Loading...
HomeMy WebLinkAboutContract 62388CONTRACT FOR THE CONSTRUCTION OF 2025 ASPHALT RESURFACING CONTRACT 4 Mattie Parker Mayor City Project No. 105646 Lauren Prieur David Cooke City Manager Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2024 - CSC No. 62388 ��� ����� Cit of FortWorth Y Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Page 1 of 6 Last Revised 00 OS 10 Ma or and Council Communication 07/O1/201 ] 00 OS 15 Addenda 07/O1/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders O1/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Pro osal Form Unit Price O1/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Com liance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Pre ualifications 08/13/2011 00 45 12 Pre ualification Statement 09/30/2021 nn�� n4iio �� ��T 00 45 26 Contractor Com liance with Workers' Com ensation Law 07/O1/2011 00 45 40 Business E uit Goal 06/07/2024 00 52 43 A reement 03/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Pa ment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/O1/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Su lementa Conditions 03/08/2024 Division Ol - General Re uirements Last Revised O1 11 00 Summa of Work l2/20/2012 O1 25 00 Substitution Procedures 07/O1/20ll O1 31 19 Preconstruction Meetin 08/17/2012 O1 31 20 Pro�ect Meetin s 07/O1/2011 O1 32 16 Construction Schedule 10/06/2023 O1 32 33 Preconstruction Video 07/O1/20ll O1 33 00 Submittals 12/20/2012 O1 35 13 S ecial Pro�ect Procedures 03/11/2022 O1 45 23 Testin and Ins ection Services 03/09/2020 O1 50 00 Tem orar Facilities and Controls 07/O1/20ll O1 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 O1 57 13 Storm Water Pollution Prevention Plan 07/O1/20ll O1 58 13 Tem orar Pro'ect Si na e 07/O1/20ll O1 60 00 Product Re uirements 03/09/2020 O1 66 00 Product Stora e and Handlin Re uirements 07/O1/2011 O1 70 00 Mobilization and Remobilization 11/22/2016 O1 71 23 Construction Stakin and Surve 02/14/2018 O1 74 23 Cleanin 07/O1/20ll O1 77 19 Closeout Re uirements 03/22/2021 O1 78 23 O eration and Maintenance Data 12/20/2012 O1 78 39 Pro�ect Record Documents 07/O1/2011 CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer speci�cally for this Project; hard copies are included in the ProjecNs Contract Documents Division 32 - Exterior Im rovements 32 11 23 Flexible Base Courses 32 13 20 Concrete Sidewalks, Dri� 32 91 19 Tonsoil Placement and Fi and Barrier Free � of Parkways Date Modified 12/20/2012 12/09/2022 03/11/2022 Division 33 - Utilities 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Division 34 - Trans ortation 34 71 13 Traffic Control 03/ll/2022 03/22/2021 Division 99 — Additional S ecification 99 99 00 Additional S ecification 08/13/2024 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httu:Ufortworthtexas.�ov/tpw/contractors/ or https:Uapps.fortworthtexas.gov/Proj ectResources/ Division 02 - Existin Conditions 02 41 13 Selective Site Demolition m ni in o�� 02 41 15 Pavin Removal Division 03 - Concrete Division 26 - Electrical Division 31- Earthwork Last Revised 03/11/2022 ,�i��z 02/02/2016 31 00 00 Site Clearin 03/22/2021 31 23 16 Unclassified Excavation O1/28/2013 � i�� � n i i��� 2 ��r�-vv �Hii�S n � ��mrcaa�ivz� 31 25 00 Erosion and Scdimcnt Control 04/29/2021 � ,�o �s , � ���� CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 I �� � � � I :..,,° Division 32 - Exterior Im rovements � ��n�T n,4�o, �� � ��-�v iia 'n''.,4?0, �� 32 O1 29 Concrete Pavin Re air 12/20/2012 2� i i �� ��,,.,;��,, u..�„ r,.,,,-,,,,,, i�i�ni�ni� ��z--r-r-r� �z-r�vrcvzz 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 2'%T ADIZZI�.�TJ 32 12 16 As halt Pavin 6/07/2024 32 12 73 As halt Pavin Crack Sealants 12/20/2012 ���� n�ii� � ��-�iv '�-z�'.,�om�� � � 7�� z'-a'.,zo,��z'--�L 2 ���o i%•r�i,��%�ii 32 16 13 Concrete Curb and Gutters and Valle Gutters 12/09/2022 32 17 23 Pavement Markin s 06/10/2022 32 17 25 Curb Address Paintin 11/04/2013 ���� rt�,,;� �o�„o� „�a r„�o� n�� �� ���o �r;ro �or,.o „�a r_„�o 'n`'.,zo,4`'.�'-� ���� �r,.,.a �or,.o� .,ra �„+�� n �4`'.�� � ��z'--�J 9�� ���� n�ii�� 32 92 13 Soddin 05/13/2021 ���T ncii� 2� m ic inin�i�m� �� rorvc�re.�c� 2'l�� T.-oo ...7 Ql....,1. iir��i�rc Division 33 - Utilities CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 � .. � -- � � ��.• � � � � . . _ . �� � � „ � � � � � � � ■. . � � � � . _ �� � � �� � � .. . . _ _ . �� �� � �-'•"'��,...:.. �� �� � . . . � � � � � � ..y.. � � Iy� i � � � � � � � � _ �� � � � � - ' � � � � � . ■ ! �i � � � � � � _ � � �� � � i � � � � i � � � _ � � � � _ � � � � �� � � � � � � �_ � �� � �� � � � - �� �� �F�. � � �� � ��� � �� � � _ �� �� � ��'.� �� �� � �� �� �� � � � � � � " � � ' ' � ' - ' . _ � � � �i � � ♦ �� � � � � � ' ' ' � � . � � � � � �� � � � � . � � "' � � � i � � � � _ � � i � � i � � _ � � � � i \- �. _ \ � � \ � � �� .��.�,.��..�:.�...�.��.�� � � . �� � � _ � _ � �ii�..3,:.-„�' `� � �� �" i �. � � �_ � � ��"�/ii'/:E'..�::��..:�.:.��,.:.. � i _ � � � � i � ■ � � � i � ■ � � � i • � � � � � . � � i � � . \ . � � i � i � \ � � � Division 34 - Trans ortation �n n i i n rr.-..��;,, c;,.�,.i� �v i i � � � . i i � � � � � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 � � '��' � � 2025 ASPHALT RESURFACING CONTRACT 4 City Proj ect No. 105646 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMi:NTS Page 5 of 6 Appendix GG4.02 GC-6.06.D GG6.07 GN-1.0 SD-1.0 PQ-1.0 Subsurface and Physical Conditions Minority and Women Owned Business Enterprise Compliance Wage Rates General Notes Standard Construction Details Project Maps and Quantities END OF SECTION CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised June 7, 2024 00OS10-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 00 05 10 MAYOR AND COUNCIL COMMLTNICATION (M&C) [Assembler.• For Contract Document execution, remove this page and replace with the approved M&C for the award of the project. M&C insert shall be on blue paper.J END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA"CION DOCUMENTS Revised July 1, 2011 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 105646 11/14/24, 4:06 PM CITY COUNCIL AGENDA Create New From This M&C DATE: 11/12/2024 REFERENCE **M&C 24- NO.: 0982 M&C Review LOG NAME: �ORT�r'�'URTII _��_ 202025 ASPHALT RESURFACING CONTRACT 4 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 6 and CD 9) Authorize Execution of a Contract with Peachtree Construction, Ltd., in the Amount of $3,165,234.23 for the Rehabilitation of Various Streets for the 2025 Asphalt Resurfacing Contract 4 Project at Various Locations RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Peachtree Construction, Ltd., in the amount of $3,165,234.23 for the rehabilitation of various streets for the 2025 Asphalt Resurfacing Contract 4 project at various locations (City Project No. 105646). DISCUSSION: The Fiscal Year 2025 Pay-Go Contract Street Maintenance Program groups various types of street maintenance into specific contract packages. The 2025 Asphalt Resurfacing Contract 4 provides street rehabilitation on approximately 6.9 lane miles for the street sections listed below: Street From Andora Avenue Madrid Drive To Cibolo Drive Council District 9 Armando Madrid Drive Cibolo Drive 9 Avenue Campana Street Madrid Drive Cervantes Avenue Cibolo Drive EI Greco Avenue Madrid Drive Vega Drive Madrid Drive Woodway Drive Madrid Drive Woodway Drive S Dead End Cibolo Drive Cibolo Drive EI Greco Avenue Cibolo Drive McCart Avenue Altamesa Boulevard �. Woodway Drive Misty Meadow Altamesa 9 Drive Boulevard This project was advertised for bid on August 29, 2024 and September 5, 2024, in the Fort Worth Star-Telegram. On September 26, 2024, the following bids were received: Bidder Base Bid Amount Alternate Bid Amount Time of Completion Peachtree Construction, Ltd. $3,208,922.20 $3,165,234.23** 210 Calendar Days Texas Materials Group $3,313,447.29 $3,236,258.15 **In an attempt to secure alternate bids, staff advertised the project with Base Bid to resurface asphalt streets included in this contract with virgin PG70-22 dense graded Type-D mix, and Alternate Bid to resurFace asphalt streets with PG70-22 Superpave SP-D mix. Staff recommends award of the contract for Alternate A(PG70-22 Superpave SP-D Option). apps.cfwnet.org/council_packeUmc_review.asp?I D=32689&councildate=11 /12/2024 1 /2 11/14/24, 4:06 PM M&C Review In addition to the contract amount, $451,503.77 is required for project management, material testing, and inspection and $158,262.00 is provided for project contingencies. Funding is budgeted in the General Capital Projects Fund for the Transportation and Public Works Department for the purpose of funding the 2025 Asphalt Resurfacing Contract 4 project. Construction for this project is expected to start in January 2025 and be completed by August 2025. Upon completion of the project, there will be no anticipated impact on the General Fund operating budget. M/WBE OFFICE — The Business Equity Division placed a 16\% business equity goal on this solicitation/contract. Peachtree Construction, LTD., will be exceeding the goal at 16.40\%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This project is located in COUNCIL DISTRICTS 6 and 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the 2025 Asphalt Resurfacing 4 project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (ChartField 2) FROM Fund Department Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Reference # Year (ChartField 2) Jesica McEachern (5804) Lauren Prieur (6035) Monty Hall (8662) 105646 Compliance Memo Signed & Approved-NS.pdf (CFW Internal) 105646 Form1295 - Signed.pdf (CFW Internal) 202025 ASPHALT RESURFACING CONTRACT 4.docx (CFW Internal) CPN 105646 M&C Map 2025AsphaltResurfacingCo4.pdf (Public) CPN 105646 PBS.pdf (CFW Internal) CPN105646 FID Table (3).XLSX (CFW Internal) SAM Report Peachtree Construction Ltd CPN 105646.pdf (CFW Internal) Amount apps.cfwnet.org/council_packeUmc_review.asp?I D=32689&councildate=11 /12/2024 2/2 00 os is - � ADDENDA Page 1 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 CITY OF FORT WQRTH Transportation and Public Warks Department 2025 ASPHALT RESURFACING CONTRACT 4 CITY PROJECT N0.105646 ADDENDUM NO.1 Addendum No. l: Tssued Tuesday, September 17, 2024 Bid Open Date: Thursd�y, September 26, 2024 This Addendum forms part of the Plans, Contract Documents, and specifications for the above- referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acicnowledge receipt of ihis addendum in the space provided below, and in the proposal {SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for 2025 Asphalt Resurfacing Contract 4, City Project No. 105646, are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: a. SECTION 00 11 13 — Replace the INVITATION TO BIDDERS in its entirety with the attached revised INVITATION TO BIDDERS. b. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised PROPOSAL FORM. c. SECTION PQ-1.00 — Raplace the PROJECT MAP AND QUANTITY in its entirety with the attached revised MAP AND QUANTITY. d. SUBMISSION INSTRUCTIONS — 24-0280 — The submission instructions have been updated to include Addendum No. 1 under the Requested Information section. e. BIDTABLE (BT-01 GT) — The bidtable has been revised in Bonfire to reflect the changes made to the proposal form. £ BIDTABLE (BT-24VX) — The bidtable has been revised in Boniire to reflect the changes made to the proposal form. The attendees asked the following questions during the pre-bid conference and on Bonfire. The City of Fort Worth's responses are below. Question 1: What is the engineer's estimate for the project? Response 1: $3, 600, 000. DO is the approximate construction based on the engineer's estitnate. �, . Question 2: When is the construction expected to start? Response 2; Work on the project is expected to begin in .Ianuary 2025. The selected vendor must have crews available and prepared to initiate work upon receipt af the Notice to Proceed. Question 3: Does the construction plan include stabilizatian of a base course or subgrade Iayer? Response 3: As per the constNuction details of section 321216-D501, the scope for pulveNization and overlay includes stabilizing the base and subgrade using CEM-LIME at 32 pounds per square yard. CITY OF FORT WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Revised July 1, 2011 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 105646 Addendum No. 1 000sis-a ADD�NDA Page 2 of 2 1 This Addendum No. 1 farms part of the Plans, Specifications, and Contract Documents for the 2 above-referenced project and tnodi�as the original Project Manual and Contract Documents of 3 the same. 4 Acknowledge your receipt of Addendum No. 1 by completing the requested information in the 5 ,space provided in Section 00 41 00, Bid Form, Page 3 of 3 6 A signed copy of Addendum No. 1 should be included in the submitted sealed bid at the time of 7 bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject 8 bidder to be considered "NONRESPONSIVE," resulting in disqualification. 9 10 Addendum No. 1 11 12 RECEIPT ACKNOWLEDGEMENT: Lauren Prieur, P.E. 13 Director, Transportation & Public Worlcs 14 �s By:� ._., C.._-. By, ze(ale� ���a 16 CompanyF'EACMTREE CON5TRUCTION,LTO. Zelalem Arega, P.E. 17 Address: 5801 PARti� VISTA CIR: Engineering Manager 18 CitY: KELLEI�t�:76244 19 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 105646 Addendum No. 1 00 I 1 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 105646 ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bon�irehub.com/portaU?tab=openOpportunities, under the respective Project unti12:00 P.M. CST, Thursday, September 26, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Floor Mezzanine, Room CH_MZ10_12. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub. com/portal/?tab—openOp�ortunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105646 Revised 2/08/24 Addendum No. 1 00 I 1 13 INVITATION TO BIDDERS Page 2 of 3 Contact the Bonfire support team at Support@GoBonfirc.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vcndor Rcgistration and Submission [VTDEO] — Bonfirc Vcndor Support (gobonfirc.com) GENERAL DESCRIPTION OF WORK The maj or work will consist of the (approximate) following: 13,683 SY 41,731 SY 15,552 SY 668 TN 3,308 LF 5,082 SF 1,085 SF 15 EA 12,248 LF 2" Surface Milling and 2" Asphalt Pavement Surface Course Pavement Pulverization and 3" Asphalt Pavement Surface Course 3" Surface Milling CEM-LIME stabilization at 321bs/sy Remove and Replace Concrete Curb & Gutter Remove and Replace Concrete Driveway Remove and Replace Concrete Sidewalk Remove and Replace ADA Curb Ramp Pavement Marking PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via thc Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab—openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab—openO�portunities, under the respective Proj ect. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, September 10, 2024 TIME: 11:00 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105646 Revised 2/08/24 Addendum No. 1 00 I 1 13 INVITATION TO BIDDERS Page 3 of 3 If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES August 29, 2024 September 5, 2024 END OF SECTION CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105646 Revised 2/08/24 Addendum No. 1 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. De�ned Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.21. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, iirm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven ('� calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://a�ps.fortworthtcxas. o� v/ProjcctRcsourccs/ CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105646 RevisedlUpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.11. Paving — Requirements document located at: https://ap�s.fortworthtcxas. og v/ProjcctRcsourccs/RcsourccsP/02%20- %20Construction%20Documcnts/Contractor%20Prequal ification/TPW%20Paving %20Contractor%20Prequalification%20Pro�ram/PREOUALIFICATION%20REQ UIREMENT S%20FOR%20PAV ING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://ap�s.fortworthtcxas. og v/ProjectRcsourccs/RcsourccsP/02%20- %20Construction%20Documcnts/Contractor%20Prcqualification/TPW%20Roadwa y%20and%20Pcdcstrian%20Li�hting%20Prcqualification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://a�s.fortworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%20Documcnts/Contractar%20Prcqualification/Watcr%20and%2 OSanitarv%20Sewer%20Contractor%20Prec�ualification%20Pro�ram/WSS%20pre q ual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 61. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. OMITTED 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH 2O25 ASPHALT R GSURFACING CONTRACT 4 STANDARD CONSTRUCTTON SPl;CTFTCATION DOCUMI;NT City Project No. 105646 RevisedlUpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.11. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. OMITTED 4.1.5. Shall study a1L• (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the proj ect. For proj ects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH 2O25 ASPHALT RGSURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105646 RevisedlUpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless speciiically identified in the Contract Documents. CITY OF FORT WORTH 2O25 ASPHALT R GSURFACING CONTRACT 4 STANDARD CONSTRUCTTON SPl;CTFTCATION DOCUMI;NT City Project No. 105646 RevisedlUpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 51. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the proj ect. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 61. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clari�cations considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clari�cations will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3 6.4 Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https: //fortworthtexas.bonfirehub.com/portal/?tab—openO�portunitie s A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH 2O25 ASPHALT R GSURFACING CONTRACT 4 STANDARD CONSTRUCTTON SPl;CTFTCATION DOCUMI;NT City Project No. 105646 RevisedlUpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 71. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of �ve (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractar and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-ll-2020), codified at: https://codelibrary.amle�al.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH 2O25 ASPHALT R GSURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105646 RevisedlUpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the �irm and the official address of the firm shall be shown. 12.6. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and official address. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal htt�s://fortworthtexas.bonfirehub.com/portal/?tab—openO�ortunities. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105646 RevisedlUpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of �gures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own arganization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH 2O25 ASPHALT R GSURFACING CONTRACT 4 STANDARD CONSTRUCTTON SPrCiFiCATION DOCUMrNT City Project No. 105646 RevisedlUpdated 1/17/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httbs://www.ethics.state.tx.us/data/forms/1295/1295.adf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2O25 ASPHALT R GSURFACING CONTRACT 4 STANDARD CONSTRUCTTON SPl;CTFTCATION DOCUMI;NT City Project No. 105646 RevisedlUpdated 1/17/24 - 0(� 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 10 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questiannaire or certify that one is current and on file with the Ci#y Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consulfi wifih counsel regarding the applicability of these forms and Local Government Code Chapter 176 fio your company. The referenced forms may be dawnloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) https://www. eth ics.state.tx. us/data/forms/confl ict/CI S. pdf ❑ C� ❑ ❑ � ❑ BIDDER: CIQ Form does not apply CIQ Form is on file with City Secretary � CIQ Form is being provided to the City Secretary CIS Form does not apply GIS Form is on File with City Secretary CIS Form is being provided to the City Secretary By: J. Barry Clark Signature: . � �---- Title: END OF SECTION President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 2025 ASPHALT RESURFACING CONTRACT 4 City Project No 105646 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No Units/Sections: 2025 ASPHALT RESURFACWG CONTRACT 4 105646 Paving 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2025 ASPHALT RESURFACING CONTRACT 4 Revised 9/30/2021 Ciry Project No. 105646 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be perFormed only by prequalified contractors and subcontractors: a. Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) b. - c. - d. - e. - f. - g. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General C�nditions. c. Proposal Form, Sec#i�� 00 42 43 d. Vendor Compliance ta State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 105646 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. � 6.3 Evaluation of Bid Items Total 1: Base Bid $3,208,922.20 $3,165,234.23 $3,208,922.20 Total 2: Base Bid with Alternate A(SuperPave) Units Total Bid 7. Bid Submittal This Bid is submitted on 9-26-24 Respectfully su itted, By: --. �_. (Signature) J. Barry Clark (Printed Name) by the entity named below. Title: President Company: Peachtree Construction Address: 5801 Park Vista Circle Fort Worth, TX 76244 State of Incorporation: Email: JBClark@peachtreecon.com Phone: 817-741-4658 0 Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: L. Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 105646 I SECTION 00 42 43 PROPOSALFORM � 00 42 43 BIUPROPOSAL Page 1 of 2 CITY 4P �ORT WORTH 2O25 ASPHALT RESURPACING CONTRACT 4 STANDIil2D CONSTRUCTION SP&CIfICATION OOCUMCN'CS Cily Project No. 10564G Rcvised 9t30/2021 Addendum No. 1 UN1T PRICE BID Bidder's Application SECTION 00 42 43 PROPOSALFORM 00 42 43 BIDPROPOSAL Page 2 of 2 Bid Summary Total 1: Base Bid Unit 1 $3,208,922.20 Total 2: with Alternate A(SuperPave) Units I&1-A $3,165,234.23 *Note: The City Reserves the right to select either Total I or Tota12. �ND OT S�CTION < C[TY OT PORT W02TH � 2025 ASnF1AI.T RESURPACiNQ CONTRACT 4 STANDARll CONS'fRUCTION SPEGL[CATION DOCUMCNTS Ciry Project No. 105646 Revised 9t30l2021 Addendum No. I UNIT PRICE BID Bidder's Application 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 't3 BID BOND KNOW ALL BY THESE PRESENTS: That we, Peachtree Construction, LTD. , known as "Bidder" herein and Travelers Casualty and Surety Company of America a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the foliowing project designated as 2025 ASPHALT RESURFACING CONTRACT 4 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Prineipal, and the Principal shall satisfy all requirements and conditions required for the execution af the Contract and shall enter info #he Contract in writing with the City in accordance with the terms of such same, then this obligatfon shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for #he execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surefy have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of September , 2024. ATT . Witness a Principal CITY OF FORT WORTN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9I3DI2021 PRINCIPAL; Peachtree Construc#ion, LTD. BY: ignature� J. BARRY CLARK I�p2�SIDENT Name and Title 2025 ASPHALT RESURFACING CONTRACT 4 City ProJect No 105fi46 00 43 13 BID BOND Page 2 of 2 �, � �� , 1� �. Cl , � .", ( ' `� Witness as to Surety Linda K Edwards Attach Power of Attorney (Surety) for Attorney-in-Fact Address: 5801 Park Vista Cir. Keller, TX 76244 S U R ETY: Travelers Casualty and Surety Company of America ��� , BY: 1 'j . i: �% �., � (��`L �:�-- Signature (� Teresa Ayala - Attomey - iri �_�_ac� Name and Titie Address: 2900 Marquita Gr. Fort Worth, TX 76'i 16 Telephone Number: (817) 737 - 4943 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 2025 ASPHALT RESURFACING CONTRACT 4 City Project No 105646 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ����y+'SUflfjy� ` J�,�TrqHpsL �'�F��—�� / ' 9 *i �'7 j Fi4RTFORD.I �� s Hnaraoao. < ��k' r��'t� i! ` COtltl. J � CONN. o �,r} iL1� '��s I ��'^.• 'yi���y 7tib +a` i.v+.+s"�� s "'r bl' ...� ,. State of Connecticut ,�.�� /"��,� '�'�r�/% By: G�' %'-� �� City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. ••�t;�°�'�,��:;, IN WITNESS WHEREOF, I hereunto set my hand and official seal. ;�i`—~`r'• /�G� �f�� � noV��r� ,'i My Commission expires the 30th day of June, 2026 E* r+M ' 1�,� _ ,�0``�� d' Anna P. Nowik, Notary Public 5 1 ��'rJ•4�4EGt1�,F✓f w�.�.��..�o This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 26th day of September , 2024 ����p�yr 9Jp,�r a,yo ` ��,�t S ;j * S 1� y � y'S./,r� .� NA9iFOfiD, 'S� a� NA(7TFOR0, c ';,Y y[,k ��I �Ot6Y. � 2 CONN. y � �1 ••�1�� bb aat Ib�� i ; v� t, r N„s �,n^ 1'. �l"�-� f /� _ _ /�'"'-' Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, p/ease ca// us at 1-800-421-3880. P/ease refer to the above-named Attorney(s)-in-Fact and the detai/s of the bond to which this Power ofAttorney is attached. 1 Rios, Leonel From:Paradis, Ann <APARADIS@travelers.com> Sent:Monday, November 4, 2024 8:46 AM To:Rios, Leonel Cc:Carmichael, Robbie Subject:RE: Bond #108073313 Verification-Peachtree Construction, LTD. CAUTION:This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. The bond information below is valid. Ann V. Paradis | Sr. Administrative Assistant | Construction Services Travelers Bond & Specialty Insurance One Tower Square, MN06-740 Hartford, CT 06183 (860) 277-2895 aparadis@travelers.com From:Rios, Leonel <Leonel.Rios@fortworthtexas.gov> Sent:Monday, November 4, 2024 9:39 AM To:Paradis, Ann <APARADIS@travelers.com> Subject:[External] Bond #108073313 Verification Peachtree Construction, LTD. CAUTION: This email came from outside of the company. Please exercise caution when opening attachments, clicking links or responding to this email. The original sender of this email is Leonel.Rios@fortworthtexas.gov. Good morning, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Peachtree Construction, LTD.: Bond #108073313, in the amount of $3,165,234.23, issued by Travelers Casualty and Surety Company of America for City Project #105646,2025 Asphalt Resurfacing Contract 4. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Peachtree Construction, LTD. Thank you, Leonel J. Rios Contract Compliance Specialist Transportation Public Works 817-392-7233 (office) 100 Fort Worth Trail, Fort Worth, Texas 76102 leonel.rios@FortWorthTexas.gov 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 9 of 10 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: END OF SECTION By: J. Barry Clark � (Si nature) Title: President Date: a - Zt � 2rf CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 2025 ASPHALT RESURFACING CONTRACT 4 City Project No 105646 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 ll 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequaliiied or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven ('� days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequali�ication process will establish a bid limit based on a technical evaluation and 17 �nancial analysis of the contractor. Far example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited ar reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DiJNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised August 13, 2021 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting �rm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the �nancial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accardance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on �le with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital= current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 prequalification purposes. (10) In the case that a bidding date falls within the time a new fmancial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalif cation Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised August 13, 2021 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractar will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised August 13, 2021 0 SECTION 00 4512 PREQUALIFICATION STATEMENT 00 45 12 PREQUALIFICATION STATCMENT Page 10 of 10 Each Bidder for a City procurement is required to complefie the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Asphalt Paving Heavy Maintenance ($1,000,000 and Peachtree Construction, LTD. 10/1/2024 OVER) � The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Peachtree Construction, Ltd. 5801 Park Vista Circle Fort Worth, TX 76244 0 0 By: J. B rry Clar{c ignature) Title: President Date: `i• 2��2�1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 2025 ASPHALT RESURFACING CONTRACT 4 City ProJect No 105646 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 �� 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 39 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides woi•ker's compensation insurance coverage for all of its employees employed on City Pt•oject No. 105646. Contractor fiirther certifies that, putsuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance witll worker's compensation coverage. CONTRACTOR: PEACHTREE CONSTRUCTION,LTD. Company 5801 PARK VISTA CIR. Address KELLER, TX 76244 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT I: Signature J. BARRY CLARK (Please Print) . � �. �..---- Title: PRESIDENT (Please Print) § § BEFORE ME, the undersi�n ed authority, on this day personally appeared J. BARRY CLARK , known to me to be the pet•son whose name is subscribed to the foregoing instr�nnent, and acknowledged to me that he/she executed the same as the act and deed of PEACHTREE CONSTRUCTION,LTD. for t11e purposes and consideration therein expressed and in the capacity therein stated. GIVE ER MY HAND AND SEAL OF OFFICE this V1 "' day of . � � 20� .� Janet Lynn Reiter My Commisslon Expires * arzaizoz7 °�,E Notary ID130350671 � Notary Publi ' and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 1 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 10�646 00 45 40 - 1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020 (codified at: https://codelibrarv.amle�;al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 13 this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this proj ect is 16% of the total bid value of the contract (Base bid applies 17 to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 26 contractor Waiver documentation. 27 28 SUBMITTAL OF REOUIRED DOCUMENTATION 29 Applicable documents (listed below) must be submitted electronically with the other required bidding 30 documents at the time of the bid under the respective Project via the Procurement Porta1: 31 https://fortworthtexas.bonfirehub.com/portal/?tab—openO�ortunities 32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 33 exclusive of the bid opening date with the respective Project via the Procurement Portal by 34 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 35 submit required documentation at the time of bid submission. 36 37 The Offeror must submit one or more of the following documents: 38 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 39 2. Letter of Intent, for all M/WBE Subcontractors; 40 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 41 participation is less than stated goal, or no Business Equity participation is accomplished; 42 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 43 all subcontracting/supplier opportunities; or 44 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 45 Protege participation. 46 47 These forms can be accessed at: 48 Business Equity Utilization Form and Letter of Intcnt CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised June 7, 2024 004540-2 iiusiness Equity Goal Page 2 of 2 1 https://a�ps.fortworthtexas. o�v/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization 2 Form DVIN 2022 220324.pdf 3 4 Letter of Intent 5 https://a�s.fortworthtexas. og v/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 2021.pdf 7 8 Business Equity Good Faith Effort Form 9 https://a�ps.fortworthtcxas. og v/ProjcctRcsources/ResourccsP/60 - MWBE/Good Faith Effort 10 Form DVIN 2022.pdf 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Business Equity Prime Contractor Waiver Form https://a�s.fortworthtcxas._o� v/ProjcctRcsources/RcsourccsP/60 - MWBE/MWBE Primc Contractor Waivcr-2203 l 3.pdf Business Equity Joint Venture Form https://a�ps.fortworthtcxas. o� v/ProjcctRcsourccs/RcsourccsP/60 - MWBE/MWBE Joint Vcnturc_220225.pdf FAILURE TO ACHIEVE THE GOAL OR OTHERWiSE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REQUIRED BUSINESS EOUITY DOCUMENTATION 012 OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRiBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Aceess and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised June 7, 2024 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT TffiS AGREEMENT, authorized on November 12, 2024, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Peachtree Construction, LTD., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractar may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2025 ASPHALT RESURFACING CONTRACT 4 Cit�Project No. 105646 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of THREE MILLION ONE HUNDRED SIXTY-FIVE THOUSAND TWO HLJNDRED THIRTY-FOUR AND 23/100 Dollars ($3,165,234.23). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME � Final Acceptance. The Work shall be complete for Final Acceptance within 210 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Wark and City and the public will suffer from loss of use if the Work is not completed within the time(s) speci�ed in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fiftv AND 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised March 3, 2024 00 52 43 - 2 Agreement Page 2 of 6 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 61 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification nrovision is specificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sought were caused, in whole or in uart, bv anv act, omission or negli�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised March 3, 2024 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the dama�es being sought were caused, in whole or in uart, by anv act, omission or ne�ligence of the city. Article 7. MISCELLANEOUS 71 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 �I[c3 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 7.6 7.7 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised March 3, 2024 00 52 43 - 4 Agreement Page 4 of 6 ��y Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the terrn of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Aintnunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a fireann entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a�rearm entity or firearm trade association; and (2) will not discriminate against a�rearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised March 3, 2024 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction wark in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised March 3, 2024 00 52 43 - 6 Agreement Page 6 of6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: ,J. o�� Ck&k J. Barry Clark{O 5, 202414:10 CDT) Signature J.Barry Clark (Printed Name) President Title 5801 Park Vista Circle Address Keller, TX 76244 City/State/Zip Oct25,2024 Date CITY OF FORT WORTH City of Fort Worth By: Jesica McEachem Assistant City Manager Dec 4, 2024 Date Attest: r;,.� Jannette Goodall, City Secretary (Seal) M&C: 24-0982 Date: 11/12/2024 Ap� to Form and Legality: Douglas Black (Nov 25, 2024 11:04 CST) Douglas W. Black Sr. Assistant City Attorney ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2024 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 105646 006113-1 PERPORMANC� BOND P�ge 1 of 2 ia S�CTION 00 G1 13 PERFORMANC� BOND Bond: 108073313 3 4 T�IE STAT� OF TEXAS § 5 § KNOW ALL BY THES� PRESEN�'S: 6 COUNTY Og+' TARIZANT § 7 That we, Peachtree Construction, LTD., known as "Principal" herein and 8 Travelers Casualty and Surety Company of America, a corporate surety(sureties, if more than 9 one) duly authorized to da business in the State of Texas, lcnown as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fart Worth, a municipal corporation created 11 pursuant to the laws of Texas, lcnown as "City" herein, in the penal sum of, THREE MILLION 12 ONE IIUNDRED SIXTY-FIVE THOUSAND TWO HUNDRED THIRTY-FOUR AND 23/100 13 Dollars S$3,165,234.23), lawfiil money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our IS 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WIiEItEAS, the Principal has entered into a certain written contract with the City awarded I8 the 12th day of November � 2024 , which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish al] materials, equipment labor and other 20 accessories de�ned by law, in the prosecution of the Worlc, including any Change Orders, as 2i provided for in said Contract designated as 2025 ASPHALT RESURFACING CONTRACT 4, 22 City Project No. 105646. 23 24 NOW, THEREFOI2E, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfiilly 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and coutract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be zs 29 30 31 and become null and void, otherwise to remain in full £orce and effect. PROVIDED FUR.THER, that if any legal actian be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. l O5C46 Revised December 8, 2023 00 61 13 - 2 PGRPORMANCG[30ND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 3 4 Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 12th day of November 6 ?p 2a >- 7 8 9 10 I1 12 13 14 IS 16 17 18 19 2� 21 22 23 24 25 26 2% 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4�1 ATTEST: (Principal) Secretary ��/,:!_ �'� � PRINCIPAL: Peachtree Construction, Ltd. r. ; ` �1 BY: � ,� Signature � � J. BARRY CLARK PRESIDENT Name and Title Address: 5801 Park Vista Cir. Keller, TX 76244 SURETY: Travelers Casualty and Surety Company of America p`� /�i � BY: ' C: ;%li_liCL :fi(�C_G�-- �.. Sig��ature Teresa Ayala Atty-in-Fa�;t Name and Title � C Witness as to Sw•e Tina Payne Address: 2900 Marquita Dr. Fort Worth, TX 76116 Telephone Number: $17-737-4943 Email Address: TEAyaia@a,crisure.com *Note: If signed by an officer of the Surety Company, the►•e must be on file a certified extract fi•om the by-laws showing that tllis peison has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to tl�e date the Contract is awarded. CI'fY OF FORT WORTH 2O25 ASPI IALT RESURFACING CONTRACT 4 STANDnRD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105646 Revised December 8, 2023 Travelers Casualty and Surety Company of America 4�> Travelers Casualty and Surety Company TRAVELERS .� st. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and alI bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ,t+""�,po�uatry ,tv.�No ¢+���+ r �cc� yo ,r� a�PR'�+'�� � � F1hR7FORD,1 �p U : �'�� ��CQVj w HAPTFORD, �� Cr,k��'t I M. f kg CONN. t F, yFyy � .• ��� y � ' � v��� �.r �=�a � ✓. uw,.,a+��' � '`.' `_ 4 . j � - �� ` " State of Connecticut ~ �/ ' f,2�c�,�� By: �,Y� , l City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. ,. ;, �:r ?;lS,•.:�.. IN WITNESS WHEREOF, I hereunto set my hand and official seaL ;;•tf '�'t'•• /� ��G� Pl0 fA(i'! My Commission expires the 30th day of June, 2026 :* •�+TM ``: fiTj� s '�"'`�r � "� Anna P. Nowik, Notary Public �``'�°;^nv Fc�;;,t+,d� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the o�ce of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditionai undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 12th day of November , 2024 �'�"waFJYc 9J,�t. a„u G^ �4tf�*!'4 �J \� � 1 � � 3' HARiFOf�,} � � a NARTFORD. � r� CrRYFJ�L �.��CUF7N, � W CONN. 0 1 p ; �y .� ��F �sr s�� � vj�,,•..' y,� Y 6,1 ^� \_ � .�a w•�' �� �(��� � i���� Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAtt��ney, piease ca// us at 1-800-421-3880. P/ease refer to the above-named Attorney(s)-in-Pact and the detai/s of the bond to which this PowerofAttorney is altached. 00 61 14 - 1 PAYMENT BOND Page 1 of 2 i 2 3 4 5 6 TH� STATE OF TEXAS COiJNTY OF TAIZRANT S�CTION 00 61 14 PAYMENT BOND § § K1�10W ALL BY THESE PRESENTS: § Bond: 108073313 7 That we, Peachtree Construction, LTD., known as "Principal" herein, and g Travelers Casualty and Surety Company of America , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, lcnown as "Surety" herein (whether 10 11 one or more), are held and �rmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, lcnown as "City" herein, in the penal sum of 12 THREE MILLION ONE HUNDRED SIXTY-FIVE THOUSAND TWO HUNDRED THIRTY- I3 FOUR AND 23/100 DolEars ($3,165,234.23), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, �rmly by these presents: 17 WH�REAS, Principal has entered into a certain written Contract with City, awarded the 12th 18 ______day of November , 20 24' , which Contract is hereby referred to and made 19 a part hereof for all purpases as if fully set forth herein, to furnish all materials, equipment, labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as 2025 ASPHALT RESURFACING CONTRACT 4, City Project No. 22 105646. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Worlc under 26 the Contract, then this obiigation shall be and become nuil and void; otherwise to remain in full 27 force and effect. 28 29 30 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF PORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeef No. 105646 Revised December 8, 2023 oo�i i�t-z PAYMGNT BOND Pagc 2 of 2 1 ? 3 4 5 6 7 8 9 10 � 12 IN WITNESS WHEREOF, tl�e Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and ofticers on this the 12th day of November , 20 24 ATTEST: (Principal) Secreta�y Witness as Principal ATTEST: _ �./` (Surety) Secretary grisa Reyes � P �� Witness as to S rety Tina Payne PRINCIPAL: Peachtree Construction. Ltd. � BY: `:a � . ('`� _- , Signat u�e � J. BARRY CLARK PRESIDENT Name and Title Address: 5801 Park Vista Cir. Keller, TX 76244 SURETY: Travelers Casualty and Surety Company of America BY� � ' �C� ��� .�'- Signahire ,, Teresa Ayala Atty-in-Fact Name and Title Address: 2900 Marquita Dr Fort Worth. TX 76116 Telephone N�unber: $17-737-4943 En1111 AddCesS: TEAyala@Acrisure.com Note: If signed by an officer of the Surety, there must be on f le a certified e:ctract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of tlle bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY 01= FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STnNDARD CONSTRUCTION SPECIFICATION DOCUMGNTS City Prqject No. 105646 Revised December A, 2023 TRAVELERS �� � Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021, � �µ+��Ffryc yJ,�tr �Nq V1!'�•��,4 �.,'� �� e� � .�2f''/ �Ik jW1RTF0 � � U HARTFORD� < �Cr+P.:Ya�I { CUNM. � ` �r w CONN. � I $j Ah�, �� ;� o r�b � }" "i `•• � 9•��,g' y"'df FN+a= b�. `�r�.P � �,.� 1�:1 ! v.— , � ` ,�-.,+�%; i � State of Connecticut �� %,, X !�� �- B ,,;'�"��� � :-�' Y City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. �•.:;;�"'_`;";,�,,. IN WITNESS WHEREOF, I hereunto set my hand and official seal. ;"� — �'r••.. Y P Y ;' i f+,or;.nr : /��f/%'�Rr // ��� M Commission ex ires the 30th da of June, 2026 E� „+M ;`: s ,."�`�r �' `� Anna P. Nowik, Notary Public f� �'�0.4���Fc1 �•,',.`�-� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 12th day of November , 2024 y.�::V`�''`"fiv y .�t. .�Nr ky`t�!.���4 g`�`a `\C� �A �f,{ 1�f � HARTFORD,J �� aV, HAHTFORD, i ��r f'".Fi''.�'J'L� 'A�IY�Y. �P y CONN. o ��Y 1lM �fI ZIy� . '' � D° I e� � ; �o`� d� �' 3.F, ,N,: Nr� li��' � `�L A- "'`— Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power afAttorney, p/ease ca// us at 1-800-421-3880. P/ease refer to the above-named Attorney(sJ-in-Fact and the detai/s c.'• the bond to which this Power ofAttorney is attached, 00G119-1 MAINTENANCE BOND Page 1 of 3 1 2 3 4 5 6 7 8 S�CTION 00 Gl 19 MAINTENANCE BOND Bond: 108073313 THE STATE OF TEXEIS § § KNOW ALL BY TH�S� PRCSEN�S: COUNTY OF TARRANT § That we Peachtree Construction, LTD., lcnown as "Principal" herein and Travelers Casualty and Surety Company of America � a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, lcnown as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of the State of Texas, lcnown as "Ciiy" herein, in the sum of THREE MILLION 12 ONE HUNDRED SIXTY-FIVE THOUSAND TWO HUNDRED THIRTY-POUR AND 23/100 13 Dollars ($3,165,234.23), lawful money of the United States, to be paid in Fort Warth, Tarrant 14 County, Texas, for payment of which sum well and truly be made unto the City and its successors, 15 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 16 severally, firmly by these presents. 17 18 WFYEREAS, the Principal has entered into a certain written contract with the City awarded. 19 the 12th day of November , 20 24 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish atl materials, 21 equipment labor and other accessories as de�ned by law, in the prosecution of the Work, including 22 any Worlc resulting from a duly authorized Change Order (collectively herein, the "Worlc") as 23 provided for in said contract and designated as 2025 ASPHALT RESURFACING CONTRACT 4, 24 City Project No. 105646; and 25 26 WHEREAS, Principal binds itself to use such cnaterials and to so construct the Worlc in 27 accordance with the plans, specifications and Contract Documents that the Worlc is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of Final Acceptance of the Worlc by the City ("Maintenance Period"); and 34 31 WH�REAS, Principal binds itself to repair or recanstruct the Worlc in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CITY OP PORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS City Project No. 105646 Revised December 8, 2023 0061 19-2 MAINTCNANCE BOND Page 2 of 3 1 2 3 4 5 6 7 8 9 10 lI 12 13 14 15 16 17 18 19 NOW THEREFORE, the condition of this obl'rgation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVID�D, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Worlc, it is agreed that the City may ca�ise any and all such defective Worlc to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OP FORT WORTH 2O25 ASPHALT RESURPACING CONTRACT 4 STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS City Project No. 105646 Revised December 8, 2023 00 61 l9 - 3 MAINTENANCG BOND Page 3 of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 �2 23 24 25 26 27 �g 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 IN WITNESS WHEI2�OF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 12th day of November , 2024 PRINCIPAL: Peachtree Construction, Ltd. ��, ^ i � BY: �I . � .� .� ��__ _� � Sib ature � ATTEST: (Principal) Secreta�y Witness as Principal J. BARRY CLARK pRESIDENT Name and Title Address: 5801 Park Vista Cir. Keller. TX 76244 SURETY: Travelers Casualty and Surety Company of America 0 sv: �.��� , � � �� Sigi�atw�e ATTEST: , � (Surety) Secretary grisa Reyes �' Witness as to Sur Tina Payne Teresa Ayala Atty-in-Fact Name and Title Address: 2900 Marquita Dr Fort Worth, TX 76116 Telephone Number: $17-737-4943 Etitail AdciCess: TEAyala@Acrisure.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract fi-om the by-laws showing that this person l�as autho►•ity to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. Tile date of the bond shall not be prior to the date the Contract is awarded. CITY OF 1=0IZT WORThI 2025 ASPFIALT R6SURFnCING CONTRACT 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMGN't'S City Project No. 105646 Revised December 8, 2023 r+M�. TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. zr'�1k�;�Fl7y� ��tv.;Np '�,"�+. ��� � 5� � s� Y/T�� 4 � �~''3 HAs�TfOtiu.l '� "' *�/ �� COPlN. .� ar NARTFORD, + �i'� [�c'r.J �I��y�I ���9y�• .... ''!� � > CONN. o .r�� 3F-1 �S'i ! . vr�\�.,� a,' JT= * �jD ' / _ �� �,: ,-� �� ,..�.��� .- -- - ,,% w;, ,�, : State of Connecticut � �� By: �/ X ' ;c. City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. „•;'^,,;o�...,. IN WITNESS WHEREOF, I hereunto set my hand and official seal. ;=x`��� ��+�'•• � ��L� � �,or;,ttr My Commission expires the 30th day of June, 2026 :# ��e+» ": �fjjj� + ��""`�� � "� Anna P. Nowik, Notary Public �'^w�;v,� �r,,+a S`�.�+�' This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 12th day of November , 2024 �FC'w55uaFj: ,��tv -1N� �Wp�J�� , {� �,�.... +'�G � ``m 1 . * j� r " i� !�FL1RfFOfiD, � a HARTFOR�, � �� Cr� i�¢I �R�CU4N. 2 w CONN. ��`��. y � 1. r �'�,� ... �� y6df �D � k `� �� w w` ,�U-� f ��- Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, p/ease ca// us at 1-800-42i-3880, P/ease refe� to the above-named A[to�ney(s)-in-Fact and the detai/s of the bond to which this Power ofAttorney is attached. 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 00 61 25 CERTIFICATE OF 1NSURANCE [Assembler.• For Contract Document execution, remove this page and replace with standard ACORD Certificate oflnsurance form.J END OF SECTION CITY OF FORT WORTH STANDARD GONSTRUCTION SPECIFICA"CION DOCUMENTS Revised July 1, 2011 2025 ASPHALT RESURFACING CONTRACT 4 City Project No. 105646 � �.�:,,-� �� Signature• PQf�'�GlG7 L. WG1d5G1GK � Patricia L Wadsack (Nov 21, 202414:R CST) Email: patricia.wadsack@fortworthtexas.gov FoRT WoRTH�� Routing and Transmittal Slip Transportation & Public Worl;s Department DOCUMENT TITLE: 2025 Asphalt Resurfacina Contract 4 M&C: 24-0982 CPN: 105646 Date: 11 /20/24 To: 1. 2. 3. 4. 5. 6. 7 8 9 10. Name Donnette Murph3 Patricia Wadsack Lauren Prieur Priscilla Ramirez Doug Black Jesica McEachern Ronald Gonzales Jannette Goodall Allison Tidwell TPW Coatracts CSO: Initials TPW Signer Signed in Agiloft egal-Approver �� Leeal-SiQner ��� CSCO-Form Filler �w DOC#: Date Out 1/20/24 1/21/24 11 /22/24 11 /25/24 I 2/04/24 2/04/24 12/04/24 12/05/24 CC: Program Manager, 3r. CPO, TPW HSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR C1TY MANAGER'S SIGNATURE: All docucnents received from any and all City Depathnents requesting City Manager's signature for approval MUST BE ROUTED TO Tf� APPROPRIATE ACM for approval first Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES �No ROUTIIVG TO CSO: �YES ❑No Action Reguired: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording o ���t I—I File NEXT DAY: ❑YES ONo ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts a�fortworthteaas.�ov for pickup when complete. Call eat. 7Z33 or eaw 8363 with que9tions. Thank you! FORTWORTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2025 ASPHALT RESURFACING CONTRACT 4 M&C: Date: 10/25/24 � � � � � � � � : � �1 Name J. Barry Clark Marwan Hafez Leonel Rios Department Vendor-Signer TPW-Signer TPW-Review Initials IB� �A„ �� DOC#: Date Out 10/25/24 10/25/24 11 /12/24 CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW Contracts DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action Reguired: ❑ As Requested ❑ For Your Information � Signature/Routing and or Recording ❑ Comment ❑ File CPN: 105646 CSO: NEXT DAY: ❑YES ❑No ❑ Attach Signature, Initial and Notary Tabs Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext. 7233 or ext. 8363 with questions. Thank you!