HomeMy WebLinkAboutContract 62398CSC No. 62398
FORTWORTH.
CONTRACT
FOR
THE CONSTRUCTION OF
2025 Asphalt Resurfacing Contract 3
City Project No. 105639
Mattie Parker David Cooke
Mayor City Manager
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works
OFFICIAL RECORD
2024 CITY SECRETARY
FT. WORTH, TX
FORT WORTH,..
"I'll
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
0005 10
Mayor and Council Communication
07/01/2011
0005 15
Addenda
07/01/2011
0011 13
Invitation to Bidders
02/08/2024
0021 13
Instructions to Bidders
01/17/2024
0035 13
Conflict of Interest Statement
02/24/2020
00 41 00
Bid Form
09/30/2021
00 42 43
Proposal Form Unit Price
01/20/2012
0043 13
Bid Bond
09/11/2017
00 43 37
Vendor Compliance to State Law Nonresident Bidder
06/27/2011
00 45 11
Bidders Prequaliflcations
08/13/2011
00 45 12
Prequalification Statement
09/30/2021
00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45 40
Business Equity Goal
06/07/2024
00 52 43
Agreement
3/08/2024
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12/08/2023
0061 19
Maintenance Bond
12/08/2023
00 61 25
Certificate of Insurance
07/01/2011
00 72 00
General Conditions
03/08/2024
00 73 00
Supplementary Conditions
03/08/2024
Division 01 - General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
07/01/2011
01 31 19
Preconstruction Meeting
08/17/2012
01 3120
Project Meetings
07/01/2011
01 32 16
Construction Schedule
10/06/2023
01 3233
Preconstruction Video
07/01/2011
01 33 00
Submittals
12/20/2012
0135 13
Special Project Procedures
03/11/2022
01 45 23
Testing and Inspection Services
03/09/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 58 13
Temporary Project Signage
07/01/2011
01 6000
Product Requirements
03/09/2020
01 66 00
Product Storage and Handling Requirements
07/01/2011
01 70 00
Mobilization and Remobilization
11/22/2016
01 71 23
Construction Staking and Survey
02/14/2018
01 74 23
Cleaning
07/01/2011
01 77 19
Closeout Requirements
03/22/2021
01 7823
Operation and Maintenance Data
12/20/2012
01 78 39
Project Record Documents
07/01/2011
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Date
Division 02 - Existing Conditions Modified
99 99 00 I Additional Specifications 08/21/2024
Division 32 — Exterior improvements
132 1123 I Flexible Base Courses 09/03/2024
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httiD:Hfortworthtexas.2ov/tiDw/contractors/
or
httiDs:Hagps.fortworthtexas.2ov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0241 13 Selective Site Demolition 03/11/2022
02 41 14 T Ttil;ty n o.,.,,y l i A ban r.ne 1 2 i z
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete 03/11/2022
03 34 13 GefA f ,ilea Tow Strengti. >\ R.,to.-ia (C crag 1 2 i� wiz
03 34 16 r0 ^YtiO Base Nl ter-i t f - Tr-ef e Repair- 12Q0,/2 z
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
260500 Common „ ml P_aoIlti �a 03/11/20
7ti�no Demolition f Eleet.-iea Systems 12/�!-2
26 05 43 T -nde-g-,,,,a roue G-and Ra uarionl. Fr,6tems 07/0i
I
260550 + 02l 26 2Ot6 ��n�at�r� 1\�Cxlti Duo �� I
Division 31- Earthwork
31 00 00 Site Clearing 03/22/2021
3123 16 Unclassified Excavation 01/28/2013
3 1�3 Beffe n 1 io 4�13
3 1�0 1 t O V28, 2013
�Y�R 'ncYIK � vrrsvravz�
31 25 00 Erosion and Sediment Control 04/29/2021
21�-1 36 ^
00 �tliefiS 12rcQO/2012
3 i 37 00 Ripr-ap 11 i�lz
Division 32 - Exterior Improvements
3201 17 Do,-,-,-..,.-.e t figepa12Nn/2n17
27�40 Tempefafy - p ..lt A- -ing4RL� 1 7/7 z
32 01 29 r,,, e fete Pa-y ng Repai 112i�lz
3l 11 23 FloxiVro Base Getifses 12i�iz
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
32 1129
Lime Treated Base Courses
12/20/2012
32 1133
Cement Treated Base Courses
06/10/2022
32 1 1 2.7
T igoi 1 Tre.,te,l Soil
32 1216
'27�3
Asphalt Paving
Asphalt It Paving r,-aek Sealants
6/07/2024
1'f /7r�-zvnviz
32 13 13
32 1320
1�
Goner-ete Paving
Concrete Sidewalks, Driveways and Barrier Free Ramps
r..,,
06,110/2022
12/09/2022
17/7r
3
32 14 16
efete Paving joint Sealants
B°ick Unit -Paving
Q01120Q
1 /�4-2
32 16 13
Concrete Curb and Gutters and Valley Gutters
12/09/2022
32 1723
Pavement Markings
06/10/2022
32 1725
3231 13
27�
Curb Address Painting
Chain Fenees and Gates
11/04/2013
QQ0'Q0i2
'27�9
3232 13
Wire Fenees .,,-„d Gates
Wood > epees and Gates
Cast -in -Place Concrete Retaining Walls
i2/zz 20/20i2
17/7 z
06/05/2018
3291 19
Topsoil Placement and Finishing of Roadway Right-of-ways
03/11/2022
32 92 13
Sodding
Ale,. Seeding.
05/13/2021
ne/1v�rrszvzi
3-292 4
27�5
Native
NeAiye i1: i Wildflower- Seeding
10/0�
3293 43
end EL -Az
12/�ti
Division 33
- Utilities
22�o
Sewer- and ra ao Toz6-ng
nn/n �
�
3301 31r
Closed Gi-e,,;t Television �, !CGT-NI) - � +
)1oc�.i��1 Ec�rti."n
03/11/2022
0
39432
Closed euitTeleyisio" (GGT-374 Inspection S orm Dmin
1 2 /n -3
22�0
33 04 0
Bypasc Dl.ml� img of&&sting Sewer Syste
joint Bonding Eleetfieal iselatio,,
1�/�12
12/20/2012
33 04 11
and
Gor2oa�an col Toc* Stakafis
1'/�lz
33 04 12
33 04-30
M-agnooi-dm k ae C t>,, die Pr-oteetio S yste....
Temperaff Water SeFy e
1 �/�12
n�7/n�4
33 04-40
Cleaning a-,,1 A eeora..noo Tevstiag of Water- Mains
Dines 1
02/n�13
/1�z
33 04
22�o
Gleaning of
Utility, Tre,,.eb. Exe.,y tioi, ry �1''zAbadf...e«.t and B ekf ll
03
nn/n z
33 05 17
�✓-v�-Tz
T ' T
�a� �/1�i �/J7.2i}ing
17Nn/7n17
r�rsvrzvrs
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
03/11/2022
Grade
3305 16
Concrete Water Vaults
12/20/2012
3305 17
2 2520
Concrete Collars
Auger-
03/11/2022
1 7 /7QO/2012
22�=
22�z
Bering
Tuxiwl .T inrir Plate
Steel !''..sing
12QO/2012
12/7
22�3
Pipe
Hand Turz�lixg
z
1 �
12/20Qnors
ZZ�4
ZZ�v
22�0
lflStallatiEffl F/ ar6w Pirj in Casing or Tun&al�
TTtil;t),N4afkers/Tvea4E)f: 1
Tee.,tion.,fExisting TTti1;
'�/ 1n i
12/7 z
12/7 z
33 it
ZZ�v
l.. 1 1 1 1
Belts Nt tom and !`_assets
D et;le ir-a Pipem
P�et;le 1n04 Fit%..g5
12/'7 z
1'l/0z
nn 20,1201-7
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
Polyvinyl G lef:i e (PNIC\ n.essufe Pipe n�in�22
33 1 1 12
e.l !-'.,1inde f Type 17/7��L
C�2E�e�e�'2S �e-�c'iI' xx�3 , Stool
m 11 11
R,,,-:ed Steel Dip and T.:tt:v.gc. 17/7�z90,120-112
33 !2 11
T ., ge Water- Mete-s 12�7 z
33 1220
33�T
Rw;..K* ,t E*W.ea G to AW-ye 05/0642�
n xx A n Rubber- S e4e,l a„Ate - fly N7 nn inn
33 1225
22�0
3 2�0
�Gef ff e do to Existing Water MainsMainsmine
EOmNnatliaa Air Valve Assemblies for Potable Water- Systems 12420,12012
L';,� n 1l in
33 1250
33�
-4
t' , 2 2n 12n, �
��lJr ��"i��lJ F%�s zz-�zvrzvzz
Standard Blow Valve Assembly 06/1 3
mP 12
off
Gufod in 1-laee Pipe (CIPP4 12Qz
m P. 13
Fibe,-glass Deinf reel Pipe for ('!.-..yit-y Sanitary Sewer ,'f�'fr Q0/20i2
33 3, 15
22�0
High Density Polyethylene (14DPE4 Pipe Eanitmi-sewernA/7�9
U l.n,;a.,1 Chloride (PVC4 Gravity San tafy Sewer- Pipe OW09A20i
Polyvinyl Chloride Closed Pf file !'_fa-y ty S.,,,;tafy Sewe,
(PVC)
Pipe
�� � ��
33 3 22
S.,a r, L N 17/70/2012
�� Eli 1� ��
33 3, 23
S.,n tafy Sewe f Pipe T1n la-gement , 7L7 z
22�0
2 2�0
Sanitary Sewer- Setw ee Con eetions and Seiw ee Li e nn ion
Air- Valve ye for- Sanitary Sewer Fo -ee Mains 1 2 Q7/2012
22�0
Gast i Dl.,ee !-'onereto Manholes 12/zzr20,12012
333920 2n
�rzv
r+ 12420,12012
%LyeEt�1������.0
22�0
Manholes 12 n�z
Wastewater n eeess !`1..,mbe,- 1 2 O/2
33 3960
�o
33 411110
(WAG)
Sewe, Stn e4*e-s nn -29/2 rll
I��r lani�:, ��_
neinf rya efyte St,,,-.,. SewefPipe'G hefts 07/n�14
22�11
f:ee,l
High Density Polyethylene (HDP '1 Pipe for- Storm Drain 112i�12
22�2
Rein f ,-ee.7 Polyethylene (ERPE) Pica 11 3A2015
33 1, 1 3
Pol.,p -,.p y e„e Pipe F « Stox Dix ntin�22
S„1� 11 �7z
33-46 00
3�46 01
Q0/2012
Moor" D1kaim; 07in n
23 4602
Tr-omh Drcq ,m n7/non
33 nn 10
Gast -in PLl: a Manholes ,,1 Tmeti.,Boxes zOAs0zz
33 49 20
Curb and Drop Inlets 03/11/2022
-3-
-4� 340
0 1 ,1 W rls 7/01/2011
�o:�i� ri�i'1age�e&3`n�'1� own
Division 34 - Transportation
34 ^� n-i 0.011 AAaehmefA A Gentreller Gainet 11 i,�15
34 ^� �1 110..02 Att-aehmefA B GofAfoller- SpeeifieeAi 2
3 ^ ^�03 Attaehme1A G SoftwafeSpeeif eatien 01/2012
?il 11 11 Tempe,-ary T,-af e Signals W22,Q0P
34 4120 12QO/2012
34 4120.01 Afto6al LED Ikocdway 1/a rkkrrs n6/,�1-5
34 4120.02 Ffee,.ayrEDne.d-w r .,
...Iar1'11nai2 OS ntine
,120e�
2n n�03 r
er�ti�al. �D Raadw r�, .-1ara�lwrrs ntinc
,i2nlc�
34 41 30 �41uI�nu1� 1 1 2A2013
�o � �, �n
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
34 41 50 Single Made Fiber- Optie Cable
3471 13 Traffic Control
Appendix
GC-4.02
Subsurface and Physical Conditions
GC-6.06.D
Minority and Women Owned Business Enterprise Compliance
GC-6.07
Wage Rates
GN-1.00
General Notes
SD-1.00
Standard Construction Details
SP-1.00
Pavement Marking Plans
SL-1.00
Street List and Quantities
SM-1.00
Street Maps
END OF SECTION
Page 5 of 6
02i26,12016
03/22/2021
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised June 7, 2024
000510-1
MAYOR AND COUNCIL COMMUNICATION (M&C)
Page 1 of 1
1 SECTION 00 05 10
2 MAYOR AND COUNCIL COMMUNICATION (M&C)
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24 END OF SECTION
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 3 City Project No. 105639
Revised July 1, 2011
11/18/24, 10:47AM
M&C Review
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 11/19/2024 REFERENCE **M&C 24-
NO.: 1028
Official site of the City of Fort Worth, Texas
FORT WoRm
202025 ASPHALT
LOG NAME: RESURFACING CONTRACT
3
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 2, CD 5 and CD 7) Authorize Execution of a Contract with Peachtree Construction
Ltd., in the Amount of $3,605,084.95 for the 2025 Asphalt Resurfacing Contract 3 at
Various Locations
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with Peachtree Construction,
Ltd., in the amount of $3,605,084.95 for the 2025 Asphalt Resurfacing Contract 3 project at Various
Locations (City Project No. 105639).
DISCUSSION:
In the Fiscal Year 2025 Pay -Go Contract Street Maintenance Program, various types of street
maintenance projects are grouped into specific contract packages. The recommended construction
contract outlined in this Mayor and Council Communication will provide street rehabilitation on
approximately 7.1 lane miles for the street sections below, under the 2025 Asphalt Resurfacing
Contract 3 project (City Project No. 105639).
Street
From
To
Clinton Avenue
NW 20th
NW 23rd Street
Street
Deen Road
NE 28th Street
E Long Avenue
Birdell Street
Elgin Street
Sayles Trail/ Kutman
Court
Sayles Trail/ Kutman
Birdell Street
Wiseman Avenue
Court
Wiseman Avenue
Elgin Street
Sayles Trail/ Kutman
Court
Hillcrest Street
Crestline Road
W 7th Street
Rivercrest Drive W 7th Street Hazelwood Drive
This project was advertised for bid on September 5, 2024 and September 12, 2024, in the Fort Worth
Star -Telegram. On October 3, 2024, the following bids were received:
Bidders
Peachtree
Construction,
Ltd.
Texas Materials
Group
Base Bid
Amount
$3,631,599.95
$3,663,943.20
Alternate Bid
Amount
$3,605,084.95**
$3,613,398.20
Time of
Completion
210 Calendar
Days
apps.cfwnet.org/council_packet/mc_review.asp? I D=32734&cou ncildate=11 /19/2024 1 /3
11/18/24, 10:47AM
M&C Review
Bidders
Euvoria Atlantic
Coast, LLC
Base Bid
Amount
$3,756,508.00
Alternate Bid
Amount
$3,756,508.00
Time of
Completion
**In an attempt to secure alternate bids, staff advertised the project with a Base Bid to resurface
asphalt streets included in this contract with virgin PG70-22 dense graded Type-D mix, and an
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).
In addition to the contract amount, $470,508.00 is required for project management, material testing
and inspection, and $180,254.00 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 3 project.
Construction of 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 11.24\% business equity goal on this
solicitation/ contract. Peachtree Construction LTD., will be exceeding the goal at 12.72\%, 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 2, 5, and 7.
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 2025 Asphalt Resurfacing Contract 3 project to
support the above recommendation and execution 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
ID ID
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 # Amount
Year (Chartfield 2)
Program Activity Budget Reference # Amount
Year (Chartfield 2)
Jesica McEachern (5804)
Lauren Prieur (6035)
Monty Hall (8662)
105639 Peachtree Construction Sam.Gov Search.pdf (CFW Internal)
105639 FID Table.xlsx (CFW Internal)
202025 ASPHALT RESURFACING CONTRACT 3.docx (CFW Internal)
City of Fort Worth - Business Equity Management System.pdf (CFW Internal)
apps.cfwnet.org/council_packet/mc_review.asp? I D=32734&cou ncildate=11 /19/2024 2/3
CITY OF FORT WORTH
Transportation and Public Works Department
2025 Asphalt Resurfacing Contract 3
City Project No. 105639
ADDENDUM NO.1
Addendum No. 1: Issued Monday, September 23, 2024
Bid Open Date: Thursday, October 3, 2024
This Addendum forms part of the Specifications & Contract Documents for the above -referenced
Project and modifies the original Specifications and Contract Documents. Bidder shall
acknowledge receipt of this addendum in the space provided below, and in the proposal
(SECTION 00 4100). Failure to acknowledge receipt of this addendum could subject the bidder
to disqualification.
The Plans and specification documents for 2025 Asphalt Resurfacing Contract 3, City Project No.
105639, are hereby revised by Addendum No. 1 as follows:
SPECIFICATIONS & CONTRACT DOCUMENTS:
a. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety with the attached revised
PROPOSAL FORM
b. SECTION 99 99 00 — Replace the ADDITIONAL SPECIFICATIONS in its entirety with the
attached revised ADDITIONAL SPECIFICATIONS
c. APPENDIX GC-4.02 — Add the attached Subsurface and Physical Conditions.
d. SUBMISSION INSTRUCTIONS — 24-0287 — The submission instructions have been updated
to include Addendum No. 1 under the Requested Information section.
e. BIDTABLE (BT-28FT) — The bidtable has been revised in Bonfire to reflect the changes
made to the proposal form.
f. BIDTABLE (BT-15FQ) — The bidtable has been revised in Bonfire 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: $2,670, 000. 00 is the approximate construction based on the engineer's estimate.
Question 2: When is construction expected to start?
Response 2: Work on the project is expected to begin in January 2025. The selected vendor must have
crews available and prepared to initiate work upon receipt of the Notice to proceed.
Page 1 of 2
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised September 14, 2022 Addendum 1
Question 3: Are there any plans for the trees on Hillcrest Drive and Rivercrest Drive in the contract?
Response 3: Pruning trees has been added to the ADDITIONAL SPECIFICATION— 99 99 00, and
will be paid for under 9999.1000 Irrigation Adjustment & Landscape Repair Allowance.
Question 4: Does the construction plan include stabilization of support layer under the pavement?
Response 4: Asper construction details of section 32 12 16-D501, the scope for pulverization and
overlay includes stabilizing the base using CEMLIME at 32 pounds per square yard.
This Addendum No. 1 forms part of the Specifications and Contract Documents for the above -
referenced project and modifies the original Project Manual and Contract Documents of the
same.
Acknowledge your receipt of Addendum No. 1 by completing the requested information in the
space provided in Section 00 4100, Bid Form, Page 3 of 3
A signed copy of Addendum No. 1 should be included in the submitted sealed bid at the time of
bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject
bidder to be considered "NONRESPONSIVE," resulting in disqualification.
Addendum No. 1
RECEIPT ACKNOWLEDGEMENT:
By: J.4
c- -
J. BARRY CLARKx,
Compan?PACHTREE CONSTRUCTION,LT®.
Address: 6801 PAI RK VISTA CIR.
KELLER, TX 76244
City: State:
Lauren Prieur, P.E.
Director, Transportation and Public Works
By:
ze(a.(epaP
Page 2 of 2
Zelalem Arega, P.E.
Engineering Manager, TPW
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised September 14, 2022 Addendum 1
0011 13
INVITATION TO BIDDERS
Page 1 of 3
�1 D[yl 1 [130[Qlf f f K3
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2025 Asphalt Resurfacing Contract 3, City Project
Number 105639 will be received by the City of Fort Worth via the Procurement Portal
httDs:Hfortworthtexas.bonfirehub.com/portal/?tab=oDenODDortunities. under the
respective Project until 2:00 P.M. CST, Thursday, OCTOBER 3, 2024.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth
CityHall, 100 Fort Worth Trail, Fort Worth, Texas, 7tn 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=openOj2portunities
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 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 2 of 3
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
59,800 SY I I" Asphalt Pavement Pulverization
59,800 SY 3" Asphalt Pavement Overlay
6,000 LF Curb and Gutter
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 the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities, 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=openOpportunities, 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: September 17, 2024
TIME: 11:00 AM
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
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.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 3 of 3
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
I otuel 13 Q114
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from user fees, bonds, grants, etc. and reserved by the City for the Project.
ADVERTISEMENT DATES
September 5, 2024
September 12, 2024
END OF SECTION
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised 2/08/24
0021 13
INSTRUCTIONS TO BIDDERS
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 9
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.
1.2.1. 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, 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 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 (7)
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:
httl)s://ai)12s.fortworthtexas.gov/ProjectResources/
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
3.1.1. Paving — Requirements document located at:
httDs://aDDs.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2
%20Contractor%2OPreaualification%2OProjzram/PREOUALIFICATION%20REO
UIREMENTS%20FOR%20PAVING%2000NTRACTORS.Ddf
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 6.1.
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.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. 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
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.5.Shall study all: (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 project. For projects 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.
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:
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
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 specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. 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.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
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
project.
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
6.1. 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
htti)s://fortworthtexas.bonfirehub.com/portal/?tab=oi)enODDortunities on or before 2
p.m., the Monday, 10 days prior to the Bid opening. Questions received after this day
may not be responded to. Interpretations or clarifications 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 clarifications
will be without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
6.4. 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
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (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.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
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 Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 0125 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
M1WBE 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. 24534-11-2020), codified at:
httDs://codelibrarv.amle2al.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.
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.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
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 firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. 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.
12.8. All names shall be typed or printed in ink below the signature.
12.9. 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
htti)s://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortanities.
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
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
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 figures 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 organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
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.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
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 httos://www.ethics.state.tx.us/data/forms/1295/1295.vdf
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 Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105639
Revised/Updated 1/17/24
003513
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 36 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City 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 consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIQ (Conflict of Interest Questionnaire) (state.tx.us)
httr)s://www.ethics.state.tx.us/data/forms/conflict/CIS.r)df
❑ CIQ Form does not apply
0 CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
❑ CIS Form does not apply
0 CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER:
END OF SECTION
By: J. Barry lark
Signature: I C_
Title: President
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2025 Asphalt Resurfacing Contract 3
Revised February 24, 2020 City Project No. 105639
0041 00
BID FORM
Page 1 of 3
SECTION 00 4100
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: 2025 Asphalt Resurfacing Contract 3
City Project No.: 105639
Units/Sections:
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 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised 9/30/2021 Addendum 1
0041 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)
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 Conditions. "
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to 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 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised 9/30/2021 Addendum 1
3
0041 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 Alternate Bid Items
Total Base Bid
Total Bid with Alternative A
7. Bid Submittal
This Bid is submitted on 10/03/2024
Respectfully, su r
ted,
By: )-
(Signature)
J. Barry Clark
(Printed Name)
Title: President
Company: Peachtree Construction, LTD
Address: 5801 Park Vista Circle
State of Incorporation: Texas
Email: JBClark@peachtreecon.com
Phone: 817-741-4658
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
$3,631,599.95
$3,605,084.95
by the entity named below.
IReceipt is acknowledged of the Initial
following Addenda:
JAddendum No. 1:
lAddendum No. 2:
JAddendum No. 3:
JAddendum No. 4:
Corporate Seal:
t
2025 Asphalt Resurfacing Contract 3
City Project No. 105639
Addendum 1
004243
tam PROPOSAL
Page 1 of I
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Information
IBidlistltcm
No,
I 1 0170,0101 Specified Remobilizalion
1 2 0241.1300 Remove Cone Curb & Gaiter
3 3216.0102 7" Concrete Curb & Gutter
4 0241.0401 Remove Concrete Driveway
I 5 3213.0401 6" Concrete Driveway
6 0241.0100 Remove Sidewalk
1 7 3213.0301 4" Concrete Sidewalk
8 0241,1400 Remove Concrete Valley Gutter
1 9 3216.0301 7" Concrete Valley Gutter. Residential
1 10 0241.0300 Remove ADA Rnmp
11 3213.0501 Barrier Free Eatmp, Type R-I
1 12 3213.0506 Barrier Free Enron, Type P-1
1 13 3212.0600 HMAC Pavement Level Up
1 14 3212.0401 HMAC Transition
1 15 9999,0001 Asphalt Pavement Base Repair
1 16 3212,0900 Asphalt Crack Sealant
I 17 0241,1000 Remove Cone Pvmt
I 18 3213.0102 7" Concrete Pavement
1 19 9999,0002 Flexible Base, Type A, OR-2
20 10241.1506 2" Surface Milling
21 10241. L5
07 3" Surface Milling
1 22 10241,1700 Pavement Pulverization I V
I 23B 13212,0302 2" Asphalt Pvnit Type D (Virgin PG 70-22 DG-D)
I 24B 13212.0303 3" Asphalt Pvmt Type D (Virgin PG 70.22 DG-Dy
1 25 13211.0601 CEMLIME rt 32 LBS/SY
1 26 13123.0101 Unclassified Excavation
1 27 13292.0100 Block Sod Replacement
1 28 1329 1.0100 Topsoil
1 29 13217.0101 G' SLD Pwmt Marking HAS (W)
1 30 13217.0102 6" Double SLD Pwnt AS
HAS (Y)
1 31 13217,2103 REFL Raised Marker TY II -A -A
1 32 13217.2104 REFL Raised Marker TY II-CR
1 33 3217,0201 8" SLD Pvntt Marking HAS (W)
34 13217,0502 Preformed Thermoplastic Contract Markings - 24" Crosswalk
3217,0504 Preformed Themtoplastio Contrast Marking - 24" Stop Bars
3217.1016 Preformed Thermoplastic Contrast Markings - Legend Yield Symbol
13217.1002 Lane Legend Arrow
13217.1003 Lane Legend DBL Arrow
13217.1004 Lane Legend Only
13217.5001 Curb Address Painting
3305,0112 Concrete Collar for Manhole
3305.0117 Concrete Collar for Valve
3471.0001 Tragic Control
13471.0002 Portable Message Sign
9999,1000 Irrigation Adiustment & Landscape Repair Allowance
9999.1003 Paving Construction Allowance
1 35
1 36
37
1 38
1 39
1 40
1 41
42
1 43
1 44
1 45
46
Description
I Alternative A
1 23A 9999.1001 2" Asphalt Pvmt Supe pave SP•D (�G 70.22 Snperpave SP-D))
1 24A 9999,1002 3" Asphalt Pvml Snpe pave SP-D tPC 70.22 Snperpave SP•Dj
Deduct Item 23B and 24B
Sub -Total Alternative A
Bidder's Application
Bidder's Proposal
Specification Unit of Bid Unit Price Bid Value
Section No. Measure Quantity
017000 EA 1 $2.600.00 $2.600.001
024115 LF 6,043 //$2.15 $12.992.45
32 16 13 LF 61100 $86,60 $627.650.00
0241 13 SF 4.500 $2.16 $9.676.00
32 1320 SF 4,500 $17.25 $77.625.00
0241 13 SF 1.500 $2.16 $3.226.001
32 1320 SF 1,500 $10.50 $15.750.001
321330 SY 200 $19.50 $3.900.001
32 16 13 SY 200 175,00 $36.000,001
024113 EA 15 1550.00 $8,250.001
32 1320 EA 12 $4.450.00 $53.400,001
321320 EA 3 $4,460.00 $13.360.001
321216 TN 50 $160.00 7.600.001
321216 TN 50 $160.00 7.500.00
321123 CY 750 $440.00 $330.000.001
32 12 16 1 GA 150 $40.00 $6.000.001
024115 I SY 100 $19.60 $1.950.001
32 13 13 SY 100 $176.00 -¢a, 7.600,001
321123 CY 50 $76.00 53,750.001
0241 15 SY 8,000 $3.50 $28.000.001
024115 SY 4,300 $3.50 $15.050.-001
0241 15 SY 42.200 $8.26 348.160.001
32 12 16 1 SY 8,000 $18.00 1144,000.001
32 12 16 SY 46,500 27,76 $1.290,375,001
321133 1 TN 620 $ 0.00 $266,600.001
312323 1 CY too $32.60 $3.260.001
3292 13 1 SY 1,200 $21.50 $25.800.00
3291 19 I CY 100 $80.00 $8.000.001
32 1723 1 LF 6,100 $1.30 $7.930.001
321723 I LF 5.300 $2.60 $13.250.001
32 1723 1 EA 100 $6.25 -G\625.001
32 1723 I EA 10 $6.26 $62.501
321723 1 LF 200 $3.25 $650.001
331723 LF I 200 $20.00 $4.000.001
321723 LF I 150 $20.00 $3.000.001
32 17 23 EA "1 $65.00 $650.001
321723 EA 1 41 $325.00 $1.300.001
321723 EA 11 515.00 $515.001
321723 1 EA 5 $385.00 $1.925.001
321725 1 EA 20 110.00 2200.001
3305 17 1 EA 20 $�, 00.00 $ Z/ 00.001
3305 17 1 EA 1 51 $850.00 $4,260.001
347113 1 MO 1 71 $14,000.00 $98,000.001
347113 1 WK 1 51 $500.00 $2,600.001
999900 1 LS I 11 $50,000.00 $60,000.001
999900 1 LS 1 11 $150,0o0.00 $150.000.001
Total Base Bid $3,631.699.951
1
321216 IS
SY I 460001 $27.24I $1,266.660.001
Bill Summary
*Total l =Base Bid
*Total 2 = Base Bid + Alternative A: $
*Note: The City Reserves dte tight to select either Total 1 or Total 2.
END OF SECTION
-$1,434,375.001
426,515.00
$3,631,599.95
$3,605,084.95
CITY OP PORT WORTN M25 Mphslt Rcemfecing CooWd 3
STANDARD CONS TRUCTIO,NSPRCRICATIONDOCUty WS Cilypojcci No. 105639
Revised 9/30/2021 Addendum 1
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Page 1 of 2
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 following project
designated as 2025 Asphalt Resurfacing Contract 3
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with
the terms of such same, then this obligation 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 the 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 Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 18th day of September 12024,
ATTEST: Tn/ I •/
Witness as to Principal /
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
PRINCIPAL:
Peachtree Construction, LTD
BY: R,--� r
Si ature
J. BARRY CLARK
Name and Title
PRESIDENT
2025 Asphalt Resurfacing Contract 3
City Project No, 105639 (1)
A,-, I -,, �d
t .'YlC_ 5
Witnes as to Surety. Linda-K Edwards
Attach Power of Attorney (Surety) for Attorney -in -Fact
0043 13
BID BOND
Page 2 of 2
Address: 5801 Park Vista Cir.
Keller, TX 76244
SURETY:
Travelers Casualty and Surety Company of
American
Signature
Teresa Ayala Atty-in-Fact
Name and Title
Address: 2900 Marquita Dr
Fort Worth. TX 76116
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.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2025 Asphalt Resurfacing Contract 3
Revised 9/30/2021 City Project No. 105639 (1)
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
TRAVELERS J 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.
pOy Alyp !
3r14ARTFO"J sGfa 5
� NARTFO+ CJfSOr.�F1
N.N. c lt11
State of Connecticut
City of Hartford ss.
By:
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.
My Commission expires the 30th day of June, 2026
i* ti!
///y/// ),� ///y/J ��//J
1jau
%n"�` c
Anna P. Nowik, Notary Public
C,
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 18th day of September , 2024
F��fly Jpl\Y AN�s jjt'��
cowv. e W coNN. 0.
Kevin E. Hughes, AssiSecretary
To verify the aumenticity of this Power of Attorney, please tail us at 1-800-411-3880.
Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached,
Rios, Leonel
From: Paradis, Ann <APARADIS@travelers.com>
Sent: Thursday, October 17, 2024 10:29 AM
To: Rios, Leonel
Cc: Carmichael, Robbie
Subject: RE: Bond #108073312 Verification -Peachtree Construction
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 I Construction Services
Travelers Bond & Specialty Insurance
One Tower Square, MN06-740
Hartford, CT 06183
(860) 277-2895
aparadis(atravelers. com
AW
TRAVELEM
From: Rios, Leonel<Leonel.Rios @fortworthtexas.gov>
Sent: Thursday, October 17, 2024 11:20 AM
To: Paradis, Ann <APARADIS@travelers.com>
Subject: [External] Bond #108073312 Verification -Peachtree Construction
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 Leone l.Rios(a)_fortworthte? ov.
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 #108073312, in the amount of $3,605,084.95, issued by
Travelers Casualty and Surety Company of America, for City Project #105639, 2025 Asphalt Resurfacing Contract 3.
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.,zov
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
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 our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. 0
BIDDER:
END OF SECTION
By: J. Barry Clark
C-
(Signature)
Title: President
Date: 110. 3 - 2 y
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised 9/30/2021 Addendum 1
0045 11 -1
BIDDERS PREQUALIFICATIONS
Pagel of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalifled 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 prequalifled 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 (7) 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 prequalifled at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For 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 or 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 Identification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxDermit/ 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 DUNS
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 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised August 13, 2021
0045 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 firm 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 financial statements of the contracting
14
company should state that the audit or review has been conducted in
15
accordance 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 file 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
prequalification purposes.
29
(10)
In the case that a bidding date falls within the time a new financial
30
statement is being prepared, the previous statement shall be updated with
31
proper verification.
32
b. Bidder Prequalification Application. A Bidder Prequalification Application must be
33
submitted along with audited or reviewed financial statements by firms wishing to be
34
eligible to bid on all classes of construction and maintenance projects. Incomplete
35
Applications
will be rejected.
36
(1)
In those schedules where there is nothing to report, the notation of
37
"None" or "N/A" should be inserted.
38
(2)
A minimum of five (5) references of related work must be provided.
39
(3)
Submission of an equipment schedule which indicates equipment under
40
the control of the Contractor and which is related to the type of work for
41
which the Contactor is seeking prequalification. The schedule must
42
include the manufacturer, model and general common description of
43
each piece of equipment. Abbreviations or means of describing
44
equipment other than provided above will not be accepted.
45
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 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised August 13, 2021
0045 11 -3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor 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 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised August 13, 2021
00 45 12
PREQUALIFICATION STATEMENT
Page 9 of 9
SECTION 00 4512
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete 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
Asphalt Paving Heavy
Maintenance ($1,000,000 and
Over)
Contractor/Subcontractor Company Name PrequalificationExpiration Date
Peachtree Construction LTD 10/2/2026
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
0
0
END OF SECTION
By: J. B Clark
(Sibnature)
Title: President
Date: I b• 3. z 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 09/30/2021
2025 Asphalt Resurfacing Contract 3
City Project No. 105639
Addendum 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
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
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 worker's compensation insurance coverage for all of its employees employed on City
Project No. 105639. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
PEACHTREE CONSTRUCTION,LTD. By: J. BARRY CLARK
Company (Please Print)
5801 PARK VISTA CIR. Signature: �. � C—_
Address It
KELLER, TX 76244 Title: PRESIDENT
City/State/Zip (Please Print)
THE STATE OF TEXAS §
COUNTY OFTARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared
J. BARRY CLARK , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of PEACHTREE CONSTRUCTION.LT0, for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVE= MY HAND AND SEAL OF OFFICE this —day of
, 20V
01
Janet Lynn Reiter
FC
SC
My Cammission E
8128/2027 xptres
Notary ID130350671 J
Notary Pgic and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
2025 Asphalt Resurfacing Contract 3
City Project No. 105639
00 45 40 - 1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: httDs://codelibrarv.amleizal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to
14 this bid.
15
16 BUSINESS EOUITY PROJECT GOAL
17 The City's Business Equity goal on this project is 11.24% of the total bid value of the contract (Base bid
18 applies to Parks and Community Services).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Prot6g6 participation, 5. Good Faith Effort documentation, or 6. Prime
27 contractor Waiver documentation.
28
29 SUBMITTAL OF REOUIRED DOCUMENTATION
30 Applicable documents (listed below) must be submitted electronically with the other required bidding
31 documents at the time of the bid under the respective Project via the Procurement Portal:
32 https://fortworthtexas.bonfirehub.com/portal/?tab=ol2enOI2portunities
33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date,
34 exclusive of the bid opening date with the respective Project via the Procurement Portal by
35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders
36 submit required documentation at the time of bid submission.
37
38 The Offeror must submit one or more of the following documents:
39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
40 2. Letter of Intent, for all M/WBE Subcontractors;
41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if
42 participation is less than stated goal, or no Business Equity participation is accomplished;
43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
44 all subcontracting/supplier opportunities; or
45 5. Joint Venture/Mentor-Prot6g6 Form, if goal is met or exceeded with a Joint Venture or Mentor-
46 Prot6g6 participation.
47
48 These forms can be accessed at:
49 Business Equity Utilization Form and Letter of Intent
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised June 7, 2024
00 45 40 - 2
Business Equity Goal
Page 2 of 2
1 httDs://apes.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Ea_uity Utilization
2 Form DVIN 2022 220324.ndf
3
4 Letter of Intent
5 httDs://anus.fortworthtexas.Qov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
6 2021.Ddf
7
8 Business Equity Good Faith Effort Form
9 httDs://anus.fortworthtexas.Qov/Pro_iectResources/ResourcesP/60 - MWBE/Good Faith Effort
10 Form DVIN2022.Ddf
11
12 Business Equity Prime Contractor Waiver Form
13 httDs://anus.fortworthtexas.Qov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
14 Waiver-220313.Ddf
15
16 Business Equity Joint Venture Form
17 httDs://apes.fortworthtexas.2_ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Joint
18 Venture 220225.ndf
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
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 REOUIRED BUSINESS EQUITY DOCUMENTATION OR 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 Access and Opportunity Services
Department at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised June 7, 2024
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 11/19/2024. 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 Contractor 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 3
Citv Project No. 105639
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, Six Hundred and Five Thousand,
Eijzhty-Four and 95/100 Dollars ($3,605,084.95). Contract price may be adjusted by change
orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 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 Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified 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 Fifty 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:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised March 3, 2024
00 52 43 - 2
Agreement
Page 2 of 6
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
f. 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
6.1 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 provision is specificallv intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by anv act, omission or negligence 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 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised March 3, 2024
00 52 43 - 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 damages being sought were caused, in whole or in part, by anv act,
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 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 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.
7.3 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 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.
7.6 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.
7.7 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 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised March 3, 2024
00 52 43 - 4
Agreement
Page 4 of 6
7.8 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 term 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 Ammunition 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 firearm 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 firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
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 work 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 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised March 3, 2024
00 52 43 - 6
Agreement
Page 6 of 6
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: City of Fort Worth
By:
By:
9. Cla�N CC C
C>�
J. Barry ClarkkN( ov 8, 202416:08 CST)
Signature
Jesica McEachern
Assistant City Manager
J. Barry Clark
(Printed Name)
Dec 5, 2024
p4� FORrn�a
°°°�0
President
Date
�o°°°°
°09.,0
Pv8 8=d
Title
Attest:
p°o* % o*oo
5801 Park Vista Circle
` A
o
aaa� aEopSbpp
Address
Jannette Goodall, City Secretary
Fort Worth, TX 76244
City/State/Zip
(Seal)
Nov 8, 2024
M&C: 24-1028
Date
Date: 11/19/2024
Approved as to Form and Legality:
Douglas Black (Dec 4, 202415:30 CST)
Douglas W. Black
Sr. Assistant City Attorney
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised March 3, 2024
1
2
3
4
5
6
7
SECTION 00 6113
PERFORMANCE BOND
006113-1
PERFORMANCE BOND
Page 1 of 2
Bond:108073312
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we, Peachtree Construction, Ltd.
, known as
8 "Principal" herein and Travelers Casualty and Surety Company of America , a corporate
9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
12 sum of, Three Million, Six Hundred and Five Thousand, Eighty -Four and 95/100 Dollars
13 ($3,605,084.95), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
16 WHEREAS, the Principal has entered into a certain written contract with the City awarded
17 the 19th day of November, 2024, which Contract is hereby referred to and made a part hereof for
18 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
20 provided for in said Contract designated as 2025 Asphalt Resurfacing Contract 3, City Project No.
21 105639
22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
24 perform the Work, including Change Orders, under the Contract, according to the plans,
25 specifications, and contract documents therein referred to, and as well during any period of
26 extension of the Contract that may be granted on the part of the City, then this obligation shall be
27 and become null and void, otherwise to remain in full force and effect.
28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
30 Worth Division.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised December 8, 2023
0061 13 - 2
PERFORMANCE BOND
Page 2 of 2
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
5 instrument by duly authorized agents and officers on this the 19th day of November
6 . 20 24
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
PRINCIPAL:
Peachtree Construction, Ltd.
BY: � , r -
Si ature
ATTEST:
J. BARRY CLARK PRESIDENT
(Principal) Secretary Name and Title
Address: 5801 Park Vista Cir.
Keller, TX 76244
*Witness
4as to Princ' al
SURETY:
Travelers Casualty and Surety Company
of America
Signature v
Teresa Ayala Atty-in-Fact
Name and Title
Address: 2900 Marquita Dr
Fort Worth, TX 76116
817-737-4943
Witness as to SuretKna Payne Telephone Number:
Email Address: TEAvala @Acrisure.com
*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.
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised December 8, 2023
Travelers Casualty and Surety Company of America
AA. Travelers Casualty and Surety Company
TRAVELERS J 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.
fi 1+'-3UF Jp�Iy AAfD a"iFN
FO
> �� HACONN CONN.
State of Connecticut
City of Hartford ss.
By:
Robert L. Rane enior Vice President
c
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
My Commission expires the 30th day of June, 2026
NOTARY I
ie �
:
rt MTM
ii//llii�'
�hnrFcr�
Anna P. Nowik, Notary Public
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 19th day of November , 2024
3 N1n su9 jf �. 9Jp Ir ANps
MA�iFOPq TS a HARTFORD,
i� CONN m CONN. a Shcu
Kevin E. Hughes, Assi�retary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached,
0061 14 - 1
PAYMENT BOND
Page 1 of 2
1 SECTION 00 6114
2 PAYMENT BOND Bond:108073312
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Peachtree Construction, Ltd. . known as
8 "Principal" herein, and Travelers Casualty and Surety Company of America , a
9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety"
10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal
12 sum of Three Million. Six Hundred and Five Thousand. Eiahtv-Four and 95/100 Dollars
13 ($3.605.084.95), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
17 19th day of November, 2024, which Contract is hereby referred to and made a part hereof for all
18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories
19 as defined by law, in the prosecution of the Work as provided for in said Contract and designated
20 as 2025 Asphalt Resurfacing Contract 3, City Project No. 105639.
21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
25 force and effect.
26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
28 accordance with the provisions of said statute.
29
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised December 8, 2023
006114-2
PAYMENT BOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 19th day of
3 November 2024
4
5
6
7
8
9
10
11
12
ATTEST:
(Principal) Secretary
wl
Witness as to P u�al
ATTEST:
Ar-L��c-.��/
(Surety) Secretary Brisa Reyes
Witness as to S�uwty
Tina Payne
PRINCIPAL:
Peachtree Construction, Ltd.
BY: _1. , , C_
Signature
J. BARRY CLARK PRESIDENT
Name and Title
Address: 5801 Park Vista Cir.
Keller, TX 76244
SURETY:
Travelers Casualty and Surety Company
of America
BY: _ /I
Signature
Teresa Ayala Atty-in-Fact
Name and Title
Address: 2900 Marquita Dr
Fort Worth, TX 76116
Telephone Number: 817-737-4943
Email Address: TEAyala@Acrisure.com
Note: If signed by an officer of the Surety, there must be on file a certified extract 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 the bond shall not be prior to the date the Contract is awarded.
FAMIX1011-111.Yare Y_[1]0I
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised December 8, 2023
Travelers Casualty and Surety Company of America
iA1k Travelers Casualty and Surety Company
TRAVELERS J 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 Attorneys) -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.
y1YMiMYiy
P,Iy AV, 5
air �'J $G dye,
9 4
3 WI CON a a
CONK. .� HAFRFORD, Cpf[
w CONN. d' �, 3GL
State of Connecticut
By:
City of Hartford ss. Robert L. Rane V,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.
My Commission expires the 30th day of June, 2026
r ua��ic
`
Anna P. Nowik, Notary Public
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 19th day of November , 2024
��y,06U9F1y 9Jps(r A,yQa �y��
-AMa
CFUCONN. W HAATFORD, C01p�r,Jt�
\\\\\\\\CONN. CONN. o},y
W
• JS
l .
Kevin E. Hughes�Assi�stant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached.
0061 19 - 1
MAINTENANCE BOND
Pagel of 3
1 SECTION 00 6119
2 MAINTENANCE BOND Bond:108073312
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT
§
7 That we Peachtree Construction,Ltd. known as
8 "Principal" herein and Travelers Casualty and Surety Company of America a corporate surety
9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety"
10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
12 of Three Million. Six Hundred and Five Thousand. Eighty -Four and 95/100 Dollars
13 ($3.605.084.95), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas, for payment of which sum well and truly be made unto the City and its successors, we bind
15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
16 by these presents.
17
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
19 the 19th day of November, 2024, which Contract is hereby referred to and a made part hereof for
20 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
21 accessories as defined by law, in the prosecution of the Work, including any Work resulting from
22 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract
23 and designated as 2025 Asphalt Resurfacing Contract 3, City Project No. 105639; and
24
25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
26 accordance with the plans, specifications and Contract Documents that the Work is and will remain
27 free from defects in materials or workmanship for and during the period of two (2) years after the
28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
29
30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
3 ]. receiving notice from the City of the need therefor at any time within the Maintenance Period.
32
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
006119-2
MAINTENANCE BOND
Page 2 of 3
NOW THEREFORE, the condition of this obligation 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.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work 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 OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105639
Revised December 8, 2023
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
0061 19-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 19th day of November
, 2024
ATTEST:
(Principal) Secretary
Witness as to rincip
ATTEST:
(Surety) Secretary Brisaeyes
Witness as to Sure/Tina Payne
PRINCIPAL:
Peachtree Construction, Ltd.
BY: I . r
Signature
J. BARRY CLARK PRESIDENT
Name and Title
Address: 5801 Park Vista Cir.
Keller TX 75244
SURETY:
Travelers Casualty and Surety Company
of A erica
BY: �! t C
Signature 61
Teresa Ayala Atty-in-Fact
Name and Title
Address: 2900 Marquita Dr
Fort Worth. TX 761 `Ih_,
Telephone Number:817-737-4943
Email Address: TEAyala@Acrisure.com
*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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
2025 Asphalt Resurfacing Contract 3
City Project No. 105639
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
SECTION 00 6125
CERTIFICATE OF INSURANCE
END OF SECTION
CITY OF FORT WORTH 2O25 Asphalt Resurfacing Contract 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No. 105639
Revised July 1, 2011
®
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2025 Asahalt Resurfacina Contract 3
M&C: 24-1028 CPN: 105639 CSO:
Date: 11 /27/24
To:
Name
1.
Donnette Murphy
2.
Patricia Wadsack
3.
Lauren Prieur
4.
Priscilla Ramirez
5.
Doug Black
6.
Jesica McEachern
7
Ronald Gonzales
8
Janette Goodall
9
Allison Tidwell
10.
TPW Contracts
Department
Initials
Risk -Approver
DM
TPW Approver
TPW-Signer
Signed in Agiloft
Legal-ApproverP
Legal -Signer
-�
ACM -Signer
a`
CSCO-Approver
RPM
CSCO-Signer
7
CSCO-Form Filler
-
TPW
DOCM
Date Out
12/03/24
12/03/24
12/03/24
Dec 4, 2024
Dec 5, 2024
Dec 5, 2024
Dec 5, 2024
Dec 6, 2024
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 NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Re uired:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File Link to general conditions & specifications
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts a@fortworthtexas. qvv for pickup when complete. Call eat.
7233 or eat. 8363 with questions. Thank you!
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2025 Asohalt Resurfacina Contract 3
M&C: CPN: 105639 CSO: DOC#:
Date: 11 /05/24
To: Name Department Initials Date Out
1. J. Barry Clark Vendor -Signer ,Bc98G 11/08/24
2. Iretomiwa Otuyelu TPW-Signer I s 11 /11 /24
3. Leonel Rios TPW-Review 11/18/24
4.
5.
6.
7
8
9
10.
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 NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ®YES ❑No
Action Reauired:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts(d),fortworthtexas.2ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
0 Bond Verification
QM&C