Loading...
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