Loading...
HomeMy WebLinkAbout064597 - Construction-Related - Contract - Peachtree Construction, Ltd.CSC No. 64597 FORTWORTH� CONTRACT FOR THE CONSTRUCTION OF 2026 ASPHALT RESURFACING CONTRACT 3 City Project No. 106175 Mattie Parlcer Jesus "Jay" Chapa Mayor City Manager Lauren Prieur, P.E. Director, Transportation and Public Worl<s Department Pi•epai•ed for The City of Fort Wol•th TRANSPORTATION AND PUBLIC WORKS 2025 `� � ��,tE... F TF,�. ��1 � w,.�' ''••'��+ 1 ♦*: :,��j ♦#; ';*/ � ...........................:.... / �.. ZELALEM,�A �AREGA..� l ,�:, 12 4 011 ,''��. � � . C E . �ii�1c`�5.��,;, ENS.,��,,.G`�� � �\���;`�E �.— OFFICIAL RECORD CITY SECRETARY G FT. WORTH, TX �� I I 3 I o2 � o�-Sr ��� ����� Cit of FortWorth Y Standard Construction Specification Documents Adopted September 20ll 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder nn nc i i u;aao.-� n,-o,,,,,,i;�;,..,�;,,r� �T 00 45 12 Prequali�ication Statement nn n c i� n,.o,,,,.,i;�:,..,.;,,� n��i:,..,�:,,� �� 00 45 26 Contractor Compliance with Workers' Compensation Law nn nc nn u,,.,;,.,,�� �,,,.;.., r,.,,i ��o 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division O1- General Requirements � O1 11 00 Summary of Work � O1 25 00 Substitution Procedures � O1 31 19 Preconstruction Meeting � O1 31 20 Project Meetings � O1 32 16 Construction Schedule � O1 32 33 Preconstruction Video � O1 33 00 Submittals � Ol 35 13 Special Project Procedures � Ol 45 23 Testing and Inspection Services � O1 50 00 Temporary Facilities and Controls � O1 55 26 Street Use Permit and Modifications to Traffic Control � O1 57 13 Storm Water Pollution Prevention Plan � O1 58 13 Temporary Project Signage � O1 60 00 Product Requirements � O1 66 00 Product Storage and Handling Requirements � O1 70 00 Mobilization and Remobilization � Ol 71 23 Construction Staking and Survey � Ol 74 23 Cleaning � Ol 77 19 Closeout Requirements � O1 78 23 Operation and Maintenance Data � O1 78 39 Project Record Documents Last Revised 07/O 1 /2011 07/O 1/2011 02/08/2024 06/13/2025 02/24/2020 09/30/2021 09/30/2021 09/30/2021 09/30/2021 nQii�� 09/30/2021 ntiii�� 07/O l /2011 n� in�i��� 06/13/2025 12/08/2023 12/08/2023 12/08/2023 07/O 1 /2011 03/08/2024 03/08/2024 Last Revised 12/20/2012 07/O 1 /2011 08/ 17/2012 07/O 1 /2011 10/06/2023 07/O 1 /2011 12/20/2012 03/11/2022 03/09/2020 07/O 1 /2011 03/22/2021 07/O 1 /2011 07/O 1 /2011 03/09/2020 07/O 1 /2011 11 /22/2016 02/14/2018 07/O 1 /2011 03/22/2021 12/20/2012 07/O 1 /2011 CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised .Tune 13, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the ProjecNs 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 276 TxDOT Specification — Cement Treatment (Plant-Mixed) Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httq://fortworthtexas.�ov/tpw/contractors/ or https://apps.fortworthtexas.gov/Proi ectResources/ Division 02 - Existin� Conditions � 02 41 13 Selective Site Demolition Im�� T T+;i;�., n o,.,,..,.,i i n i.,,�a,..,,Y.or� � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete In��� r�„��..,,iioa r,..., c�,.o�,.�t, r�r.,+o..;,,i irr cr�r� I n�v�-ry �3 �'\,\ ���:P Tlo117�S �� I�8 rR,,,];�;,.,,�;,,,,� r� �I1� l:l� !''„ .-o�o c�,.,,,.�,,,.o� Division 26 - Electrical I� r,,,,.,,.,,,, �x�,»-i, no�„i�� � ,- �ie,..,-:,..,i I���o r�o.,.�i;�;,.� � ,- �io„�.-;,..,i c.,��o...� I���� v,,,.,,..,.,.,� „ra n,..,,,� �,- �t,,,.�.-;,.,,i c.,��,,,..� I�tizv-�.�--TJ rT.,ao,.,.,.,,,,�a r�,,,.�� .,.,a n.,,,o...,,..� �G� �lJ��'1,,,,��� I�ti�o r�,,,,.,,.,,�;,.,,.;,.�� r�„i�: r�,,,,. r„�a,,:. v Division 31 - Earthwork � 31 00 00 Site Clearing � 31 23 16 Unclassified Excavation ��'�l?�3 � I � ��rz�-vv �/P.7�Tl'.���YP.�S � 31 25 00 Erosion and Sediment Control � �'�o �s � �'�� � Division 32 - Exterior Improvements I�� Do.�,�..,,-.o,-.� A �,-.l,.,l� D.,.,;,�... Do.�..,:,- � ����o �',�'�p(y��;, n ���..,i. n,,. ; ,. ae�.,;.- � ���� � aor,,:,- C�a�t� �i�:� Last Revised 03/11 /2022 i � i��� 02/02/2016 06/13/2025 n� in�� i � /��i��� i � /��l��L � � � � � � � � � � _ � . 03/22/2021 O 1 /28/2013 n i i�o 4�� !11 /'��� 04/29/2021 , � ���� , � ���� � � . � ::,_.., ;-.. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised .Tune 13, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 ?�' 11 '3 �11�9 32 11 33 � 11 3 ;'- 32 12 16 32 12 73 � ��� � ��o 2 7�� � 7�tiv 32 16 13 32 17 23 32 17 25 � � 13 Z 7�tiv Z 7�� � ��� 32 91 19 32 92 13 �� 9� in. �� � 9' 1 ? �io.,;i..io u.,�o r,.,,..�o� �r.'r� Troa�oa ,�.,�o r,.,,..�o� Cement Treated Base Courses �qu� T�at�oil f't�a✓li�� Asphalt Paving Asphalt Paving Crack Sealants C�o��o 111.�g r„�,...,..,. c;a,,..�allc, J:I,,,..,,,.,� „�a n,,....;,,r ��oo I���rFs �'',.,�.,.,-„+,. D.,.,:..,T T,�;,.♦ C,,.,1,,,�.+� $�' ��l r.�'lit �1:ii�g Concrete Curb and Gutters and Valley Gutters Pavement Markings Curb Address Painting ��n F�z�: o� ,,,�� �7IT;,-o Ro,,..o� ..,�.a ('!.,�o� �xT.�.�.1 T7o.,.,o� .,.,.1 !'_'.,40� r..r.4 ;.. Dl...... r,...,..-..4.. Dct�a ii�1�r \�s Topsoil Placement and Finishing of Roadway Right-of-ways Sodding ��~� 1`lati=.'�� rT.,�;, o r_,-.,�� .,r,a �a�;ia�,....o,- coo,�:,,,. 'r,.00� .,,,,a ct,,..,t-.., , � ���i , � ���� 06/10/2022 n Q i��� 6/07/2024 12/20/2012 ntiiio 2�� i�in�� 1 '1 /7� 17/7�z 12/09/2022 06/10/2022 11 /04/2013 , � ���� 17/7�z 1 '� /'��zr�m�co iz nti in�� 03/11/2022 OS/13/2021 nvio 2�T i n in�� i � i��� Division 33 - Utilities � ���o �o..,o„ „�a r,r.,�t,L�� �1iz �g �� n i� i r�i ��„a n;,- rr mn-r� � +• �r �cuit � ela,�� ) I�a��e�o� E�i��;�e� �� ni �� r�i„�„a r;,- rr � • ir�rrr��� Tr�r,.,. c. Ts-vr�z crvaccr-call.t f��•.,i`••,•`• cc�i6i�vc ,(�".iY �`Y11 22�0 ,.FL'., �+:,.,. C`,,...,.,- C�.,��,,.�,� �� P���r�ir:��- I���o T,.:�� u,.ra;�,. .,�a �io,.�,.;,,.,i r.,,.i,,.:,,� I�� E���7711�� f`,.,��.-(,1 To�� c�.,�:,.,,� I���� r�r,,,.�o�:,,.�, n�,,,ao �„�t,,,a:,. n..,,.o,.�:,,� c�,�.o,�. I���o fro.�,�,..-,,,.�, �x�,,.o,. eo,-.,:,,v� I����^-^To C��nsg �r.:a n,.,.o��.,.,,.o rro��:�,. „��x�„�o,. r�,,;�� I����o rio„�:.,,. „�n;,.o� � 33 OS 10 Utility Trench Excavarion, Embedment, and Backfill I 2 2�i � 33 OS 13 Frame, Cover and Grade Rings �� nc in �i-iizj=�r�+c'ra�a""�",�a€�S, ��, �zc�^v�c�, ""�crQ+cr"'cr'cl�€T�6 �--�-TT � � 33 OS 16 Concrete Water Vaults � 33 OS 17 Concrete Collars � � ��� � � ���i T,,.�,.,ol T ;,-.o,- Dl.,+o I���z c�ooi r.,�;�„ n;�o I22�� i7.,,�.,7 T,,.�..�.,.1:,�.,. ����� �t�lk.t�n �€C���� Pi�� ;� r�„�;�� ,.r -r„��� �ir�� Illat� I'2'2�0 7Ta:t;�., T�.,.-Lo,..,/r ,.,..,�,..-� I �g T ,,,•��cciivira �I17%I.�S" T T� I ���� �„i�� �.T„�., .,�,a r_,,.,i�� > > I���o r�,,,.�:to r.-,.� n:..o no in�� n� ii�� � � �n�zrva�ioz� , � ���;i � � i��� � � /��,- n�.i i�i��z n� in�� m in�� n� ii��,? 06/ 13/2025 , � ���� 09/09/2022 . � 12/20/2012 03/ 11 /2022 , � ���� 17/7�z i � i��� 1 l /7�z i � in��.� 17N�z 17/7�z ,�i��z i�in�� CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised .Tune 13, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 3� 11 11 ?? 11 1� ✓�111' ?�3 11 11 33 12 10 � �� >> � ��-'�o � ��T � ��-'�� � ��no � ��no � � '�o � ��-'�o ?i3 � 1 � �?3'.l3 ?? 31 15 2 2�0 �� � � 1 I����� � � ��� � � ��v I� ��-�z-�v I� �T �-n�i—�rnv I� ��-�iv I � ��nv I � ��nv I � ��o � � ��o � �� � � ��� � � ��-^�� � �-4-�--AB � � ��� I � ��v-vi I � ��nv I � ��nv I � ��v r�"^�Qri 1'itt :1gS n„i.,. ; �,i r�i,,..;ao iv��r� n..o��,,..o v:..o Eoi�'l'Jt� I'�;,�at� P�� �,,,. �xT,.,,,-.,.o,a c�oot r��,i:�,ao,. -r�,,.o �, , �,,..;o,a c�oo� n:..✓and Pit��gs Water Services 1-inch to 2-inch T ., o \xl..ro,- TRo�o.-� �avl�t r� n �a��x� n n,.t.t.,..- c,.,,.,,a �,...,,,-fl., ��„i.,,,� r,.,.,.,,,.�:�� tio E���trp,. �x�„��� ra,,:r., �'QY:i��'Tn�i1.,.� n:.. ��.,�.,o n ��o,,.t,l;o� �,. n„�.,L.�o �x�„�o.- c.,��v,�.� �' o u.,a.. �+� � �:a F� i�r,� � c�� f'to.,r.��rdai,,.r „����„i�,o n��o...�.i�, �ar�d ii1 P.l��� n:�o ��-ron� �'�g�� lL`in� ..,.oa n;�o �,- r_,-.,.,:�., c,,,,;+,.,.., co., o i7:..1. Tlo,-.�;+., D..l..o+l.�.lo,-.a /LSTIDR\ D:.-.o 4'.,,- C.,,�,;�.,,-., Co.r.a,- D„1...,;..�,1 !`l.l,,.-;,1,. /D� �''\ !`_.-.,.,:+.. C`.,,-.;+...-.. C`,,...,..- D;,�.,, � c,,..;r,,..�, C�o.�,o,. c�IPC 11f1111g c.,�,'��,A �1�0 �rfY•��,1b�H� C�.,..;�.,,-�, Co.�,o,- C'o.-�,:,,o !`,.,.,.o,.�;�1'Yl�"� C'n"��o T'rr�ic (`,..�.1.:,,..,+:,.., A:,- [7.,1.,o F�P°�cQ171�7`j, C'o.�,o.- L',..-„o TiT.,:.-.� �.l�.% 1.�` D��J !-',,,� ,-o�o rR,,,�l.,,lo� D,-o...,�♦ (''.,,-.,,,-o�o T�.,.,l...la� L';1.,,,-,.1.,�� TR.,,�l.,.l,.� �x�„�.,,..,,,�,,,- n,. � rt�..,..t.�.- i�x� n r� T: ��.- c„�;...,-., c,,..,,,.- c�v.,,,..,,.-„� no:�� ..,.a,a �„�,,..o�o e�,.,.w, co..,o.. n:,..oiJal`��r�i� u;,.t, r,or�;.., n,.i.,o.�,.,ioro (�'�D�) Dip���� J�i.:� vo;�� ,.,.a,a n„i�,o.�.�.i�„o icP.P�t's) �i�� n„��,,.,.,...,.,�oro n;,.o � ,. e.�'�rl'�r�`�n c„�.� ��'�kS ��li:iS ��1`�,'�l ��171�� �''.,�♦ ;,�. Dl,,,.,. TR.,..l.,�l„� .,,�.,7 T,,,�.,.�;,,,�. �,�.,,.� �'',,,-L. .,,�,7 Tl.-,. T.�1„�� �Or�'3��ina.,o uo„a.:.,,ii�. , „a �x�:�,...,,,��., .. . . .. .. . . . � . � � � � � � � � � �. � • . ._ � . . . . . . . � ._ . � . � . . .. � . � • � • � � � � � � _ �� � � � � � . . � � i � � �. . � . . . . � � ._ . � . , � � � � � � . � � � . . . Division 34 - Transportation I�n�o -r,.,,��':,. e;,.�,,,� ��n ni in ni n..,, n r . �v-r rr�caC�irii€�� E6ir�6a€�' cc`l�acc �� n n� l�z �ttr`k6�3e����ei4`t'YJll'� �'i���'�zi c^i ci^va I� ^ ^�nv-�✓ r�r�cuG�trii�t-�717�ttti'Tir@-c�cGYiicu�n 2 il�i T,-., FF; .. Q; ..,�..,1 � Ta��rs�r��,, I2 ��� D,,,�, ,.. :,. T,-.. FF: ,. C� ;,... „1 � � �^�-^�v ��' Il1uI19in�t.1,.� n ��e,,.l..l;o� I��1 ^�no-�r i��:1Q� Tii� U��' 77,iT:S1T�7.� � �n n i �n m �,.00..,.,�, r�r� n,.,,,�..,.,�, r �vz �lail`lll�l:P29 �n n i �n n� vo�;,�o�.;.,t r�r� n,..,a..,,,�, r �v� �I.�Y�ll�.'�l rS � � • � � � � � � � . . �_ � �_ � �� � CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised .Tune 13, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � � ��v �'11U11'liYlltk:S Fl gi3S I�n�o c;�,.io ra„ao �;�..o,. n..�;,, r.,�-.io I�n�� fr,.,,��:,. �„r...,,i Appendix �cTTO, n. .,:i.,i.;i;+., „�r ,.ra� GC-4.02 Subsurface and Physical Conditions F�-4:9�1 TJt�c.L� � ��� I-tl��."�01Z �i'1`���i,�'i1�S��..,� r„�a;�:,.., .,� c;�o ��.'� l�a;r,,..;.�, .,�a �x „ o� n.�,rea u„�:ro�� ���o,...,,.:�o rOn��l��0 GC-6.07 Wage Rates �!YI �`1'�'�i`� �.a rr`�'�i'�`'�o,� Fi�-�. �'I I�T GN-0.0 General Notes � ni �n nn n.-„a,,,.� n quili,`�'�4�iS GP-0.0 Project Location and Exhibit GS-0.0 Standard Construction Details END OF SECTION Page 5 of 6 � . . � � CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised .Tune 13, 2025 12/9/25, 4:54 PM CITY COUNCIL AGENDA Create New From This M&C DATE: 12/9/2025 REFERENCE **M&C 25- NO.: 1139 M&C Review LOG NAME: �ORT �r'�'ORTI I -�� 2026 ASPHALT RESURFACING CONTRACT 3 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 5) Authorize Execution of a Contract with Peachtree Construction, Ltd., in the Amount of $2,998,544.50 for the 2026 Asphalt Resurfacing Contract 3 Project at Various Locations RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Peachtree Construction, Ltd., in the amount of $2,998,544.50 for the 2026 Asphalt Resurfacing Contract 3 project at various locations (City Project No. 106175). DISCUSSION: In the Fiscal Year 2026 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 11.34 lane miles for the street sections below, under the 2026 Asphalt Resurfacing Contract 3 project (City Project No. 106175). Street Acapulco Road Beckwood Drive Bermejo Road Castillo Road Craig Court Craig Street Escalante Avenue Friarford Road Jason Court Kell Drive Kingsmill Terrace Meadowcrest Drive Patino Road Patino Road Portman Avenue Tiki Trail Tommy Street From To Hitson Lane Escalante Avenue Hitson Lane Patino Road Hitson Lane Cooks Lane Hitson Lane North Cul-De-Sac Hitson Lane ►�C�TC��1� � � 7�]'iiR� Portman Avenue North Cul-De-Sac Hitson Lane Friarford Road Hitson Lane Beckwood Drive Acapulco Road Friarford Road Lisa Court Kell Drive Escalante Avenue Craig Street Patino Road South Dead End Kingsmill Terrace Craig Street Tiki Trail Patino Road Friarford Road Craig Street Castillo Road Escalante Avenue Craig Street Craig Street apps.cfwnet.org/council_packeUmc_review.asp?ID=34000&councildate=12/9/2025 1 /3 12/9/25, 4:54 PM Street Woodfield Road From Friarford Road M&C Review To Patino Road This project was advertised for bid on August 20 and 27, 2025, in the Fort Worth Star-Telegram. On September 18, 2025, the following bids were received: Bidders Peachtree Construction, Ltd. Time of Bid Amount Completion $2,998,544.50 180 Calendar Days Advanced Paving Company $3,110,162.30 Texas Materials Group $3,182,633.80 Eurovia Atlantic Coast, LLC $3,326,803.60 In addition to the contract amount, $455,584.00 is required for project management, material testing and inspection, and $149,927.00 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 2026 Asphalt ResurFacing Contract 3 project. Construction for this project is expected to start in January 2026 and be completed by July 2026. This project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for the 2026 Asphalt Resurfacing Con 3 project to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ID ID Submitted for Citv Manaqer's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Lauren Prieur (6035) Monty Hall (8662) FID Table 2026 ASPAHLT RESURFACING CONTRACT 3(5).xlsx (CFW Internal) Form 1295.pdf (CFW Internal) MC Map CPN106175 2026AsphaltResurfacina Contract 3.pdf (Public) Project Budget Summary CPN 106175.pdf (CFW Internal) Program Activity Budget Reference # Year (Chartfield 2) Jesica McEachern (5804) Amount apps.cfwnet.org/council_packeUmc_review.asp?ID=34000&councildate=12/9/2025 2/3 12/9/25, 4:54 PM SAM Search Report Peachtree Construction.ndf (CFW Internal) M&C Review apps.cfwnet.org/council_packeUmc_review.asp?ID=34000&councildate=12/9/2025 3/3 00 11 13 1NVITATION TO BIDDERS Page I of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 2026 ASPHALT RESURFACING CONTRACT 3, City project No. 106175 will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOnportunities, under the respective Project unti12:00 P.M. CST, Thursday, September 18, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. 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 sufiicient 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/porta l/?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 Contact the Bon�re support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106175 Revised 2/08/24 00 11 13 1NVITATION TO BIDDERS Page 2 of 3 To get started with Bonfire, watch this five-minute training video: Vcndor Rcgistration and Submission [VIDEO] — Bonfirc Vcndor Support (gobon�rc.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 65,672 SY 2" Asphalt Pavement, Superpave SP-D 65,672 SY 2" Surface Milling 26,450 SY 3" Asphalt Pavement, Superpave SP-D 26,450 SY 11" Pavement Pulverization 424 TN CemlimeTM 42 EA Barrier Free ADA Ramp DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/nortal/?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://fortworthtcxas.bonfirchub.com/portal/?tab=opcnOpportunitics, 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: Tuesdav, September 2, 2025 TIME: 9.00 A.M. 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 ca11 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. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106175 Revised 2/08/24 00 11 13 1NVITATION TO BIDDERS Page 3 of 3 ADVERTISEMENT DATES August 20, 2025 August 27, 2025 END OF SECTION CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106175 Revised 2/08/24 00 21 13 1NSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 II�f.��:7�L�J111[�]►f.�C�1:31�J�7�l.i.y 1. Defined Terms 11. 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 21. Neither City nor Engineer shall assume any responsibility for errors ar 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) 31. 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 ll 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. Prequalifcation requirement work types and documentation are available by accessing all required files through the City's website at: https://www.fortworthtexas. �ov/departments/tpw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: https://app-us3.c- builder.net/public/nublicLandin�.asnx?QS=4d00804b 133b408a85 a69323 548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://anp-us3 . e- builder.net/public/nublicLandin�.aspx?QS=e43c4239775f4b2583552c029c6a1ed2 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://app-us3.e- buildcr.nct/public/publicLandin�.aspx?QS=4fc66ff8c36c4c029d542d4c55114e8d 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven ('� 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 prequali�cation should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 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: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identi�ed 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 Ciry. 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. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, perfarmance 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 conriguous to the Site and all drawings of physical conditions relaring to exisring surface or subsurface structures at the Site (except Underground Facilities) that have been identiiied 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 Wark and all attending circumstances affecting the cost of doing the Work, time required far its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 4 of 9 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 representarive 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. 43. 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 Ciry as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 5 of 9 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 Contractar. Easements far 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 Vendar 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 Ciry 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 ciry. 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. Rcpresentatives of City will be present to discuss the Project. Biddcrs are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 6 of 9 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 sarisfied. 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.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others i i.�. L'� �,.,.,,,-a.,,,,.o ,.;�� �i,o r:�..�� u„�:�o�� �,,,,;�., n..a:�„r,.o rT„ � c i�c i n �n� i�t,e r;�.. ��L� t?� �arb.,.:,.,,.:,,� „�,�.;�,...:.., L.,,�:ro�� ,.ra/,....: .�,��5 �171rr�OZ , ,,. .�.�. �.�.; �� nn n c n n�,- ��.,. �urr���.t . +�.�d� av s�e�� J:��r�o 1`�.�U�� �J�1, c�r��o�Jr�,�nb nr� �F�. �'IS?/1 i i �n�m ,.,,a;f;oa .... �� � , 1.++..�.//�,.,lol;l„-,,,-...:1177��1.,.,.v.,/,.,.,ao�/f+,.,,,,-rl,/1„ro�r/4'r..,,.,-�L. ��,/!1 n n 77Cn2 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. L The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional altematives, 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 wark 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. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and official address. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or 1NVITATION 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.bon�rehub. com/portal/?tab=openOpportunities. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of 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 Ciry, 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 responsibiliry, 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 sha11 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. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 21 13 1NSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it wi11 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. L 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 CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 106175 Revised/Updated June 13, 2025 00 35 13 BID FORM Page 1 of 9 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) https://www. eth ics.state. bc. us/data/forms/conflict/CI S. pdf ❑ 0 ❑ ❑ � ❑ BIDDER: CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary By: Signature: Title: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 ARRY GLARK � �� PRESIDENT 2026 ASPHALT RESURFACING CONTRACT 3 106175 2-00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: FOR: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 City Project No. Units/Sections: 106175 Asphalt Paving 1. Enter Into Agreement 2026 ASPHALT RESURFACING CONTRACT 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106175 Revised 9J30/2021 2-00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt Paving Heavy Maintenance (1,000,000 and Over) b. Not Applicable c. Not Applicable d. Not Applicable e. Not Applicable f. Not Applicable g. Not Applicable h. Not Applicable 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106175 Revised 9/3012021 2-00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid $2,998,544.50 7. Bid Submittal This Bid is submitted on RespectFully sub ' d, y �� B . (Sign�"'�ur�'j------ J. Barry Clark (Printed Name) by the entity named below. Receipt is acknowledged of the following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: President Company: Peachtree Construction, LTD Corporate Seal: Address: 5801 Park Vista Circle Fort Worth, TX 76244 State of Incorporation: Texas Email: JBClark@peachtreecon.com Phone: 817-741-4658 END OF SECTION Initial CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106175 Revised 9l30/2021 2-00 41 00 Bid Proposal Workbook 00 42 43 BID FORM Page 1 of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Project Item Information Bidlist Item No. I 1 I 2 I 3 I � I 5 I 6 I � I 8 I � I l0 I ll I l2 � 13 � 74 I 15 I 16 I U I l8 I l9 I 20 � 2l I 22 I 23 I za I 25 I 26 I `7 I 2R I 29 I 30 � 3l I 32 I 33 I 34 I 35 I 36 I 37 I 38 Description 0135.0201 Remobilization 0241.1300 Remove Conc Curb & Gutter 3216.0102 7" Conc Cl�rb And Gutter 0241.0401 Remove Concrete Driveway 3213.0401 6" Concrete Driveway 0241.0100 Remove Sidewalk 3213.0301 4" Conc Sidewalk 0241.1400 Removc Conc Valley Gutter 3216.0301 7" Conc Valley Gutter 3212.0304 2" Asphalt Pvmt Supe�pave SP-D 0241.1506 2" Surface Milling 3124.0101 Asphalt Pavement Base Repair 9999.0000 Cemen[ Treated Base - Class L 3212.0305 3" Asphalt Pvmt Superpave SP-D 3212.0600 HMAC Pavement Level Up 0241.1700 PavementPulverizarion 11" 3211.0122 Flex Base, Type A, Gr2 3211.0601 CemlimeT"' @ 32 Lbs/Sy 3123.0101 Uoolassified Excevation 3292.0100 Block Sod Replacement 32ll.5001 Curb AdiEss Painting 3291.0100 Topsoil 0241.0300 Remove ADA Ramp 3213.0501 Barrier Free Ramp, Type R-I 3213.0504 Barrier Free Ramp, Type M2 3213.0506 Barriec Free Ramp, Type P-1 9999.1000 Irrigation Adjushnent & Landscape Repair AlLowance 3305.0117 Concrete Collar For VaLve 3305.011 2 Concrete Collar For Manhole 3305.0107 Manhole Adjustment, Minor 3305.0111 Valve Box Adjustment 3ll 0.0101 Site Clearing 3217.0102 6" Sld Pvmt Markin� I IAS (Y) 321 72103 Furnish/Install 4" Reflective Marker, Type II- A/A 3217.0501 24" Sld Pvmt Marking HAE (W) 3212.0401 HMAC Transition 3471.0001 Traffic ConttoL 9999.1003 Paving Constnaction Allowance Bidder's Application Bidder's Proposal Specification Section No. 01 70 00 02 41 l5 32 16 13 0241 13 327320 0241 l3 32 13 20 32 13 20 32 16 l3 32 12 16 02 41 15 32 01 17 TxDOT 276 3212 16 3212 16 0241 l5 32 11 23 32 11 29 3l 23 23 32 92 13 32 17 25 32 91 19 U2 41 13 32 13 20 32 13 20 32 13 20 99 99 00 33 OS 17 33 OS 17 33 OS 14 33 OS 14 31 10 00 32 17 23 32 17 23 32 17 23 32 12 l6 34 71 l3 99 99 00 Unit of Bid Unit Price Bid Value Measure Quantiry EA 1 54,000.00 $4,000.00 LF 100 4.65 $465.00 LF 100 52.75 $5,275.00 SF 7,000 3.5 $3,500.00 SF 7,000 14 $14,000.00 SF 3,300 2.95 $9,735.00 SF 3300 L325 $43,725.00 SY 315 28 $8,820.00 SY 315 L45 $45,675.00 SY 65,672 l7 $1,I16,424.00 SY 65,672 295 $18Q598.00 CY 24 L100 $26,400.00 CY 30 275 $8,250.00 SY 26,450 25.85 $683,732.50 TN 70 375 $3,750.00 SY 26,450 $825 $218,212.50 CY 50 S110.00 $5,500.00 TN 424 54L0.00 $173,840.00 CY 200 555.00 $11,000.00 SY 50 S45.00 $2,250.00 EA 6 S I50.00 $900.00 CY 100 S75.00 $7,500.00 EA 42 51,000.00 $42,000.00 EA 36 S3,000.00 $108,000.00 EA 1 SA,000.00 $4,000.00 EA 5 53,550.00 $17,750.00 LS 1 525,000.00 $25,000.00 EA l0 SL200.00 $12,000.00 EA l0 SL,450.00 $14,500.00 EA l0 5550.00 $5,500.00 EA 10 5330.00 $3,300.00 SY 100 555.00 $S,S00.00 LF 1,000 52.85 $2,850.00 EA 25 59.50 $237.50 LF 60 S13 ?5 $855.00 TN IO 5350.00 $3,500.00 MO 6 55,000.00 $30,000.00 LS 1 SLSQ000.00 $150,000.00 Total Bid $2,998,544.50 GPD OF SLCTIOn GTY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106175 Revised 9/30/2021 2-00 41 00 Bid Proposal Workbook 00 43 13 BID FORM Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Peachtree Construction, Ltd. , known as "Bidder" herein and Travelers Casualty and Surety Company of America a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2026 ASPHALT RESURFACING CONTRACT 3 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 18th day of September , 2025. ATTEST: Witness as to P ncipal ' PRINCIPAL: Peachtree Construction, Ltd. BY: . � Si�ature : � J. BARRY CLARK Name and Title � — CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30I2021 Addr'ess: 5801 Park Vista Cir. Keller, TX 76244 PRESIDENT SU RETY: Travelers Casualty and Surety Company of America � 2026 ASPHALT RESURFACING CONTRACT 3 106175 00 41 DO Bid Proposal Workbook 004313 BID FORM Page 2 of 2 /1..�/JJ�I._ _�Q.-�- `��-`' Signatu e � ��� �� Witness as to Surety grisa Reyes - Agent Attach Power of Attorney (Surety) for Attorney-in-Fact Teresa Ayala Atty-in-Fact Name and Title AddreSs: 9601 McAllister Freeway suite 7�0 San Antonio, TX 78216 Telephone Number: soo-z3s-sz25 *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 shail not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 106175 Revised 9/30/2D21 00 41 00 Bid Proposal Workbook Travelers Casualty and Surety Company of America � Travelers Casualty and Surety Company TRAVELERS � St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perFormance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ��-,,,...rtrtrt ��y.,� ��__"/3� � eJ?tSY AN-08 �y�'-*. 4p GPy , ��� � t4AF:TF�f�� � � �I�;l�. �. �'� � CONH. �0 1� . � r".,� `�y� aM A �� * � • a '� dt hPy "f+� State of Connecticut City of Hartford ss. : � By: „Y� Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 .�•'�"c`+J�j'.. r��trg'f y��•. �. '�J/ ,�J nat�.nr i J/����.r V I'����� #* .W,w *n i a��a'`�o # 'S ,� Anna P. Nowik, Notary Public `�,�;�...��'' This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, sti�Fiich i-tmains in full force and effect. Dated this 18th day of September , 2025 �/VW'wN[IYpCp �JaitY Ahq ,�vy �� . �[Jj�,/,�'''' T� U P�'8� S * �y. t tlkRTfi�1l � W HIUiYFqRD. � G+�1.�4 t axa+. e c�. g �� {��a � �j'^. ,��\j� �y� ^�dbr #� � � � Kevin E. Hughes, Assi� retary To verity the authenticity of this Powe� ofAhtorney, p/ease ca// us at 1-800-421-3880. P/ease refer to the above-named Ahtorney(s)-in-Fact and the detai/s of the bond to which ifiis Powe� ofAttorney is attached. 00 43 37 BID FORM Page8of9 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law, A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: By: J. Barry Clark �. � . � � (Sigr�ature�r Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9l30/2021 9/18/2025 2026 ASPHALT RESURFACING CONTRACT 3 106175 2-00 41 00 Bid Proposal Workbook 00 45 12 PREQUALIFICATION STATEMENT Page 9 of 9 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. Major Work Type Asphalt Paving Heavy Maintenance (1,000,000 and Over) Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable Contractor/Subcontractor Company Name Peachtree Construction, LTD. Prequalification Expiration Date 10/2/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Peachtree Construction, LTD 5801 Park Vista Circle Fort Worth, TX 76244 0 By: J. Barry rk J. -� �' (Signature) Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 `�- I�c-ZS' 2025 CONCRETE RESTORATION CONTRACT 1 105046 2-00 41 00 Bid Proposal Workbook 00 52 43 - I Agreement Page 1 of 7 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on December 9, 2025, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Peachtree Construction, Ltd., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2026 ASPHALT RESURFACING CONTRACT 3 CITY PROJECT NUMBER 106175 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of thc Work in accordance with the Contract Documents an amount, in current funds, of TWO MILLION NINE HUNDRED NINETY- EIGHT THOUSAND, FIVE HUNDRED FORTY-FOUR AND 50/100 DOLLARS ($2,998,544.50). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Wark 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 A.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 diffculties 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 unril the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised August 18, 2025 00 52 43 - 2 Agreement Page 2 of 7 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: L 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 Certiiication Form (ACORD or equivalent) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit 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 �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised August 18, 2025 005243-3 Agreement Page 3 of 7 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 snecificallv intended to ouerate and be effective even if it is alleged or proven that aII or some of the dama�es bein� sought were caused, in whole or in part, bv anv act, omission or ne�li�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 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 specificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the damages being sou�ht were caused, in whole or in part, bv anv act, omission or ne�ligence of the citv. Article 7. MISCELLANEOUS 71 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 7.3 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. OFFICIAL RECORD %.S GOVeClllllg L1W c1Y1Cl Ve11Ue. CITY SECRETARY FT. WORTH, TX This Agreement, including all of the Contract Documents is performable in tne �tate of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised August 18, 2025 005243-4 Agreement Page 4 of 7 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. : Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordancc 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 veri�ication 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. C�7��[y1,1�:�X�%]:a�� C«] � i'�'i Xy:� � ��1:�'1 FT. WORTH, TX CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised August 18, 2025 005243-5 Agreement Page 5 of 7 Contractar 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 ar 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 veriiication from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a iirearm 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. �FFIGIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised August 18, 2025 00 52 43 - 6 Agreement Page 6 of 7 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. 712 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 contractars or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary far 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. �FFICIAL RECORD CITY SECRETARY FT. WQRTH, TX CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised August 18, 2025 005243-7 Agreement Page 7 of 7 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: Peachtree Construction, Ltd. By: �l�w. � ea ��y ca �k (� a �, ,, �me >> sa:aa csr) Signature J. Barry Clark (Printed Name) President Tltle 5801 Park Vista Circle Address Fort Worth, TX 76244 City/State/Zip 1/5/2026 Date City of Fort Worth By: ���� � � Jesica McEachern Assistant City Manager O1/22/2026 Date o� v'�4FORT nII O =°o "aa`Y�9po ♦♦ f� AlleSt. pv8 �=p °od*000 o"�' �^ �" A �� aacn nezps44 � Jannette Goodall, City Secretary (Seal) M&C: 25-1139 Date: 12-9-2025 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Zekltn �1re3a Zelalerr Arega (Jan5,20261137:43 CST, (Tariqul Islam) (Proj ect Manager) Approved as to Form and Legality: . l�,� Douglas B.ac� (Jan 9.202616:0532CST) Douglas W. Black Sr. Assistant Ciry Attorney APPROVAL RECOMMENDED: OFFICIAL RECORD �°�,,,j�,,;,,,,,� CITY SECRETARY �a�r�r �'r ��r Uan 9,zoze ii zo_n csi; FT. WORTH, TX Lauren Prieur, Director, Transportation and Public Works Department CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 106175 Revised August 18, 2025 ooas��-i CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSnT[ON LAW Page I of I Z 3 4 5 6 7 8 9 10 �� 12 13 14 t5 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 106175. Contractor further certifes that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: PE;4CHiREE CONSiRUCiION,LTD, Company Address 5801 PAR'<\'ISTACIR. KELLER, TX 76244 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Signature Title: § § J. BARRY CLARK (Ple Print) ) . � ` � � � --- PRESIDENT (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared J. BARRY CLARK , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of PEACHTREE CONSTRUCTION,LTD. for the purposes and consideration therein expressed and in the capacity therein stated. GIV N UNDER MY HAND AND SEAL OF OFFICE this , 20�s. Notary P ic in and for the State of Texas I �`� day of END OF SECTION CITY OF FORT W02TH STANDARD CONSTRUCT[ON SPEC[FICAT[ON DOCUMENTS Revised July I, 201 I � Y°� Janet Lynn Reiter j My Commission Expires * . * 8/28/2027 Notary ID 13035067� � � . 2026 ASPHALT RESURFACING CONTRACT 3 C[TY PROJGCT NO. 106175 006113-1 PERFORMANCE BOND Page 1 of2 i 2 3 4 5 G THE STATE OF TEXAS SECTION 00 G1 13 PERFORMANCE BOND Bond # 108262668 7 8 COUNTY OF TARRANT § § KNOW ALL BY THESE PRESENTS: § That we, Peachtree, Construction, Ltd., lcnown as "Principal" herein and Travelers Casualty and Surety Company of America � a corporate surety(sureties, ii more than 9 one) duly authorized to do business in the State of Texas, lcnown as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, lcnown as "City" herein, in the penal sum of, TWO MILLION 12 NINE HUNDRED NINETY-EIGHT THOUSAND. FIVE HUNDRED I�'ORTY-FOUR AND 13 50/100 llOLLARS ($2.998,544.501, lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind l5 ourselves, our heirs, executors, administrators, successora and assigns, jointly and severally, 16 17 firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 9t�' day of Deceinber, 2025, which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution oithe Worlc, including any Change Orders, 21 as provided for in said Contract designated as 2026 ASPHALT RESURFACING CONTRACT 3. 2? rity—P-r_ojec�N� 1 nh t 75 23 NOW, THEREFORE, the condition of this obligation is such that if the saicl Principal 24 shall faithfully perform it obiigations under the Contract and shall in all respects duly and 25 faithfully perform t11e Work, including Change Orders, under the Contract, according to the plans, 2G specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that inay be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to rei�ain in full force and effect, , 29 3fl 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 Noi�thern District of Texas, Fort 31 Woi�th Division. CITY OP FORT WQRTH 2O26 ASPHALT RESURPACING CONTRACT 3 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS CITY PROJECT NO, 166175 Revised December 8, 2023 0061 13-2 PGRFORMANCC BOND Pagc ? of 2 2 3 4 5 6 7 8 9 �o >> 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 ?'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �a This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED tllis instrument by duly authorized agents and officers on this the 29th day of December , 20 z5 . PRWCIPAL: Peachtree Construction Ltd. . �� �_ BY. 1 � Signature � ATTEST: (Principal) Secreta�y J. BARRY GLARK PRESIDENT Name and Title Wit ss as to Principal ���V �—'' W itness as to Sucety grisa Reyes - Agent Address: 5801 Parlc Vista Circle Port Worth, TX 76244 SURETY: Travelers Casualty and Surety Company of P,meilca 1 . � ti r� BY: � r �(� (.: � �� 't; t ���=-=-- �� _ Signature � % Teresa Ayala Atty-in-Fact Name and Title Address: Z900 Marquita Dr Fort Worth. TX 76116 Telephone Number: $��-�37-4943 Email Address: TEAyala@Acrisure.com *Note: If signed by an officer of the Surety Company, there must be on Cle a certified extract fi-om the by-laws showing that this peison has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONS1'RUCTION SPGCIPICATION DOCUMGNTS Revised December 8, 2023 2026 A3PI IALT RESURFACING CONTRACT 3 CITY PRO.IGC']' NO. ]06175 00 61 14 - 1 PAYMENTBOND Page 1 of 2 1 2 3 4 5 6 SECTION 00 Gl 14 PAYMENT BOND gond # 108262668 § § ` KNOW ALL BY THESE PRESENTS: § 7 That we, Peachtree, Construction, Ltd., lcnown as "Principal" herein, and 8 Travelers Casualty and Surety Company of America , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, lrnown 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, Icnown as "City" herein, in the 12 penal sum of TWO MILLION NINE HUNDRED NINETY-EIGHT THOUSAND, FIVE 13 HUNDRED FORTY-FOUR AND 50/100 DOLLARS ($2.998.54450),, lawful money of the 14 United States, to be paid in Fort Woi�th, Tas•rant County, Texas, for the payment of which sum 15 16 17 18 19 p'urposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by 1aw, in the prosecution of the Worlc as provided for in said Contract and 21 designated as 2026 ASPHALT RESURFACING CONTRACT 3, City Project No, 106175. 22 NOW, THEREFORE, THE CONDITION OF THI5 OBLIGATION is such that if 23 Yrincipal 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 Worlc under 25 the Contract, then this obligation shall be and Uecome null and vaid; otherwise to remain in full 26 force and effect. 27 28 29 30 THE STATE OF TEXAS COUNTY OF TARRANT well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 9'�' day of December. 2025, which Contract is hereby referred to and made a part hereof for all This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OP FORT WORTf-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 2026 ASPI-IALT RESURPACING CONTRACT 3 CITY PROJECT NO, f 06175 0061 14-2 PAYMEN"1' BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Pcincipal and Surety have each SIGNED and SEALED 2 this instrumeilt by du(y authorized agents and officers on this the 29th_ day of � December 20 25 4 ATTEST: (Principal) Secretary Witnes�%as to Pcincipal PRINCIPAL: Peachtcee Construction, Ltd. BY: . J. � � Stgnature J. BARRY CLARK PRESID��T Name and Title Address: 5801 Pack Vista Circle Fort Worth, TX 76244 SURETY: Travelers Casualty and Surety Company of America i� , '; ATTEST: BY: �� G/l;r;::'�� ._ (.: � G�;/[ij_dl_ --` ��ignature � � (St�rety) Secretary ���� ��l Witness as to Surety grisa Reyes - Agent 5 6 7 8 9 10 i.�J 12 Teresa Ayala Atty-in-Fact Name and Title Addcess: 2900 Marquita Dr Fort Worth, TX 76116 "Telephone Number: 817-737-4943 Email Address: TEAvala(a�Acrisure.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authocity to sign sucll obligation. If Surety's physical address is different fi�om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. ENll OF S�CTION CITY OP FORT WORTH 2O26 ASPHALT RLSURFACWG CON'CRlACT 3 STANDARD CONS'I'RUCTION SPECIFICATION DOCUMGN7'S CITY PROJGCT NO. 106175 Revised December 8, 2023 006119-1 MAINT�NANCE BOND Page 1 of 3 i 2 3 4 5 6 7 8 9 10 11 12 13 SECTION 00 Gl 19 MAINTENANCE BOND Bond # 1os262668 THE STATE OF TEXAS § § KNOW ALL 13Y THESE PRESENTS: COUNTY OF TARRANT § That we Peachtree, Construction, Ltd.,, lcnown as "Principal" herein and Travelers Casualty and Surety Company of America , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, lcnown as "Surety" herein (whether one or more), a�e held and firn11y bound unto the City of Fort Worth; a municipal corporation created pursuant to the laws of the State of Texas, lcnown as "City" I�erein, in the sum of TWO MILLION NINE HUNDRED NINETY-EIGHT THOUSAND, FIVE HUNDRED FORTY- FOUR AND 50/100 DOLLARS (�2.998,544.501, lawful monay af the United States, to be paid 14 in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 15 City and its successors, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firinly by these presents. 17 18 WI3EREAS, the Principal has entered into a certain written contract with the City awarded 19 the 9t�' day of December, 2025. which Contract is hereby referred to and a made part hereof for 20 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 2I accessories as defined by law, in the prosecution of the Worlc, including any Worlc resulting fi�om 22 a duly authorized Change Order {collectively herein, the "Work"} as provided For in said contract �3 and-d�signated-as 20-26-ASPHAL-T-RE�SURF-AC-INGC-ON-T-RAC-T�,-C-ity Projeet No.-1 OF 17�; 24 and 25 26 27 28 29 30 31 32 33 WHEREAS, Principal 6inds itself to use such matet�ials and to so construct the Work in accordance with the plai�s, s�ecifications and Contract Documents that the Worlc is a�id 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 Worlc by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Worlc in whole or in part. upon receiving notice from tl�e City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH 2O2G ASPHALT R�SURPACING CONTRACT 3 STANDARD CONSTRUCTION SPECIP'SCATION DOCUIvICNTS CITY PROJECT NO. lOG175 Revised December 8, 2023 1 2 3 4 5 6 7 8 9 10 lI 12 13 14 15 16 17 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 tl�is obligation shall become null and void; otherwise to remain in full Porce and effect. PROVIDEll, HOWEVER, if Principal shall fail so to repair or reconstruct any tiinely noticed defective Worlc, it is agreed that the City may cause any and all such defective Wock to be i•epaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be l�ad hereon for successive breaches. CI"fY OF FORT WORTH STANDARD CONSTRUCTION SP�CII'ICATION DOCUMENTS Revised December 8, 2023 2026 ASPHALT RESURFACING CONTRACT 3 CITY PROJECT NO. 106175 0061 19-3 MAINTENANCE BOND Page 3 of 3 � 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 L�I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the Z9th day of �ecember . 2� 25 . ATTEST: (Principal) Secretary Witne�as to Principal ATTEST: (Surety) Secretary ���__ ��__. Witness as to Surety Brisa Reyes - Agent PRINCIPAL: Peachtree Const tion, Ltd. BY: � � � S�gnature J. BARRY CLARK PRESIDENT Name and Title Address: 5801 Park Vista Circle Fort Worth, TX 76244 SURETY: Travelers Casualty and Surety Company of America aa, � n BY: % {:�'�.f''.�,/t ,� �'��: i C', � �Signature � � Teresa Ayala Atty-in-Fact Name and Title Address: 2900 Marquita Dr Fort wortn. Tx �s �� s Telephone Number: $»-�37-49a3 Erilall l�ddl'055: TEAvala(�Acris�re com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December S, 2023 2026 ASPHALT RESURP'ACING CONTRACT 3 CITY PROJECT NO. 106175 TRAVELERS� Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the pertormance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. .�,w,,.r ��.r'�4Cd UyJ�"�SY��.iG� p:41�l+pii��T Y p //'' .A�� �� // ♦� �3i ���� �y f0/ HAHTFORD, V�' p7fP".i+l°Y�j �t CU4N.��a wt fONN. \ •,,.�� �\ �� ^��, ���'I �1 � y�� �� n i,v -`�.� � \ f; k ir.M+a'.. �: State of Connecticut City of Hartford ss. �� �� � By: ,.�'�' Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 •'`;�r+'1+o,';1:, q •e•,�i ` • /;�/'I✓,4•¢1 �I�����/� ' NO(J��Y h 11f +1�� i i f`IJP.:�IC ; 4 f t Anna P. Nowik, Notary Public �''�t �'�•4N F� :ti : �`�F This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authoriry may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, vvhicfi remains in full force and effect. Dated this 29th day of December , 2025 , �t°t��w`�Yc �J°`tr n,yos �y.��}�qk {�r.�`� �� ,; �b Lr,f #' � �3 Hn!ITFOqD,111 Ti'e a� NARTFORD, < �. �ti',R?'�qiSf �QtiN. J Qg ; CONN. o ' � ,�. �r � �,r� y+ �a� 1� ��. �.w��� '`� �^y�S W �,-.�' f Kevin E. Hughes, Assi� retary To verily the authenticity of this Power ofAtto�ney, p/ease ca// us at 1-800-411-3880. P/ease refer to the above-named Attorney(s)-in-Fact and the detai/s of the bond to which this Power ofAtto�ney is attached. IMPORTANT NOTICE To obtain information or make a complaint: You may call Travelers Casualty and Surety Company of America and its affiliates' toll- free telephone number for information or to make a complaint at: 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httq://www.tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07 �RAVELERSJ� INSURING COMPANY: THE PHOENIX INSURANCE COMPANY One Tower Square, HarCf�rd, Connecticut 06183 TRAVELERS CdRP. TEL: 1-800-328-2189 STREET & ROAD CONTRACTORS COMMON POLICY DECLARATIONS ISSUE DATE: 06/21/24 POLICY NUMBER: DT-CO-3637R894-PHX-24 1. NAMED INSURED AND MAILING ADDRESS: PEACHTREE CONSTRUCTION, LTD 5801 PARK VISTA CIRCLE KELLER, TX 76244 2. POLICY PERIOD: From 06/30/24 to 06/30/25 12:01 A.M, Standard Time at your mailing address. 3. LOCATIONS Premises Bldg. Loc. No. No. Oecupancy Address SEE IL TO 03 4. COVERAGE PARTS FORMING PART OF THIS POLICY AND INSURING COMPANIES: COMMERCIAL PROPERTY COV PART DECLARATIONS CP TO 11 01 03 PHX CONII�IERCIAL GENERAL LIABILITY COV PART DECLARATIONS CG TO 01 11 03 PHX EMPLOYEE BENEFITS LIABILITY COV PART DECLARATiONS CG TO 09 09 93 PHX 5. NUMBERS OF FORMS AND ENDORSEMENTS FORMTNG A PART OF THIS POLICY: SEE IL T8 01 10 93 6. SUPPLEMENTAL POLICIES: Each of the following is a separate policy containing its complete provisions: Policy Policy No. Insuring Company 7. PREMIUM SUI�IARY: NAME AND ADDRESS OF AGENT OR BROKER: FRANK SIDDONS INS AGCY (VP283) 2900 MARQUITA DR FT WORTH, TX 76116 COUNTERSIGNED BY: Authorized Representative DATE: IL TO 02 11 89(REV. 09-07) PAGE 1 OF 1 OFFICE: DALLAS �RAVELERS J� POLICY NUMBER: DT-CO-3637R894-PHX-24 EFFECTIVE DATE: 06-30-24 ISSUE DATE: 06-21-24 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 EORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 15 01 04 POLICY JACKET-EXECUTION CLAUSE IL TO 01 01 07 COMMON POLICY CONDITIONS IL TO 03 04 96 LOCATION SCHEDULE IL T8 03 GENERAL PURPOSE E�DORSEMENT IL T3 20 05 19 NOTICE - CANC, NONRENEWAL PROVIDED BY US COI�IERCIAL PROPERTY CP TO CP TO CP 00 CP T1 CP T1 CP T3 CP T3 CP T3 CP T3 CP T3 CP T4 CP T9 11 00 90 00 08 68 69 95 38 81 52 07 Ol 03 02 11 07 88 02 17 02 17 02 17 01 23 02 17 02 17 01 21 01 23 02 17 COMQ+3ERCIAL PROPERTY DECLARATION5 TABLE OF CONTENTS CONIl�IERCIAL PROPERTY COMMERCIAL PROPERTY CONDITIONS BUILDING AND PERSONAL PROPERTY COVERAGE CAUSE OF LOSS - SPECIAL FORM FUNGUS WET ROT OR DRY ROT AND OTHER CAUS ELECTRONIC VANDALISM LIMIT & OTHER CHANG WINDSTORM OR HAIL PERCENTAGE DEDUCTIBLE PROPERTY EXTRA FEDERAL TERRORISM RISK INSURANCE ACT DIS DIGITAL ASSETS EXCL TEXAS CHANGES GENERAL LIABILITY - CONTRACTORS CG TO CG D3 CG TO CG TO CG TO CG T1 CG D6 CG D9 CG D2 CG D2 CG D3 CG D2 CG D2 CG D3 CG D5 CG D6 CG D9 CG F2 CG 21 01 05 07 08 34 00 04 10 03 11 16 43 93 22 46 18 44 68 54 11 03 07 08 09 87 11 03 02 19 02 19 02 19 09 21 12 97 01 04 02 19 01 02 11 03 10 20 10 11 10 11 01 23 02 19 12 19 COML GENERAL LIABILITY COV PART DEC DEDUCTIBLE LIABILITY INSURANCE DECLARATIONS PREMIUM SCHEDULE KEY TO DECLARATIONS PREMIUM SCHEDULE TABLE OF CONTENTS - COM GEN LIAB COV COMMERCIAL GENERAL LIABILITY COV FORM BLANKET ADDL INS � AUTOMATIC STATUS REQ AMENDMENT OF INTELLECTUAL PROPERTY EXCL AMEND-NON CUNNLATION OF EACH OCC DESIGNATED PROJECT(S) GEN AGGR LIMIT XTEND ENDORSEMENT FOR CONTRACTORS FUNGI OR BACTERIA EXCLUSION EXCL-CONSTRUCT MANAGE ERRORS & OMISSIONS EXCL-CLMS OR SUITS BY NAMED INSUREDS EXCL - ARCHITECT/ENG/SURVEY PROF SERV EXCL-VIOLATION OF CONSUMER FIN PROT LAWS EXCL-VIOLATTONOFBIOMETRICINFOPRIVACYLAWS TX CHANGES-EMPL-RELATED PRACTICES EXCL EXCL-DESTG OPS CVRD BY A CONTROLLED IP IL T8 01 10 93 PAGE: 1 OF 2 TRAVELERS J� POLICY NUMBER: DT-CO-3637R894-PHX-24 EFFECTIVE DATE: 06-30-24 ISSUE DATE: 06-21-24 GENERAL LIABILITY - CONTRACTORS (CONTINUED) CG CG CG CG CG CG CG CG CG CG CG DO D1 D1 D2 D2 T4 01 TO TO T1 D9 76 42 73 04 40 81 03 09 43 01 48 06 02 02 12 09 11 06 09 01 01 01 93 19 19 17 15 88 06 93 16 16 23 INTERLINE ENDORSEMENTS IL IL IL IL IL IL IL IL IL IL IL IL IL 'CO T3 T4 T4 T4 T4 T4 T3 00 01 02 FO FO EXCLUSION-LEAD EXCLUSION-DISCRIMINATION AMEND-POLL EXCL-INCL LTD COV POLL COST EXCL-EXTERIOR INSULATION & FINISH SYSTEM EXCLUSION -SILICA OR SILICA-RELATED DUST EXC-HAZARD-CONNECTED DESIGNATED EXPOSURE TEXAS CHANGES EMPLOYEE BENEFITS LIAB COV PART DEC EMPLOYEE BENEFITS LIAB TABLE OF CONTENTS EMPLOYEE BENEFITS LIABILITY COV FORM EXCL-VIOLATIONOFBIOMETRICINFOPRIVACYLAWS ACTUAL CASH VALUE FED TERRORISM RISK INS ACT DISCLOSURE DESIG PERSON, ORG-NOTICE PROVIDED BY US AMNDT COMMON POLICY COND-PROHIBITED COVG CAP ON LOSSES FROM CERT ACTS OF TERRORIS ADDITIONAL BENEFITS PROTECTION OF PROPERTY EXCL OF LOSS DUE TO VIRUS OR BACTERIA NUCLEAR ENERGY LIAB EXCL END-BROAD FORM TEXAS CHANGES - DUTIES TX CHNG-CANC & NONRENEW PROV-CAS LINES EXCL OF CERTAIN COMPUTER RELATED LOSSES EARLIER NOTICE CANCEL/NONRENEWAL-TX 63 68 05 12 14 27 40 82 21 68 75 22 25 07 01 05 03 01 06 10 05 09 03 11 08 09 22 21 19 15 21 19 20 13 08 12 13 98 98 POL2CYHOLDER NOTICES PN T2 27 06 19 LOSS CONTROL SERVICES (TEXAS) PN U1 93 11 21 IMPNOTIC�TX-EXCLSILICAORSILICARELTEDDUST PN U3 53 06 19 IMPT NOTICE - FLOOD - TX IL T8 01 10 93 PAGE: 2 OF POLICY NUMBER: DT-CO-3637R894-PHX-24 ISSUE DATE: 0�-21-24 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION THAT IS (CONTTNUED ON IT� T8 03) ADDRESS: THE ADDRES3 SHOWN FOR THAT PERSON (CONTINUED ON IL T8 03i KELLER TX 7fi248 PROVISIONS If we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL 74 05 05 19 O 2019 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 POLICY NUMBER: DT-CO-3637R894-PHX-24 GENERAL PURPOSE ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION FROVIDED BY US IL T4 05 05 19 THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: ALL COVERAGE PAR'TS INCLUDED .IN THIS POLICY CONTINUATION OF FORM IL T4 05, PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRTZ'TEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS PQLICY; AND 2. WE RECETVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NIJMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. IL T8 03 Page 1 COMMERCIAL GENERAL LIABlLlTY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS !F REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LlABILITY COVERAGE PART The following is added to SECTION 11 — WHO IS AN IfVSURED: Any person or organization that: a. You agree in a written contract or agreement to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an endorse- ment under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury" caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. Only as described in Paragraph (1), (2) or (3) be- low, whichever applies: (1) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to th�t person or organization by the use of: (a) The Additional Insured — Owners, Les- sees or Contractors —(Form B) endorse- ment CG 20 10 11 85; or (b) Either or both of the fallowing: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 20 10 10 01, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 10 01; the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the written contract or agreement applies; (2) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured — Owners, Les- sees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additianal Insured — Owners, Lessees or Contrac- tors — Completed Operations endorse- men# CG 20 37 07 04 or CG 20 3 7 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 20 10, or the Ad- ditional Insured — Owners, Lessees or Contractors — Completed Operations en- dorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional in- sured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract or agreement applies; or (3) If neither Paragraph ('I) nor (2) above applies: (a) The person or organization is an addi- tional insured only if, and to the extent that, the injury or damage is caused by acts or omissions of you or your subcan- tractor in the performance of "your work" to which the written contract or agree- ment applies; and (b) Such person or organization does not qualify as an additional insured with re- spect to the independent acts or omis- sions of such person or organization . The insurance provided to such additional insured is subject to the following provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agree- ment, the insurance provided to the additional in- sured wiil be limited to such minimum required limits. For the purposes of determining whether CG D6 04 02 19 O 2017 The Travelers Indemnity Company. All rights reserved. Page 1 Of 2 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required by the written contract or agreement will be con- sidered to include the minimum (imits of any Um- brella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional archi- tectural, engineering or surveying services, including: (a) The preparing, approving> or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- (3) ders or change orders, ar the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (b) Supervisory, inspection, architectural or engineerin g activities. (2) Any "bodily injury" or "property damage" caused by "your work" and included in the "products-completed operations hazard" un- less the written contract or agreement specifi- cally requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the fol- lowing duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit" is brought against the additional insured: (a) Immediately record the specifics of the claim or "suit" and the date received; and (b) Notify us as soon as practicable and see to ii that we receive written notice of the claim or "suit" as soon as practicable. Immedia#ely send us copies of all legal pa- pers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit" to any provider of other insur- ance which would cover such additional in- sured for a loss we cover. However, this con- dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organiza- tion as a named insured as described in Par- agraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. Page 2 of 2 O 2017 The Travelers Indemnity Company. All rights reserved. CG D6 04 02 19 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GElVERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured — Unnamed Subsidiaries B. Blanket Additional Insured — Governmental Entities — Permits Or Authorizations Relating To Operations C. Incidental Medical Malpractice D. Blanket Waiver Of Subrogation E. Contractual Liability — Railroads F. Damage To Premises Rented To You PROVISIONS A. WHO IS AN INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: a. An organization other than a partnership, join# venture or limited liability company; or b. A trust; as indicated in its name or the documents that govern its structure. Any of your subsidiaries, other than a partnership, g, gLANKET ADDITIONAL INSURED — joint venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR not shown as a Named Insured in the AUTHORIZA710NS RELATING TO OPERATIOfVS Declarations is a Named Insured if: a. You are the sole owner of, or maintain an ownership interest of more than 50% in, such subsidiary on the first day of the policy period; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% i n such subsidiary; or The following is added to SECTION II — WHO lS AN INSURED: Any governmental entity that has issued a permit or authorization with respect to operatians performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liabi lity for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operations. The insurance provided to such governmental entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "properry damage" or that you no longer maintain an ownership "personal and advertising injury" arising out o# interest of more than 50% in such subsidiary. operations per�ormed for the governmental entity; ar For purposes of Paragraph '1. of Section II — Who Is An Insured, each such subsidiary will be b. Any "bodily injury" or "properry damage" deemed to be designated in the Declarations as: included in the "products-compfeted operations hazard". CG D3 16 02 19 oO 2017 The Travelers Indemniry Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph b. of the definition of "occurrence" in the DEFINITIONS Section: pharmaceuticals committed by, or with the knowledge or consent of, the insured. 5. The fallowing is added to the DEFINITIONS Section: b. An act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person, unless you are in the business or occupation of, providing professional health care services. 2. The following replaces the last paragraph of Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical technician or paramedic; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor, Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed #o be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The following replaces the ias# sentence of Paragraph 5. of SECTION Ilt — LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The fallowing is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABIL{TY CONDETIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. D. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs;or b. "Personal and advertising injury" caused by an offense that is committed; 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I— agreement. COVERAGES — COVERAGE A— BODILY E. CONTRACTUAL LIABILITY — RAILROADS INJURY AND PROPERTY DAMAGE LIABILITY: 1. The following replaces Paragraph c. of #he Sale Of Pharmaceuticals definitian of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 O 2017 7he Travelers Indemnity Company. All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. F. DAMAGE TO PREMISES RENTED TO YOU The following replaces the definition of "premises damage" in the DEFINITIONS Section: "Premises damage" means "property damage" to: a. Any premises while rented to you or temporarily occupied by you with permissian of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. CG D3 16 02 19 OO 2017 The Travelers Indemnity Company. All rights reserved, PBge 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. TRAVELERS� INSURING COMPANY: THE TR.AVELERS INDENII�'ITY COMPANY OF CONNECTICUT 1. NAMED INSURED AND MAILING ADDRESS: PEACIiTREE CONSTRUCTION, LTD. 5801 PARK VISTA CIRCLE KELLER TX 76244 One Tower Square, Harcford, Cannecticut 06183 TRAVELERS CORP. TEL: 1-800-328-2189 HIGHWAY, STREET, AND BRIDGE CONSTRUCTION COMMON POLICY DECLARATIONS ISSUE DATE: 06/21/24 POLICY NUMBER: BA-1N743599-24-26-G 2. POLICY PERIOD: From 06/30/24 to 06/30/25 12:01 A.M. Standard Time at your mailing address. 3. LOCATIONS: Premises Loc. No. Bldg. No. Occupancy Address 4. COVERAGE PARTS FORMING PART OF THIS POLICY AND INSURIiVG COMPANIES: COMMERCIAL AUTOMOBILE COV PART DECLARATIONS CA TO 01 02 15 TCT 5. NUMBERS OF FORMS AND ENDORSEMENTS FORMING A PART OF THIS POLICY: SEE IL T8 09 01 01 6. SUPPLEMENTAL POLICIES: Each ofi the following is a separate policy containing its complete provisions: Policy Po6cy No. Insuring Company 7. PREMIUM SUIVIMARY: Provisional Premium $ 126, 982 . 00 Due at Inception $ 12, 817 . 00 Due at Each 1 MONTH $ 12, 685,00 NAME AND ADDRESS OF AGENT OR BROKER: FRANK SIDDONS INS AGCY(VP283) 2900 MARQUITA DR FT WORTH TX 76116-4016 =r, To 02 11 89 (REV. 09-07) PAGE 1 OF 2 OFFICE: DALLAS TX COUNTERSIGNED BY: Authorized Representative DATE: POLICY NUMBER: BA-1N743599-24-26-G EFFECTIVE DATE: 06j30/2024 ISSUE DATE: 06/21/2024 LISTING OF FORMS, ENDORSEMENTS AND 5CHEDULE NUMBERS THIS LISTING SHOWS THE I3ITMBER OF FORMS, SCHEDULES AND 8Y LINE OF BUSINESS IL TO 02 11 89 IL T8 01 01 01 IL TO 01 01 07 COMMERCYAL AUTO COMMON POLICY DECLARATIONS FORMS ENDOR5EMENTS AND SCHEDULE NUMBERS CONII�ION POLICY CONDITIONS CA TO Ol 02 15 BA- COVERAGE PART DECS (ITEM5 1& 2) CA TO 02 02 15 BUSINESS AUTO COVERAGE PAR'£ DECLARATIONS (ITEM 3) CA TO 03 02 15 BUS AUTO COV PART DECLARATIONS-4&5 CA TO 31 02 15 TABLE OF CONTENTS-BUSINESS AUTO COV FORM CA 00 01 10 13 BUSINESS AUTO COVERAGE FORM CA O1 96 10 13 TEXAS CHANGES CA FO 85 02 15 EARLIER NOTZCE OF CANCELLATION/NONRENEWAL PROVIDED BY US - TEXAS CA T4 52 02 16 SHORT TERM BIRED AUTO - ADDITIONAL INSURED AND LOSS PAYEE CA T4 59 02 15 AMENDMENT OF EMPLOYEE DEFINITYON CA T4 99 02 16 BLNKT ADDL INSD-PNC W/OTHR INS-CNTRCTR CA T3 53 02 15 BUSINESS AUTO EXTENSION E13DORSEMENT CA FO 51 02 15 TEXAS CHANGES - CANCELLATION AND NONRENEi�VAL CA T4 45 04 09 LOSS PAYABLE CLAUSE INTERLINE ENDORSEMENTS IL T4 05 05 19 DESIGNATED PERSON OR ORGAN'TZATTON - NOTICE OF CANCELLATION PROVIDED BY US IL T4 27 06 19 ADDITIONAL BENEFITS IL T4 12 03 15 AMNDT CONIl�20N POLICY COND-PROHIBITED COVG IL 00 21 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (BROAD FORM) POL2CY HOLDER NOTICES PN T2 27 06 19 LOSS CONTROL SERVICES (TEXAS) IL T8 01 01 0'1 PAGE: 1 OF 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LOSS PAYABLE CLAUSE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following replaces the LOSS PAYABLE CLAUSE in the BUSINESS AUTO COVERAGE PART DECLARATIONS: LOSS PAYABLE CLAUSE A. We will pay you and the loss payee on file with us for "loss" to a covered "auto", as interest may ap- pear. B. The insurance covers the interest of the loss payee unless the "loss" results fram conversion, secretion or embezzlement on your part. C. We may cancel the policy as allowed by the CANCELLATION Common Policy Condition. Cancellation ends this agreement as to the loss payee's interest. If we cancel the policy we will mail you and the loss payee the same advance notice. D. If we make any payment to the loss payee, we will obtain their rights against any other party. CA T4 45 04 09 O 2009 The Travelers Companies, Inc. Page 1 of 1 Includes the copyrighfed material of Insurance Services Office, Inc. with its permisslon. POLICY NUMBER: BA-1N743599-24-26-G ISSUE DATE: 06-21-24 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following; ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: IVumber of Days Notice: 30 PERSON OR ORGANIZATION: �Y PERSON OR ORGANIZATION TO T�1HOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, SUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE 5UCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATIdN, AFTER THE FIRST NAMED INSURED RECEIVE5 NOTICE FROM US OF THE CANCELLA'I'ION OF TH25 POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZ- ATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. PROVISIONS If we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL 34 05 05 79 OO 2019 The Travelers Indemnity Company. All rights reserved. Pag2 1 Of 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLAtVKET ADDITIOIVAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 'I. The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION li — COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agreement, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insurecl for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". 2. The following is added to Paragraph B.S., Other Insurance of SECTION IV — BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a, and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is a named insured when a written contract or agreement with you, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and nan- contributory. CA T4 99 02 16 O 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSUREQ C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — 1NCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — WCREASED LIMIT I. PHYSICAE. DAMAGE — TRANSPORTATION EXPENSES —1NCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. �ROAD FORM NAMED INSURED The following is added to Paragraph A.'1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day af#er you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "badily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section tl. G EMPLOYEE HIRED AUTO 1. The fallowing is added to Paragraph A.9., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while perForming duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.S., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1} Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 02 15 O 2015 The Travelers Indemnity Company. All rights reserved. Page 1 Of 4 Includes copyrighted material of Insurance Servlces Offlce, Inc. with its permission. COMMERCIAL AUTO permissian, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", D. EIVIPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs, E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii} We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv} We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rica and Canada. Pag2 2 Of 4 O 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. wifh its permission. COMMERCIAL AUTO You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law, Your failure to comply with compulsory insurance requirements will not invalidate the coverage afForded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: iVo deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay far any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "Ioss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIOIVS: Your duty to, give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is knawn to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany}; (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.S., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS : The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contrac# We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or "loss", provided that the "accident" or "lass" {1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 O 2015 The Travelers Indemnity Company. All rights reserved. Page 3 Of 4 Includes copyrighted material of Insurance Servlces Office, Inc. with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice yaur rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellatian or non-renewal. SECTION IV — BUSINESS AUTO CONDITIONS: Page 4 of 4 O 2015 The Travelers Indemnity Compa ny. All rights reserved . CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. %.� 0 .� X t�.a u WpRKERS' COMPENSATION INSURANCE Workers' Compensation and Employer's Liability Policy NCCI Carrier Code, 29939 Item 1 peachtree Construction, Ltd. Insured 5801 PARK VISTA CIR name and FORT WORTH TX 76244-5629 address Other workplaces not shown above See Schedule oP Operatlons attached. Information Page Insured copy Policy number 0002112419 Federal tax ID � Entity 752654560 Corporation Interim adjustment Bureau no. Monthly 15% - 11 Reports 420628137 Producer Acrisure Texas Risk Advisors & Insurance Services LLC 5�115 5057 Keller Springs Rd Branch Safety Group STE 200 Austin TEXAS CONSTRUCTION Addison TX 75001-5984 SAFETY GROUP Certificate of Approval 016-009 Item z The policy period Is from: 6/30/24 To: 6/30/25 12:01 a.m. standard time at the insured's mailing address Item 3 A. Workers' Compensation Insurance: Part One of the policy applies to the Workers" Compensation Law of the states listed here: Texas B. Employers Liability Insurance: Part Two of the policy applies to work in each state listed in item 3A. The Limits of our Liability under Part Two are: Bodily Injury by Accident $1,000,000.00 Each Accident Bodily Injury by Disease $1,000,000.00 Policy Limit Bodily Injury by Disease $1,000,000.00 Each Employee C. Other States Insurance: Part Three of the policy applies to the states, if any, Ilsted here: None D. This policy includes these endorsements and schedules; see Schedule of Endorsements attached. Item 4 The premlum for this policy will be determined by our manuals of Rules, Classifications, Rates and Rating Plans. All information required below is subject to verification and change by audit. Payroll Premium Total payroll and estimated manual premium Description Waiver of Subrogation Increased Limits Factor 1,000,000/1,d00,000/1,000,000 Experience Modifier 5chedule Modifier Healthcare Network Option Premium Discount Expense Constant Factor 0,014 0.800 0.120 0.124 Total estimated annual premium Minimum premium Issue date: 6/19/24 Countersigned by Includes copyright materlal of the National Councll an Compensatlon Insurance, Inc, used with its permission OCopyright 2024 National Council of Compensatlon Insurance, Inc. All rights reserved. Amount � /,! ' r:i � . � � PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com �(800) 859-5995 � Fax (800) 359-0650 WC 00 00 01 B �� O .� X �t�.a WORKERS' COMPENSATION INSURANCE Workers' Compensation and Employer's Liability Policy Policy number Issue date Paficy perlod 0002112419 6/19/24 6l30/24 to 6/30/25 State Endorsemenfi 42 TM LRC 2008 42 TM MV 2011 42 TM PC 2003 42 WC OO OO OO C 42 WC 00 00 01 B 42 WC 00 04 06 42 WC 00 04 14 A 42 WC 00 04 22 C 42 WC 00 04 25 42 WC 42 03 01 L 42 WC 42 03 04 B 42 WC 42 03 08 42 WC420404A 42 WC 42 04 08 A 42 WC420601 Extension of Information Page Item 3: Endorsement Schedule Insured copy Descripfiion Limited Reimbursement for Texas Employees Injured in Other Jurisdictions Mutuals - Membership and Voting Notice Policy Conditions Endorsement Policy Conditions Form Policy Coverage Document (Declarations Page) Premium Discount Endorsement Notification of Change in Ownership Endorsement Terrorism Risk Insurance Act Coverage Endorsement Experience Rating Modification Factor Revision Endorsement Texas Amendatory Endorsement Blanket Texas Waiver of Our Right To Recover from Others Endorsement Partners, Officers and Others Exclusion Endorsement Group Purchase of Workers' Compensation Insurance Endorsement Network Discount Endorsement Blanket Texas Notice of Material Change Endorsement This endorsement changes the policy to which it is attached effective on the inception date of the policy uniess a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement (s issued subsequent to preparation of the policy.) This endorsement, effective on 6/30/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002112419 of Texas Mutual Insurance Company effective on 6/30/24 Issued to: Peachtree Construction, Ltd. NCCI Carrier Code: 29939 This is not a bill �I'�+v�.✓� Authorized representative 6/19l24 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com �(800) 859-5995 � Fax (800) 359-0650 WC 00 00 01 B-ENDS � � _X ta uu WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an inJury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us, This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, ef#ective on 6/30/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002112419 of Texas Mutual Insurance Company effective on 6/30/24 Issued to: Peachtree Construction, Ltd. NCCI Carrier Code: 29939 1 of 1 This is not a bill PO Box 12058, Austin, TX 78711-2058 texasmutual.com �(800) 859-5995 � Fax (800) 359-Q650 �� i/� � � .��� � i � Authorized representative 6/19/24 WC 42 03 04 B r� O ._.. � � � � WORI<ERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other materiai change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1, Number of days advance notice: 2. Notice will be mailed to: � PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsemeni, effective on 6/30/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0002112419 of Texas Mutual Insurance Company effective on 6/30/24 Issued to: Peachtree Construction, Ltd. NCCI Carrier Code: 29939 This is not a bill PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com �(800) 859-5995 � Fax (800) 359-0650 ��! 'm<` � '� f Authorized representative 6/19/24 WC420601 Flores, Sophia From: Carmichael, Robbie <RCARMICH@travelers.com> Sent: Wednesday, January 7, 2026 9:39 AM To: Flores, Sophia Subject: FW: Verification of Bond#108262668 This message is from an external organization. This message came from outside your organization. Good Morning Sophia, Report Suspicious This bond is valid. Please feel free to reach out to me directly on anything Peachtree related going forward! I�,o66ie CarinicFiaeC, �V[�A Account E.�ecutive Officer TRAVELERS — Bond and Specialty Insurance 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 1-210-525-3960 (Direct Line) 1-210-452-6489 Cell ��� TRAVELERSJ �a���� From: Flores, Sophia <Sophia.Flores2�fortworthtexas.�ov> Sent: Tuesday, January 6, 2026 4:09 PM To: Bond POA Verify <BondPOAVerifvCa�travelers.com> Cc: Fields, Nicholas S <Nicholas.Fields(�fortworthtexas.�ov> Subject: [External] Verification of Bond#108262668 CAUTION: This email came from outside of the company. Please exercise caution when opening attachments, clicking links or responding to this email. The original sender of this email is Sophia.Flores2(a�fortworthtexas.gov. Hello, The City of Fort Worth requires bond verification before a contract can be executed. We have received the following bonds from Peachtree Construction, Ltd.: Bond #180262668, in the amount of $2,998,544.50, issued byTravelers Casualty and Surety Company of America for City Project #106175, 2026 Asphalt Resurfacing Contract 3. Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding the contract to Peachtree Construction, Ltd. If this is not the right bond verification address, please provide for Travelers Casualty and Surety Company of America. 1 z 3 � 5 6 SFC'1`ION 0{l 51 14 PAYA'[ENT 13D�1[.] gond # ro8267sss 7'iI� STA'f� C11� Tl;XAS § � KNOW ALL 13Y 'f[[1��51� i'TtES�iVTS: COTIl��TY O1� TAHRA�IT § 7 Chat �ti�e, i'eaclitree, Consu•uction, I.id.. ki�own �s "1'rinei�al" hcrein, �nd � �ra�elers Casuafty and Suretyr Company of America ,� ��,rp„r�te ,ure�y 9 (sur�[ias}, duly aull�ori7ed to do bnsincss in tlic Stale oP �'�xav, knnwn as "Surcty" hcrcin 1f1 (whefhcr onc or mor�), are held and fii7nly hound u��tn il�e Cily aF C'or[ Warth, � municipal 11 �or�oratian c��eated ptusu�nt to lhe laws nF [k�e Si�te c�f'I'exss, itihawn as "Cit;�" herein. in t}�e ]2 p�nal su�n af 'I'V4'D 1VIII�l�I01\ 11INF: i;[]R"171iEIl NIIIETY-EIGIIT T11dU�5AlVil. rtr�r� 13 HU:VDR�A 1�URT'Y-i�'C][Jlt An�l 5f}l10f1 D(}LLARS fQ2,498.544.5f]]„ lawlful mnney v{' ihe 14 United States, �n he paici in ]�or� W'orlki, '1'a�•rai�t CounLy, 'i'exAs, fo�� Yl�c �ayment �F whieh sum 15 �ve13 ;3nd [riilv Uc inade, wc 6ind oiirse[�es, ��ir Itieirs, exccutars, administralars, succcssors �aiid 16 �ssigns, juintly and se�crally, firml�• Uy fhese pre�enis; ]7 WII.EI2EAS, Yri��cipal has ente��d i�ttc� u certain writte�i Contract w°ith City, a�j�az•dcd tize 18 9'!` day of I7ecember. 2f125. which Co�ttracl is hercby i�ic�•rcd lo and m��de u�s�M hereai' Par a[1 ]9 purpvszs as if fu] ly set I'arLlt herein, to furnish al] materials, equip�nenL, lab�r aisd olhcr 20 accessc�ries as defined by law, in tl�e prnse�utinn of the Worlc fls pro�id�d for iii s�iid C:c�nirficl rinc! 21 desi�ated as 20�G ASPI•lAf �[' RFS�,-I�FACING CON'C'RJICT 3; City Yroject Nn, Il1C 175. Thank you, FORT WORTHo Sophia Flores Contract Compliance Specialist Transportation & Public Works Office 817-392-2026 100 Fort Worth Trail, Fort Worth, TX 76102 CONNECT WITH US. O 0 O�' O This message (including any attachments) may contain confidential, proprietary, privileged and/or private information. The information is intended to be for the use of the individual or entity designated above. If you are not the intended recipient of this message, please notify the sender immediately, and delete the message and any attachments. Any disclosure, reproduction, distribution or other use of this message or any attachments by an individual or entity other than the intended recipient is prohibited. 2 F�RT ��RTH� City Secretary's Office Contract Routing & Transmittal Slip COntraCt01''S Name: Peachtree Construction, Ltd. Subj ect of the Agreement: Authorize execution of a contract with Peachtree Construction, Ltd., in the amount of $2,998,554.50 for the 2026 Asphalt Resurfacing Contract 3 Project at Various Locations (City Project No. 106175) M&C Approved by the Council? * Yes 8 No ❑ If so, the M&C must be attached to the contNact. Is this an Amendment to an Existing contract? Yes ❑ No 0 If so, provide the original contract nuinber and the amend�nent nuniber. Is the Contract "PermanenY'? *Yes 8 No ❑ If unsu�e, see back page for per�nar�ent contract listing. Is this entire contract Confidential? *Yes ❑ No 0 tfonly specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 12/09/2025 Expiration Date: 12/09/2030 If diffe�er�t fror�n the approval date. If applicable. Is a 1295 Form required? * Yes 0 No ❑ �If so, please ensure it is attached to the app�oving M&C or attached to the cont�act. Proj ect Number: If applicable. 106175 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 0 No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be �eturned to the department. Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank F�RT�ORTH� Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 106175_2026 ASPHALT RESURFACING CONTRACT 3 M&C: 25-1139 Date: O1/08/2026 To: Name 1. Sophia Flores 2. Zelalem Arega 3. Donnette Murphy 4. Patricia Wadsack CPN: 106175 CSO: Department TPW - Review TPW-Approver Risk-Approver TPW-Approver Initials �` Z:� bM PL1N' DOC#: Date Out oi/os/2o2s O1/08/2026 O1/08/2026 o1/oa/2o2s 5. Lauren Prieur TPW — Signer �o'— O1/09/2026 6. Douglas Black Legal-Signer ,,�,,,,—k O1/09/2026 7. Jesica McEachern ACM-Signer � O1/22/2026 $. Katherine Cenicola CSCO-Approver ��� O1/22/2026 9. Jannette Goodall CSCO-Signer ��, O1/23/2026 10. Allison Tidwell CSCO-Form Filler ..% O1/26/2026 11. TPW Contracts TPW DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES �No RUSH: ❑YES �No SAME DAY: ❑YES ❑No ROUTING TO CSO: �YES ❑No Action 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 TPWContract(a�fortworthtexas.�ov. Thank you!