of'I'ransportation maintains the information collected tnrougn this tom1. with rew excepnons, you are emmea on
request to be infomted about the information that we collect about you. Under §§552.021 and 552.023 of the Texas Government Code, you
also are entitled to receive and review the information. Under §559.004 of the Government Code, you are also entitled to have us correct
information about you that is incorrect.
To ensure prompt and efficient handling of your project file we are requesting that all commitments to be presented to the Office of Civil
Rights, using this basic format.
49 CFR Part 29 - Appendix B
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION --LOWER TIER COVERED TRANSACTIONS
Instructions For Certification
By signing and submitting this proposal, the prospective lower tier participant is providing
the certification set out below.
2. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government the department or agency with which this
transaction originated may pursue available remedies, including suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person
to which this proposal is submitted if at any time the prospective lower tier participant learns
that its certification was erroneous when submitted or had become erroneous by reason of
changed circumstances.
4. Thetermscoveredtransaction,debared,suspended,ine]igible,lowertiercoveredtransaction,
participant, person, primary covered transaction, principal, proposal, and voluntarily
excluded, as used in this clause, have the meaning set out in the Definitions and Coverage
sections ofrules implementing Executive Order 12549. You may contact the person to which
this proposal is submitted for assistance in obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into it shall not knowingly enter into any lower tier
covered transaction with a person who is proposed for debarment under 48 CFR part 9,
subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from
participation in this covered transaction, unless authorized by the department or agency with
which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions.
T A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not proposed for debarment under 48
CFRpart 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered
transactions, unless it knows that the certification is erroneous. A participant may decide the
method and frequency by which it determines the eligibility of its principals. Each participant
may, but is not required to, check the List of Parties Excluded from Federal Procurement and
Nonprocurement Programs.
8. Nothing contained in the foregoing shall be construed to require establishment of a system
of records in order to render in good faith the certification required by this clause. The
knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in
a covered transaction knowingly enters into a lower tier covered transaction with a person
who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred,
ineligible, or voluntarily excluded from participation in this transaction, in addition to other
remedies available to the Federal Government, the department or agency with which this
transaction originated may pursue available remedies, including suspension and/or debarment.
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AN
VOLUNTARY EXCLUSION --LOWER TIER COVERED TRANSACTIONS
(1) The prospective lower tier participant certifies, by submission of this proposal, that neither
it nor its principals is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal
department or agency.
(2) Where the prospective lower tier participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal.
ape
S a re/Authorized Certifying Official Typed Name and Title
�1�+eovo l.ens►n�c�ta+�,1�C �0X25
Applicant/Organization Date Signed
Form 2510
(Rev. I o 1
DEBARMENT CERTIFICATION Page of 1
ARCHITECTURAL, ENGINEERING AND SURVEYING
("PROVIDER") CONTRACTS
(1) The PROVIDER certifies to the best of its knowledge and belief that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded
frOM covered transactions by any federal department or agency:
(b) Have not within athree-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting
to obtain, or performing a public* transaction or contract under a public transaction; violation of federal or
state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity* with
commission of any of the offenses enumerated in paragraph (1)(b) of this certification;
(d) Have not within athree-year period preceding this application/proposal had one or more public transactions*
terminated for cause or default; and
(e) Have not been disciplined or issued a formal reprimand by any State agency for professional accreditation
within the past three years.
Title of Certifying Official
`Lybpo ss
Date
(2) Where the PROVIDER is unable to certify to any of the statements in this certification, such PROVIDER shall attach
an explanation to this certification.
Exceptions will not necessarily result in denial of award. Providing false information may result in criminal prosecution or
administrative sanctions.
* federal, state or local
LOBBYING CERTIFICATION
For
Grants, Contracts, Loans, and Interagency Cooperation Contracts
The undersigned certifies to the best of his or her knowledge and belief, that:
(1) No federal appropriated funds have been paid or will be paid by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the awarding
of any federal contract, the making of any federal grant, the making of any federal
loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any federal contract, grant, loan, or
cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with this federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and submit Standard Form -
LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients
shall certify and disclosure accordingly.
This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code.
Any person who fails to file the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $=,000 for each such failure.
�cy�ature
Title
Agency
"i' �%c�Ole
Date
Approved by OMB
0348-0046
Disclosure of Lobbying Activities
Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352
(See reverse for nublic burden disclosure)
1. Type of Federal Action:
2. Status of Federal Action:
3. Report Type:
a. contract
a. bid/offer/application
a. initial filing
b. grant
b, initial award
b. material change
C. cooperative agreement
c, post -award
d. loan
For material change only:
e.loan guarantee
Year quarter
f. loan insurance �'
Or
Date of last report
4. Name and Address of Reporting Entity:
5. If Reporting Entity in No. 4 is Subawardee,
Prime Subawardee
Enter Name and Address of Prime:
Tier if Known:
,
Congressional District, i known:
Congressional District, i known:
6. Federal Department/Agency:
7. Federal Program Name/Description:
iit NN/' p
CFDA Numbe ' 11t bowk,
8. Federal Action Number, ifknown:
9. Award Amount, l(known:
aloe
S(N _1Z
10. a. Name and Address of Lobbying Registrant
b. Individuals Performing Services (including address if
(if individual, last name, first name, MI):
different from No. I0a)
(last name, first name, NI/):
I"l
N
11, Information requested through [his form is auth
title 31 U.S.C. section 1352. This disclosure of lobbying
Signature:
activities is a material representation of fact upon which
reliance was placed by the tier above when this transaction
Print Name: s�,�,J►/Vf�`f•
was made or entered into. This disclosure is required
pursuant to 31 U.S.C. 1352. This information will be reported
Title: ,�•
to the Congress semi-annually and will be available for public
inspection. Any person who fails to file the required
�r
Telephone No.: Date: lklidvc
disclosure shall be subject to a civil penalty of not less than
o
S10 000 and not more than $100 000 for each such failure.
fy., LJOU16 i
Federal Use Only
Authorized for Local Reproduction
Standard Form -LLL (Rev. 7-97)
INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the
initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section
1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both
the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and
Budget for additional information.
1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the
outcome of a covered Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the
information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last
previously submitted report by this reporting entity for this covered Federal action.
4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if
known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or
subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the Ist tier.
Subawards include but are not limited to subcontracts, subgrants and contract awards under grants.
5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address, city, State and
zip code of the prime Federal recipient. Include Congressional District, if known.
6. Enter the name of the federal agency making the award or loan commitment. Include at least one organizational level
below agency name, if known. For example, Department of Transportation, United States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full
Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan
commitments.
8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g,,
Request for Proposal (RFP) number; Invitations for Bid (IFB) number; grant announcement number; the contract,
grant, or loan award number; the application/proposal control number assigned by the Federal agency). Included
prefixes, e.g., "RFP-DE-90-001."
9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the
Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5.
t0. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act
of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action.
(b) Enter the full names of the individuals) performing services, and include full address if different from 10(a).
Enter Last Name, First Name, and Middle Initial (MI).
11. The certifying official shall sign and date the form, print his/her name, title, and telephone number.
According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays
a valid OMB control Number. The valid OMB control nunber for this information collection is OMB No. 0348-0046. Public reporting
burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions,
searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information.
Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this
burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 2050
CHILD SUPPORT STATEMENT
Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or
business entity named in this contract, bid, or application is not ineligible to receive the
specified grant, loan, or payment and acknowledges that this contract may be terminated
and payment may be withheld if this certification is inaccurate.
Signature:
(Signature of Authorized Representative)
Name: Cull C�
Title:
Date: `�31�ZjLsa
OSHA Implementation Procedures
The following requirements are to be followed for this project.
§ 635.108 Health and safety.
Contracts for projects shall include provisions designed:
(a) To insure full compliance with all applicable Federal, State, and local laws governing
safety, health and sanitation; and
(b) To requue that the contractor shall provide all safeguards, safety devices, and protective
equipment and shall take any other actions reasonably necessary to protect the life and
health of persons working at the site of the project and the safety of the public and to
protect property in connection with the performance of the work covered by the contract.
23 CFR 635.112 NON -COLLUSION STATEMENT
Each bidder shall file a statement executed by, or on behalf of the person, firm, association, or
corporation submitting the bid certifying that such person, firm, association, or corporation has not,
either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action, in restraint of free competitive bidding in connection with the submitted bid. Failure
to submit the executed statement as part of the bidding documents will make the bid nonresponsive
and not eligible for award consideration.
Signature
Typed Name and Title
Applicant /Organization Date Signed
TNT�
v TGrO
§ 635.409
such as borrow aggregates, that have
been investigated by the State trans-
portation department and found to
contain materials meeting specifica-
tion requirements. The use of mate-
rials from such designated sources
shall not be mandatory unless there is
a finding of public interest as stated in
paragraph (a) of this section.
(e) Federal funds may participate in
the cost of specifications materials
made available by a public agency
when they have been actually incor-
porated in accepted items of work, or
in the cost of such materials meeting
the criteria and stockpiled at the loca-
tions specified in §635,114 of this chap-
ter.
(d) To be eligible for Federal partici-
pation 1n its cost, any material, other
than local natural materials, to be pur-
chased by the State transportation de-
partment and furnished to the con-
tractor for mandatory use in the
project, must have been acquired on
the basis of competitive bidding, ex-
cept when there is a finding of public
interest justifying the use of another
method of acquisition. The location
and unit price at which such material
wIll be available to the contractor
must be stated in the special provisions
for the benefit of all prospective bid-
ders. The unit cost eligible for Federa-
tion participation will be limited to
the unit cost of such material to the
State transportation department.
(e) When the State transportation de-
partment or another public agency
owns or has control over the source of
a local natural material the unit price
at which such material will be made
available to the contractor must be
stated in the plans or special provi-
sions. Federal participation will be
limited to (1) the cost of the material
to the State transportation depart-
ment or other public agency; or (2) the
fair and reasonable value of the mate -
23 CFR Ch. I (4-1-24 Edition)
source or the right to take materials
from it will not be eligible for Federal
participation if the source is not used
by the contractor.
(g) The contract provisions for one or
a combination of Federal -aid projects
shall not specify a mandatory site for
the disposal of surplus excavated mate-
rials unless there is a finding by the
State transportation department with
the concurrence of the FHWA Division
Administrator that such placement is
the most economical except that the
designation of a mandatory site may be
permitted based on environmental con-
siderations, provided the environment
woOld be substantially enhanced with-
out excessive cost.
$ 836.409 Restrictions upon materials.
No requirement shall be imposed and
no procedure shall be enforced by any
State transportation department in
connection with a project which may
operate:
(a) To require the use of or provide a
price differential in favor of articles or
materials produced within the State,
ar otherwise to prohibit, restrict or
discriminate against the use of articles
or materials shipped from or prepared,
made or produced in any State, terri-
tory or possession of the United States;
or
(b) To prohibit, restrict or otherwise
discriminate against the use of articles
or materials of foreign origin to any
greater extent than is permissible
under policies of the Department of
'pransportation as evidenced by re-
quirements and procedures prescribed
by the FHWA Administrator to carry
out such policies.
§836.410 Buy America requirements.
over
06I8
Federal Highway Adminisfralion, DOT
(1) The project either: (i) Includes no
permanently incorporated steel or iron
materials, or (ft) if steel or iron mate-
rials are to be used, all manufacturing
processes, including application of a
coating, for these materials must occur
in the United States. Coating includes
all processes which protect or enhance
the value of the material to which the
coating is applied.
(2) The State has standard contract
provisions that require the use of do-
mestic materials and products, includ-
ing steel and iron materials, to the
same or greater extent as the provi-
sions set forth in this section.
(3) The State elects W include alter-
nate bid provisions for foreign and do-
mestic steel and iron materials which
comply with the following require-
ments. Any procedure for obtaining al-
ternate bids based on furnishing for-
eign steel and iron materials which is
acceptable to the Division Adminis-
trator may be used. The contract pro-
visions must (1) require all bidders to
submit a bid based on furnishing do-
mestic steel and iron materials, and
(11) clearly state that the contract will
be awarded to the bidder who submits
the lowest total bid based on fur-
nishing domestic steel and iron mate-
rials unless such total bid exceeds the
lowest total bid based on furnishing
foreign steel and iron materials by
more than 25 percent.
(4) When steel and iron materials are
used in a project, the requirements of
this section do not prevent a minimal
use of foreign steel and iron materials,
if the cost of such materials used does
not exceed one -tenth of one percent (0.1
percent) of the total contract cost or
52,500, whichever is greater. For pur-
poses of this paragraph, the cost is that
shown to be the value of the steel and
iron products as they are delivered to
the project.
(c)(1) A State may request a waiver
of the provisions of this section If;(i) The application of those prOVi-
sions would be inconsistent with the
public interest; or
(11) Steel and iron materials/products
are not produced in the United States
in sufficient and reasonably available
quantities which are of a satisfactory
quality.
§ 635d11
(2) A request Cor waiver, accompanied
by supporting information, must be
submitted in writing to the Regional
Federal Highway Administrator
(RFHWA) through the FHWA Division
Administrator. A request must be sub-
mitted sufficiently in advance of the
need for the waiver in order to allow
time for proper review and action on
the request. The RFHWA will have ap-
proval authority on the request.
(3) Requests for waivers may be made
for specific projects, or for certain ma-
terials or products in specific geo-
graphic areas, or for combinations of
both, depending on the circumstances.
(4) The denial of the request by the
RFHWA may be appealed by the State
to the Federal Highway Administrator
(Administrator), whose action on the
request shall be considered administra-
tively final.
(5) A request for a waiver which in-
volves nationwide public interest or
availability issues or more than one
F NA region may be submitted by the
RFHWA to the Administrator for ac-
tion.
(6) A request for waiver and an appeal
from a denial of a request must include
facts and justification to support the
granting of the waiver. The FHWA re-
sponse to a request or appeal will be in
writing and made available to the pub -
upon request. Any request for a na-
tionwide waiver and FHWA's action on
such a request may be published in the
FEDERAL REGISTER for public comment.
(7) In determining whether the waiv-
ers described in paragraph (0)(1) of this
section will be granted, the FHWA will
consider all appropriate factorsinclud-
ing, but not limited to, cost, adminis-
trative burden, and delay that would be
I if the provision were not
waived.
(d) Standard State and Federal -aid
contract procedures may be used to as -
re compliance with the requirements
of this section.
[98 FR 53104, Nov. 25, 1983, as amended at 49
FR 18821, May 3, 1984; 58 FR 38975, July 21,
19931
$836.411 Culvert and storm sewer ma-
teriel types.
State Departments of Transportation
(State DOTS) shall have the autonomy
to determine culvert and storm sewer
297
Statement for Loan Guarantees and Loan Insurance
The undersigned states, to the best of his or her knowledge and belief, that:
If any funds have been paid or will be paid to any person for influencing or attempting to influence
an officer or employee of any agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with this commitment providing for the
United States to insure or guarantee a loan, the undersigned shall complete and submit Standard
Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Submission
of this statement is a prerequisite for making or entering into this transaction imposed by section
1352, title 31, U.S. Code. Any person who fails to file the required statement shall be subject to a
civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
gnature/Authorized Certifying Official
Applicant/Organization f C
Typed Name and Title
�b�zkxozb
Date Signed
23 U.S.C. I I2(E) DIFFERING SITE CONDITIONS
e) Standardized Contract Clause Concerning Site Conditions.—
(1) General rule. —The Secretary shall issue regulations establishing and requiring,
for Inclusion in each contract entered into with respect to any project approved
under section 106 of this title a contract clause, developed in accordance with
guidelines established by the Secretary, which equitably addresses each of the
following:
(A) Site conditions.
(B) Suspensions of work ordered by the State (other than a suspension of work
caused by the fault of the contractor or by weather).
(C) Material changes in the scope of work specified in the contract.
The guidelines established by the Secretary shall not require arbitration.
(2) Limitation on applicability. —
(A) State law.— Paragraph (1) shall apply in a State except to the extent that such
State adopts or has adopted by statute a formal procedure for the development of a
,,contract clause described in paragraph (1) or adopts or has adopted a statute which
does not permit inclusion of such a contract clause.
(B) Design -build contracts.— Paragraph (1) shall not apply to any design -build
contract approved under subsection (b)(3).
PRISON PRODUCED MATERIALS
Prison -produced materials are products made by convict labor. There are limitations on using
materials produced by convict labor in a federal -aid highway project. Materials produced
after July 1, 1991, by convict labor may only be incorporated in a federal -aid highway
construction project if:
■ such materials have been produced by convicts who are on parole, supervised release or
probation from a prison; or
such material has been produced in a qualified prison facility (Texas does not have a
qualified prison facility meeting the requirements of the regulation).
The LGPP Manual describes the federal statute prohibiting the use of prison produced
materials.
The undersigned below understand and acknowledges this requirement.
0
Signature
Applicant /Organization
Typed Name and Title
Date Signed
Copy of Green Ribbon Implementation Plan
Kimley»>Horn
State Highway 114 Green Ribbon Implementation Plan
To: David Miller, Director of Community Services
City of Southlake, Texas
From: Laura Presley, PLA
Kimley-Horn and Associates, Inc.
Report Date: October 18, 2023
Mr. Miller,
Page 1
The following document identifies proposed intersection improvements along State Highway 114 in Southlake,
Texas with respective preliminary opinions of probable construction costs as funded by the TXDOT Green Ribbon
Grant. Funding from the TXDOT Green Ribbon Grant can be applied to construction costs for tree and shrub
planting, groundcover for plant beds (mulch, decomposed granite, river rock, etc.) concrete mow strips, and
irrigation systems (excluding overhead spray irrigation). The funding cannot be applied to hardscape
improvements (such as sidewalks), sod, or overhead irrigation systems.
The improvements are organized from west to east along State Highway 114 with the intention of phasing over
multiple years to beautify the corridor as a whole. Each intersection's improvements include native and adaptive
vegetation, canopy trees, hardwood mulch, concrete mow strips, and underground irrigation systems for the new
plantings. Projects have been divided into phases and they will be implemented over multiple years. The TXDOT
Green Ribbon funding may provide up to $400,000 per year. As costs continue to rise, the award amount, or the
anticipated number of phases for completion, may vary from what is listed in this document.
The proposed phasing order is as follows:
West Dove Road and State Highway 114
o West Dove Road enhancements are projected to be completed within three (3) Green Ribbon
phases and consist of twelve (12) planting beds and associated improvements.
2. North White Chapel Boulevard and State Highway 114
o North White Chapel Boulevard enhancements are projected to be completed in three (3) Green
Ribbon phases and consist of four (4) planting beds and associated improvements.
3. North Carroll Avenue and State Highway 114
o North Carroll Avenue enhancements are projected to be completed within four (4) Green Ribbon
phases and consist of sixteen (16) planting beds and associated improvements.
Kimley»>Horn
Page 2
Kimball Avenue and State Highway 114
o Kimball Avenue enhancements are projected to be completed in three (3) Green Ribbon phases
and consist of four (4) planting beds and associated improvements.
The following implementation plan includes opinions of probable construction cost (OPCC) for the intersection
improvements. These OPCCs are intended to inform, budget, and prioritize phasing of the intersection
improvements per Green Ribbon funding for the City. Kimley-Horn and Associates, Inc. has no control over the
cost of labor, materials, equipment, or over the contractor's methods of determining prices or over competitive
bidding or market conditions. Estimates are based on the information known to Kimley-Horn and Associates, Inc.
atthe time and represent only Kimley-Horn and Associates, Inc.'s judgement as a design professional firm familiar
with the construction industry. Kimley-Horn and Associates, Inc. cannot guarantee that proposals, bids, or actual
construction costs will not vary from its opinion.
If you have additional questions or inquiries about this document, feel free to reach out to me at
Iaura.presley(@kimley-horn.com.
Sincerely,
Laura Presley, PLA
Kimley-Horn and Associates, Inc.
No Text
No Text
00W D ve Rd
3
2
1<
0
a,
671 ft
W Highland St
Bicentennial
Park
W Southlake Blvd
m
Q
v
Boulder Dr
Northwest
Enclave Park
es
rd
F Srdte tP yi9h
yi yd
9h�dy y
77
A
E Highland St
O
�0, 687ft
ell?
Blvd
z
0
J
E Dove Rd
Lake Park
ou
17 99 E Southlake Blvd
Flo
o1-
E Highland St
F Kirkwood g/,d
a
9
Oi��s/off
dy
S r
in
a
Southlake
v
Q
N
Q
E
Y
z
z
71.
0-
D
ro
GREEN RIBBON PHASING
v
10 -13 total phases to complete Green Ribbon Improvements.
**Can be completed in 1 less phase depending on pricing and fees in year completed.
0 W. DOVE ROAD
3 Green Ribbon Phases
Landscape improvements to be installed at the intersection of West
Dove Road and West State Highway 114. Enhancements include
curvilinear beds incorporating various native vegetation, concrete
mow strips, and mulch. Canopy trees will also be added in the seeded
areas for a full vegetative appearance. These improvements will take
approximately 3 Green Ribbon phases to complete.
0 N. WHITE CHAPEL BLVD.
3 Green Ribbon Phases"
Landscape improvements to be installed at the intersection of
North White Chapel Boulevard and West State Highway 114. The
enhancements will include plant beds with native vegetation, concrete
mow strips, hardwood mulch, and canopy trees. This intersection
will be completed in 3 years and 3 Green Ribbon Phases. Depending
on the time frame and associated inflation costs this intersection will
approximately take 2 Green Ribbon phases to complete.
N. CARROLL AVENUE
4 Green Ribbon Phases**
Landscape improvements to be installed at the intersection of North
Carroll Avenue and West State Highway 114. Enhancements include
various plant beds that contain native vegtetation, hardwood mulch,
v, and concrete mow strips. Canopy trees will additionally be placed to
v provide a full vegetated look. This intersection will be completed in 4
z years and 4 Green Ribbon Phases. Depending on the time frame and
z ; associated inflation costs this intersection will take approximately 3
3 Green Ribbon phases to complete.
a
D
N. KIMBALL AVENUE
_ E 3 Green Ribbon Phases**
Landscape improvements to be installed at the intersection of Kimball
Avenue and West State Highway 114. Enhancements include four plant
beds that include concrete mow strips, native vegetation, hardwood
mulch, and canopy trees. These improvements will take approximately
3 years and 3 Green Ribbon
E SOUth/ake eit ng on the
d time frame and associated inflationflsc costs thto is intersection l will take
approximately 2 Green Ribbon phases to complete.
SOUTHLAI<E 1�" Imley>>> Horn
13 OCTOBER 2023
5
ORNAMENTAL GRASSES IMAGERY
c
a
lie-
,,. IV! : .9
- � t'•��} - S'f I 'f, �,- '. �� _ -,,�- - 4,i. ,I l:::. a4®. ,E'@ ..i: �-pr
�N. � �.:-� .•1�� ..C�p�';=y'r3 _ �, I9-y• r i !) -
n7 ,. f I ,: ,' ,: - ,. � x. :c,s.•. r:r 'V,�; :" r,.:,=.X,
i
k S'. 1� :. i .. - I �- � � ', _ _ �9q\�` �q'� L: i .0 '- �"� aGr•' �j'."
�'-
rs j_ r s.. <k c.., :. .. .. ..1 ., ��.1 `\c:.: 'a, .xl, -.. .,.. : 1 j w 1 `✓l/TI) ' -
;1 - r. <.. :, ... .' ..tom--'.> 0 .• ,.'Oa o F_...-,..: , _�� � �., ,. ..�.
'r -L:.. ,.'.i 1� n .1 .. \.: k ..-+�i:5.� _� g .�,.. .ir �! ...::... ( . r- I.. 9„._.•-.... r...:. :. Y. •.,..; - ..
.a „ fir, � ,�y �..d; e:C ...�. -... •�� � , `4.r,,. _. � ,.;.: r,;, „ �.... _,. ,• .: ,: �:,.:_��,• 1 . �- INN -
y�,r �
i,.-,
-, ,_ o.,.le�.-.�;. � Ifs, f. _ � m - - - ''. _^. ,._.:`,�_,. � ..n. 7. �`•.`a�� .. �,: _ a _ _.:
BLUE GRAMA GRASS FOUNTAIN GRASS MUHLY GRASS SIDE OATS 'BLONDE AMBITION' INDIAN GRASS
ACCENT SHRUBS DESERT SHRUBS
`
r
All
Wf
4_. r
i•
KALEIDOSCOPE ABELIA SAVLIA TEXAS SAGE COLORGAURD YUCCA SOFT LEAF YUCCA
far
Y
"'ti;y > _.'�- . w\i �~_� :- ma..; .SIR 1�?r` �Vr, '°-r`-a'�`i� •%. �� r'A _ ....s.:-�•} y
ti
c 1
r,
i
r
r
Ilk
-
E
I
d •
�,.:,,
_ , .,� .: i. - •,,, ., y�,^1Y +,:
- <' .�,+- --•ram.: y :
�:.
� a�,r
.,...<e
,
Y
r
f
`�
y r�`r�,. j �
':.• I ,X"y
- ,,�',�
;r
I .,� I�il
k� , sy;,� �`<� � \ ��q' ,�,,,
m
SOUTHLAKE Kimley»)Horn
91 JUNE2023
6
PERSPECTIVE VIEWPOINT 1' CONCRETE MOW STRIP (TYP.) CANOPY TREE' `
HARDWOOD MULCH (TYP.) EVERGREEN SHRUB (TYP.) ^*
EXISTING TREE (TYP) ACCENT SHRUB (TYP) EXISTING PAVERS TO REMAIN _
DESERT SHRUB (TYP.) ORNAMENTAL GRASS (TYP.) EXISTING CONCRETE EMBANKMENT TO REMAIN
i E.tJ l~
.� ..1�
SEED (TYP.)
en, o
' SEED (TYR)
W. STATE HWY 114
141*9
ACCENT SHRUB (TYP.)
ORNAMENTAL GRASS (TYP) W. STATE HWY 114
'lJ S EVERGREEN SHRUB (TYP)
SEED (TYP.) €f SEED (TYP)
LEGEND: EXISTING CONCRETE EMBANKMENT TO REMAIN CANOPY TREE (TYP)
SEED ORNAMENTAL GRASSES
EXISTING PAVERS TO REMAIN 1' CONCRETE MOW STRIP (TYP)
HARDWOOD MULCH (TYP.)
0 HARDWOOD MULCH F ORNAMENTAL GRASSES a - ~
Q EXISTING TREE (TYP.)
- DESERT SHRUB (TY
EVERGREEN SHRUBS 0 DESERT SHRUBS �Q P.)
ACCENT SHRUBS EXISTING TREES~ 3 �� ���"�"'N c P T "
U ACCENT SHRUBS CANOPY TREES SCALE: -3a
_ — . -
SOUTHLAI<E
00VE ROADGREEN Kimley»)Horn
THIS GRAPHIC IS CONCEPTUAL. THE INFORMATION SHOWN IS BASED ON THE JUNE 2023 UTHLAKE,TEXAS CONCEPTUAL DESIGN BEST INFORMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE. ®
7
1
--% . ;
DOVE ROADCURRENT CONDITIONS
'
SOUTHLAKE, TEXAS CONCEPTUAL DESIGN THIS INFORMATIOAPHIC IS N ON THE
BEST INFONMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE.
AVAILABLE THEINFORMATIONSHOWN I WITHOUT
l{y)
owmw" %.
21
��[�'� ' Kph � �• Yj 1'4r
F
1
DOVE ROADGREEN RIBBON
I�I
N THE
SHOWN IS WITHOUT
BEST INFORMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE.
ION AVAILABLE THESSUB SUBJEATIONCT
SOUTHLAKE, TEXAS CONCEPTUAL DESIGN THIS INFORMAAPHIC TION
l{yJ •
West Dove Road Improvements - Green Ribbon
Southlake, Texas
Opinion of Probable Costs
SOUTHLAKE
9
6/14/2023
Green Ribbon Applicable Items
Unit
Quantity
Cost
Item Cost
1006002
PREPARING ROW
STA
20.5
$3,500.00
$71,750.00
1646008
BROADCAST SEED (PERM) (RURAL) (CLAY)
AC
1.8
$2,000.00
$3,600.00
1666001
FERTILIZER
AC
1.8
$2,500.00
$4,500.00
1686001
VEGETATIVE WATERING
MG
122.2
$130.00
$15,886.00
1706001
IRRIGATION SYSTEM (DRIP & BUBBLERS)
LS
1
$130,000.00
$130,000.00
1926003
PLANT MATERIAL (3-GAL)
EA
8,700
$25.00
$217,500.00
192 613
MULCH
SY
5,200
$2.50
$13,000.00
1926025
PLANT MATERIAL (45 GAL) (TREE)
EA
30
$800.00
$24,000.00
1926016
PLANT BED PREP
SY
5,200
$10.00
$52,000.00
1936001
PLANT MAINTENANCE
MO
12
$2,200.00
$26,400.00
1936007
IRRIGATION SYSTEM OP AND MAINT
MO
12
$950.00
$11,400.00
5006001
MOBILIZATION
LS
1
$35,000.00
$35,000.00
5026001
BARRICADES, SIGNS, AND TRAFFIC HANDLING
MO
6
$5,500.00
$33,000.00
5066040
INSTALL EROSION CONTROL LOGS
LF
2,500
$6.00
$15,000.00
5066043
REMOVE EROSION CONTROL LOGS
LF
2,500
$3.00
$7,500.00
4326001
RIP RAP (CONC)(12"Wx4"D)
CY
52
$1,000.00
$52,000.00
6206007
ELEC CONDR (NO. 8) BARE
LF
430
$2.50
$1,075.00
1004 6001
TREE PROTECTION
EA
44
$325.00
$14,300.00
Green Ribbon Construction Subtotal $727,911.00
Green Ribbon Contingency (t20%) $148,009.00
Green Ribbon Indirect Costs - 5-10 Year Phasing (t35%) $254,080.00
Green Ribbon Design Fees - Landscape Architecture, Engineering, Survey (t15)% $110,000.00
Green Ribbon Total Estimated Project Cost $1,240,000.00
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or
market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's
judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids. or actual costs will not
vary from its opinions of probable costs.
Jk
EXISTING PAVERS TO REMAIN
WW
�,. EXISTING TREE (TYP) *'
_s ys F CANOPY TREE (TYP)
-
��; HARDWOOD MULCH (TYP)
ORNAMENTAL GRASS (TYP.)
ORNAMENTAL GRASS (TYP)
3 "
3 r "
14
ACCENT SHRUB (TYP.) -., .
EXISTING CONCRETE EMBANKMENT TO REMAIN
s .°, SEED (IYP.)
}
W. STATE HWY 114
0
SEED (TYP)
H
PERSPECTIVE VIEWPOINT
EXISTING CONCRETE EMBANKMENT TO REMAIN
ACCENT SHRUBS (TYP)01-
W ORNAMENTAL GRASS (TYP) ti, o'
LEGEND:
CANOPY TREE (TYP)
Ll—SEED ORNAMENTAL GRASSES
f ORNAMENTAL GRASS (TYP) 0 0�•�
EXISTING TREE (TYP) 00 0
EXISTING PAVERS TO REMAIN
ORNAMENTAL GRASSES —
HARDWOOD MULCH 0 SEED(TYP)
- EVERGREEN SHRUBS 0 DESERT SHRUBS tAc)
9z 4
0 ACCENT SHRUBS EXISTING TREES s r y� _
GRAPHIC SCALE 1N FEET
fill0 15 30 60
0 ACCENT SHRUBS CANOPY TREES
CITY OF
A
J. WHITE CHP BLVIDGREEN
R B B , soUTHLAKE Kimley»>Horn
THIS GRAPHIC IS CONCEPTUAL. THE INFORMATION SHOWN IS BASED ON THEMTHLAKE,"ll"EXAS CONCEPTUAL DESIGN BEST INFORMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE. I 1 g
JUNE2023
11
e�
Ef• _mdr,M'
i
V5
x
N . WHITE
CHAPEL
BLVDCURRENT CONDITIONS
SOUTHLAKE, TEXAS
N THE
SHOWN IS WITHOUT
BEST INFORMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE.
ION AVAILABLE THESSUB SUBJEATIONCT
CONCEPTUAL DESIGN THIS INFORMAAPHIC TION
{Y1 I
C7
N. WHITE CHAPEL BLVIDGREEN RIBBON
7
_ + ��7p� _ rF ' : vim` •,�.r .�'•_. r 'jBl" �j, 4•Y.*, _,
'.� VI.
THIS GRAPHIC IS CONCEPTUAL. THE INFORMATION SHOWN IS BASED ON THE
l{Y1
ONCEPTUAL DESIGN BEST INFORMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE.
North White Chapel Boulevard Improvements - Green Ribbon
Southlake, Texas
Opinion of Probable Costs
SOUTHLAKE
91
6/14/2023
Green Ribbon Applicable Items
Unit
Quantity
Cost
Item Cost
1006002
PREPARING ROW
STA
10.5
$3,500.00
$36,750.00
1646008
BROADCAST SEED (PERM) (RURAL) (CLAY)
AC
1
$2,000.00
$2,000.00
1666001
FERTILIZER
AC
1
$2,500.00
$2,500.00
1686001
VEGETATIVE WATERING
MG
82
$130.00
$10,660.00
1706001
IRRIGATION SYSTEM (DRIP & BUBBLERS)
LS
1
$115,000.00
$115,000.00
1926003
PLANT MATERIAL (3-GAL)
EA
7,200
$25.00
$180,000.00
192 613
MULCH
SY
4,270
$2.50
$10,675.00
1926025
PLANT MATERIAL (45 GAL) (TREE)
EA
35
$800.00
$28,000.00
1926016
PLANT BED PREP
SY
4,270
$10.00
$42,700.00
1936001
PLANT MAINTENANCE
MO
12
$2,200.00
$26,400.00
1936007
IRRIGATION SYSTEM OP AND MAINT
MO
12
$950.00
$11,400.00
5006001
MOBILIZATION
LS
1
$30,000.00
$30,000.00
5026001
BARRICADES, SIGNS, AND TRAFFIC HANDLING
MO
6
$5,500.00
$33,000.00
5066040
INSTALL EROSION CONTROL LOGS
LF
1,700
$6.00
$10,200.00
5066043
REMOVE EROSION CONTROL LOGS
LF
1,700
$3.00
$5,100.00
4326001
RIP RAP (CONC)(12"Wx4"D)
CY
21
$1,000.00
$21,000.00
6206007
ELEC CONDR (NO. 8) BARE
LF
585
$2.50
$1,462.50
1004 6001
TREE PROTECTION
EA
20
$325.00
$6,500.00
Green Ribbon Construction Subtotal
$573,347.50
Green Ribbon Contingency (t20%)
$114,652.50
Green Ribbon Indirect Costs - 5-10 Year Phasing (t35%)
$202,000.00
Green Ribbon Design Fees - Landscape Architecture, Engineering, Survey (f15)%
$90,000.00
Green Ribbon Total Estimated Project Cost
$980,000.00
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or
market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's
judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids. or actual costs will not
vary from its opinions of probable costs.
PERSPECTIVE
VIEWPOINT
m
% S7L
\ EXISTING PAVERS TO REMAIN
ACCENT SHRUB (TYP.) F
ORNAMENTAL GRASS (TYP.) Or
EXISTING CONCRETE EMBANKMENT TO REMAIN
W. STATE HWY 114
EVERGREEN SHRUB (TYP)
EXISTING TREE (TYP)
DESERT SHRUB (TYP.)
LEGEND:
Ll SEED
0 HARDWOOD MULCH
- EVERGREEN SHRUBS
- ACCENT SHRUBS
0 ACCENT SHRUBS
LAID I IIV\I UUIYUIIL I L LIVIUMI V I\IVILIN I I U IILIVIf1I IN
A
ORNAMENTAL GRASSES
0 ORNAMENTAL GRASSES
DESERT SHRUBS
0 EXISTING TREES
CANOPY TREES
V CONCRETE MOW STRIP (TYP.)
EXISTING TREE (TYP.)
CANOPY TREE (TYP)
/DESERT SHRUB (TYP.)
EVERGREEN SHRUB (TYP)
SEED (TYP.)
114
EXISTING CONCRETE EMBANKMENT TO REMAIN
1 1
li ty
! 4V �.
I
r,
4, t, 'SrN
r ..
%
c.
SEED (TYP.)
1 CITY 01
SOUTHLAKE
9
N C P T H
0 5' 1590' 60'
SCALE: V-30'
Kimley»)Horn
JUNE2023
15
.PdPF + !
Y + •• ' + y I
• -fif-
r
�. +16
7.6
, 4
+ • irk+ ;
• ' ` !
•�`4 _ l
L yy;' T �r•�"{ '�y,ti ' T�fyl' r ram"� 1�,, y
�odra
�' %,Lip
se
L '.�`�irY.' J'��, t� •� ��•' �t�� f�y"'�y?+ • '•.�•�Y_. .�� ��i Y � ,cam _ .: ��.�=. _ �1
M1 1
F ri
CITY 01
SOUTHLAKE Kl m l ey ») Ho n
TuJUNE 2023
16
t-.
-XIi
1y
J
t �
.� •'�, +, e'1 �' e � r , i , � 1. , . !
N . CARROLL AVENUEGREEN RIBBON
I�I ,
ON THE
INFORMATION SHOWN IS WITHOUT
BEST INFORMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE.
SOUTHLAKE, TEXAS CONCEPTUAL DESIGN THIS INFORMAIS TION AVAILABLE AND
{y)
North Carroll Avenue Improvements - Green Ribbon
Southlake, Texas
Opinion of Probable Costs
SOUTHLAKE
91
6/14/2023
Green Ribbon Applicable Items
Unit
Quantity
Cost
Item Cost
1006002
PREPARING ROW
STA
23.0
$3,500.00
$80,500.00
1646008
BROADCAST SEED (PERM) (RURAL) (CLAY)
AC
3.9
$2,000.00
$7,800.00
1666001
FERTILIZER
AC
3.9
$2,500.00
$9,750.00
1686001
VEGETATIVE WATERING
MG
210
$130.00
$27,300.00
1706001
IRRIGATION SYSTEM (DRIP & BUBBLERS)
LS
1
$115,000.00
$115,000.00
1926003
PLANT MATERIAL (3-GAL)
EA
7,500
$25.00
$187,500.00
192 613
MULCH
SY
4,426
$2.50
$11,065.00
1926025
PLANT MATERIAL (45 GAL) (TREE)
EA
30
$800.00
$24,000.00
1926016
PLANT BED PREP
SY
4,426
$10.00
$44,260.00
1936001
PLANT MAINTENANCE
MO
12
$2,200.00
$26,400.00
1936007
IRRIGATION SYSTEM OP AND MAINT
MO
12
$950.00
$11,400.00
5006001
MOBILIZATION
LS
1
$40,000.00
$40,000.00
5026001
BARRICADES, SIGNS, AND TRAFFIC HANDLING
MO
6
$5,500.00
$33,000.00
5066040
INSTALL EROSION CONTROL LOGS
LF
4,550
$6.00
$27,300.00
5066043
REMOVE EROSION CONTROL LOGS
LF
4,550
$3.00
$13,650.00
4326001
RIP RAP (CONC)(12"Wx4"D)
CY
100
$1,000.00
$100,000.00
6206007
ELEC CONDR (NO. 8) BARE
LF
600
$2.50
$1,500.00
1004 6001
TREE PROTECTION
EA
61
$325.00
$19,825.00
Green Ribbon Construction Subtotal $780,250.00
Green Ribbon Contingency (t20%) $155,750.00
Green Ribbon Indirect Costs - 5-10 Year Phasing (t35%) $274,000.00
Green Ribbon Design Fees - Landscape Architecture, Engineering, Survey (t15)% $120,000.00
Green Ribbon Total Estimated Project Cost $1,330,000.00
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or
market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's
judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids. or actual costs will not
vary from its opinions of probable costs.
SEED (TYP)
lippT � W. STATE HWY 114
LEGEND:
0 SEED
0 HARDWOOD MULCH
EVERGREEN SHRUBS
ACCENT SHRUBS
0 ACCENT SHRUBS
i,et:
ye, ;
SEED (TYP)
Am.
imob. mmmahm
-
ORNAMENTAL GRASSES
0
ORNAMENTAL GRASSES
DESERT SHRUBS
EXISTING TREES
CANOPY TREES
N
1
—ORNAMENTAL GRASS (TYP) `• �#
—1' CONCRETE MOW STRIP (TYP.) .
—HARDWOOD MULCH (TYP.)
—CANOPY TREE (TYP.)
—ACCENT SHRUB (TYP.)
—ORNAMENTAL GRASS (TYP.)
uj
EXISTING CONCRETE EMBANKMENT TO REMAIN
EXISTING CONCRETE EMBANKMENT TO REMAIN
W
i
Q
J
a
m
S_
ORNAMENTAL GRASS (TYP)
%,,NCRETE MOW STRIP (TYP.)
HARDWOOD MULCH (TYP.)
CANOPY TREE (TYP)
a! ACCENT SHRUB (TYP.)
'in_i. _,A
ORNAMENTAL GRASS (TYP.)
0%
W. STATE HWY 114
M;ll
SEED (TYP)
SEED (TYP)
PERSPECTIVE VIEWPOINT
i
Y
—1
14`�LF N 0 H T H
C 5' 15' 36' 60
SCAt E' VAD:
CITY or
SOUTHLAKE Kimley>>)Horn
® JUNE 2023
19
r
AbPL EL
Simms
---.r. -
4
16
31 ti
r L
IN
"..1
4 if .4
4' 1 " fit, %Lf IN
p I":'
A IL
c", 0,
CURRENT CONDITIONS SOUTHLAKE Kimley)))Horn
T IS GRAPHIC IS CONCEPTUAL. THE INFORMATION SHOWN IS BASED ON THE JUNE 2023
CONCEPTUAL DESIGN BHEST INFORMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE. I I I 1 9 20
..,
xz�'
,
41 y,� r • f. YtiA. 4
-1+'' ' . 5
KIMBALL AVENUEGREEN RIBBON
ON THE
BEST INFORMATION AVAILABLE AND IS SUBJECT TO CHANGE WITHOUT NOTICE.
ION AVAILABLE THE INFORMATION SHOWN I WITHOUT
SOUTHLAKE, TEXAS CONCEPTUAL DESIGN THIS INFORMATION
'
Kimball Avenue Improvements - Green Ribbon
Southlake, Texas
Opinion of Probable Costs
SOUTHLAKE
91
6/14/2023
Green Ribbon Applicable Items
Unit
Quantity
Cost
Item Cost
1006002
PREPARING ROW
STA
11
$3,500.00
$38,500.00
1646008
BROADCAST SEED (PERM) (RURAL) (CLAY)
AC
0.6
$2,000.00
$1,200.00
1666001
FERTILIZER
AC
0.6
$2,500.00
$1,500.00
1686001
VEGETATIVE WATERING
MG
66
$130.00
$8,580.00
1706001
IRRIGATION SYSTEM (DRIP & BUBBLERS)
LS
1
$115,000.00
$115,000.00
1926003
PLANT MATERIAL (3-GAL)
EA
7,500
$25.00
$187,500.00
192 613
MULCH
SY
4,280
$2.50
$10,700.00
1926025
PLANT MATERIAL (45 GAL) (TREE)
EA
30
$800.00
$24,000.00
1926016
PLANT BED PREP
SY
4,280
$10.00
$42,800.00
1936001
PLANT MAINTENANCE
MO
12
$2,200.00
$26,400.00
1936007
IRRIGATION SYSTEM OP AND MAINT
MO
12
$950.00
$11,400.00
5006001
MOBILIZATION
LS
1
$30,000.00
$30,000.00
5026001
BARRICADES, SIGNS, AND TRAFFIC HANDLING
MO
6
$5,500.00
$33,000.00
5066040
INSTALL EROSION CONTROL LOGS
LF
1,700
$6.00
$10,200.00
5066043
REMOVE EROSION CONTROL LOGS
LF
1,700
$3.00
$5,100.00
4326001
RIP RAP (CONC)(12"Wx4"D)
CY
23
$1,000.00
$23,000.00
6206007
ELEC CONDR (NO. 8) BARE
LF
400
$2.50
$1,000.00
Green Ribbon Construction Subtotal $569,880.00
Green Ribbon Contingency (t20%) $115,000.00
Green Ribbon Indirect Costs - 5-10 Year Phasing (t35%) $200,120.00
Green Ribbon Design Fees - Landscape Architecture, Engineering, Survey (T15)% $90,000.00
Green Ribbon Total Estimated Project Cost $975,000.00
The Engineer has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or
market conditions. Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's
judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids. or actual costs will not
vary from its opinions of probable costs.