HomeMy WebLinkAbout064678 - Construction-Related - Contract - Peachtree Construction, Ltd. (2)CSC No. 64678
FORT WORTH,,
CONTRACT
FOR
THE CONSTRUCTION OF
2026 ASPHALT RESURFACING CONTRACT 2
City Project No. 106136
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
TRANSPORTATION AND PUBLIC WORKS
/ ��P�E OF
i * * 110
2025
MARWAN HAFEZ
// 1 4731 5 ia�
/,o
IO1FSi'��cENSE�C1
G_
\\ NA
09-09-2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORTH,,,..
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page I of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
0005 10
Mayor and Council Communication
07/01/2011
n�in�n
0005 15
0011 13
Addenda
Invitation to Bidders
02/08/2024
0021 13
Instructions to Bidders
09/01/2025
0035 13
Conflict of Interest Statement
02/24/2020
00 41 00
Bid Form
09/19/2025
00 42 43
Proposal Form Unit Price
09/30/2021
0043 13
Bid Bond
09/30/2021
00 43 37
Vendor Compliance to State Law Nonresident Bidder
09/30/2021
0045 11
Bidders Prequalifications
08/13/2021
0045 12
Prequalification Statement
,all n.-..-.iieati .r
09/30/2021
00 45 13
00 45 26
Pr-eq .feed,
Contractor Compliance with Workers' Compensation Law
06/1om
07/01/2011
0� 45 41
Etrnal Bxasiaess Geal
9/n�5
00 52 43
Agreement
9/19/2025
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12/08/2023
0061 19
Maintenance Bond
9/19/2025
00 61 25
Certificate of Insurance
07/01/2011
00 72 00
General Conditions
09/01/2025
00 73 00
Supplementary Conditions
9/19/2025
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
nt�5
Substitution Procedures
ra.,+o..;.,i"s u.,ra
07/01/2011
oito�5
01 31 19
04
Preconstruction Meeting
09/01/2025
01 3120
Project Meetings
07/01/2011
01 32 16
Construction Schedule
10/06/2023
01 3233
Preconstruction Video
07/01/2011
01 33 00
Submittals
12/20/2012
01 35 13
Special Project Procedures
03/11/2022
01 45 23
Testing and Inspection Services
03/09/2020
01 50 00
Temporary Facilities and Controls
09/19/2025
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
0158 13
Temporary Project Signage
07/01/2011
01 60 00
Product Requirements
03/09/2020
01 66 00
Product Storage and Handling Requirements
07/01/2011
01 70 00
Mobilization and Remobilization
11/22/2016
01 7123
Construction Staking and Survey
02/14/2018
01 74 23
Cleaning
07/01/2011
01 77 19
Closeout Requirements
03/22/2021
01 78 23
Operation and Maintenance Data
12/20/2012
01 78 39
Project Record Documents
07/01/2011
CITY OF FORT
WORTH 2O26 ASPHALT RESURFACING
CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
City Project No. 106136
Revised September 19, 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 Project's Contract Documents
Division 32 - Exterior Improvements
32 1123 Flexible Base Courses
32 1133 Cement Treated Base Courses
32 12 16 Asphalt Paving
32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps
3291 19 Topsoil Placement and Finishing of Parkways
Division 34 - Transportation
3471 13 1 Traffic Control
Division 99 — Additional Specification
99 99 99 1 Additional Specification
Date Modified
7/18/2025
09/09/2025
10/08/2025
7/18/2025
7/18/2025
1 7/18/2025
8/20/2024
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httD:Hfortworthtexas.eov/tAw/contractors/
or
httiDs:Happs.fortworthtexas.2ov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0241 13 Selective Site Demolition 03/11/2022
02 41 14 U44ity RemevabLAbandenme 12420Qn1 �
0241 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete 06/13/2025
03 34 46 Cone -ete Base ra to,.; l f T-r-eachnow ;, 1 �//�
Division 26 - Electrical
260533 Raceways and Boxes for- Eleetr-ieal Systems 110010
7ti�vn E002/ -6
Division 31 - Earthwork
31 00 00 Site Clearing 03/22/2021
3123 16 Unclassified Excavation 01/28/2013
31 12 '�'2 Beffew 011 /� 013
31 2n 00 > n n1 / 4
�rr�-vv .J_^Zl 7.I.LR1?li;=S
313600 Gabiens 1 71 /7 z
31�0 Ripr-ap 171 /7 z
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
Division 32 - Exterior Improvements
�}2 n0i 7 �nrp71���.7t P�t�z it. 1 '/'�14
3'Va Tefnp.-.Fa -„ A s W.t %I ving D o,.ai 1 7 /7zzr20/2 iz
���„,p,.vrmT�1-,�'r`1F7.' fair
2'72 01 29 r�V1Yt��i%Q. AwingRe i 0611 5
32 1123 23 Flexible Base !' otffses Q'120/20Q
�rrz� r�-avrav�z
32 1129 29 Lime a T,-e.,te.l Base !''e,,,-�e� Q'120/2017
�rz7 r�-avrav�z
27�3 Geme.,t T,-ea4e.l Base !''.,,,, nG/lvvr10/2022
32 1137 Liquid Treated Seil Stabili09,121 /201 5
��
32 13 13 none -atey ,,' , , 06/1 5
32 1373 Cene -,0 IV- tint Joint l;aal��It-s 1 � /�12
32 1613 Concrete Curb and Gutters and Valley Gutters 12/09/2022
32 1723 Pavement Markings 06/10/2022
322 1725 Curb Address Painting 11/04/2013
}'
20/2012
323129 Wood Ferees and Gates i2/�1-2
Z-1�3 Gast ix Plase Cone.ete Retaining W.,06/05/2 �
3291 1 9 ��ol � D e„t „„,1 Finishing Roadway of e.,,1,, ay Right of ways 03,1�i
�rrr� � e
3292 13 Sodding 05/13/2021
3292 1 c T�7.,tiye G .,,-.,1 �x ildt1,.we- Seeding 1n106/2mz
�� rvrvvrtvz�
'27�3• Trees .,n.1 Shf bs 1'l/'lzzr20/201z
Division 33 - Utilities
330131 Closed Gir-eu t Television (GGT[71 hispeetion Salit7ryof 03/10 l�z
3301 32 Closed eurtTelevision eefieflo:mD7ws 12,108/2023
33-03 10 %Prze Du r'pxg ,f Existing
7 7Sewer- Syste.,,� 17/r�20/20 i
3304-10 Toin4 Beading a -a E eetfico). Tbo1G.47t Q/7re 20//i0Q
33 nil 1 1 GE)FFE)Si0,�, !''e,AfOl Test C+Ati tints; i2/20/'10Q
�-vTrr zznvrtozz
33 nn 12 Mag es:,,,, Anode r tt,e,l;e Pfeteetio Syste. Q/20/20i2
3304 o
� � !mo149/2024
33 04 40 Ckanin-, Lm A eeepta ee Testing of Water Mains n�/n�1132
3304 5
22�0 U44 t„ Tre.,eh L',,,,.,,..6om, Emkv,1me,tt, .,....1 >?.,,,LF:11 06/1 5
33 nc 12 �aT.,tef r ;tee r owefifig 12420/2012
�J--v�-TZ r�-avrav�z
�3305 3 Ffame, 1z
3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022
Grade
3305 16 Concrete Water Vaults 12/20/2012
3305 17 Concrete Collars 03/11/2022
330520 20 12420/2012
�--v7-zv r�-avraozz
22� Twine- T i e,-Pl.,te 17/ z
�z 12�20/2012
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
22�4
22�
,.FGaf-ie- Pipe in ('.,sing o- Tun Cl liptol, 1710z
T 4 l;t., Tdafke-s/T E)eateft 17/7 z
330530
33 i i 05
22 11 10
Lee.,tio of Existing Uti1 212 4
B4t0 Nutt and Gaskets „,`'�i2
D etile T,-.,.-. A-pe 17109/20
21-1 1 1 1 1
Pl4V#le UA44 Fittings 09120/2017
311 1 1 1'1
D„1.,.,ift51 ('',.lef;de /UVC4 U,-ess„fe Pipe non1,, n�2222
33 11 �3
Goner-etePr-esstwe Pipe, Ba Wrapped, Steel Cylinder- Type 02,0-5
2,2 11 1 I
22 12 10
22�
Bur o.l c4001 U:,.o .,,-..1 1~'; 44;,�, ..g 1 212 i
Water- 1 i440-,1 tA;, i440-,1, 02114/2017
T xxT.,tef 12/2
22
12
22 1225
22 1230
arge Meters z
nc/n5
n xx W n Rubber Seated Butteffly v.,lye�i nn 12vtn3/2019
Ce,.wetio to Existing xx a4ef Mains 02/06/2n12
Ge.v.t.;fia4ie,-, Air- Valve Assemblies Fe,-- Potable Water- Systef.-.., 12/20/2012
22 1240
33 1250
22�o
Life HydfafA n, ,03i2n, n
Watar Ea:.\rJe cis , 212�Q
.,gValve
22 P. 1 2
Standard Blew Assemb1., 06/1 -3
Coed i14 Place Pi -pa (CIPP) 1212 i
22 2 2
.,., � .,TT11
Fiber -glass Rein f feed Pipe for- !`_fay t., 12/2 z
anitar;
22�5
HighDensity Pelyethylef.e (HDPB) PC F ,- C.,n t.,fy Sewer- nn/2vtrr3/ivi9
N`'
22�
PelyAnyl Chloride (PVC) Gfa-yi , ganxtZx;-Sec-`v`r'e"' DrTrr" nnn1,n�2222
/UC) Closed Profile !`_fa-y ty c.,a tar-y Sewer-
Polyvinyl Chloride
}� 3}
✓.! i 1
(PVC)
, 21 /2iz�zviiviz
P*
22 21 22
�r
Cl.,,�:t.,fy sew T ,2/20/20 2
URL'iiLTCl�"�iP.�.r .1� �1M. ZY� r�-avrav�z
22�3
22 21 cn
�o
c.,�t�r -Npo Exnk 'ge , 2/2rrr20/2 z
C'.,,�.it.,ry Sewer- Ceiw ee Gen eetions and Se,-y ee T ; nn 126/2n13
e ��
33 3i 79
33 3920
22 1930
Gemt.ina4 o Air- - Valve for- San t., -y Sewer- Fefee A 1 212 i
!'',.nefete 1\4.,,-hole„ 1211 T
v�r.. P..,e
nfeeast Ce efete >`la-al,,,1211�2�4r
Tn.,,-. 1211
22�no
33-419
Fiberglass idles 3/2M4
Wastewater- n eeess rt,.,... bef (WAG) 12Qz
nn99/2021
no: f feed Go efote ct f.., Sewer- Pipe/G hefts n2in�4
33 41 11
High Density P4yetl,.4eae 7 PB t �:�n 12/20/2012
LD� � Llp e ��
2
2 11 1�
n ein f feed Pelyethy ere (SRP ) Pi „ i,� e 5
11 13
D '1on-i Are tawn DPE�,n n�i,�22.
33 4600
soulr/.ly&�nage ,2/2 z
33 4601
c1 tted ctA"1S Dffl,.�z0 07/0
33 46-02
T-f enOn rD7xns n7m�n
33 49 10
Gast K'S MVoa Manholes and T,,..etio Z?E es 12/1 T
22 4920
�o
v11 i2m2
.�.rr �. Dr n2��
33 4940
StOrm Dt.w:mge-Hea&�1i.`/a1.. lWagwa4ls n2in�P
Division 34 - Transportation
24 41 10 T-r-a :e eigft.1s 024„ i2m2
�o �sz
24 4�vi A#aehment A Ge er• Cabinet 12'1�i-5
34 4111 10.02 A#aehmeatB Gon#oner- Spesifieati n2�1)
24 4�03 AttaebmentG So twar-e Sneeifieatien 01 /
34�r Temp..f. iy Tf.,Ffi j S gnab 1 11 1 /2 3
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
Iuni 1 7120 �201-
2ll�xat� atr.4o o c- .IBs
24�vn1r material. !T�7D i , rar.�I�aires 06,/15/201 c
��
2n n�02 Freeway LED ne.,,l.,.a Daminaiw0 0611 -5
34 412002 Do�;.los; T T n�/15/201 G
.� rcc�racnvla f� IZOa ' �7an2rl�'�Y�S ��
34 41 2n .�' r�11711 �.Q/.�liSS ' 1 1�112/2013
vrrrav �
Appendix
GC4,01
Ak labklity f
GC-4.02
Subsurface and Physical Conditions
GC-4.0/1
Lkijer-gr-E) d Foviht;zas
GG 4.06
1-kl.�,7,.a,,,,.. L'fw- ..,�,v.onta r r,1;iom at E"%ta
tG 6..06.D
]us;o Utilization L'..,-.,..
✓1'Y�V./.1 Business
Wage Rates
lCGCC-6.07
v(-e✓1 r.
11a�fM,,.��it,s ftHd Utilities
GC 6.24
�IbYiCCtbJ1a���M�t i�
GR-01 60 00
Product Requirements
GN-1.0
General Notes
SD-1.0
Standard Construction Details
PQ-1.0
Project Maps and Quantities
PQ-2.0
Pavement Marking Plans
END OF SECTION
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025
1 /20/26, 8:56 AM
CITY COUNCIL AGENDA
Create New From This M&C
M&C Review
O=E
fficial site of the City of Fort Worth, Texas
FORTWORTII
REFERENCE **M&C 26- 202026 ASPHALT
DATE: 1/13/2026 NO.: 0035 LOG NAME: RESURFACING CONTRACT
2
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 3, CD 7 and CD 9) Authorize Execution of a Contract with Peachtree Construction,
Ltd. in the Amount of $2,913,184.05 for the 2026 Asphalt Resurfacing Contract 2 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 $2,913,184.05 for the 2026 Asphalt Resurfacing Contract 2 project at various
locations (City Project No. 106136).
DISCUSSION:
In the Fiscal Year 2026 PayGo 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 6.9 lane
miles for the street sections below, under the 2026 Asphalt Resurfacing Contract 2 project (City Project
No. 106136).
Street Name
From
Floyd Drive Clayton Road, E
White Settlement Road Crestwood Drive
Adams Street, S W Robert Street
Elizabeth Boulevard 8th Avenue
Page Street
Ryan Place Drive
College Avenue
W Robert Street
To Council
District
Edgehill Road 3
N University Drive 7
Elizabeth Boulevard 9
College Avenue 9
Lipscomb Street RM9
Elizabeth Boulevard
This project was advertised for bid on October 22, 2025, and October 29, 2025, in the Fort Worth Star -
Telegram. On November 20, 2025, the following bids were received:
Bidder Bid Amount Alternate Bid Amount Time of Completion
Peachtree Construction, Ltd. $2,913,184.05** $3,056,263.45 210 Calendar Days
Texas Materials Group, Inc. $3,048,514.14 $3,165,158.38
apps.cfwnet.org/council_packet/mc_review.asp?ID=34078&councildate=1/13/2026 1/2
1 /20/26, 8:56 AM
M&C Review
**In an attempt to secure alternate bids, staff advertised the project with two options for street
rehabilitation on White Settlement. Base Bid using 8-inch CEM-LIME stabilization and a 4-inch asphalt
overlay, and an Alternate Bid using 8-inch LithTec stabilization and a 3-inch asphalt overlay. Staff
recommends award of the contract for the base bid.
In addition to the contract amount, $400,000.00 is required for project management, material testing, and
inspection, and $290,000.00 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 2 project.
Construction for this project is expected to start in February 2026 and be completed by October 2026.
Upon completion of the project, there will be no anticipated impact on the General Fund operating budget.
Small Business (SB) Goal — The City waived the Small Business Program requirement for this project due
to there being fewer than three certified vendors available. However, Peachtree Construction, Ltd. is a
certified Small Business Enterprise (SBE).
This project is located in COUNCIL DISTRICTS 3, 7, and 9.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the General Capital Projects Fund for the 2026 Asphalt Resurfacing 2 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
Fund Department
ID
Account Project Program 1 Activity
ID
Budget
Year
Reference # i Amount
(Chartfield 2)
FROM
Fund Department
Account Project Program Activity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
Jesica McEachern (5804)
Lauren Prieur (6035)
Monty Hall (8662)
106136 Form 1295 11242025 CERTIFICATE OF INTERESTED PARTIES.pdf (CFW Internal)
106136 SAM Report.pdf (CFW Internal)
202026 ASPHALT RESURFACING CONTRACT 2 Funds Availabilibt.docx (CFW Internal)
MC FID Table CPN106136.xlsx (CFW Internal)
MC Map CPN106136 2026AsphaltResurfacina..pdf (Public)
apps.cfwnet.org/council_packet/mc_review.asp?ID=34078&councildate=1/13/2026 2/2
0011 13
INVITATION TO BIDDERS
Pagel of 3
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2026 ASPHALT RESURFACING CONTRACT 2
City Project No. 106136 ("Project") will be received by the City of Fort Worth via the
Procurement Portal httus:Hfortworthtexas.bonfirehub.com/aortal/?tab=ouenOuPortunities,
under the respective Project until 2:00 P.M. CST, Thursday, November 20, 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 sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=oDenODoortunities
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 Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 2 of 3
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
21,688 SY
I I" Pavement Pulverization
21,688 SY
3" Asphalt Pavement Superpave SP-D
28,712 SY
12" Pavement Pulverization
32,388 SY
2" Asphalt Pavement Superpave SP-D
28,712 SY
2" Asphalt Pavement DG-B
3,676 SY
2" Surface Milling
807 TN
CEM-LIME, 32 lbs/sy
1,851 LF
Remove and Replace Concrete Curb & Gutter
1,320 SF
Remove and Replace Concrete Driveways
9 EA
Remove and Replace Concrete ADA Curb Ramp
22,400 LF
Pavement Marking
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for
qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
h"s:Hfortworthtexas.bonfirehub.com/aortal/?tab=oDenODDortunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
httas:Hfortworthtexas.bonfirehub.com/_portal/?tab=onen0DDorttmities, under the respective
Project.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: Tuesday, November 4, 2025
TIME: 11:00 A.M.
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 3 of 3
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
ADVERTISEMENT DATES
October 22, 2025
October 29, 2025
END OF SECTION
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised 2/08/24
0021 13
INSTRUCTIONS TO BIDDERS
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 9
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in
Section 00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural
thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation
acting directly through a duly authorized representative, submitting a bid for
performing the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting
a bid for performing the work contemplated under the Contract Documents
whose principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom
City (on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for
the purpose of obtaining Bids for the Work and do not authorize or confer a license
or grant for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the
work types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT.
Firms seeking pre -qualification, must submit the documentation identified in Section
00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least
seven (7) calendar days prior to Bid opening for review and, if qualified,
acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified
for the appropriate work types. Subcontractors must follow the same timelines as
Bidders for obtaining prequalification review. Bidders or Subcontractors who are not
prequalified at the time bids are opened and reviewed may cause the bid to be
rejected.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
Prequalification requirement work types and documentation are available by accessing all
required files through the City's website at:
https://www.fortworthtexas. Gov/departments/tpw/development/cfw-departments-tpw-
contractors under Division 00 - General Conditions and as follows:
3.1.1. Paving — Requirements document located at:
https://a13D-us3.e-
builder.net/Dublic/DublicLandin,.asDx?OS=4d008O4b 133b408a85a69323548dda25
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
https://aDD-us3.e-
builder.net/Dublic/DublicLandine.asi)x?QS=e43c4239775f4b2583552c029c6aI ed2
3.1.3. Water and Sanitary Sewer — Requirements document located at:
httDs://aDD-us3.e-
builder.net/public/DublicLandin2.asDx?QS=4fc66ff8c36c4cO29d542d4e55114e8d
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45
11, BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed
to the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre -qualified contractor who is the
apparent low bidder for a project to submit such additional information as the City,
in its sole discretion may require, including but not limited to manpower and
equipment records, information about key personnel to be assigned to the project,
and construction schedule to assist the City in evaluating and assessing the ability of
the apparent low bidder to deliver a quality product and successfully complete
projects for the amount bid within the stipulated time frame. Based upon the City's
assessment of the submitted information, a recommendation regarding the award of
a contract will be made to the City Council. Failure to submit the additional
information, if requested, may be grounds for rejecting the apparent low bidder as
non -responsive. Affected contractors will be notified in writing of a
recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be
required within various sections of the Contract Documents.
3.5. OMITTED
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.1. Shall examine and carefully study the Contract Documents and other related
data identified in the Bidding Documents (including "technical data" referred to
in Paragraph 4.2. below). No information given by City or any representative of
the City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the
general, local and site conditions that may affect cost, progress, performance or
furnishing of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect
cost, progress, performance or furnishing of the Work.
4.1.4. OMITTED
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at
or contiguous to the Site and all drawings of physical conditions relating to
existing surface or subsurface structures at the Site (except Underground
Facilities) that have been identified in the Contract Documents as containing
reliable "technical data" and (ii) reports and drawings of Hazardous
Environmental Conditions, if any, at the Site that have been identified in the
Contract Documents as containing reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all
of the information which the City will furnish. All additional information and
data which the City will supply after promulgation of the formal Contract
Documents shall be issued in the form of written addenda and shall become
part of the Contract Documents just as though such addenda were actually
written into the original Contract Documents. No information given by the City
other than that contained in the Contract Documents and officially promulgated
addenda thereto, shall be binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such
other means as may be necessary to gain a complete knowledge of the
conditions which will be encountered during the construction of the project. For
projects with restricted access, upon request, City may provide each Bidder
access to the site to conduct such examinations, investigations, explorations,
tests and studies as each Bidder deems necessary for submission of a Bid.
Bidder must fill all holes and clean up and restore the site to its former
conditions upon completion of such explorations, investigations, tests and
studies.
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and
obtain all information required to make a proposal. Bidders shall rely
exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete
information upon which the proposal is to be based. It is understood that the
submission of a proposal or bid is prima -facie evidence that the Bidder has
made the investigations, examinations and tests herein required.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies
in or between the Contract Documents and such other related documents. The
Contractor shall not take advantage of any gross error or omission in the
Contract Documents, and the City shall be permitted to make such corrections
or interpretations as may be deemed necessary for fulfillment of the intent of
the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement
Portal under the Intent to Bid section. You must indicate your intent to bid
to be able to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for
identification of:
4.2.1. those reports of explorations and tests of subsurface conditions at or
contiguous to the site which have been utilized by City in preparation of the
Contract Documents. The logs of Soil Borings, if any, on the plans are for
general information only. Neither the City nor the Engineer guarantee that the
data shown is representative of conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or
contiguous to the site that have been utilized by City in preparation of the
Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any
Bidder on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is
entitled to rely as provided in Paragraph 4.02. of the General Conditions has
been identified and established in Paragraph SC 4.02 of the Supplementary
Conditions. Bidder is responsible for any interpretation or conclusion drawn
from any "technical data" or any other data, interpretations, opinions or
information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder:
(i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that
without exception the Bid is premised upon performing and furnishing the Work
required by the Contract Documents and applying the specific means, methods,
techniques, sequences or procedures of construction (if any) that may be shown or
indicated or expressly required by the Contract Documents, (iii) that Bidder has
given City written notice of all conflicts, errors, ambiguities and discrepancies in the
Contract Documents and the written resolutions thereof by City are acceptable to
Bidder, and when said conflicts, etc., have not been resolved through the
interpretations by City as described in Paragraph 6., and (iv) that the Contract
Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performing and furnishing the Work.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,
Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive
Material covered by Paragraph 4.06. of the General Conditions, unless specifically
identified in the Contract Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights -of -way and easements for
access thereto and other lands designated for use by Contractor in performing the
Work are identified in the Contract Documents. All additional lands and access
thereto required for temporary construction facilities, construction equipment or
storage of materials and equipment to be incorporated in the Work are to be obtained
and paid for by Contractor. Easements for permanent structures or permanent
changes in existing facilities are to be obtained and paid for by City unless otherwise
provided in the Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are
listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the
necessary right-of-way, easements, and/or permits are not obtained, the City reserves
the right to cancel the award of contract at any time before the Bidder begins any
construction work on the project.
5.3. The Bidder shall be prepared to commence construction without all executed right-
of-way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be
directed to City electrically through the Vendor Discussions section under the
respective Project via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or
before 2 p.m., Monday, ten days prior to the Bid opening. Questions received after
this day may not be responded to. Interpretations or clarifications considered
necessary by City in response to such questions will be issued by Addenda. Only
questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable
by City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
httr)s:Hfortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
6.4. A prebid conference may be held at the time and place indicated in the
Advertisement or INVITATION TO BIDDERS. Representatives of City will be
present to discuss the Project. Bidders are encouraged to attend and participate in
the conference. City will transmit to all prospective Bidders of record such Addenda
as City considers necessary in response to questions arising at the conference. Oral
statements may not be relied upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the
Notice of Award have been satisfied. If the Successful Bidder fails to execute and
return the Contract Documents within 14 days after the Notice of Award conveying
same, City may consider Bidder to be in default, rescind the Notice of Award and
act on the Bid Bond. Such action shall be City's exclusive remedy in the event
Bidder is deemed to have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready
for Final Acceptance is set forth in the Agreement or incorporated therein by reference to
the attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or -Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or -
equal" item of material or equipment may be furnished or used by Contractor if
acceptable to City, application for such acceptance will not be considered by City until
after the Effective Date of the Agreement. The procedure for submission of any such
application by Contractor and consideration by City is set forth in Paragraphs 6.05A.,
6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of
the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Small Business Ordinance No. 27832-08-25, the
City has established a goal for the participation of small businesses for City
contracts $100,000 or greater. See Section 00 45 41 for the Project Goal and
additional requirements. Failure to comply may render the Bidder non-
responsive.
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other
person or organization against whom Contractor or City has reasonable objection.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid
Form, provided with the Bidding Documents, prior to the time indicated in the
Advertisement or INVITATION TO BIDDERS.
14. Withdrawal of Bids
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
httns:Hfortworthtexas.bonfirehub.com/DortaV?tab=oi)enODDortunities.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids
and major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at httDs://www.ethics.state.tx.us/data/forms/1295/1295.Ddf
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 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 106136
Revised/Updated September 1, 2025
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 10
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)
htti)s://www.ethics.state.tx.us/data/forms/conflict/CIS.Ddf
❑ CIQ Form does not apply
0 CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
❑ CIS Form does not apply
0 CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER:
END OF SECTION
By: J. Barry Clar
Signature:
Title: President
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 ASPHALT RESURFACING CONTRACT 2
Revised February 24, 2020 7-City Project No. 106136
00 41 00
BID FORM
Page 1 of 3
SECTION 00 4100
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: 2026 ASPHALT RESURFACING CONTRACT 2
City Project No.: 106136
Units/Sections: Paving
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 ASPHALT RESURFACING CONTRACT 2
Revised 9/30/2021 7-City Project No. 106136
0041 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 210 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones) within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. Small Business Forms (required at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 ASPHALT RESURFACING CONTRACT 2
Revised 9/30/2021 7-City Project No. 106136
0041 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Evaluation of Alternate Bid Items
Total 1: Base Bid
Total 2: Base Bid with Alternate A (LithTech)
Total Bid
7. Bid Submittal
This Bid is submitted on
Respectfully su11bm
By: 1 10-. ,-
(Signalure)
J. Barry Clark
(Printed Name)
Title: President
Company: Peachtree Construction, LTD.
Address: 5801 Park Vista Circle
Fort Worth, TX 76244
State of Incorporation: Texas
Email: JBClark@peachtreecon.com
Phone: 817-741-4658
END OF SECTION
$2,913,184.05
$3,056,263.45
$3,056,263.45
by the entity named below.
Receipt is acknowledged of the Initial
following Addenda:
JAddendum No. 1:
(Addendum No. 2:
JAddendum No. 3:
(Addendum No. 4:
Corporate Seal:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 ASPHALT RESURFACING CONTRACT 2
Revised 9/30/2021 7-City Project No. 106136
00 42 43
BID PROPOSAL
Page 1 of 2
UNIT PRICE BID
SECTION 00 42 43
PROPOSALFORM
This form Is provided for reference only. Please Bidder's Application
enter bid prices in the Bonfire bidtable,
Project Item Information
Unit 1 -Paying Improvement Base Bid
IBidlist Item)
No. Description
Unit 1- Paving Improvement Base Bid
I 1 0170.0101 Specified Remobilization
1 2 0241.1300 Remove Cone Curb&Gutter
1 3 3216.0101 6" Conc Curb and Gutter
1 4 0241,0401 Remove Concrete Drive
I 5 3213,0401 6" Concrete Driveway
1 6 0241.0100 Remove Sidewalk
I 7 3213,0301 4" Cone Sidewalk
1 8 3213.0311 4" Cone, Sidewalk, Adjacent to Curb
1 9 0241.1400 Remove Cone Valley Gutter
1 10 3216.0301 7" Cone, Valley Gutter, Residential
1 11 0241.0300 Remove ADA Ramp
1 12 3213.0501 Barrier Free Ramp, Type R-1
1 13 3213.0503 Barrier Free Ramp, Type M-1
1 14 3213.0506 Barrier Free Ramp, Type P-1
1 15 3213.0507 Barrier Free Ramp, Type P-2
1 16 3212.0600 HMAC Pavement Level Up
17 3212.0401 HMAC Transition
18 0241.1000 Remove Conc Pvmt
19 3213.0102 7" Conc Pvmt
20 9999.0001 Asphalt Pavement Base Repair
21 0241.1506 2" Surface Milling
22-B 3211.0600 CEM-LIME, 32 lbs/sy
1 23 9999.0002 11" Pavement Pulverization (CEM-LIME Treatment)
1 24 3212.0305 3" Asphalt Pvmt Suverpave SP-D
1 25-B 9999.0003 12" Pavement Pulverization(CEM-LIME Treatment)
1 26-B 3212.0304 2" Asphalt Pvmt SuDcrpave SP-D
1 27-B 3212.0501 2" Asphalt Pvmt Type B (DG-B)
1 28 3123.0102 Unclassified Excavation by Survey
1 29 3292.0100 Block Sod Placement
I 30 3217,5001 Curb Address Painting
1 31 I3291.0100 Topsoil
1 32 3110.0102 6"-12" Tree Removal
1 33 13110.0105 24" and Larger Tree Removal
1 34 19999.0004 Irrigation Adjustment & Landscape Repair Allowance
1 35 13305.0111 Water Valve Box Adjustment (With Steel Riser)
1 36 13305.0112 Water Valve Box Adjustment (With Concrete Riser)
1 37 13312.2003 1-Inch Standard Plastic Meter Box
1 38 13312.2003 1-Inch Standard Concrete Meter Box
1 39 13305.0112 Manhole Adjustment Minor (With Concrete Collar)
1 40 13349.5005 Remove and Replace Inlet Top, 5'
1 41 13346.01016" Perforated Subdrain Pipe
1 42 13217.4301 Remove 4" Pvmt Marking
1 43 13217.4302 Remove 6" Pvmt Marking
1 44 13217.4303 Remove 8" Pvmt Marking
1 45 13217.4304 Remove 12" Pvmt Marking
1 46 13217.4306 Remove 24" Pvmt Marking
1 47 9999.0005 4" SLD Pvmt Marking HAS (Y)
48 3217.0101 6" SLD Pvmt Marking HAS (W)
49 13217.0102 6" SLD Pvmt Marking HAS (Y)
1 50 13217,0103 6" BRK Pvmt Marking HAS (W)
1 51 13217.0104 6" DOT Pvmt Marking HAS (W)
52 13217.0107 6" BRK Pvmt Marking HAS (Y)
1 53 13217.0201 8" SLD Pvmt Marking HAS (W)
1 54 13217.0202 8" SLD Pvmt Marking HAS (Y)
Bidder's Proposal
Specification Section No. I
Me it a
Bid Quantity
Unit Price I
Bid Value
01 70 00
EA
1
$5,000.00
$5,000.00
0241 15
LF
1,851
$5.70
$10,550.70
321613
LF
1.851
$52.00
$96,252,00
0241 13
SF
1,320
$3.80
$5,016.00
32 13 20
SF
1,320
$13.50
$17,820,00
0241 13
SF
690
$3.00
$2,070.00
32 13 20
SF
590
$13.00
$7,670.00
321320
SF
100
$13.00,
$1,300,001
0241 15
SY
305
$28.06
$8,540.001
321613
SY
305
$141.00,
$43,005.001
024113
EA
9
$1,085.06
$9,765.001
32 13 20
EA
4
$3,900.00
$15,600.001
32 13 20
EA
1
$2,275.00
$2,275.001
32 13 20
EA
2
$2,175.00
$4,350.001
32 13 20
EA
2
$2,275.00
$4,550.001
321216
TN
70
$160.00
$11,200.001
321216
TN
50
$150.00
$7,500.001
024115
SY
50
$43.50
$2,175.001
321313
SY
50
$175.00
$8,750.001
321216
CY
50
$495.00
$24,750.001
024115
SY
3,676
$4.75
$17,461.001
321133
TN
807
$420.00
$338,940.001
024115
SY
21,688
$7.25
$157rr238.001
321216
SY
21,688
$25.55
$554,128.401
0241 15
SY
28,712
$7.15
$205,290.801
321216
SY
28.712
$15.75
$452,214.001
321216
SY
28,712
$15.35
$440,729.201
322316
CY
150
$54.00
$8,100.001
32 92 13
SY
500
$21.00
$10,500.001
321725
EA
36
$145.00
$5,220.001
3291 19
CY
100
$105.00
$10,500.001
311000
EA
1
$1,400.00,
$1,400.001
31 10 00
EA
1
$5,800.06
$5,800.001
99 99 00
LS
1
$35,000.00
$35,000.001
33 05 14/33 05 17
EA
1
$975.00
$975.001
33 05 14/33 05 17
EA
9
$975.00
$8,775.001
331210
EA
1
$215.00
$215.001
331210
EA
1
$325.00
$325.001
3305 14
EA
12
$1,500.00
$18,000.001
33 49 20
EA
1
$5,000.00
$5,000.001
33 46 00
LF
100
$65.00
$6 500.001
32 17 23
LF
100
$0.75
175.001
321723
LF
100
$0.85
$85.001
321723
IF
100
$1.10
$110.001
32 17 23
LF
100
$2.05
$205.001
32 17 23
LF
100
$4.10
$410.001
321723
LF
800
$1.05
$840.001
321723
LF
100
$1.70
$170.001
32 17 23
LF
16,692
$0.90
$15,022.801
321723
LF
1,970
$1.15
$2,265.501
321723
LF
76
$2.05
$155.801
321723
LF
1,480
$1.15
$1,702.00
321723
LF
988
$2.40
$2,371.201
32 17 23
LF
90
$2.40
$216.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPBCIPICATIONDOCUbUNrS
Revised 9/30/2021
2026 ASPHALT RESURFACING CONTRACT 2
7-CityProiect No. 106136
00 42 43
BIDPROPOSAL
Page 2 of2
UNIT PRICE BID
SECTION 00 42 43
PROPOSALFORM
This form is provided for reference only. Please
enter bid prices in the Bonfire bidtable.
Project Item Information
Unit 1 - P tving Improvement Base Bid
Bidlist Item
Description
No.
1 55 3217.0301 12" SLD Pvmt Markina HAE (W)
1 56 3217.0401 18" SLD Pvmt Marking HAE (W)
I 57 3217.0501 24" SLD Pvmt Marking HAE T
1 58 9999.0006 Legend Yield Symbol (36 x 24, Yield Symbol)
I 59 3217.2103 REFL Raised Marker TY H-A-A
I 60 3217.2104 REFL Raised Marker TY H-C-R
I 61 9999.0007 4" Tyne H Yellow A/A Ceramic Button
I 62 9999.0008 8" Type H Yellow A/A Ceramic Button
1 63 3217.1002 Lane Legend Arrow
64 3217.1003 Lane Legend DBL Arrow
it 65 9999.0009 Lane Legend TRIPLE HEAD Arrows
66 3217,1004 Lane Legend Only
1 67 3471.0002 Portable Message Sign
I 68 3471.0001 Traffic Control
I 69 3110,0101 Site Clearing
I 70 9999.1003 Construction Allowance
I Unit 1-A - Paving Improvement Alternate A (LithTech)
Bidder's Application
Bidder's Proposal
Specification Section No.
Unit of
Measure
Bid Quantity
Unit Price
32 17 23
LF
50
$4k
32 1723
IF
37
$7.85
32 1723
LF
1,017
$9.95
32 1723
EA
24
$50.75
32 1723
EA
260
$5.80
32 1723
EA
261
$5.80
3217 23
EA
291
$5.50
32 1723
EA
9
$34.25
32 1723
EA
19
$270.00
32 1723
EA
1
$515.00
32 1723
EA
6
$665.00
32 1723
EA
7
$310.00
3471 13
WK .
4
$3,500.00
34 71 13
MO
6
$20,000.00
31 1000
SY
100
$65.00
99 99 00
LS
1
$150,000.00
Sub -Total Unit
1- Paving Improvements Base Bid
Bidlist Item
No.
Description
Specification Section No.
Unit of
Measure
Bid Quantity
Unit Price
I 1-A
9999.0010 LithTech. 24lbs/sv
32 1133
TN
345
$1,395.00
I 2-A
9999.0011 11" Pavement Pulverization (LithTech Treatment)
0241 15
SY
28,712
$8.70
I 3-A
3212.0305 3" Asphalt Pvmt Supelpave SP-D
32 1216
SY
28.712
$24.50
1 4-A
Deduct Item 22-B (Enter a negative number for the Unit Price)
32 1133
TN
460
-$420.00
I 5-A
Deduct Item 25-B (Enter a negative number for the Unit Price)
0241 15
SY
28.712
-$7.15
I 6-A
Deduct Item 26-B (Enter a negative number for the Unit Price)
32 1216
SY
28.712
-$15.75
1 7-A
Deduct Item 27-B (Enter a negative number for the Unit Price)
32 12 16
SY
28,712
-$15.35
I
Sub -Total Unit 1-A - Paving Improvements Alternate
A (LithTech)
Bid Swnmary
Total 1: Base Bid Unit 1
Total 2: Base with Alternate A (LithTech) Units 1+1-A
*Note: The City Reserves the right to select either Total 1 or Total 2.
END OF SECTION
Bid Value
$242.501
$290.451
$10,119.151
$1,218.001
$1,508.001
$1,513.801
$1,600.501
$308.251
$5,130.001
$515.001
$3,990.001
$2,170.001
$14,000.001
$120,000.001
$6,500.001
$150,000.001
$2,913.184.051
Bid Value
$481,275.001
$249,794.401
$703,444.001
-$193,200.001
-$205,290.801
-$452,214.001
-$440,729.201
$143,079.401
$2.913.184.051
$3,056,263.451,
CHYOFFORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 ASPHALT RESURFACING CONTRACT 2
Revised MW021 7-ChyPmjea No. 106136
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Page 1 of 2
That we, Peachtree Construction, Ltd. , known as
"Bidder" herein and Travelers Casualty and Surety Company of America a corporate surety
duly authorized to do business in the State of Texas, known as "Surety' herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as 2026 ASPHALT RESURFACING CONTRACT 2
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 14th day of November 2025.
ATTEST:
/UD /
Witness as to Principal
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
PRINCIPAL:
Peachtree Construction, Ltd.
BY:
Sieature
J. ishee4 cAih #x. , eUxAoo-m
Name and Title
2026 ASPHALT RESURFACING CONTRACT 2
City Project No. 106136
00 43 13
BID BOND
Page 2 of 2
Address: Peachtree Construction, Ltd.
5801 Park Vista Cir.
Keller. TX 76244
SURETY:
Travelers Casualty and Surety Company of America
BY: . P.lJft
Signature
Teresa Ayala Atty-in-Fact
Name and Title
Address: Travelers Casualty and Surety Company of America
9601 �rr McAllister Freeway suite 700
San
San Antonio, TX 78216
Witness as to Surety Brisa Reyes - Agent Telephone Number: 800-238-6225
Attach Power of Attorney (Surety) for Attorney -in -Fact
'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract
is awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 ASPHALT RESURFACING CONTRACT 2
Revised 9/30/2021 City Project No. 106136
Travelers Casualty and Surety Company of America
x�t�/ Cr�l #� Travelers Casualty and Surety Company
TiRHY ELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of
FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
1�..,;£Ipfi ®Jy6St «NOW`
a MOM
S Xy MCONN
hWffQRD, i7IfJ1
State of Connecticut
City of Hartford ss.
By:
Robert L. Raneenior 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
ePg,4p+,,y.
wrtnm ATr c
A�
°i'�`�c
Anna . Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or 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, which remains in full force and effect.
Dated this 14 day of November , 2025
iyC _..,�Y NJP�iY 4NO3
y f"y
q
2
00NN. a iCK
y t
as r1Y �
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power ✓fAttorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 9 of 10
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. 0
BIDDER:
104011 II OLI 071_M_111►1
By: J. Barry Clark
).�)
' C—
(Signature)
Title: President
Date: 11 /20/2025
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2026 ASPHALT RESURFACING CONTRACT 2
Revised 9/30/2021 7-City Project No. 106136
0045 11 -1
BIDDERS PREQUALIFICATIONS
Pagel of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed
9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with
10 the requirements below. The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timelines as contractors
12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must file the information by the 31st day of March
19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequalification Application.
31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/tax-Dermit/ and fill out the
35 application to apply for your Texas tax ID.
36 (2) The firm's e-mail address and fax number.
37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DUNS
39 number may be obtained at www.dnb.com.
40 d. Resumes reflecting the construction experience of the principles of the firm for firms
41 submitting their initial prequalification. These resumes should include the size and
42 scope of the work performed.
43 e. Other information as requested by the City.
44
45 2. Prequalification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised August 13, 2021
0045 11 -2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1
(2)
To be satisfactory, the financial statements must be audited or reviewed
2
by an independent, certified public accounting firm registered and in
3
good standing in any state. Current Texas statues also require that
4
accounting firms performing audits or reviews on business entities within
5
the State of Texas be properly licensed or registered with the Texas State
6
Board of Public Accountancy.
7
(3)
The accounting firm should state in the audit report or review whether
8
the contractor is an individual, corporation, or limited liability company.
9
(4)
Financial Statements must be presented in U.S. dollars at the current rate
10
of exchange of the Balance Sheet date.
11
(5)
The City will not recognize any certified public accountant as
12
independent who is not, in fact, independent.
13
(6)
The accountant's opinion on the financial statements of the contracting
14
company should state that the audit or review has been conducted in
15
accordance with auditing standards generally accepted in the United
16
States of America. This must be stated in the accounting firm's opinion.
17
It should: (1) express an unqualified opinion, or (2) express a qualified
18
opinion on the statements taken as a whole.
19
(7)
The City reserves the right to require a new statement at any time.
20
(8)
The financial statement must be prepared as of the last day of any month,
21
not more than one year old and must be on file with the City 16 months
22
thereafter, in accordance with Paragraph 1.
23
(9)
The City will determine a contractor's bidding capacity for the purposes
24
of awarding contracts. Bidding capacity is determined by multiplying the
25
positive net working capital (working capital = current assets — current
26
liabilities) by a factor of 10. Only those statements reflecting a positive
27
net working capital position will be considered satisfactory for
28
prequalification purposes.
29
(10)
In the case that a bidding date falls within the time a new financial
30
statement is being prepared, the previous statement shall be updated with
31
proper verification.
32
b. Bidder Prequalification Application. A Bidder Prequalification Application must be
33
submitted along with audited or reviewed financial statements by firms wishing to be
34
eligible to bid on all classes of construction and maintenance projects. Incomplete
35
Applications
will be rejected.
36
(1)
In those schedules where there is nothing to report, the notation of
37
"None" or "N/A" should be inserted.
38
(2) A minimum of five (5) references of related work must be provided.
39
(3) Submission of an equipment schedule which indicates equipment under
40
the control of the Contractor and which is related to the type of work for
41
which the Contactor is seeking prequalification. The schedule must
42
include the manufacturer, model and general common description of
43
each piece of equipment. Abbreviations or means of describing
44
equipment other than provided above will not be accepted.
45
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised August 13, 2021
0045 11 -3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
4
8 END OF SECTION
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised August 13, 2021
004512
PREQUALIFICATION STATEMENT
Page 10 of 10
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 ($1,000,000 and
OVER)
Contractor/Subcontractor Company Name PrequalificationExpiration Date
Peachtree Construction, LTD. 10/2/2026
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
BIDDER:
Peachtree Construction, LTD.
5801 Park Vista Circle
Fort Worth, TX 76244
0
END OF SECTION
By: J. Ba�Clark
I. r --
`" (Signature)
Title: President
Date: 1 A- 241- 2 S
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 09/30/2021
2026 ASPHALT RESURFACING CONTRACT 2
7-City Project No. 106136
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of l
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 106136. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
C1111Z Y Z . 01[$]_!A
PEACHTREE CONSTRUCTION,LTD.
Company
5801 VISTA CIR.
Address
Kt L1 <, TX 76244
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: J. BARRY CLARK
(P ease Print)
Signature: r_
Title: 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.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this q40 day of
-JAUYl Ib/ly , 20%
s
Janet Lynn ReiterMy Commission Expires
8/28/2027
Notary ID 130350671
Notary PubliVn and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
2026 ASPHALT RESURFACING CONTRACT 2
City Project No. 106136
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on January 13, 2026, 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 2
Citv Project No. 106136
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of TWO MILLION NINE HUNDRED THIRTEEN
THOUSAND ONE HUNDRED EIGHTY-FOUR AND 05/100 Dollars ($2,913,184.05). Contract
price may be adjusted by change orders duly authorized by the Parties.
OFFICIAL RECORD
Article 4. CONTRACT TIME CITY SECRETARY
4.1 Final Acceptance. FT. WORTH, TX
The Work shall be complete for Final Acceptance within 210 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fiftv
AND 00/100 Dollars ($650.00) for each day that expires after the time specified in
Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025 (effective September 1, 2025)
00 52 43 - 2
Agreement
Page 2 of 6
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non -Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. Fn)cj.' 13-asifiess Utilization F,,.....
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is svecificallv intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by anv act, omission or negligence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025 (effective September 1, 2025)
005243-3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by anv act.
omission or negligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non -appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025 (effective September 1, 2025)
00 52 43 - 4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025 (effective September 1, 2025)
005243-5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third -Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third -party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on -site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
7.14 Small Business Utilization.
Contractor shall not make any unjustified changes to its small business utilization as
presented on the Small Business Utilization Form. Contractor's failure to abide by the
commitments presented on the form or intentional and/or knowing misrepresentation of
material facts regarding small business utilization shall be disallowed from bidding on future
City of Fort Worth public works contracts for a period of time of not less than one year.
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025 (effective September 1, 2025)
005243-6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor: City of Fort Worth
By:
BBy`::�p`„y},
1/��() J
J BarryC I�Ja�202609:41:58 CST)
o 1'w'� '�
Signature
Jesica McEachern
J. Barry Clark
Assistant City Manager
(Printed Name)
02/09/2026
President
Date
fogT,,oa
G
Title
Attest.
ANO
ono o=a
PPaY°=°
5801 Park Vista Circle
t33
,e ird
adcnnnEXP5o4
Address Jannette Goodall, City Secretary
Fort Worth, TX 76244
City/State/Zip (Seal)
01/28/2026 M&C: 26-0035
Date Date: 01 /13/2025
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.
M—an Hafez (Jan 28, 2026 12:57:17CST)
Marwan Hafez
Senior Professional Engineer
Approved as to Form and Legality:
Douglas Black (Feb 6, 2026 14:27:10 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
OFFICIAL RECORD
Lauren Prieur (Feb 5, 2026 17:12:53 CST)
CITY SECRETARY Lauren Prieur, Director,
FT. WORTH, TX Transportation & Public Works Department
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025 (effective September 1, 2025)
006113-1
PERFORMANCE13OND
Page 1 Qr2
1 SECTION 00 6113 Bond # 108262669
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Peachtree Construction. LTD, known as "Principal" herein and
8 Travelers Casualty and Surety Company of America} a corporate surety(sureties, if more than
9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
I pursuant to the laws of Texas, known as "City' herein, in the penal sum of, TWO MILLION
12 NINE HUNDRED THIRTEEN THOUSAND ONE HUNDRED EIGHTY-FOUR AND 051100
13 Dollars ($2.913.184.05). lawful money of the United States, to be, paid in Fort Worth, Tarrant
14 County, Texas for the payment of which sums well and truly to be made, we bind ourselves,
15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
16 presents.
17 - WHEREAS, the Principal has entered into a certain written contract with the City
18 awarded the 131, day of Januarv, 2026, 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 of the Work, including any Change Orders,
21 as provided for in said Contract designated as 2026 ASPHALT RESURFACING CONTRACT
22 2, City Project No. 106136,
23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perform the Work, including Change Orders, under the Contract, according to
26 the plans, specifications, and contract documents therein referred to, and as well during any
27 period of extension of the Contract that may be granted on the part of the City, then this
28 obligation shall be and become null and void, otherwise to remain in full force and effect.
29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
30 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 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised December 8, 2023
00 61 13 - 2
PERFORMANCE BOND
Page 2 of
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
5 instrument by duly authorized agents and officers on this the 21 st day of January
6 , 2026
7 PRINCIPAL:
8 Peachtree Construction, Ltd.
9
10
11 BY:
12 ignature
13 ATTEST:
14 J. BARRY CLARK
15 PRESIDENT
16 (Principal) Secretary Name and Title
17
18 Address: 5801 Park Vista Cir.
19 Keller, TX 76244
20
21 AWe
22 Witn as to Principal
23 SURETY:
24 Travelers Casualty and Surety Company of America
25
26 I /
27 BY:
28 Signature
29
30 Teresa Ayala Atty-in-Fact
31 Name and Title
32
33 Address: 9601 McAllister Freeway suite 700
34 San Antonio, TX 78216
35
36
37 Witness as to Surety Brisa Reyes - Agent Telephone Number: 817-737-4943
38 EmailAddress: TEAvala(cDAcrisure.com
39
40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
41 from the by-laws showing that this person has authority to sign such obligation. If
42 Surety's physical address is different from its mailing address, both must be provided.
43 The date of the bond shall not be prior to the date the Contract is awarded.
44
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised December 8, 2023
006114-1
PAYMENTBOND
Page 1 of2
1 SECTION 00 6114
2 PAYMENT BOND Bond # 108262669
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY Or TARRANT §
7 That we, Peachtree Construction. LTD, known 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, known as "Surety" herein (whether
10 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
I I created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of
12 TWO .MILLION NINE HUNDRED THIRTEEN THOUSAND ONE HUNDRED EIGHTY-
13 FOUR AND 051100 Dollars ($2.913.184.05), lawful money of the United States, to be paid in
14 Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we
15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
16 firmly by these presents:
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
18 1311 day of January. 2026. which Contract is hereby referred to and made a part hereof for all
19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories
20 as defined by law, in the prosecution of the Work as provided for in said Contract and designated
21 as 2026 ASPHALT RESURFACING CONTRACT 2, City Project No. 106136.
22 NOW, THERE, F'ORE, THE CONDITION OF THIS OBLIGATION is such that if
23 Principal shall pay .all monies owing to any, (and all) payment bond beneficiary (as defined in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
26 force and effect.
27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the provisions of said statute.
30
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeot No, 106136
Revised December 8, 2023
0061 14 - 2
PAYMENTBOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 21 st day of
3 January .20 26 .
4
5
6
7
8
9
10
12
ATTEST:
(Principal) Secretary
— a�4
Witness to Principal
ATTEST:
(Surety) Secretary e1na Payne - Agent
Witness as to Surety Brisa Reyes - Agent
PRINCIPAL:
Peachtree Construction, Ltd.
Si Ire
J. BARRY i;LARK
PRESIDENT
Name and Title
Address: 5801 Park Vista Cir.
Keller. TX 76244
SURETY:
Travelers Casualty and Surety Company of America
BY: ' 1 i% A il-?a 0 -&
Signature CJ `'
Teresa Ayala Atty-in-Fact
Name and Title
Address: 9601 McAllister Freeway suite 700
_$an Antoio X 78216
Telephone Number: 817-737-4943
Email Address: TEAyala(gAcrisure.com
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised December S, 2023
00 61 19 -1
MAINTENANCE BONA
Page 1 00
1 SECTION 00 6119
2 MAINTENANCE BOND Bond # 108262669
3 THE STATE OF TEXAS §
4 § KNOW ALL BY THESE PRESENTS-,
5 COUNTY OF TARRANT §
6 That we Peachtree Construction. LTD, known as "Principal" herein and
7 Travelers Casualty and Surety Company of America , a corporate surety (sureties, if more than
8 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
9 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
10 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of TWO MILLION
11 NINE HUNDRED THIRTEEN THOUSAND ONE HUNDRED EIGHTY-FOUR AND
12 051100 Dollars ($2.913.184.05), lawful money of the United States, to be paid in Fort Worth,
13 Tarrant County, Texas, for payment of which sure well and truly be made unto the City and its
14 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,
15 jointly and severally, firm ly by these presents.
16
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the 131h day of Januarv. 2026. which Contract is hereby referred to and a made part hereof for all
19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
20 as defined by law, in the prosecution of the Work, including any Work resulting from a duly
21 authorized Change Order (collectively herein, the "Work") as provided for in said contract and
22 designated as 2026 ASPHALT RESURFACING CONTRACT 2, City Project No. 106136; and
23
24 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
25 accordance with the plans, specifications and Contract Documents that the Work is and will remain
26 free from defects in materials or workmanship for and during the period of two (2) years after the
27 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
28
29 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
30 receiving notice from the City of the need therefor at any time within the Maintenance Period.
31
CrrY OF FORT WORTH 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City VwJeot No. 106136
Revised September 19, 2025
006119-2
.MAINTENANCE BOND
Pago 2 of 3
1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to
3 the City, then this obligation shall become null and void; otherwise to remain in full force and
4 effect,
5
6
7
8
9
10
11
12
13
14
i5
16
17
18
19
PROVIDED, )HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surety under this Maintenance bond; and
PROVIDED) FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH 2026 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 106136
Revlsed September 19, 2025
006119-3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 21 st day of January
3 2026
4
5
6
7
8
9
10
Il
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
ATTEST:
(Principal) Secretary
WI a as to Principal
ATTEST:
(Surety) Secretary
Tina F/ayne - Agent
n ,-
Witness as to Surety
Brisa Reyes - Agent
PRINCIPAL:
Peachtree Construction, Ltd.
BY:. C---
S�gnature
J. BARRY CLARK
PRESIDENT
Name and Title
Address: 5801 Park Vista Cir.
Keller, TX 76244
raveler'
Ts Casualty and Surety Company of America
ax�
Signature 77
Teresa Ayala Atty-in-Fact
Name and Title
Address: 9601 McAllister Freeway suite 700
San Antonio, TX 78216
Telephone Number: 817-737-4943
Email Address: TEAvala(cDAcrisure.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 2O26 ASPHALT RESURFACING CONTRACT 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106136
Revised September 19, 2025
Travelers Casualty and Surety Company of America
AMk Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Teresa Ayala of
FT WORTH , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
�00 40-, JP1.7Y Ah0
by 9
i
a CON
CONN. o �
State of Connecticut
City of Hartford ss.
1
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
p'...
NOTARY
rueuO
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.
1, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 21st day of January , 2026
��A/Y J'�7Y Ahpd f
�FIFRtFOgqMPATFQR�,J1�0.+s1
>� CIkUI. R 1° CONN. o yrhL
� V'+p'�
Kevin E. Hughes, AssiSecretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorney(s)-in-tract and the details of the bond to which this Power ofAttorney 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: htto://www.tdi.state.tx.us
E-mail: ConsumerProtectionO-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
Flores, Sophia
From: Carmichael, Robbie <RCARMICH@travelers.com>
Sent: Thursday, January 29, 2026 3:04 PM
To: Flores, Sophia
Cc: Fields, Nicholas S
Subject: Re: Verification of Bond#108262669
This message is from an external organization.
This message came from outside your organization.
This is valid.
Thanks!
MAN
From: Flores, Sophia <Sophia.Flores2@fortworthtexas.gov>
Sent: Thursday, January 29, 2026 2:54:05 PM
To: Carmichael, Robbie <RCARMICH@travelers.com>
Cc: Fields, Nicholas S <Nicholas.Fields@fortworthtexas.gov>
Subject: [External] Verification of Bond#108262669
Report Suspicious
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@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 #108262669, in the amount of
$2,913,184.05, issued by Travelers Casualty and Surety Company of America for City Project #106136,
2026 Asphalt Resurfacing Contract 2. 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.
Thank you,
Sophia Flores
Contract Compliance Specialist
FORT WORTH, Transportation & Public Works
Office 817-392-2026
100 Fort Worth Trail, Fort Worth, TX 76102
CONNECT WITH US. 0 0 0 0
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.
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Peachtree Construction, Ltd.
Subject of the Agreement: Authorize execution of a contract with Peachtree Construction, Ltd. in the
amount of $2,913,184.05 for the 2026 Asphalt Resurfacing Contract 2 Project at various locations.
M&C Approved by the Council? * Yes 8 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes 8 No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 1/13/2026 Expiration Date: 01/12/2031
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes 8 No ❑
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable. 106136
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 8 No ❑
Contracts need to be routed for CSO processing in the followin4 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
returned 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
FORT WORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 2026 Asphalt Resurfacing Contract 2
M&C: 26-0035 CPN: 106136 CSO:
Date: 01/30/2026
To: Name Department Initials
1. Sophia Flores TPW - Review
2. Marwan Hafez TPW-Approver
DOC#:
Date Out
01/30/2026
01/30/2026
3. Donnette Murphy
Risk -Approver
M
01/30/2026
4. Patricia Wadsack
TPW-Approver
p(..W
02/05/2026
5. Lauren Prieur
TPW — Signer
L.— er,
02/05/2026
6. Lorita Lyles
Legal - Approver
7� �
02/06/2026
7. Douglas Black
Legal -Signer
Douglas E _ _
02/06/2026
8. Jesica McEachern
ACM -Signer
02/09/2026
9. Katherine Cenicola
CSCO-Approver
cc
02/09/2026
10. Jannette Goodall
CSCO-Signer
J neXe Go tla
02/09/2026
11. Allison Tidwell CSCO-Form Filler-
02/09/2026
12. 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 NEXT DAY: ❑YES ❑No
ROUTING TO CSO: ❑YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: Please notify TPWContract(a,fortworthtexas.2ov. Thank you!