HomeMy WebLinkAboutContract 62548FORT WORTH@
CONTRACT FOR
THE CONSTRUCTION OF
2025 ASPHALT RESURFACING CONTRACT 1
Mattie Parker
Mayor
City Project No. 105660
Lauren Prieur
David Cooke
City Manager
Director, Transportation and Public Works Depa11ment
Prepared for
The City of Fort Worth
TRANSPORTATION AND PUBLIC WORKS
2024
CSC No. 62548
Adopted September 2011
City of Fort Worth
Standard Construction Specification
Documents
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised June 7, 2024
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions Last Revised
00 05 10 Mayor and Council Communication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders 01/17/2024
00 35 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
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Prequalifications 08/13/2011
00 45 12 Prequalification Statement 09/30/2021
00 45 13 Prequalification Application 08/13/2021
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
00 61 13 Performance Bond 12/08/2023
00 61 14 Payment Bond 12/08/2023
00 61 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 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 07/01/2011
01 31 19 Preconstruction Meeting 08/17/2012
01 31 20 Project Meetings 07/01/2011
01 32 16 Construction Schedule 10/06/2023
01 32 33 Preconstruction Video 07/01/2011
01 33 00 Submittals 12/20/2012
01 35 13 Special Project Procedures 03/11/2022
01 45 23 Testing and Inspection Services 03/09/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 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 60 00 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 78 23 Operation and Maintenance Data 12/20/2012
01 78 39 Project Record Documents 07/01/2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised June 7, 2024
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
Division 32 - Exterior Improvements
32 11 23 Flexible Base Courses
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
Division 34 - Transportation
34 71 13 Traffic Control
99 99 00 ADDITIONAL SPECIFICATIONS
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition
03/11/2022
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 03/11/2022
03 34 13 Controlled Low Strength Material (CLSM)12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 03/11/2022
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 00 00 Site Clearing 03/22/2021
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control
04/29/2021
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised June 7, 2024
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 06/10/2022
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 6/07/2024
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 06/10/2022
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022
32 17 23 Pavement Markings 06/10/2022
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022
32 92 13 Sodding
05/13/2021
32 92 14 Non-Native Seeding 05/13/2021
32 92 15 Native Grass and Wildflower Seeding 10/06/2023
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 09/07/2018
33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022
33 01 32 Closed Circuit Television (CCTV) Inspection – Storm Drain 12/08/2023
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Pipes 03/11/2022
33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings 09/09/2022
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 03/11/2022
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 03/11/2022
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/09/2022
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised June 7, 2024
33 11 11 Ductile Iron Fittings 09/20/2017
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 05/06/2015
33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP)12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC)12/20/2012
33 39 60 Liners for Sanitary Sewer Structures 04/29/2021
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015
33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 03/11/2022
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 03/11/2022
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 03/11/2022
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised June 7, 2024
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 03/22/2021
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
GP-0.0 Project Location and Exhibit
GM-0.0 Pavement Marking Plan
GS-0.0 Standard Construction Details
END OF SECTION
12/10/24, 12:18 PM
CITY COUNCIL AGENDA
Create New From This M&C
DATE:
CODE:
SUBJECT:
REFERENCE **M&C 24- 202025 ASPHALT
12/10/2024 NO.: 1082 LOG NAME: RESURFACING CONTRACT
1
PUBLIC
C TYPE: CONSENT HEARING: NO
(CD 3) Authorize Execution of a Contract with Texas Materials Group, Inc., dba Texas Bit,
in the Amount of $2,643,537.15 for the 2025 Asphalt Resurfacing Contract 1 Project at
Various Locations
��RT�'4'ORTII
_��-
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with Texas Materials Group, Inc., dba Texas
Bit, in the amount of $2,643,537.15 for the 2025 Asphalt Resurfacing Contract 1 at various locations (City Project No.
105660).
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 (M&C) will provide street rehabilitation on approximately 10.0 lane miles for the street
sections below, under the 2025 Asphalt Resurfacing Contract 1 project (City Project No. 105660).
Street
Aden Road
Dakar Road East
Ems Court
Ems Road West
Firth Road
Genoa Road
F rom To
West Freeway SR West Bound Ems Road West
Ridgmar Boulevard East Cul-De-Sac
West Cul-De-Sac Ems Road West
Genoa Road Saxony Road
Ridgmar Boulevard i Westover Drive
Ridgmar Boulevard Ems Road East
Juneau Road Saxony Road Ems Road East
Klamath Road Private Community Gate Ems Road East
Plaza Parkway Westridge Avenue Ridgmar Plaza
Ridgmar Plaza North Bound West Freeway SR West Bound Cul-De-Sac
Ridgmar Plaza South Bound West Freeway SR West Bound Cul-De-Sac
Saxony Road Jaden Lane (Gate) Inca Road/Versailles Road
Taxco Road West Freeway SR West Bound North Cul-De-Sac
Versailles Road Genoa Road Inca Road
Westover Drive Firth Road Westover City Limits
Westridge Avenue T Pershing Avenue Plaza Parkway
This project was advertised for bid on September 5 and September 12, 2024, in the Fort Worth Star-Telegram. On
October 10, 2024, the following bids were received:
Bidders Base Bid Amount Alternate Bid Amount Time of Completion
Texas Materials Group, Inc. dba Texas Bit $2,699,050.15 $2,643,537.15** 180 Calendar Days
M&C Review
apps.cfwnet.org/council_packet/mc_review.asp?ID=32788&councildate=12/10/2024 1 /2
12/10/24, 12:18 PM
Bidders Base Bid Amount Alternate Bid Amount Time of Completion
Peachtree Construction, Ltd. $3,268,458.50 $3,220,060.40
**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, $403,313.00 is required for project management, material testing and inspection,
and $132,177.00 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 1
project.
Construction of this project is expected to start in January 2025 and be completed by July 2025. Upon completion of
the project, there will be no anticipated impact on the General Fund operating budget.
Business Equity Division — The Business Equity Division placed an 8.38\% business equity goal on this
solicitation/contract. Texas Materials Group, Inc., has agreed/committed to utilize 8.59\% business equity subcontractor
participation for the scope of work, 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 DISTRICT 3.
FISCAL INFORMATION/CERTIFICATION:
M&C Review
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 Con 1 project to support the approval of the above
recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public
Works Department has the responsibility to validate the availability of funds.
TO
Fund Department Account Project
ID ID
Program Activity
Budget Reference # Amount�
Year (Chartfield 2)
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) ,
Jesica McEachern (5804)
Lauren Prieur (6035)
Monty Hall (8662)
202025 ASPHALT RESURFACING CONTRACT 1.docx (CFW Internal)
Compliance Memo Texas Bit CPN105660.pdf (CFW Internal)
FID Table 2025 ASPAHLT RESURFACING CONTRACT 1.XLSX (CFW Internal)
Form 1295 Exemption Texas Materials Group.pdf (CFW Internal)
MC Map 2025Aspahlt Resurfacing Contract1 CPN105660 Rev5.pdf (Public)
SAM Search Report Texas Materials Group, Inc..pdf (CFW Internal)
apps.cfwnet.org/council_packet/mc_review.asp?ID=32788&councildate=12/10/2024 2/2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
RevisedSeptember14,2022
Page 1 of 2
2025 Asphalt Resurfacing Contract 1
City Project No. 105660
Addendum 1
CITY OF FORT WORTH
Transportation and Public Works Department
2025 Asphalt Resurfacing Contract 1
City ProjectNo. 105660
ADDENDUM NO. 1
Addendum No. 1: Issued Wednesday, September 11, 2024
Bid Open Date: Thursday, October 10, 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 41 00). Failure to acknowledge receipt of this addendum could subject the bidder
to disqualification.
The Plans and specification documents for 2025 Asphalt Resurfacing Contract 1, City Project No.
105660, are hereby revised by Addendum No. 1 as follows:
SPECIFICATIONS & CONTRACT DOCUMENTS:
a. SECTION 00 11 13 – Replace the INVITATION TO BIDDERS in its entirety with the
attached revised INVITATION TO BIDDERS
b. SUBMISSION INSTRUCTIONS – 24-0285 – The submission instructions have been
updated to include Addendum No. 1 under the Requested Information section.
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 41 00, 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
RevisedSeptember14,2022
Page 2 of 2
2025 Asphalt Resurfacing Contract 1
City Project No. 105660
Addendum 1
Addendum No. 1
RECEIPTACKNOWLEDGEMENT: Lauren Prieur, P.E.
Director,Transportation and Public Works
By: By:
Company:
Address:
City: State:
Zelalem Arega, PhD, P.E.
Engineering Manage
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised 2/08/24 Addendum 1
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2025 ASPHALT RESURFACING CONTRACT 1, City
project No. 105660 will be received by the City of Fort Worth via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities , under the respective Project
until 2:00 P.M. CST, Thursday October 10, 2024
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the Fort
Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 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=openOpportunities
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
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised 2/08/24 Addendum 1
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:
59,720 SY
59,720 SY
16,695 SY
16,695 SY
400 CY
2” Asphalt Paving Surface Course
2” Surface Milling
3” Asphalt Paving Surface Course
11” Pavement Pulverization
Asphalt Pavement Base Repair
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes”
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Project.
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: Thursday, September 19, 2024
TIME: 1.00 P.M.
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
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.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised 2/08/24 Addendum 1
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from bonds, grants etc. and reserved by the City for the Project.
ADVERTISEMENT DATES
September 5, 2024
September 12, 2024
END OF SECTION
00 05 15 - 1
ADDENDA
Page 1 of 2
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105660
Revised July 1, 2011 Addendum No. 2
CITYOF FORT WORTH1
Transportationand PublicWorks Department2
3
2025 ASPHALT RESURFACING CONTRACT 14
CITY PROJECT NO. 1056605
6
ADDENDUMNO.27
8
Addendum No. 2: Issued Monday,September 30, 20249
10
BidOpenDate:Thursday, October 10, 202411
12
13
14
15
16
17
18
19
This Addendum forms part of the Plans, Contract Documents, and specifications for the above-
referenced Project and modifies the original Specifications and Contract Documents. Bidder shall
acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION
00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to
disqualification.
The plans and specification documents for 2025 Asphalt Resurfacing Contract 1, City Project No.
105660, are hereby revised by Addendum No. 2 as follows: 20
21
SPECIFICATIONS&CONTRACT DOCUMENTS:22
a. SECTION 00 42 43 Replace the PROPOSAL FORM in its entirety with the attached23
revised PROPOSAL FORM.24
b. APPENDIX GC-4.02 Replace Subsurface and Physical Conditions in its entirety with25
the attached revised Subsurface and Physical Conditions.26
c. SUBMISSION INSTRUCTIONS 24-0285 The submission instructions have been27
updated to include Addendum No. 2 under the Requested Information section.28
d. BIDTABLE (BT-15BM)The bidtable has been revised in Bonfire to reflect the29
changes made to the proposal form.30
e. BIDTABLE (BT-18KW)The bidtable has been revised in Bonfire to reflect the31
changes made to the proposal form.32
33
The attendees asked the following questions during the pre-bid conference and on Bonfire. The 34
City of F are below.35
36
Question 1: What is the engineer's estimate for the project?37
Response 1: $2,900,000.00 is the approximate construction based on the 38
39
Question 2: When is the construction expected to start?40
Response 2: Work on the project is expected to begin in January 2025. The selected vendor must 41
have crews available and prepared to initiate work upon receipt of the Notice to Proceed. 42
43
This Addendum No. 2 forms part of the Plans, Specifications, and Contract Documents for the 44
above-referenced project and modifies the original Project Manual and Contract Documents of 45
the same. 46
Acknowledge your receipt of Addendum No. 2 by completing the requested information in the 47
space provided in Section 00 41 00, Bid Form, Page 3 of 348
00 05 15 - 2
ADDENDA
Page 2 of 2
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105660
Revised July 1, 2011 Addendum No. 2
A signed copy of Addendum No. 2 should be included in the submitted sealed bid at the time of 1
bid submittal. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject 2
cation.3
4
Addendum No. 25
6
RECEIPT ACKNOWLEDGEMENT: Lauren Prieur, P.E.7
Director, Transportation & Public Works8
9
By: _____________________________ By: _____________________________10
Company: _______________________ Zelalem Arega, P.E.11
Address: ________________________ Engineering Manager12
City: ___________ State: ___________13
END OF SECTION14
0o az aa
BID YROPOS?1
Paee I o[ I
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Pro7ec[ I[em Information Bidder's Pmposal
Bidlist Item .. Specification Unit of Bid
No. Descnptwn SectionNo. Measure � UnitPrice BidValue
Qua��t�ry
1 01359201 Remobilization Ol 70 00 EA 1
2 0241_13�� Remwe Conc Curb & Gutter 02 41 15 LF 170
3 3216.0102 7" Conc Curb And Gutter 32 16 13 LF 170
4 0241 _0401 Remwe Concrete Drivewa 02 41 13 SF 3,080
5 3213.0401 6" Concrete Driveway 32 13 20 SF 3,080
6 0241.0100 Remove Side�i�alk 02 41 13 SF 140
7 3213.0301 4" Conc Sidewalk 32 13 20 SF 140
8 024L14�� Remove Conc Valle Gutter 32 13 2� SY 30
9 3216.0301 7° Conc Valley Gutter 32 16 13 SY 30
l OB 3212_03�2 2" t1s halt Pvmt T e D(� irvin PG 70-22 TzDOT DG-D) 32 12 16 SY 59,720
I I 0241.1506 2" Surface Mdling 02 41 15 SY 59,720
12 3124_Ol �l As halt Pavement Base Re air 32 01 17 CY 400
13B 3212.0303 3" Asphalt Pvmt Tvpe D(Virgin PG 70-22 T�OT DG-D) 32 12 16 SY 16,695
14 3212_06�� HMAC Pavement Level U 32 12 16 TN 20
I S 32129900 Asphalt Crack Sealant 32 12 73 GA 128
16 0241_17��PavementPulverizationll" 024115 SY 16,695
17 3211.0122 Flex Base, Tvpe A, Gr-2 32 I I 23 CY 50
18 3211_06�1 CEMLIMET"' (a� 32 Lbs/S � 32 11 29 TN 270
19 31239101 Unclassified Excavation 31 23 23 CY 200
20 3292_Ol �� Block Sod Re lacement 32 92 13 SY 100
21 3217.5001 Curb Adress Painting 32 17 25 EA 36
22 3291_0100 To soil 329119 CY 100
23 0241.0300 Remove Ada Ramp 02 41 13 EA 6
24 3213_05�1 Baaier Free Ram , T e R-1 32 13 2� EA 4
25 32139504 Barrier Free Ramp, Type M-3 32 13 20 EA 1
26 3213_05�6 Baaier Free Ram , T e P-1 32 13 2� EA 1
27 9999.1000 Irrigation Adjustment & Landscape Repair Allowance 99 99 00 LS 1 $25,OOOAO $25,OOQ��
28 3305_0117 Concrete Collaz For Valve 33 OS 17 EA 4
29 3305.0112 Concrete Collar For Manhole 33 OS 17 EA 4
30 3349_5006 Remove And Re lace Inlet To , 10' 33 49 20 EA 1
31 31109101 Site Clearing 31 10 00 SY 100
32 321201 �2 6" Sld Pvmt Madcin � HAS (Y) 32 17 23 LF 2,374
33 32172103 Furnish/Install 4" Reflective Marker, Tvpe II- A/A 32 17 23 EA 31
34 3217_05�1 24" Sld Pvmt Markinu HAE (W) 32 17 23 LF 89
35 34719001 Traffic Control 3471 13 MO 6
36 9999_1��3PavinuConshuctionE111owance 99990� LS 1 $15QOOQ�O $15QOOOAO
Total Base Bid $175,000.00
Bid Summary
*Total 1 = Base Bid
*Tota12 = Base Bid + Alternate Bid
*Note: Tlie City Reserves the right to select eiUier Total 1 or Total 2.
END OF SECTION
CCIY OF FORT WORTH
STANDARD CONSTRUC7ION SPPCIFICATION DOC[1MPNTS
Revised 9/30/2021
$175,000.00
$175,000.00
2025 Asphalt Res�rtaci�g Co��ract I
Ci[yPrqe�[No_ 10=660
Addendw� 2
Addendum 2
September 11, 2024
City of Fort Worth Transportation & Public Works
200 Texas St. 2nd Floor
Fort Worth, Texas 76102
Attention: Mr. Stephen Overton, PMP, RSO
Re: Pavement Coring
CPN 105660
Off Bryant Irvin IH 30 WB
Fort Worth, Texas
UES Report No. W242152
Attached are the results of pavement coring performed for the project referenced above. This
study was authorized using Purchase Order FW020-0000012310 dated July 29, 2024 and
performed in accordance with UES Proposal No. 105808-rev1 dated July 16, 2024.
The project consisted of coring the existing pavement at twenty-six (26) locations on about 500
ft spaced intervals for POL lanes and about 1,000 ft spaced intervals for MOL lanes at selected
streets. In addition, the subgrade was sampled to a depth of 8½ inches below the bottom of
pavement to test for Atterberg limits and percent material passing the No. 200 sieve tests.
Portland cement concrete was encountered below asphalt at one (1) location. The concrete at
this core location was tested for compressive strength. The scope of work includes drilling and
laboratory testing services only. Engineering analysis and recommendations are not included in
the scope of this project.
Field Exploration and Pavement Thickness
UES performed 26 cores to evaluate the pavement thickness. About 8½ inches of subgrade
samples were obtained below the asphalt or concrete depths. The location of the cores is
presented in Figure 1, the Core Location Plan attached. The locations shown on the plan are
approximate. Table A contains a summary of the pavement thickness.
UES Project No. W242152
2
TABLE A
Pavement Thickness Summary
Core
Number
Asphalt
Thickness (in.)
Concrete
Thickness (in.)
Total Thickness
(in.)
Concrete Compressive
Strength (psi)
1 7½ N/A 7½ N/A
2 2 N/A 2 N/A
3 1¾ N/A 1¾ N/A
4 2¼ N/A 2¼ N/A
5 8 N/A 8 N/A
6 4 N/A 4 N/A
7 3½ N/A 3½ N/A
8 7 N/A 7 N/A
9 8¼ N/A 8¼ N/A
10 2¾ N/A 2¾ N/A
11 3 N/A 3 N/A
12 3¾ N/A 3¾ N/A
13 2¾ N/A 2¾ N/A
14 2½ N/A 2½ N/A
15 4 N/A 4 N/A
16 2¾ N/A 2¾ N/A
17 3 N/A 3 N/A
18 8½ N/A 8½ N/A
19 8 N/A 8 N/A
20 4½ 91 13½ 1,810
21 2½ N/A 2½ N/A
22 7 N/A 7 N/A
23 4½ N/A 4½ N/A
24 2 N/A 2 N/A
25 12 N/A 12 N/A
26 2¼ N/A 2¼ N/A
To aid in classifying the subgrade materials, natural moisture content tests (ASTM D 2216),
Atterberg-limit tests (ASTM D 4318), and the percent material passing the No. 200 sieve tests
(ASTM D 1140) were performed on the subgrade samples. Individual core results are presented
on the enclosed Log of Cores sheets.
One (1) core location (Core 20) consisted of concrete below the asphalt pavement. The concrete
sample was selected to measure concrete thickness and test the core for compressive strength.
Concrete thickness of Core 20 was about 9 inches. The compressive strength of the same core
was 1,810 psi. Results of the testing are summarized as Compression Test Results, Figure 2,
attached to this letter.
UES Project No. W242152
3
CLOSING
Engineering evaluations and recommendations are not part of the scope of this study. UES
appreciates the opportunity to be of service on this project. If we can be of further assistance,
please contact our office.
Sincerely,
UES PROFESSIONAL SOLUTIONS 44, LLC
TBPE Firm No. 813
Karina Cohuo Gregory S. Fagan, P.E.
Geotechnical Project Manager Geotechnical Department Manager
KC/GSF/rc
Copies: (1-PDF) Client
Attachments: Core Location Plan (Figure 1)
Log of Cores
Figure 2 Core Compression Test Result
Key to Soil Symbols and Classifications
.ti �`
��
�4
;r�
- . . ,,, �:,�
IC
B-2 B� B-4
B-6 B-7
�
�
B-g
��:�
B-9
rf �
�
_ - � r,�
h
r �;ker R� I
.;
' ��
i
SR
�
B-10
�
�
�
� �
� �
�� �
�
B-17 � v�
B-18
B�.1 l
i�� ��
B—IZ
B-11 B-13
{ r:
B-14 �
�� B-15
�rf� � B-16 �
�
�
� '
�
I
I
� �
�
#� ' ��
�
���
B-21
�..��, a B-24
�
3
B-26
0 WB GREEN OAKS
� � � i � :.
GEOTECHNICAL EXPLORATION
PAVEMENT CORES - (CPN 105660)
OFF BRYANT IRVIN IH 30 WB
FORT WORTH, TEXAS
UES PROJECT NO. W242152
�
UES..
Fvrmerly Alphp Testing
FIGURE 1
CORE LOCATION PLAN
�� �;
I
.
�
B-23
�� "
Yi
B-25��,ra � F'f • �:-•- � ,x . ,
;
� �� . '
�
�I��,r� r�:�' •�.�i'.i�
� APPROXIMATE CORE LOCATION
� sossB�shcreekxa gORING NO.: 1
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
7.5 " Asphalt
0.6
5" BASE MATERIAL
1.1
Tan CLAYEY GRAVEL
38 19 32 14 18
1.5
TEST CORES/CORING TERMINATED
AT 1.5 FT
5
� sossB�shcreekxa gORING NO.: 2
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2" ASPHALT
0.2
9.25" BASE MATERIAL
0.9
Tan GRAVELLY CLAY
18 34 17 17
1.6
TEST CORES/CORING TERMINATED
AT 1.6 FT
5
� sossB�shcreekxa gORING NO.: 3
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
1.75" ASPHALT � 2
10" BASE MATERIAL
1.0
Tan GRAVELLY CLAY
19 38 14 24
1.4
TEST CORES/CORING TERMINATED
AT 1.4 FT
5
� sossB�shcreekxa gORING NO.: 4
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2.25" ASPHALT
0.2
6.75" BASE MATERIAL
0.8
Tan CLAYEY GRAVEL
42 24 36 15 21
1.4
TEST CORES/CORING TERMINATED
AT 1.4 FT
5
� sossB�shcreekxa gORING NO.: 5
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
8" ASPHALT
0.7
5.5" BASE MATERIAL
1.1
Tan GRAVELLY CLAY
30 11 31 13 18
1.5
TEST CORES/CORING TERMINATED
AT 1.5 FT
5
� sossB�shcreekxa gORING NO.: 6
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
4" ASPHALT
0.3
2" BASE MATERIAL
0.5
Tan CLAY with gravel
23 43 15 28
1.2
TEST CORES/CORING TERMINATED
AT 1.2 FT
5
� sossB�shcreekxa gORING NO.: 7
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
3.5" ASPHALT
0.3
Tan CLAY with gravel
19 37 14 23
1.3
TEST CORES/CORING TERMINATED
AT 1.3 FT
5
� sossB�shcreekxa gORING NO.: 8
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
7" ASPHALT
0.6
6" BASE MATERIAL
1.1
Tan CLAY with garvel
17 34 15 19
1.6
TEST CORES/CORING TERMINATED
AT 1.6 FT
5
� sossB�shcreekxa gORING NO.: 9
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
8.25" ASPHALT
0.7
6" BASE MATERIAL
1.2
Brown CLAYEY GRAVEL
43 24 37 15 22
1.6
TEST CORES/CORING TERMINATED
AT 1.6 FT
5
� sossB�shcreekxa gORING NO.: 10
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2.75" ASPHALT
0.2
2" BASE MATERIAL
0.4
Brown CLAY with gravel
26 57 17 40
1.4
TEST CORES/CORING TERMINATED
AT 1.4 FT
5
� sossB�shcreekxa gORING NO.: 11
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
3" ASPHALT
0.3
2" BASE MATERIAL
0.4
Tan CLAYEY GRAVEL
41 19 34 13 21
0
1.3
TEST CORES/CORING TERMINATED
AT 1.3 FT
5
� sossB�shcreekxa gORING NO.: 12
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
3.75" ASPHALT
0.3
2" BASE MATERIAL
0.5
Tan CLAY with gravel
16 33 15 18
1.3
TEST CORES/CORING TERMINATED
AT 1.3 FT
5
� sossB�shcreekxa gORING NO.: 13
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2.75" ASPHALT
0.2
2" BASE MATERIAL
0.4
Brown CLAY with gravel
29 53 18 35
1.4
TEST CORES/CORING TERMINATED
AT 1.4 FT
5
� sossB�shcreekxa gORING NO.: 14
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2.5" ASPHALT
0.2
2" BASE MATERIAL
0.4
Brown CLAY with gravel
21 40 15 25
1.2
TEST CORES/CORING TERMINATED
AT 1.2 FT
5
� sossB�shcreekxa gORING NO.: 15
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
4" ASPHALT
0.3
3.75" BASE MATERIAL
0.6
Tan CLAY with gravel
17 38 16 22
1.6
TEST CORES/CORING TERMINATED
AT 1.6 FT
5
� sossB�shcreekxa gORING NO.: 16
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2.75" ASPHALT
0.2
3" BASE MATERIAL
0.5
Brown SANDY CLAY
57 20 54 15 39
1.6
TEST CORES/CORING TERMINATED
AT 1.6 FT
5
� sossB�shcreekxa gORING NO.: 17
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
3" ASPHALT
0.3
12" BASE MATERIAL
1.3
Tan CLAYEY GRAVEL 1.3 26 18 28 14 14
TEST CORES/CORING TERMINATED
AT 1.3 FT
5
� sossB�shcreekxa gORING NO.: 18
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
8.5" ASPHALT
0.7
4.5" BASE MATERIAL
1.1
Brown CLAYEY GRAVEL
19 30 30 19 11
1.4
TEST CORES/CORING TERMINATED
AT 1.4 FT
5
� sossB�shcreekxa gORING NO.: 19
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
8" ASPHALT
0.7
10" BASE MATERIAL
1.5
Tan CLAYEY GRAVEL
23 14 39 13 26
2.3
TEST CORES/CORING TERMINATED
AT 2.3 FT
5
� sossB�shcreekxa gORING NO.: 20
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
4.5" ASPHALT
0.4
�a a`�� 9" CONCRETE
p=.a
oa �
oa
�a a
o' a
o� a
o>a
o� n
1.1
4" BASE MATERIAL
1.5
Grayish brown CLAYEY GRAVEL
16 16 33 16 17
1.8
TEST CORES/CORING TERMINATED
AT 1.8 FT
5
� sossB�shcreekxa gORING NO.: 21
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2.5" ASPHALT
0.2
10" BASE MATERIAL
1.0
Tan GRAVELLY CLAY
12 34 16 18
1.5
TEST CORES/CORING TERMINATED
AT 1.5 FT
5
� sossB�shcreekxa gORING NO.: 22
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
7" ASPHALT
0.6
Tan GRAVELLY CLAY
18 21 17 4
1.0
TEST CORES/CORING TERMINATED
AT 1 FT
5
� sossB�shcreekxa gORING NO.: 23
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
4.5" ASPHALT
0.4
4.5" BASE MATERIAL
0.8
Tan GRAVELLY CLAY
25 34 21 13
1.2
TEST CORES/CORING TERMINATED
AT 1.2 FT
5
� sossB�shcreekxa gORING NO.: 24
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2" ASPHALT
0.2
12" BASE MATERIAL
1.2
Tan CLAYEY GRAVEL
27 12 48 16 32
1.5
TEST CORES/CORING TERMINATED
AT 1.5 FT
5
� sossB�shcreekxa gORING NO.: 25
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
12" ASPHALT
1.0
Tan CLAY with gravel
23 35 18 17
1.5
TEST CORES/CORING TERMINATED
AT 1.5 FT
5
� sossB�shcreekxa gORING NO.: 26
� ��� M Fort Worth, Texas 761 [9 Sheet 1 of 1
Phone: 817-496-5600
Fax. 817-=196-5608 PROJECT NO.: W242152
Formerly Alpha Testing www.alphateSXing.com
Client: City of Fort Worth - Transportation & Public Works Location: Fort Worth, Tx
Project: City of Fort Worth Pavement Cores Surface Elevation:
Start Date: 1/1/2000 End Date: 1/1/2000 West:
Drilling Method: North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS � ��� w E a� � � x
,a��i � NONE T� �� a`� U� �� �'�°' �� � E � c o
v �On ROdS (ft): � �p o � Y � us � s �N� �w c J � — _
� ZAfter Drilling (ft): DRY �>C1 � o � E � rn v� rn�o � o � .0 � �
t �
n o� c� o o c� � ao �`�- V
� � �After Hours (ft): E � o'-' a�- �� �� N p� a @ �� 3
� _ _ � a� U � o ., � .. o o " � � m �
c� � � �a a ?� � Z ? � a a
MATERIAL DESCRIPTION
2.25" ASPHALT
0.2
Reddish brown GRAVELLY CLAY
13 12 60 21 39
1.0
TEST CORES/CORING TERMINATED
AT 1 FT
5
�
�
� �
O O
� �
�
� �
� �
J �
a�
z
az
0
�
F
N
�
� �
a
� m
� o
'-' o
u,
�����
o a
Y f4 � U m
v � a j �
� M
�L L � � �
� � O � � #
� m F J
op � � 3 w
� �° O 3 �
vv
N N
O O
r �
�
� �
�
N "a
(6 .�-�
� �
�
H
N
�
�
�
Y
>O
>
U
�
7
�
�
c
0
.�
�
0
n
�
c
�
�
� N
(6
O �
��
� >o
O >
� �
U li
�
�
LL
�
w
�
�
W
H
N
�
N
>N
>
O
Z
�
O
Q
NN
LL
0
�
�
�
0
Z
a
U
N
N �
O�
U _
�
a�i o
� �
N O
a�
H
U
W
�
�
�
a
2
H
C7
z
w
�
�
�
W
�
�
�
11J
d'
a
�
O
U
�
W
�
0
U
LL
0
W
�
0
a
d'
�
a
Y �
� n M
m �
> _
O O
� �
� w a � DO
g � v � r
O �
W
U
Q
�
W
z >
O � p Q
�
U � �
� Q �
p � O
U
w
� U O
� � O �
�
� o m �
J
�
O M
z � Q �
w a � �
J �
W Z �
�
Q d �
r
�
W= �
az M
o�
w � w �
a Z = �
U W Z N
W � = o
Qz
� � Z �
� � = O N
� z
� � z 6� �
O
O U
F
Q
U
�
W J
� � � W �
U �
O
U
� U
� J
J
� �
C
Cn � � N
T T � �
'� a � Q.
N � U Q
�
N N � W
� cn a �
H
Z
W
�
�
O
U
i
ti �
H
I
UESTM
Formerly Alpha Testing
SOIL & ROCK SYMBOLS
� (CH), High Plasticity CLAY
� (CL), Low Plasticity CLAY
� (SC), CLAYEY SAND
� (SP), Poorly Graded SAND
� (SW), Well Graded SAND
� (SM), SILTY SAND
� (ML), SILT
� (MH), Elastic SILT
� LIMESTONE
� SHALE / MARL
� SANDSTONE
o � (GP), Poorly Graded GRAVEL
�' (GW), Well Graded GRAVEL
� (GC), CLAYEY GRAVEL
� (GM), SILTY GRAVEL
� (OL), ORGANIC SILT
� (OH), ORGANIC CLAY
� FILL
SAMPLING SYMBOLS
■SHELBY TUBE (3" OD except where
noted otherwise)
�SPLIT SPOON (2" OD except where
noted otherwise)
� AUGER SAMPLE
� TEXAS CONE PENETRATION
�ROCK CORE (2" ID except where
noted otherwise)
KEY TO SOIL SYMBOLS
AND CLASSIFICATIONS
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
VERY LOOSE
LOOSE
MEDIUM
DENSE
VERY DENSE
0 TO 4
5 TO 10
11 TO 30
31 TO 50
OVER 50
SHEAR STRENGTH OF COHESIVE SOILS (tsfl
VERY SOFT
SOFT
FIRM
STIFF
VERY STIFF
HARD
LESS THAN 0.25
0.25 TO 0.50
0.50 TO 1.00
1.00 TO 2.00
2.00 TO 4.00
OVER 4.00
RELATIVE DEGREE OF PLASTICITY (PI)
LOW
MEDIUM
HIGH
VERY HIGH
4 TO 15
16 TO 25
26 TO 35
OVER 35
RELATIVE PROPORTIONS (%)
TRACE
LITTLE
SOME
AND
1 TO 10
11 TO 20
21 TO 35
36 TO 50
PARTICLE SIZE IDENTIFICATION (DIAMETER)
BOULDERS
COBBLES
COARSE GRAVEL
FINE GRAVEL
COURSE SAND
MEDIUM SAND
FINE SAND
SILT
CLAY
8.0" OR LARGER
3.0" TO 8.0"
0.75" TO 3.0"
5.OmmT03.0"
2.OmmT05.Omm
0.4mmT05.Omm
0.07mmT00.4mm
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised 2/08/24
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2025 ASPHALT RESURFACING CONTRACT 1, City
project No. 105660 will be received by the City of Fort Worth via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, 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 in the Fort
Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 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=openOpportunities
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
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised 2/08/24
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:
59,720 SY 2” Asphalt Paving Surface Course, Type D
59,720 SY 2” Surface Milling
16,695 SY 3” Asphalt Paving Surface Course, Type D
16,695 SY 11” Pavement Pulverization
400 CY Asphalt Pavement Base Repair
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes”
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Project.
PREBID CONFERENCE – Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: Tuesday, September 17, 2024
TIME: 10.00 A.M.
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
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.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised 2/08/24
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from bonds, grants etc. and reserved by the City for the Project.
ADVERTISEMENT DATES
September 5, 2024
September 12, 2024
END OF SECTION
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. 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:
https://apps.fortworthtexas.gov/ProjectResources/
3.1.1. Paving – Requirements document located at:
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving
%20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ
UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf
3.1.2. Roadway and Pedestrian Lighting – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa
y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3. Water and Sanitary Sewer – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%2
0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre
qual%20requirements.pdf
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 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 t o the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
3.5. Special qualifications required for this project include the following: OMITTED
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
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
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.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting “yes” in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
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.
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
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday, ten 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
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
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.
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 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrary.amlegal.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.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the 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
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of 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.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
CITY OF FORT WORTH 2025 Asphalt Resurfacing Contract 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105660
Revised/Updated 1/17/24
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident’s principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
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
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
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.
Form CIQ (Conflict of Interest Questionnaire) (state.tx.us)
https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
BIDDER:
By:
Signature:
Title:
The referenced forms may be downloaded from the links provided below.
CONFLICT OF INTEREST STATEMENT
SECTION 00 35 13
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 24, 2020
2025 Asphalt Resurfacing Contract 1
City Project No. 105660
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who oate Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
Texas Materials Grou
2
❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about w m he ' or aY eing disclosed.
�
Name of Officer
4 Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
� Yes � No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
� Yes � No
5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
6
❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
7
� � ��� �' �� � ��� October 10. 2024
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code § 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
***
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code § 176.006(a) and (a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
00 41 00
BID FORM
Page 1 of 3
TO:
2.1.
2.2.
2.3.
2.4.
2.5.
2.6.
a.
b.
c.
SECTION 00 41 00
BID FORM
Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
"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.
Bidder has not solicited or induced any individual or entity to refrain from bidding.
Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
"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.
"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.
FOR:
City Project No.:
2025 Asphalt Resurfacing Contract 1
105660
2. BIDDER Acknowledgements and Certification
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.
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.
The Purchasing Manager
1. Enter Into Agreement
200 Texas Street
City of Fort Worth, Texas 76102
c/o: The Purchasing Division
Units/Sections:Asphalt Paving
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.
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
2025 Asphalt Resurfacing Contract 1
City Project No. 105660
00 41 00
BID FORM
Page 2 of 3
d.
a.
b.
c.
d.
e.
f.
g.
h.
4.1. 180
4.2.
a.
b.
c.
d.
e.
f.
g.
h.Any additional documents that may be required by Section 12 of the Instructions to Bidders
This Bid Form, Section 00 41 00
Proposal Form, Section 00 42 43
Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
MWBE Forms (optional at time of bid)
days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
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.
Prequalification Statement, Section 00 45 12
Conflict of Interest Affidavit, Section 00 35 13
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
3. Prequalification
-
-
4. Time of Completion
The Work will be complete for Final Acceptance within
-
-
-
-
"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.
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
Asphalt Paving Heavy Maintenance ($1,000,000 and Over)
-
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
2025 Asphalt Resurfacing Contract 1
City Project No. 105660
00 41 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the foilowing bid amount. In the
space provided below, piease enter the total bid amount for this project. Only this tigure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Evaluation of Bid Items
Total 1 = Base Bid
Total 2= Base Bid + Alternate Bid
Total Bid
� 2,699,050.15
� 2,643,537.15
7. Bid Submittal
This Bid is submitted on
Respectfully submitted,
, .,;' �
By: ,.�:��.�.._.o. . .
(Signature)
Ronald D. Stinson, Jr.
Title
Company
Address
by the entity named below.
Estimating Manager
Texas Materials Group
420 Decker Drive, Suite 200
Irving, TX 75062
State of Incorporation: Delaware
Email: ronald.stinson@texasmaterials.com
Phone: 214-741-3531
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
Corpc�ate��Se�,�a:?�j �� ��''�-
,� - a
, �� � � � �' `� �'�
' � �"� ����(��,��,� ��,���
�' c
< '' �' E
?� � r{ � 4 �' 'ra
n �.
f-� � � �s� ��_ ?
� � _
d��
`��L � � ��,`� �.t��,,� �,;
�
.�
2025 Asphalt Resurtacing Contract 1
City Project No. 105660
00 42 43
BID PROPOSAL
Page 1 of 1
1 0135.0201 Remobilization 01 70 00 EA 1 $1,385.00 $1,385.00
2 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 170 $13.30 $2,261.00
3 3216.0102 7" Conc Curb And Gutter 32 16 13 LF 170 $83.05 $14,118.50
4 0241.0401 Remove Concrete Driveway 02 41 13 SF 3,080 $5.55 $17,094.00
5 3213.0401 6" Concrete Driveway 32 13 20 SF 3,080 $16.60 $51,128.00
6 0241.0100 Remove Sidewalk 02 41 13 SF 140 $5.00 $700.00
7 3213.0301 4" Conc Sidewalk 32 13 20 SF 140 $15.50 $2,170.00
8 0241.1400 Remove Conc Valley Gutter 32 13 20 SY 30 $55.35 $1,660.50
9 3216.0301 7" Conc Valley Gutter 32 16 13 SY 30 $182.70 $5,481.00
10B 3212.0302 2" Asphalt Pvmt Type D (Virgin PG 70-22 TxDOT DG-D) 32 12 16 SY 59,720 $19.34 $1,154,984.80
11 0241.1506 2'' Surface Milling 02 41 15 SY 59,720 $3.35 $200,062.00
12 3124.0101 Asphalt Pavement Base Repair 32 01 17 CY 400 $510.00 $204,000.00
13B 3212.0303 3" Asphalt Pvmt Type D (Virgin PG 70-22 TxDOT DG-D) 32 12 16 SY 16,695 $28.20 $470,799.00
14 3212.0600 HMAC Pavement Level Up 32 12 16 TN 20 $745.25 $14,905.00
15 3212.0900 Asphalt Crack Sealant 32 12 73 GA 128 $64.60 $8,268.80
16 0241.1700 Pavement Pulverization 11" 02 41 15 SY 16,695 $9.30 $155,263.50
17 3211.0122 Flex Base, Type A, Gr-2 32 11 23 CY 50 $126.30 $6,315.00
18 3211.0601 CEMLIME™ @ 32 Lbs/Sy 32 11 29 TN 270 $410.00 $110,700.00
19 3123.0101 Unclassified Excavation 31 23 23 CY 200 $46.70 $9,340.00
20 3292.0100 Block Sod Replacement 32 92 13 SY 100 $50.00 $5,000.00
21 3217.5001 Curb Adress Painting 32 17 25 EA 36 $41.00 $1,476.00
22 3291.0100 Topsoil 32 91 19 CY 100 $67.55 $6,755.00
23 0241.0300 Remove Ada Ramp 02 41 13 EA 6 $1,110.00 $6,660.00
24 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 4 $3,875.00 $15,500.00
25 3213.0504 Barrier Free Ramp, Type M-3 32 13 20 EA 1 $4,210.00 $4,210.00
26 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 1 $3,985.00 $3,985.00
27 9999.1000 Irrigation Adjustment & Landscape Repair Allowance 99 99 00 LS 1 $25,000.00 $25,000.00
28 3305.0117 Concrete Collar For Valve 33 05 17 EA 4 $1,218.00 $4,872.00
29 3305.0112 Concrete Collar For Manhole 33 05 17 EA 4 $1,772.00 $7,088.00
30 3349.5006 Remove And Replace Inlet Top, 10' 33 49 20 EA 1 $8,305.00 $8,305.00
31 3110.0101 Site Clearing 31 10 00 SY 100 $28.50 $2,850.00
32 3217.0102 6" Sld Pvmt Marking HAS (Y) 32 17 23 LF 2,374 $1.65 $3,917.10
33 3217.2103 Furnish/Install 4" Reflective Marker, Type II- A/A 32 17 23 EA 31 $16.60 $514.60
34 3217.0501 24" Sld Pvmt Marking HAE (W) 32 17 23 LF 89 $22.15 $1,971.35
35 3471.0001 Traffic Control 34 71 13 MO 6 $3,385.00 $20,310.00
36 9999.1003 Paving Construction Allowance 99 99 00 LS 1 $150,000.00 $150,000.00
$2,699,050.15
10A 9999.1001 2" Asphalt Pvmt Superpave SP-D (PG 70-22 Superpave SP-D) 32 12 16 SY 59,720 18.69 1,116,166.80
13A 9999.1002 3" Asphalt Pvmt Superpave SP-D (PG 70-22 Superpave SP-D) 32 12 16 SY 16,695 27.2 454,104.00
Deduct Item 10B 59,720 19.34 (1,154,984.80)
Deduct Item 13B 16,695 28.20 (470,799.00)
(55,513.00)
$2,699,050.15
$2,643,537.15
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
Unit of
Measure
Bidlist Item
No.
Total Base Bid
END OF SECTION
Alternative A
Bid Summary
*Total 1 = Base Bid
*Total 2 = Base Bid + Alternate Bid
*Note: The City Reserves the right to select either Total 1 or Total 2.
Sub-Total Alternative
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
2025 Asphalt Resurfacing Contract 1
City Project No. 105660
004313
BtD BOND
Page 1 of 2
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, Texas Materials Group, Inc. dba Texas Bit, 420 Decker Dr #200, Irving, TX 75062 , known as
"Bidder" herein and Liberty Mutual Insurance Company, 175 Berkeley Street, Boston, MA 02118 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 1
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 10th day of OCtober , 2024.
ATTEST� � �j
�/�
Witness as to Principal
PRINCIPAL:
Texas Materials Group, Inc.
�
BY: � /
Signature , '
Ron Stinson, Jr, Estimatin anager
Name and Title
: , , ;.
. . ; ,,
:,,��,,,
,'�
GITY OF FORT WORTFi
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2025 Asphaft Resurfacing Contract 1
Revised 9/30l2027 Ciry Project No, 105660
00 43 13
BID BOND
Page 2 of 2
Witness as to Surety
Attach Power of Attorney (Surety) for Attorney-in-Fact
Address: 420 Decker Drive #200
Irving. TX 75062
SURETY:
Liberty Mutual Insurance Company
BY: � J
Sighat��re
Mary Loveless, Attorney-in-Fact
Name and Title
Address: 175 Berkeley Street
Boston, MA 02118
Telephone Number: 757-876-0133
Stephanie Gross, Asst VP - Surety
*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 Aspnalt Resurfacing Contract 1
Revised 9/30/2021 City Project No. 105660
-. Liberty
Mutual�
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8211029- 985792
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized untler the laws of the State of Massachusetts, and West American Insurance Company is a corporation tluly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Donald
Blackbum, James A. Connor, Sam Davis, Mary Loveless, Patricia L. McCall, Chris Michael, Ron Stinson
all of the city of Irving state of TX each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all bid bonds on behalf of Texas Materials Group, inc.
, and the execution o such bid bonds, in pursuance
of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 28th dav of November , 2023 .
N
�
�
c
� State of PENNSYLVANIA
� Couniy of MONTGOMERY ss
Liberty Mutual Insurance Company
P� 1NSU� P�,SV INSV a\NSU�,q The Ohio Casualty Insurance Company
,�J Got+P°R1r Y(� t�J coaP°29rR9y \(�P GORP�RHT y�1 West American Insurance Company
J3 Fom Q3 FOC� � r FoR�
Y31912yo 0 1919 � � 1991 0 ��/�
: �, o a
Ydj1 SSACHUS� .aa y� ��HAMP`+��,d L3 `ls��NDIAHPl�aa3 Bi�� r�
8j> * ��' �'Hl * ti M * l�
David M. Carey, Assistant Secretary
�� On this 28th day of Nove�nber , 2023 before me personally appearetl David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
o� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
�> therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
a� � IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
�
H
�
c
.N
�
�
�
c
0
_H
�
U W
a'i �
-6 ,..__. o
�'� .-�'R Ft-;g�,��, �f")
p� .:` �.LS���en! t✓FyF� ����.. Commonwealth of Pennsylvania - Notary Seal Q �}
i ;:tr eP ��� � Teresa Paslella, Notary Public il-� .� -�
dj O '�' ° �F ���� Montgomery County �� �^���` A/% � C
�� ^� � y My commission ezpires March 28, 2025 BY• ��.� ��
� 'OF �C�� - Commission num6er 1126044 ?� �
� `��;2�1'�.,n`,�Y_��'�f� .� Mem6er.PennsylvaniaAssocialionofNotanes 2fBS8 P8Sf2II8, NotaryPublic ��
p) fn ,..Tqh,1' P��;�, � po
� � � . .
�� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual ��
o c Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: o y
a�
m
�
U
ARTICLE IV — OFFICERS: Section 12. Power of Attorney. � 3
Any officer or other official of the CorporaGon authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the ��
President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety � o
any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall � N
have full power to bind the Corporafion by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such ��
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the � M
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the offcer or officers granting such power or authority. c°°
O O
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. ��
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, ��
shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowletlge antl deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments antl to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid antl binding upon the Company with
the same force antl effect as though manually a�xed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberry Mutual Insurance Company, antl West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked. �
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1� day of 4�b� ,�. _--
'�`
� �Nsuq �,'(v �NSV � �NsuR
�`�p'ooavoR'°T'q2c+ yJp'ooaeoe�TRqy VP`oavorzyr'9yn
J3 Focn Q3 Foc� � r Focn
� 1912 � oy1919�0 6 1991 0
� t� B
Ydj19sSFCHUSP' .aa� yO "�NAMPsa\,aL3 Ys �NDIAN�' ,aa� Y
��> * �� ��'1 ,r �t� �M * 1��
LMS-12890 LMIC OCIC WAIC Multi Co Bid Bontl 02/21
���� ' I-�v
Renee C. Llewellyn, Assistant Secretary — -
� � � � r�
1
Rios, Leonel
From:HOSUR <HOSUR@LibertyMutual.com>
Sent:Friday, December 13, 2024 8:54 AM
To:Rios, Leonel; HOSUR
Subject:RE: Bond #014257918 Verification-Texas Materials Group, Inc.
This message is from an external organization.
This message came from outside your organization.
Report Suspicious
I can confirm that Liberty Mutual wrote this bond.
Thanks,
The Hosur Team
Hosur@libertymutual.com
From:Rios, Leonel <Leonel.Rios@fortworthtexas.gov>
Sent:Friday, December 13, 2024 9:11 AM
To:HOSUR <HOSUR@libertymutual.com>
Subject:{EXTERNAL} RE: Bond #014257918 Verification Texas Materials Group, Inc.
Importance:High
Could I please get assistance with the below request.
Thank you,
Leonel
From:Rios, Leonel
Sent:Wednesday, December 11, 2024 3:31 PM
To:HOSUR@libertymutual.com
Subject:Bond #014257918 Verification Texas Materials Group, Inc.
Good afternoon,
The City of Fort Worth requires bond verification before a contract can be executed. We have received the
following bonds from Texas Materials Group, Inc: Bond # 014257918, in the amount of $2,643,537.15, issued by Liberty
Mutual Insurance Company for City Project #105660,2025 Asphalt Resurfacing Contract 1. Please confirm that the
bonds and corresponding amounts are valid so we can proceed with awarding the contract to Texas Materials Group,
Inc.
Thank you,
Leonel J. Rios
Contract Compliance Specialist
Transportation Public Works
817-392-7233 (office)
100 Fort Worth Trail, Fort Worth, Texas 76102
leonel.rios@FortWorthTexas.gov
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
A.
B.
By:
Title:
Date:
SECTION 00 43 37
END OF SECTION
The principal place of business of our company or our parent company or majority owner is
BIDDER:
, our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
in the State of Texas.
are not required to underbid resident bidders.
, our principal place of business,
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.
Nonresident bidders in the State of
Nonresident bidders in the State of
statute is attached.
(Signature)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
2025 Asphalt Resurfacing Contract 1
City Project No. 105660
00 45 12
PREQUALIFICATION STATEMENT
Page 1 of 1
BIDDER:
By:
Title:
Date:
SECTION 00 45 12
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.
Asphalt Paving Heavy
Maintenance ($1,000,000 and
Over)
-
Major Work Type Contractor/Subcontractor Company Name
Prequalification
Expiration Date
-
-
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
-
END OF SECTION
(Signature)
-
-
-
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 09/30/2021
2025 Asphalt Resurfacing Contract 1
City Project No. 105660
tx� as zr, - i
CIN�f'IR:1("[Y1RCU1�11'1.1:1hI('I: WI'llilti'ORI�PN'SC(lA1PENti:1'I1c1N [.,\W
]'ag� 1 oF l
�
3
a
5
F.
7
R
9
10
li
12
13
14
15
1 fi
!7
]R
19
2U
21
22
23
24
2�
?G
27
28
29
30
3E
32
33
34
35
3G
37
3R
39
S� cT�oN oo as zb
CONTRACTOlt COMI'LIANCC V1�'l"fH WORKER'S COMP�NSATION LAW
Pursuant lo Tc�� Labor CodC Scclion aQf�.(19(,(;�}, as nmcndcd. Coiflrnclor ccrti fics �ki�l il
�ro�•�des ���orkcr's compcns:�tion insurancc co��cr��c far �II of its cmployccs cri�ploycd on City
Projccl No. lU�(�(�U Contraclor furt)Zcr ccrlifics tltnl, pursu��t to Tc�as Labor Codc, Scction
4i3f,.09G(b), as amcndcd, il «ill providc to Cit�� i�,s sutxonlraclor`s ccrliric�lcs of compli�ncc �vith
��orkcr's compcnsation cot•eragc.
CONTRACTOR:
Tc�as Matcrials Groun �3y: Ranald D. Stinson, Jr.
Compam• (Plcasc P'rint)
Si�nalure: / �
Address
Ir��ing, TX 750b2
Citv/State/Zip
THE STATE 4F TEXAS
COUNTY OF TARRANT
��
�
Titic: Estimalin�; Managcr _
(Plcasc Print)
B��ORE M E, thc undcrsi�ncd aE�thorihr, on this day person�lly appe�rcd
Ran�ld D. Slinson, Jr. , l:nown to mc to bc t�zc perso� �vhosc na�nc is
subscnbed to thc fore�oin�; instrumeni, and acknowled�ed to me that hclshe e�ecutcd lhc samc rts
ihc act and dccd of Tc.��g Matcrials Groun for thc purposcs and
eonsideralion the�cin cxpressed and in �t►e capacity thcrein stated.
GIVEN UNDER MY HA�VD AND SEAL OF OFF[CE chis
UcEobcr , 2024. �
�`"'�"'`� JAMIE GREENWAY
: �t{`r r� ,.
ai,:�4e+_ Notary Pu�lic. Stare of Teras
;� ,, .,+; Comm. Expires 03-25-2p28
�'��0;s;�`'� Not�ry ED 12i15454
DOFS
C['I'1' �1F FOR'I' wt7x'[�
S"I'ANllARllCONS'ERiiCT!(7t�f SPI�:CIPICATT[lN IXK'UM]iN'fS
Rctiisccl Ju[v I. 2011
day of
�GL4L
ublic i and or thc
2025 ASl'lirV : I' RI•;Sl �R!':'1CING C(lN'IR:�CI' 1
Cffl' PROJE?CE NO. 1(}SGGO
00 45 40 - 1
Business Equity Goal
Page 1 of 2
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised June 7, 2024
SECTION 00 45 40 1
Business Equity Goal2
APPLICATION OF POLICY 3
If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.4
A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 5
(M/WBEs).6
7
POLICY STATEMENT 8
It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 9
Firms when applicable, in the procurement of all goods and services. All requirements and regulations 10
stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-11
2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 12
this bid.13
14
BUSINESS EQUITY PROJECT GOAL 15
The City's Business Equity goal on this project is 8.38% of the total bid value of the contract (Base bid 16
applies to Parks and Community Services). 17
18
METHODS TO COMPLY WITH THE GOAL 19
On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 20
Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 21
ordinance through one of the following methods: 1. Commercially useful services performed by a 22
Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 23
of Business Equity prime services and Business Equity subcontracting participation, 4. Business 24
Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. 25
Prime contractor Waiver documentation. 26
27
SUBMITTAL OF REQUIRED DOCUMENTATION 28
Applicable documents (listed below) must be submitted electronically with the other required bidding 29
documents at the time of the bid under the respective Project via the Procurement Portal: 30
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 31
OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 32
exclusive of the bid opening date with the respective Project via the Procurement Portal by 33
responding to the message sent within Bonfire to all the bidders. It is highly encouraged that 34
bidders submit required documentation at the time of bid submission.35
36
The Offeror must submit one or more of the following documents: 37
1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 38
2. Letter of Intent, for all M/WBE Subcontractors; 39
3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 40
participation is less than stated goal, or no Business Equity participation is accomplished; 41
4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will 42
perform all subcontracting/supplier opportunities; or 43
5. Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or 44
Mentor-Protégé participation. 45
46
These forms can be accessed at: 47
Business Equity Utilization Form and Letter of Intent 48
00 45 40 - 2
Business Equity Goal
Page 2 of 2
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised June 7, 2024
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization 1
Form_DVIN 2022 220324.pdf2
3
Letter of Intent4
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 5
2021.pdf6
7
Business Equity Good Faith Effort Form 8
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort 9
Form_DVIN 2022.pdf 10
11
Business Equity Prime Contractor Waiver Form 12
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 13
Waiver-220313.pdf 14
15
Business Equity Joint Venture Form16
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint 17
Venture_220225.pdf 18
19
20
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 21
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 22
REJECTED. 23
24
25
FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE 26
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-27
RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 28
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 29
30
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services 31
Department at (817) 392-2674. 32
END OF SECTION33
34
00 52 43 - 1
Agreement
Page 1 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised March 3, 2024
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on December 10, 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 Texas Materials Group, Inc. dba Texas Bit, 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 1
CITY PROJECT NUMBER 105660
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 TWO MILLION SIX HUNDRED FORTY-
THREE THOUSAND, FIVE HUNDRED THIRTY-SEVEN AND 15/100 DOLLARS
($2,643,537.15). 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 180 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.
00 52 43 - 2
Agreement
Page 2 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised March 3, 2024
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A. The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
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 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 any act, omission or negligence of the city.
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.
00 52 43 - 3
Agreement
Page 3 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised March 3, 2024
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 any 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.
00 52 43 - 4
Agreement
Page 4 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised March 3, 2024
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.
00 52 43 - 5
Agreement
Page 5 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised March 3, 2024
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.
00 52 43 - 6
Agreement
Page 6 of 6
CITY OF FORT WORTH 2025 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised March 3, 2024
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: Texas Materials Group, Inc. City of Fort Worth
Dba Texas Bit
By:By:
Signature Jesica McEachern
Assistant City Manager
(Printed Name)
Date
Title Attest:
420 Decker Dr. Ste 200
Address Jannette Goodall, City Secretary
Irving, Texas 75062
City/State/Zip (Seal)
M&C: ________________
Date Date: _________________
Approved as to Form and Legality:
Douglas W. Black
Sr. Assistant City Attorney
Bond No. 014257918
006113-1
PERFORMANCE BOND
Page 1 of 2
1
2
3
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 13
PERFORMANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
7 That we, Texas Materials Group, Inc. dba Texas Bit, l�nown as "Principal" herein and
8 Libertv Mutual Insurance Com�anv _____ � a corporate surety(sureties, if more than
9 one) duly authorized to do business in the State of Texas, linown as "Surety" herein (whether one
10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, TWO MILLION SIX
12 HUNDRED FORTY-THREE THOUSAND, FIVE HiJNDRED THIRTY-SEVEN AND 15/100
13 DOLLARS (�2.643.537.151. lawful money of the United States, to be paid in Fort Worth, Tarrant
14 County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our
15 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
16
17
18
19
20
21
22
presents.
WHEREAS, the Principal has entered into a certain written contract with the City
awarded the 10`'' day of December, 2024, which Contract is hereby referred to and made a part
hereof for all purposes as if fully set forth herein, to fiuuish all materials, equipment labor and
other accessories defined by law, in the prosecution of the Work, including any Change Orders,
as provided for in said Contract designated as 2025 ASPHALT RESURFACING CONTRACT 1,
City Project No. 105660.
23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
26
27
28
29
30
31
specifications, and contract documents therein referred to, and as well during any period of
extension of the Contract that may be granted on the part of the City, then this obligation shall be
and become null and void, otherwise to remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant Counry, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division.
CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised December 8, 2023
00 61 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 deternvned in
3 accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
5 this instrument by duly authorized agents and officers on this the 10th day of
6 December � 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
ATTEST:
(Principal) Secretary
���� �
- �J�
Witness as to Principal
PRINCIPAL:
Texas Materials GrouU InC
_ �
B��=�`=�.�-- Y — — -
Signature
Ronaid D Stinson� Jr
Estimatin Mana
�Pmer�
Address: 420 Decker Drive, Suite 200
Irving, Texas 75062
SURETY:
Liberty Mutual Insurance Companv
B •
Si a •e
Stephanie Gross, Attorney-in-fact -_ - y-
Name and Title _ ` - - '
_ -�
__ -_ :
�
` Address: 500 Dallas Street, STE '� 5�G � ; --
Houston, TX 77002 '
�;��� ,� _ _-
Witnes s to Surety Jessica Richmond Telephone Number: 757-876-0133 - _-_�
Email Address: 5tephanie.Gross(a�marsh.corr��
*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
S�ety'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 I
STANDARD CONS'IRUCTION SPECIFICATION DOCIIMENTS CITY PROJECT NO. 105660
Revised December 8, 2023
-, Liberty
Mutual�
SURETY
This Power of Attomey limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the e�ent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8210596- 022029
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts, and West Ameriran Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively qlled the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Mario
Arzamendi, Madison Diaz, Mary Ann Garcia, Jennie Goonie, Stephanie Gross, Teuta Luri, Cristina Nino, Jessica Richmond, Laura E. Sudduth, Amanda R. Turman-
Avina, Misty Witt
all of the city of Houston state of T'X each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances antl other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as 'rf they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this l lth day of August , 2023 .
N
�
..�_+
c
�
' � State of PENNSYLVANIA
i� Caunty of MONTGOMERY ss
��
�3
Oj
N
a_�i �
�
�
� ��
(Q
O �
L
dj O
O �
C �
� �
� �
� L
� �
� .�
�Nsu Y INS �Nsu Liberty Mutual Insurance Company
p� Rq P�t o a R The Ohio Casualty Insurance Company
� 2�°�P�R'r�ym QJ=c°aPO�>F�2�, � 2c�aPO�r�,aym West American Insurance Company
� 1912 � 0 1919 � � 1991 � �r
2 4� /
d��ijCHUS� aa y��y NAMPSa�,daO �ls� �NDIANp' ,aa� B: �/ c�G
* 1* � M*1�� y �
David M. Carey, Assistant Secretary
On this l lth day of August , 2023 before me personaliy appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
��, FAST
�r�� ,�2�c�+vvF �� Commonwealth of Pennsylvania - Notary Seal
��U o� 4�s P Teresa Pastella, Notary Public � /�
Q� Montgomery County /,/` A,^., Y�^�/�''""ry"
� My commission expires March 28, 2025 By C,�,� ��k� �
�'F ,�3' Commission number 1126044
ll�?�SYV.�1�\�tt Member,PennsylvaniaAssociationofNotaries eresaPastella,NotaryPublic
ARy pi1
This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as foilows:
ARTICLE IV - OFFICERS: Section 12. Power of Attomey.
Any officer or other officiai of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President
may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all
undertakings, bonds, recognizances and other surety obiigations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have fuil
power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shait
be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this
article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any o�cer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the presitlent may prescribe,
shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surery any and all undertakings,
bonds, recognizances and other surety obligations. 5uch attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make. execute, seal, acknowied9e a�d dei��e� as s��ety a�y and au ��de�ae��9s, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shail be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C, Llewellyn, the undefsigned, Assistant Secretary, The Ohio Casualiy Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the originai power of attomey of which the foregoing is a ful�, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hanci s�d a�x�� the �eaVs of said Companies this 10th day of DeCembel' , 2024 .
P�, 1NYli�.a , � ��� P�.�:f.'4Ngk,`-.::. -.— � tNSUR
�`) 4oaPo'tr' � Z',r � � tiJ 4oc+r°Rq �`9iu�, _ _ GPr pPPORy�,� �Y
� _ -- `o_ ca.. Q 3 � ° o �
Y� 1 S_1 c o �, 2_'�919 ,: r� _�� 1991 � ��1,�,.,,,,,
� y B.
Yd'��'� *� ���a� _. °�y"A� h�,�a � ,` �ts 'aa�ANP da� Y
�,M *�� Renee C. Llewellyn, Ass�stant Secretary
LMS-12873 LMIC OCIC WAIC MW6 Co 02/21 - `
�U
¢ O
Q �
L �
��
O N
1�
L �
00
a�
c�
m—
a U
Bond No. 014257918
006114-1
PAYMENT BOND
Page 1 of2
1
2
3
4
S
6
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
PAYMENT BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
� That we, Texas Materials Group, Inc. dba Texas Bit, l�nown as "Principal" herein, and
8 Liberty Mutual Insurance Company a corporate surety
9 (sureties), duly authorized to do business in the State of Texas, known as"Surety" herein
10 (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
12 penal sum of TWO MILLION SIX HUNDRED FORTY-THREE THOUSAND. FIVE
13 HiJNDRED THIRTY-SEVEN AND 15/100 DOLLARS ($2.643.537.15), lawful money of the
14 United States, to be paid in Fort Worth, Tanant County, Texas, for the payment of which sum
15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and
16 assigns, jointly and severally, firmly by these presents:
17
18
WHEREAS, Principal has entered into a certain written Contract with City, awarded the
.l 0�h day of December. 2024, which Contract is hereby referred to and made a part hereof for all
19 purposes as if fully set forth herein, to fumish all materials, equipment, labor and other
20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and
21 designated as 2025 ASPHALT RESURFACING CONTRACT 1, City Project No. 105660.
22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
26 force and effect.
27
28
29
30
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Govemment Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statute.
CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105660
Revised December 8, 2023
00 61 14 - 2
PAYMENT BOND
Page 2 of 2
1
2
3
4
5
6
7
9
10
11
12
IN WITNESS WHEREOF, the Pri.ncipal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 10th day of
December , 20 24
ATTEST:
(Principal) Secretary
��� �
Witness as to Principal
ATTEST:
N/A
(Surety) Secretary
r�����1
PRINCIPAL:
Texas Materials Group, Inc.
��
r-.�-`i
BY � f ��
Signature � �
Ronald D Stins ,��Jr
Name a p�V81opmeM
Address: 420 Decker Drive, Suite 200
Irving, Texas 75062
SURETY:
Liberty Mutual insurance Company
BY:
Signature
Stephanie Gross Attorney-in-Fact
Name and Title
Address: 500 Dallas Street, STE 1500
Houston, TX 77002 � _ .
Witness to Surety Jessica Richmond - ` - � -� � - _
Telephone Number: 757-876-013�- � _� � `� - _
Email Address: Stephanie.qross�r�arsh:com = _
Note: If signed by an officer of the Surety, there must be on file a certified ex't__ract-fr�m the ___ ��`;
bylaws showing that this person has authority to sign such obligation. If Suret��'� �pnysical� :� �
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
Revised December 8, 2023
2025 ASPHALT RESURFACING CONTRACT 1
CITY PROJECT NO. ] 05660
Liberty
' Mutual�
SURETY
This Power of Attomey limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the e�ent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Certificate No: 8210596- 022029
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutuai Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Mario
Arzamendi, Madison Diaz, Mary Ann Gaz'cia, Jennie Goonie, Stephanie Gross, Teuta Luri, Cristina Nino, Jessica Richmond, Laura E. Sudduth, Amanda R. Tunnan-
W;tt
all of the city of Houston state of TX each individually if there be more than one named, its true and law(ul attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as 'rf they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this l lth day of August , 2023 .
Liberry Mutual Insurance Company
P�, 1NSU� P�,t� �NSU �\NSURq The Ohio Casualty Insurance Company
�J Gp{�POqq� y� �o GpPP�Rq�'evy `VPGORP�R9T�,y(1 WestAmericanlnsuranceCompany
,3 �0ot� Q3 FOC� �3 om
� 1912 � 0 1919 � � 1991 0 ////// �;�
7 s `/`.�i 0 2 m O a ��� N O
rd� sSACHUS" .aa y� ��HAMPS�`,aa '�s �HDIANP' .da3 � ! �L Ci
e i � *�,� � y l * 1�� �, H * 1.� Y� a, �a
David M. Carey, Assistant Secretary ��
State of PENNSYLVANIA
County of MONTGOMERY
v �
o�
L >
��
a> �
�
�
c�a .�
O �
L
Qj O
.�
O �
C �
^` L
W N
��
ca �
� �
o.�
��
Lw
O�
On this l lth day of August , 2�23 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance ;
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes 4
therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. �
. -•--A.. t
'yS* FA�CT�`;
f� �ONWp F( `��:, Commonwealth of Pennsytvania - Notary Seal �
;' �� j„o^e' ti��, C� Teresa Pastella, Notary Public �
? ^�' Ft 5 � + Mon�qomery County �^���I ; /%D ,
nF � My commission expires March 28, 2025 B ��L«��
fi�t ��� ` Commission number 7126044 y� Teresa Pastella, NOtBry PUbIIC
��'�., 4j k5"Y��� �G ' Member, PennsyNania Associafion of Notaries
..,. �.��� �'��y.: �
This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12. Power of Attomey.
Any officer or other offiaal of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President
may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all
undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full
power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shail
be as bi�ding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this �
article may be revoked at any time by the Board, the Chairman, the President or by the officer or o�cers granting such power or authority. i
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in-
fact as may 6e necessary to act on 6ehalf ot tfie Company to make, execute, seal, acknowiedge and deliver as surety any antl all untlertakings, bonds, recognizances and other sureiy
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanicaily reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shail be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistznt Secretary, The Ohio Casualiy Insurance Company, Liberty Mutual insurance Company, antl West AmeriCan Insurance Company do
hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attomey executetl by said Companies, is in full force antl effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand a�d af�ix�� khe��a.is of said Companies this 10th day of Decembel' , 2024 .
� W�i,� �. - �� �,<�t"6Ns�,`..` �. -.. � \NSU,p,9
j 2`o�pp�so.j.� `- e �G�RPO/t�IT�'G ` . _ GJP=ORPO�TOy�f�
_ �O el �
�; 191 c- o �'y 'G919 ,: o �� Q 1991 � B r G,�i"+�y`".
0
Yd� ssa�„ui� da� y° �HaMPs'.�a �� �s 'No�ANP aa y. Renee C. Llewellyn, Assistant Secretary
ej) *. �.�a _ �yl � �:� � �a� * },a
LMS-12873 LMIC OCIC WAIC Multi Co 02121 _- �
� �
L �
O �
Q O
� O
L �
a� �
O N
d�
L �
00
c�
ca �
�U
Bond No. 014257918
006119-1
MAIIVTENANCE BOND
Page 1 of 3
1
2
3
4
5
6
7
,�
9
SECTION 00 61 19
MAINTENANCE SOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we Texas Materials Group, Inc. d b a Texas Bit, known as "Principal" herein and
Li be M�hual Insurance Com an , a corporate surety (sureties, if more than
one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
11 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of TWO
12 MILLION SIX HUNDRED FORTY-THREE THOUSAND, FIVE HUNDRED THIRTY-
13 SEVEN AND 15/100 DOLLARS ($2.643,537.15), lawful money of the United States, to be paid
14
15
16
17
18
19
in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the
City and its successors, we bind ourselves, our heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City
awarded the .10`E' day of December. 2024, which Contract is hereby referred to and a made part
20 hereof for all purposes as if fully set forth herein, to fumish all materials, equipment labor and
21 other accessories as defined by law, in the prosecution of the Work, including any Work resulting
22 from a duly authorized Change Order (collectively herein, the "Wark") as provided for in said
23 contract and designated as 2025 ASPHALT RESURFACING CONTRACT 1 City Project No.
24
25
26
27
28
29
30
31
32
33
105660; and
W�REAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will
remain free from defects in materials or worlananship for and during the period of two (2) years
after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
R'HEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the City of the need therefor at any time within the Maintenance
Period.
CITY OF FORT WORTH 2O25 ASPHALT RESURFACING CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. ] 05660
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 alI 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 Northem 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
2025 ASPHALT RESURFACING CONTRACT 1
CITY PROJECT NO. 105660
006119-3
MAINTENANCE BOND
Pa�e 3 of 3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
�o
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 10th day of December
� 20 24
ATTEST:
(Principal) Secretary
� �� �
Witness as to Principal
ATTEST:
N/A
(Surety) Secretary
, ���
PRINCIPAL:
Texas Materials Group InC
Signature
Ronald D Stinson, Jr
Estimcrting Manager/
YP Pro}ect De�nme�
Name and Title
Address: 420 Decker Drive, Suite 200
Irving, Texas 75062
SURETY:
Liberty Mutual Insurance Company
BY: �
Signa e
Stephanie Gross, Attorne -in-Fact
Name and Title
Address: 500 Dallas Street, STE 1500
Houston, TX 777002
Witness a o Surety Jessica Richmond Telephone Number: 757-876-�? 33 '
Email Address: Stephanie.cn-es"s ..marsh.cvm
*Note: If signed by an officer of the Surety Company, there must be on iile a cerhi�ied.:zxtract
from the by-laws showing that this person has authority to sign such obli�ati�n. _,I€ �-
Surery's physical address is different from its mailing address, both must be _prcv;ded.-_ � �
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 1
CTTY PROJECT NO. 105660
-• Liberty
Mutual�
SURETY
Li6erry Mutual Insurance Company
P�, �Nsu� P���( INsp ��NsuRq The Ohio Casualty Insurance Company
,�J opRP�Rq�'�,yC� yJ apRP�Rq��vy `VPpoRPOl�T y� WestAmerican insurance Com an
J3 ois Q3 00 �r Fotn P Y
��1912�0 0 1919 � � 1991 �
y �, o s o
Ydjl9s'QACHU`��da y� ��HAMPS�,dL '�ff �NOIANP' ,da� � r l'� � �
��� * �'� �yl * ti� �'M * h� By� '_ c�
David M. Carey, Assistant Secretary a' �
KNOWN ALL PERSdNS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a wrporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutua� Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West Ameriran Insurance Company is a corporation duly organizetl
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Mario
Arzamendi, Madison Diaz, Mary Ann Garcia, Jennie Goonie, Stephanie Gross, Teuta Luri, Cristina Nino, Jessica Richmond, Laura E. Sudduth, Amanda R. Tunnan-
Avina, Misty Witt
all of the city of Houston state of TX each individually if there be more than one named, its true and lawful attomey-in-fact to make,
execute, sea�, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety ob�igations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed 6y the president and attested by the secretary of fhe Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attomey has been subscribed 6y an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this l lth day of August , 2023 .
N
�
�
c
ca
' � State of PENNSYLVANIA
i� County of MONTGOMERY ss
��
o�
N �
a_�i �
�
��
o�
Qj O
C�
��
� N
��
}�� L
L q"�
� �
o�
On this 11 th day of August , 2o23 6efore me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance � a�i
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes `= �
therein contained by signing on behaff of the corporations by himself as a duly authorized officer. ��
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Q�
This Power of Attomey limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the e�ent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
5�° r-�sr
�,�/ ,t�euNF F� � Commonwealth of Pennsylvania - Notary Seal
�,+�e� ti�5 p Teresa Pastella, Notary Public
� Montgomery County
i �F �' My commission expires March 28, 2025 gy
� Commission number 1126044
�i��E� l Lvp'� �Lr Member, Pennsylvania Association of Notaries
'�� 5�1j�i
Certificate No: 8210596- 022029
/ � �i
, Notary
This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as foilows:
ARTICLE IV — OFFICERS: Section 12. Power of Attomey.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President
may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all
undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full
power to bintl the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall
be as bintling as if signed by the President and attested to by the Secretary. Any power or authority granted to any representa6ve or attorney-in-fact under the provisions of this
article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomeys-in-fact, as may be necessary to act in 6ehalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, rewgnizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shalt have fuli power to bintl the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of �esignation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertak�n9s, bonds, recognizances and other surety
o6ligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanicaily reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection wiih surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualiy Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attomey executetl by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereu�to set my hand_a�d a��d the �e�a.;s af said Gompanies this 10th day of December , 2024 .
� 1NSS.i,F. _ ` �t`t'6ka'/�� Q`-�'' _'-_. \NSp�,�
�JP4oaavr�. �yyr � yJ G�RPO/y§T `y� � ^ _ 4P��µPO/y�r %'C�
J 2 — a- �_ c�Q' ? �"o rc � 3 Fo F
�; 131 [- K o G�_'�,919 �: r, .- �� 1991 n � G��„
ti'd, 9ss _ fi� Zo y�y '. ap ` Q � By:
V1 4CHUS' a� � HAMP`� a �_ � � �NDIANP' as�
9�� *�� _ dy1 *„�a- _- _ s�,M *�Na Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Mulb Co 02/21 ` `
�L
0
��
L �
� N
��
i�
o'
0
a�
c�
N —
a�
�
'
105660-CNST-2025 ASPHALT RESURFACING
CONTRACT 1
Interim Agreement Report
2024-12-24
Created: 2024-12-16
By: Leonel Rios (Leonel.Rios@fortworthtexas.gov)
Status: Out for Approval
Transaction ID: CBJCHBCAABAARffGCB8wOKIU9CJiPCtUz8k84faaoeRb
Agreement History
Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will
be generated when the agreement is complete.
"105660-CNST-2025 ASPHALT RESURFACING CONTRACT 1
" History
�" Document created by Leonel Rios (Leonel.Rios@fortworthtexas.gov)
2024-12-16 - 8:29:00 PM GMT- IP address: 204.10.90.100
�-�; Form filled by Leonel Rios (Leonel.Rios@fortworthtexas.gov)
Form filling Date: 2024-12-16 - 8:49:22 PM GMT - Time Source: server- IP address: 204.10.90.100
Document emailed to Donnette Murphy (donnette.murphy@fortworthtexas.gov) for filling
2024-12-16 - 8:49:30 PM GMT
'"; Email viewed by Donnette Murphy (donnette.murphy@fortworthtexas.gov)
2024-12-16 - 8:57:30 PM GMT- IP address: 208.184.124.181
`��: Form filled by Donnette Murphy (donnette.murphy@fortworthtexas.gov)
Form filling Date: 2024-12-16 - 8:57:37 PM GMT - Time Source: server- IP address: 208.184.124.181
Document emailed to Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) for signature
2024-12-16 - 8:57:43 PM GMT
:`�� Signer Patricia Wadsack (patricia.wadsack@fortworthtexas.gov) entered name at signing as Patricia L.
Wadsack
2024-12-17 - 6:47:06 PM GMT- IP address: 35.150.23.58
: C� Document e-signed by Patricia L. Wadsack (patricia.wadsack@fortworthtexas.gov)
Signature Date: 2024-12-17 - 6:47:08 PM GMT - Time Source: server- IP address: 35.150.23.58
�'��������.iy PaweredbY
� Adohe
Acrvbat 5ign
`. Document emailed to Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov) for approval
2024-12-17 - 6:47:14 PM GMT
': Email viewed by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov)
2024-12-18 - 3:07:27 PM GMT- IP address: 208.184.124.181
Email viewed by Priscilla Ramirez (Priscilla.Ramirez@fortworthtexas.gov)
2024-12-24 - 2:00:44 PM GMT- IP address: 208.184.124.181
�'��������.iy PaweredbY
� Adohe
Acrvbat 5ign
FoRT WoRTH��
Routing and Transmittal Slip
Transportation & Public Worl;s
Department
DOCUMENT TITLE:2025 ASPHALT RESURFACING CONTRACT 1
M&C: 24-1082 CPN: 105660
Date: 12/16/24
To:
1.
2.
3.
4.
5.
6.
7
8
9
10.
Name
Donnette Murph3
Patricia Wadsack
Lauren Prieur
Priscilla Ramirez
Doug Black
Jesica McEachern
Ronald Gonzales
Jannette Goodall
Allison Tidwell
TPW Coatracts
CSO:
D�artment Initials
:isk Appmver ��.�
PW A mver �L'VV'
TPW-Signer Signed in Agiloft
egal-Approver �k
Legal-Signer
.�__... cy.
CSCO-Form Filler
�w
DOC#:
Date Out
2/16/24
2/17/24
Dec 26, 2024
Dec 26, 2024
Dec 30, 2024
Dec 30, 2024
Dec 30, 2024
Jan 2, 2025
CC: Program Manager, 3r. CPO, TPW HSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR C1TY MANAGER'S SIGNATURE: All docucnents received from any and all
City Depathnents requesting City Manager's signature for approval MUST BE ROUTED TO Tf�
APPROPRIATE ACM for approval first Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No
ROUTIIVG TO CSO: �YES ❑No
Action Reguired:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
o ���t
n F11C Link to general conditions & specifications
NEXT DAY: ❑YES ONo
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts a�fortworthteaas.�ov for pickup when complete. Call eat.
7Z33 or eaw 8363 with que9tions. Thank you!
FORT ��RTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2025 ASPHALT RESURFACING CONTRACT 1
M&C:
Date: 11 /22/24
To:
1.
2.
3.
4.
5.
6.
7
8
9
10.
Name
Ronald Stinson
Tariqul Islam
Leonel Rios
Department
Vendor-Signer
TPW-Signer
TPW-Review
Initials
�1.�...�
a
�
DOC#:
Date Out
12/11/24
12/11/24
12/13/24
CC: Program Manager, Sr. CPO, TPW BSPAP Recon Team, TPW Records Room, TPW
Contracts
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents ►-eceived from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES ❑No
ROUTING TO CSO: �YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
NEXT DAY: ❑YES ❑No
❑ Attach Signature, Initial and Notary Tabs
Return To: Please notify TPWContracts(a�fortworthtexas.�ov for pickup when complete. Call ext.
7233 or ext. 8363 with questions. Thank you!
� Bond Verification
CPN: 105660 CSO:
� M&C